Loading...
AG 17-043 RETURN TO: PW ADMIN EXT: 2700 ID#: 2) L(5 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS I. ORIGINATING STAFF PERSON:NAVEEN CHANDRA EXT:2729 3. DATE REQ.BY:RUSH I. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE ❑ RESOLUTION 2"CONTRACT AMENDMENT(AG#):17-043 ❑ INTERLOCAL ,Et'OTHER CHANGE ORDER#4 G. PROJECT NAME:S.356TH STREET IMPROVEMENTS PROJECT(PACIFIC HIGHWAY TO ENCHANTED PARKWAY S) i. NAME OF CONTRACTOR: SCI INFRASTRUCTURE,LLC ADDRESS:2825 S 154TH STREET,SEATTLE,WA 98199 TELEPHONE 206-242-0633 E-MAIL:MARK@SCIINFRASTRUCTURE.COM FAx:206-242-0792 SIGNATURE NAME:MARK SCOCCOLO TITLE:MANAGER P. EXHIBITS AND ATTACHMENTS:o SCOPE,WORK OR SERVICES o COMPENSATION o INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES o PRIOR CONTRACT/AMENDMENTS CFW LICENSE#02102515 BL,EXP. 12/31/2018 UBI#602094857 ,EXP. / / '. TERM: COMMENCEMENT DATE: COMPLETION DATE:UPON COMPLETION I. TOTAL COMPENSATION:$4,109,451.25 INCLUDES $127,469.40 FOR THE CHANGE ORDER#4 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: o YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE To:306-4400-157-595-30-650 I. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED a/PROJECT MANAGER 9�1 G l '1-21-14;' IVISION MANAGER � � f z /( DEPUTY DIRECTOR , IRECTOR ItZr\197 — ❑ RISK MANAGEMENT (IF APPLICABLE) 1/ AW DEPT it }Ing COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING eAf C AiCo- y o SENT TO VENDOR/CONTRACTOR DATE SENT:+I)NQS•PQom. i-t- 7-1 DATE REC'D: o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS O CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED r4..? X SIGNATORY� (MAYOR GI DIRECTOR 4164.;-''-"Wan -70 N CITY CLERK / L 1 MEL ►i '1 ASSIGNED AG# AG# I 2t. , 1 SIGNED COPY RETURNED DATE SENT: 0 greil 2") !7 TURN ONE ORIGINAL ;OMMENTS: IXECUTE" 2 "ORIGINALS 1/9M • CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG#: 17-043 04 b41 D 2-1 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway 5) SCI Infrastructure,LLC PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order No.04 Covers the work changes summarized below: 1. Lowes ADA Ramp Revision(Field Work Directive 14) Scope: In October 2017,the Contractor finished constructing the driveway entrance and curb ramps as directed by FWD 11—Lowes Driveway Modifications. After the driveway and concrete ramps were completed it was realized that portions of the driveway and concrete ramps did not meet ADA requirements. The Contractor is directed to remove and replace portions of the previously installed concrete driveway panels and concrete ramps in accordance with the attached Plan Sheet 37B—Lowes Driveway Layout. The Oral Order for this work was given via email on November 3,2017. Measurement and Payment: New Bid Item C004.1 "Lowes ADA Ramp Revisions,"Lump Sum is created. Measurement and Payment for New Bid Item C004.1 will be paid for at a lump sum price of$15,291.64. Time Statement: No working days will be added to the contract due to this change. 2. ADA Ramps at Pac HWY Intersection(Field Work Directive 15) Scope: This work is related to the pre-existing non-complaint ADA Ramps at the S.356th and Pacific Highway South intersection within the S.356th Improvement project limits that were not known to be non-complaint at the time of bidding of the project. The Contractor is directed to perform the following work. See the Attached Sketch for each location): Location 1 • Install one(1)new Pedestrian Push Button and Post. • Remove and Replace Curb Ramp including Detectable Warning Surface. Location 2 • Remove and Replace Curb Ramp including Detectable Warning Surface. • Install one(1)new Pedestrian Push Button and Post. Location 3 • Remove and Replace Sidewalk and Curb Ramp including Detectable Warning Surface. AG#: 17-043-South 356th Street Improvements Change Order 04 Location 4 • Install two(2)new Pedestrian Push Buttons and Posts. • Remove and Replace three(3)Detectable Warning Surfaces(MMA/WSDOT QPL Approved). • Remove and Replace one(1)Island Curb Location 5 • Remove and Replace Curb Ramp including Detectable Warning Surface. • Install one(1)new Pedestrian Push Button and Post. Location 6 • No Work to be done at this location. Location 7 • Install two(2)new Pedestrian Push Buttons and Posts. • Remove and Replace three(3)Detectable Warning Surfaces(MMA/WSDOT QPL Approved). New Pedestrian Push Buttons and Posts shall be in accordance with WSDOT Standard Plan Sheets: J- 20.10 and J-20.26. Field Work Directive 15 was executed on April 6,2018. The Oral Order for the additional curb ramp removal and replacement,HMA removal,and extruded island curb was given via email on April 25,2018. It was determined Traffic Curb and Gutter was not required following the execution of Field Work Directive 15.Detectable Warning Surface was changed to"MMA"type following the execution of Field Work Directive 15. Measurement and Payment: New Bid Item CO04.2"Removal of Curb Ramps,"Lump Sum is created. New Bid Item CO04.3 "New Pedestrian Push Buttons and Posts,"Lump Sum is created. New Bid Item CO04.4"Pac HWY Cement Conc. Sidewalk,"per Square Foot is created. New Bid Items CO04.5"Pac HWY Cement Conc.Curb Ramp,"per Each is created. New Bid Items CO04.6"Pac HWY Detectable Warning Surface(MMA/WSDOT QPL Approved),"per Square Foot is created. Measurement and Payment for New Bid Item CO04.2 will be paid for at a lump sum price of$23,841.13. Measurement and Payment for New Bid Item CO04.3 will be paid for at a lump sum price of$43,600.00. Measurement and Payment for New Bid Item CO04.4 will be paid for at a unit rate of$11.28 per square foot. Measurement and Payment for New Bid Item CO04.5 will be paid for at a unit rate of$1,677.50 per each. Measurement and Payment for New Bid Item CO04.6 will be paid for at a unit rate of$100.80 per square foot. Traffic Control will be measured and Paid for under existing bid items. CHANGE ORDER AGREEMENT 2 12/17 AG#: 17-043-South 356th Street Improvements Change Order 04 Time Statement: No working days will be added to the contract due to this change. 3. Pac HWY-Extruded Island Curb at Locations 4 and 7 Scope: During the installation of the Pedestrian Push Buttons and Posts at Location 4 and 7(FWD#15)portions of the extruded island curb needed to be removed. This change order compensates the Contractor for removing and replacing the extruded island curb. Measurement and Payment: New Bid Item C04.7"Pac HWY Extruded Island Curb,"Lump Sum is created. Measurement and Payment for New Bid Item C004.7 will be paid for at a lump sum price of$2,912.00. Time Statement: No working days will be added to the contract due to this change. 4. Pac HWY Islands—Additional HMA Removal at Locations 4 and 7 Scope: During the installation of the Pedestrian Push Buttons and Posts at Location 4 and 7 (FWD #15)the Contractor encountered 18 to 24 inches thick HMA. At the time that FWD 15 was priced it was assumed that the HMA at the islands was 6 to 8 inches thick. This change order compensates the Contractor for the removal and disposal of the additional HMA. Measurement and Payment: New Bid Item C04.8"Pac HWY Additional HMA Removal,"Lump Sum is created. Measurement and Payment for New Bid Item C004.8 will be paid for at a lump sum price of$13,869.83. Time Statement: No working days will be added to the contract due to this change. CHANGES TO THE BID SCHEDULE: 1. Schedule A—Add New Bid Item CO04.1 "Lowes ADA Ramp Revisions,"Lump Sum. The new unit cost for this item is$15,291.64 Lump Sum. The quantity is 1. The total change for this item is an increase of$15,291.64. 2. Schedule A—Add New Bid Item C004.2"Removal of Curb Ramps,"Lump Sum. The new unit cost for this item is$23,841.13 Lump Sum. The quantity is 1. The total change for this item is an increase of$23,841.13. Schedule A—Add New Bid Item C004.3 "New Pedestrian Push Buttons and Posts,"Lump Sum. The new unit cost for this item is$43,600.00 Lump Sum. The quantity is 1. The total change for this item is an increase of$43,600.00. CHANGE ORDER AGREEMENT 3 12/17 AG#: 17-043-South 356th Street Improvements Change Order 04 Schedule A—Add New Bid Item C004.4"Pac HWY Cement Conc. Sidewalk,"per Square Foot. The new unit cost for this item is$11.28 per square foot. The quantity is 1240 SF. The total change for this item is an increase of$13,987.20. Schedule A—Add New Bid Item C004.5 "Pac HWY Cement Conc.Curb Ramp,"per Each. The new unit cost for this item is$1,677.50 per each. The quantity is 4. The total change for this item is an increase of$6,710.00 Schedule A—Add New Bid Item CO04.6"Pac HWY Detectable Warning Surface(MMA/WSDOT PL Approved),"per Square Foot. The new unit cost for this item is$100.80 per square foot. The quantity is 72 SF. The total change for this item is an increase of$7,257.60 Schedule A—Add New Bid Item C004.7"Pac HWY Extruded Island Curb,"Lump Sum. The new unit cost for this item is$2,912.00. The quantity is 1. The total change for this item is an increase of$2,912.00. Schedule A—Add New Bid Item C004.8"Pac HWY Additional HMA Removal,"Lump Sum. The new unit cost for this item is$13,869.83. The quantity is 1. The total change for this item is an increase of$13,869.83. CHANGE ORDER AGREEMENT 4 12/17 • AG#: 17-043-South 356`h Street Improvements Change Order 04 NET CHANGES TO THE BID SCHEDULE: Bid Item Description Existing Change Unit Unit Cost Change Item Quantity Quantity Total Lowes ADA Ramp C004.1 Revisions 0 1 LS $15,291.64 $15,291.64 C004.2 Removal of Curb Ramps 0 1 LS $23,841.13 $23,841.13 C004.3 New Pedestrian Push 0 1 LS $43,600.00 $43,600.00 Buttons and Posts Pac HWY Cement Conc. C004.4 Sidewalk 0 1240 SF $11.28 $13,987.20 0004.5 Pac HWY Cement Conc. 0 4 EA $1,677.50 $6,710.00 Curb Ramp Pac HWY Detectable C004.6 Warning Surface 0 72 SF $100.80 $7,257.60 (MMA/WSDOT QPL Approved) C004.7 Pac HWY Extruded Island 0 1 LS $2,912.00 $2,912.00 Curb C004.8 Pac HWY Additional HMA 0 1 LS $13,869.83 $13,869.83 Removal Total This Change $127,469.40 The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by zero (0) Working Days.This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑Yes®No If"Yes"Will the Policies Be Extended? ❑Yes❑No STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications,and with the understanding that all materials,workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $3,890,299.10 PREVIOUS CHANGE ORDERS $ 91,682.75 THIS CHANGE ORDER $ 127,469.40 NEW CONTRACT AMOUNT $4,109,451.25 07— -[ f3 o - _ DATE A�� �... 9� _ 8- s - 201 s D REC OR'S SIGNATURE DATE CHANGE ORDER AGREEMENT 5 12/17 I Field Work Directive FWD-014 ex e I t e c h South 356th Street Improvements Contract Name: {Pacific Hwy S to Enchanted Parkway S} PW: AG#17-043 Contractor SCI Infrastructure,LLC Exeltech#: 1715 Subject Lowes Driveway ADA Ramp Revisions Date: March 27,2018 All work,materials,and measurements to be in accordance with the provisions of the Contract for the type of construction involved. On 11/03/2017,an oral order was given to SCI to perform the work of removal and replacement of portions of the installed driveway panels and concrete ramps at the Cowes driveway. Scope: In October 2017,the Contractor finished constructing the driveway entrance and curb ramps in general accordance with FWD 11—Lowes Driveway Modifications. After the driveway and concrete ramps were completed,it was realized that portions of the driveway and concrete ramps did not meet ADA requirements. The Contractor is directed to remove and replace portions of the previously installed concrete driveway panels and concrete ramps in accordance with the attached Plan Sheet 378—Lowes Driveway Layout. . Measurement and Payment: This work will be measured and paid for as follows: • A Lump Sum price of$15,291.64 will be paid for under Bid Item Al—Unexpected Site Changes and shall be full compensation for all additional • Traffic Control will be measured and paid for under existing Bid Items. This Field Work Directive will be converted into a Change Order and the following Bid Item will be established at a future date: • Lowes ADA Ramp Revisions Attachments}:Revised plan sheet 37B of the contract plans. Owner Approval: By: 9//Zo/3 E tech Consulting—Signature Date ark Warren Proje Engineer �y By: µtJ�,Y l 4) -J2O/ ity of Federal Way—Signature Date Naveen Chandra Project Manager Contractor Acknowledgement/, . /r ...'-'-e-1%;=1,1_7";-' '/ `iBy: : a !. ,"4i/ / Vi ticture LLC—Signature Date THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR,EQUIPMENT,AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEMS{S}OR A CHANGE ORDER SHALL BE DEVELOPED FOR A TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS. z 03 O. o F 'a Co o i > i u, J �u 3 0 - W a ; o 9 rc 0 ff 0 0 x C K to N co,E5 EId a w a >-z =god aoo� a � v111 wit-" wo ¢ W 5: Wz W Q w Ill CC 'S''' ! lig Q < ! a !LL a W 0- ni use U a_ F. y �< ii �tl1J7`ilFV- t�+� ill _ I � o gg , o Cn �s \\ten Q m co o.., � Q ?I o '11111 '111111 2� W W r y z w z z CO W 03 ai J Eu.. 1 ii z 11, 0 m 0 I ' 0 D 1 Milli I, 0 Lam `_ -'� -...,p 41 u, El a € 141,,, I .,'� 6c�&k''�10114 q-61 40-. n� W 'a a s r .4. 0, HIM k S2C 1 R gh < I l > Tr, ¢ \� a i y. �� ¢� / \ II: < I ! HH f q 1 F 3 0 OP o f = n6gEfi g= ET, oa mo g o n _ // Nd 9Z 10Z//Il 6Mp-NOISfId VII 03101-IN1d1NIZ90f1\6ui,ry'oy\sbuu'o'0\NOIS30\IS N195f S ZBOttVVM 1IV3o33\sc3 oad\-N c . City of Federal Way 356th Street Improvements Lowes Driveway ADA Revision Independent Estimate Prepared By: RM 12/21/2017 Checked By: MMW 2/28/2018 SCI's Proposed Cost Class Worker No. Hours Wage Rate Subtotal Laborer 1 8 $ 69.07 $ 552.56 Foreman 1 8 $ 65.63 $ 525.04 Operator 2 8 $ 52.03 $ 832.48 Teamster 1 8 $ 58.29 $ 466.32 Subtotal $ 2,376.40 Total w/Markup @ 29% $ 3,065.56 Equipment No. Hours Cost Subtotal Backhoe 1 8 $ 92.83 $ 742.64 Yanmar Mini 1 8 $ 36.77 $ 294.16 Tool Truck 1 8 $ 24.48 $ 195.84 Pickup 1 8 $ 23.43 $ 187.44 Dump Truck 1 8 $ 94.35 $ 754.80 Subtotal $ 2,174.88 Total w/Markup @ 21% $ 2,631.60 Materials/Rentals Qty Unit Cost Subtotal Dump Fees 14 CY 12 $ 168.00 Subtotal $ 168.00 Total w/Markup @ 21% $ 203.28 Subcontractor Qty Unit Cost Subtotal Tyee Invoice 1 LS $ 7,900.00 $ 7,900.00 Saawcut 1 LS $ 485.00 $ 485.00 Subtotal $ 8,385.00 Total w/Markup @ 12% $ 9,391.20 Totals SCI $ 5,900.44 Sub $ 9,391.20 Total $ 15,291.64 SCI's Proposed Price Contract Prices Cement Conc traffic Curb and Gutter LF $ 16.00 Cement Conc Sidewalk SY $ 41.00 Cement Conc Curb Ramp Type 1 Each $ 1,050.00 Cement Conc Curb Ramp Type 4B Each $ 2,500.00 Cement Conc Driveway Entrance Type_ SY $ 54.00 Independent Estimate(Using Bid Items) Sawcutting LF 45.5 $ 4.00 $ 182.00 WSDOT(Info only) Removal LS 1 $ 6,000.00 $ 6,000.00 From FA Calcs Curb Ramp Each 2 $ 2,500.00 $ 5,000.00 Unit Prices Curb LF 35 $ 16.00 $ 560.00 Unit Prices Sidewalk SY 32 $ 41.00 $ 1,312.00 Unit Prices Driveway Entrance SY 10 $ 54.00 $ 540.00 Unit Prices Total $ 13,412.00 Independent Estimate(Using WSDOT Low Bid Prices) Substitute WSDOT Low Bid prices where available: Removal LS 1 $ 6,000.00 $ 6,000.00 Curb Ramp Each 2 $ 2,750.00 $ 5,500.00 WSDOT Price Curb LF 35 $ 47.00 $ 1,645.00 WSDOT Price Sidewalk SY 32 $ 80.00 $ 2,560.00 WSDOT Price Driveway Entrance SY 10 $ 78.00 $ 780.00 WSDOT Price Total $ 16,485.00 Recommendation: The Contractor's price for this work seems reasonable. L ' Field Work Directive �''� • FWD-015 e x e i t e c h South 356th Street improvements Contract Name: (Pacific Hwy S to Enchanted Parkway S) PW: AG#17-043 Contractor SCI infrastructure,LLC Exeitech#: 1715 Subject _ADA Ramps at Pacific Highway Date: April 4,2018 All work,materials,and measurements to be In accordance with the provisions of the Contract for the type of construction Involved. Scope: The Contractor is directed to perform the following work at the intersection of S 356et and Pacific Highway South (See the attached sketch for each location): Location 1 • install one(1)new Pedestrian Push Button and Post. Location 2 • Remove and Replace Curb Ramp including Detectable Warning Surface. • Install one(1)new Pedestrian Push Button and Post Location 3 • Remove and replace landing of the existing Curb Ramp. Location 4 • install two(2)new Pedestrian Push Button and Post. • Remove and Replace three 3 Detectable Warning Surface(MMAJWSDOT QPL Approved) Location 5 • Remove and Replace Curb Ramp including Detectable Warning Surface. • install one(1)new Pedestrian Push Button and Post. Location 6 • No Work to be done at this location. Location 7 • install two(2)new Pedestrian Push Button and Post. • Remove and Replace three(3)Detectable Warning Surface(MMA/WSDOT QPL Approved). New Pedestrian Push Buttons and Posts shall be in accordance with WSDOT Standard Plan Sheets J-20.10 and J-20.26. Measurement and Payment: This work will be measured and paid for as follows: • Removal of Curb Ramps-A Lump Sum price of$23,841.13 will be paid for under Bid item Al—Unexpected Site Changes and shall be full compensation for the removal of the existing curb ramps. • New Pedestrian Push Buttons and Posts—A Lump Sum Price of$43,600 will be paid far under Bid Item Al— Unexpected Site Changes and shall be full compensation for the installation of Seven(7)new Pedestrian Push Buttons and Posts. • New Curb Ramps and Detectable Warning Strips will be measured and paid for at the following Unit Prices o Cement Conc.Traffic Curb and Gutter-$46.48 per linear foot(estimated amount-$1,998.43) o Cement Conc.Sidewalk-$11.28 per square foot(estimated amount-$4,836.98) o Cement Conc.Curb Ramp-$1,677.50 each(estimated amount-$3,355.00) o Detectable Warning Surfaces(MMA/WSDOT QPL Approved)-$60.50 per square foot(estimated amount -$2,904.00) • Traffic Control will be measured and paid for under existing Bid items. This Field Work Directive will be converted into a Change Order and the following Bid item will be established at a future date: • Removal of Curb Ramps • New Pedestrian Push Button and Post • Pac HWY Cement Conc.Traffic Curb and Gutter • Pac HWY Cement Conc.Sidewalk • Pac HWY Cement Conc.Curb Ramp • Pac HWY Detectable Warning Surface(MMA/WSDOT QPL Approved) Attachment(s):Location Sketch Ci of Federal Way—S 356th St Improvements(AG# 17-043) e x efte c h City Field Work Directive-015 April 4,2018 Owner Approval: By: q /24,43 ech Consulting—Signature Date ark Warren Prole Engineer I By: A I 61r ty of Federal Way G?. attiree Naveen Chandra Project Manager Contractor Acknowled -- t: SCI i structure,LLC—Signature Date THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR,EQUIPMENT,AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEMS(S)OR A CHANGE ORDER SHALL BE DEVELOPED FOR A TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS. • 2 1. ' fiv:471.j;.44.6w..4 4"44.11:A j...1-U ' ,,?.. //: " ir tir,... t; „4.„t�t " fICI 11). ' p ;7: t ':.'4, i';', . ' ii .5! 4 Ik`l 44 - . 41� I Y � T31 rf .!, )517 . t 4r vr' .,.... �J / � Vit.•. � ;$� � ..-.._-`� 1rdo \ �h _� l�\ I _ r > F3. . Al ,yie 1,1.. 1 iiiiifitz 1... 7:4, i , . -. 1,,.. 4.. , ,.. jj . -,_-, _,,,,,i i., 1 4 • '4.0 1160 ' .T,P,; -'Ll-' iiii 4,..':;41; 4, ' it A ' AfArAba . - ' if -*TIT fir Fp, 1 ri . .. : .,. .41:41 p' . A , . ., ., , . 00 ti 1 ior 4 riff lir zt. , 2;2 4f. ^gym i � yp1 _ -,. .-..'t , z. / 1 , i ,4 . 6,2 .iv Al 8�7 �� R`trnm 5IA . '.4r fr;ir r A 4;1.' litih A • r ' --•-• \ ,„, . / Nr ‘9-' -N '''i;;Iiir':-- r...:.:.:,:.,. :.:„ ,- ( , iiirAtior. 4•40:r. 440 . \ --.: '''' „,... it.‘10*-4,;:-...,-------. • ., .., ....„, .7, 410, oip,:r..\A `� .�R \� 4y rfr te "moi- Ir 7� -- ° b �' A .' 2 1 p wry / .Qg .r . , i t •r " ,„ . . .;. . .cre.., LA!41:4....1. \f,„.., Ir Li . -, •,.., 2• •.....„,......../".''-'77- !...!-, , Fri A 7' Y ) G 7 e ra! Amb . .. I ., \ 4I `-) ,...r.le. A aa .,,, ,,. . cL,,,_ . . . ...-7. . . ss,.all,71"1""1":',72rta.,...:HAFIT,Ar./AFINIIIir N,A., . fir 11!16,: ifil , \I! . '"'"1,31:51:7: ..‘c Z '''''''l ' , diji r , .,.?,/I ri4Lls\(17i 74:Ft::J.:. .\ / ApPr 1 ? 1!4JPIWI rr (i W ! 'J*AV ori SR� � s a. 1iii . - 4' , y rs . • , 1!t* . � 4 f CICS 7.37 �'}cr K 41 yg��pp . Ilk ‘1.1_"'"'" Shy`.4 .., C, +' 44 1 P.,. i • �� + ' `:i•sif 4'0,4, $ } • ' ,,_, tee+eye 1 , •rrf• ice, I .J. A r. •I1 ry 4 �_.. _ 4 ........0:_....1wts ' ;; 00114 4 t ......,V...n.r."1:4,X.ree''r' i'V''...•;f•I' . ;• .-e.i,,*....•''-..7 i.s....r: ,. .*I. "c.4 .;,k.:,... . . . ..: ..••,..t,...4:,.., • 1 . . •••.4'4.:4,;','. .. '.' ., . . ''...4.;•••.•-•;' ;, .... •;.;., ""4..c","" • .4... CNI • , - • • • ' •• ;; ••• •. • ; • Ar,.4.1', •',';•.i,-....• . ' •‘,41',.c,,' .i.iiiii';';4,4;;:!.r.:,7,,,11!:', , ,... ',•'•;;‘;'''''.7./Zitierth..**, 4,-,.;%'• -, . •''' .••:;;•:1!.', 40. ' -' •.".*4 44:,•,•‘'..` '..,' '' k• 1:::,•: '' •• ',,7: •7;:'.....4" - -•-.•-',$:'''''''''''"'• 4-,z'• p, . .., c • .:,---botifeh.4,;?•7;:-Ili,"V"40i..;;"• NI • • .. •»,:-....'-*'. s*****,t4vo'','I o „..4...‘..4,,,evoi.,,,44„;•:...., • k_ •,:„.i.•,..,.... 1,4,,,,•;•„‘„,,,,;.„. .•„..... ......,.>,.,_.„. • w„,,..;3„..,,,, i....... ...... „,......•..... ..•...„ .r,.,•74•..,•„..;„%.,...::„..".4•..-•••• ...^...-..,... .,•'^V A.''..,,:. Iii .J •''..'',.''.,,,..'•.1110,%•4:'<t;'.;4-*••.,•,,,,,,,,,,,,;'-...: ,. ••''',, '',..,',4„.. . ••.....)".4 , . . CO . ••-,•:40 .,. 1.-•:•z-. ...7• ' ': (..) .,,, ,•.,••,-;::•,..- •1,,,•-••;•44A$A,',;;;;$7;:s . -.,-, -• ,•-• :",e•,.'„;‘,„:,‘4.!,•,(4-s...,.....,,,4-4 :. ,.....,...•:, •:,,,,• , :.... „...•,,•:,::::::),.. :,::,....k;-...c.:, 0 .,..--- -•.••:-•,, ,*,';',,,\,-,' S.-"-•""---. ..s, •.: .... .,,,„,•., •:,•. 4. . ,• .,:4 , ,, .44- . ,4,.,;.4,4 4.. ,;...,,.. . •- ,,,,, „ •: ... .:,,,,---4.,44:, • .4,....,,,,.4.,., , ,4•N-•- .,, "944-, • -A 4::. - -- i.......-..r4. ..z.7,, '- . .iorizZ,--‘.,7*7:44 .:i7"--••'•g7'ZI ;17" •,::.7•:•'!;;4.„.•-, 77).-,,'• , , .^ .44 •*.;40,5`-''. ,,, ' ,.,•:,,,,....,. ,,i,t. ,,, .,„ ., ....m .„., ,•,,';;;,7,7„. ..• ' ...e ,,,e •;0, .%,,,,A• i•- - ',--,,,,.......:. ,s •'44(' k ,f$'' •• . •' : ,4.. ,. ....„.* ..,..* . : ...,..... . ; E ...,,:,:*;*.- c;*".."Fkx,toit,e, ,,,AM 4.•",•'• ' . 't,,i,"„..,":::,,,,,.(1 ,,,.--,4„..'17,-..,•..- ::'.• .;Pc it*::".;•,*:— .:: ..'• ..,4* ,t,t44..•;z••*, -'4'.'"'•;r4. :,*••••'• .... ..k.*V-1.,'...-.*.....;....• ..-.. '',*-.44-.-',.t.•,• . ,,,,,,, .„-• - ........--•„ r.„. ..* •.• •,,,, •,,,4 -,,,t••• *-4,* ••••,..144.-, 4(.4YA't:',..'").'•• ,- ... — • ".."A'A •‘,*- Ci - "4.;'' .,:>4‘.i.".: ir. • . --.414* 404,*7$5:.;?,•;;•4 • _*-• 2 ?Lir zaboi",41,...-7,,,,*,•. at •," '":'*itst,• *.•' ' ' " -,;.'•••,,.:'••.. *.'",,.Y ..:'•;.'4 ..,.',"--',..ri-....„,,.,'C;:•,;,..-':, ..., .,. .... -- .6., ii'n,,,,„'.,,......ibeg• 0 ,„4 - ....1.- -,-*,...,• -.. , c.,) ., •-.., %.**,;*.$*, , , '•,''',..', -•••,,• , ••• .1 - :7.,... . I'7 ''' Y,-- 4. ...,4,,,, u. ...;„...•....•,iss,*.4•0.,, • ' i*.."41'4.,••'-',41:.'.... ; •!., • -•'.Ci-'-',,;.. tel •"-b. "-• ' ';,:4,,,,,,,,,, . .44,*•' ,i...• ••,,,,,,.It• `1' 44 • •-• . kJ- . • -„, . ..„ ,., -,.. ,••41,Z,*\'.,•:`':,...47."'".I. .-':" . ‹D 17-' . CD ••V` ".....-„;5„.......--......-- - •• cc ' .i '......47,L3i •,,,,,.... .'•-`, I•4•w,"; -;*:.;,•,,,'I;* ,.";; ;7, a• ',law: . • ..• - ... *;.",:4**.(,;',.`,K4"*...".,4.-'. .:31' E 2 .: .:. . ...• ,, . ••Cii:"•;•,',S.: ''''' -'''V''', •'.1.,1. a. t ,,,,:,.; ...... .. . * ; • •*— 7--; "•''• ,7!4'•.4..•::•:.''• .../,>',,„'4`: ' It ' ,,.. ..,-. ... , . . •---- - -.•-•-•.2;;;,:' ..'''.•:':,,t*-'4:.:. •-•'-,' . ••.''. ' ' '. . 1,4, ki... . . ,..%.-.-.. . .. ...•,:. . .......... ...._:.,....,.„_..?„. --, „•. _. ,......._ _ . .. ,....„: .4,, 1*lig..i. •,, s.....-,.", ..., • 4 „ ... „ ' . . . . ... ... ... . • -,, , , .., • ,,,..........„.„.,.. ,Y4'' .,.• . ;•-_' . _ __ _ f; • I' . ', .-...,,...... . , • . •-; . . • i $,...t f. , . ‘ , -..„.. 1111 4.74. . .'' . e..; . ...-..„... ,, .*:- 4!..it-':'..*.',.- • •••••--","„ . , , . ' .....„.„... .,.„.„.„,.... . . ,, .•"i A''..,' .: ' •• - .,.... ., ' • — ., '4., N ••-.'""...,::: .. . , . •••• . i . ., i ,"•• • .:...r.-,:- , . . . . . _ ,' it . : ., .. •: ...-,,.....• . • , ..---. .... • ,,,, • --- . , .• -';*;!*-,1 -• itilltii****..; • ...,,,.. • ; ------ 1. ' H•'•1. ''"r- 4. ' .. • '- i I . ....• • • ...,, . ., 1. — ,4.-... '• 1."---.--c•'••• • , , s i ,..; A „ , . .4..: ....i 1 , .• - , ,•,.:A.,: • A *.. . ... .., . •,,,t •'- • e .... . I-. .. . , .,j , ;•;•:,-7.-ia••1 - 1 . - - ,, mt • .. it i :..-:. . , ;,„. .7 ... . . .• f • •1.... *. •• • ,.. , v''''' •..,.., . I ,:. . •,,, . ., 1 .. ,-- 1.7.....•:„',.,,,-••.f•. X ., .,. •. ,,„• ,.., aa * , '. •'''''*1 ! .. • , t' - - • .• :" -1.: • .,. I , .,. i'.•74 ...,•;:...,....,,- , , .,.:., ,. . .., ,..,... '. Y4 ., ..•, . . .,...s. • ,•.-N ' '-)..•. .." '• . I '',,%.'., \ ,.•-• .. , •4 d.• •;;.4 ,.,.. - '1 / - • '- ...- - .. ,. ., . . • Ar4-'-- .• \ ,..., 4 .• ,..,.: ,.. ....... ,..,...., .'' . .. . , .4.. ir 11.4';.,..4",,,40-.1 ' • . .. '..,•:.'!.• . • .n., * ,•,-:**.P.: "---- ...,...4'.. •., * (.4!1',:,......,.;;.•.-. • . , 0 ' .. • , • t- . , , • CO , .. ; '''r a..at, '•,A...... 0 a. ,... , ....... 4-11 CO 0 0 _1 .. , ",,.....• f . . . . . . a 1.1 ... ... ::', CO C Ar, ' s.. • • r,,, 0.• E ,,,..,.. ' • ce w , ,,, •1 13, t ',. ,• ? . i „.., ..:.. '. .. . . . . ., , \T„ ., . .„..„, . - , ..... ..,,,, . ., . . , ,.. ... .,... , '''',,),,,,' „ • . . ':*4,,,, :...,k,-,..., • . ,,, . . _ ... ' ,.4*-• .• t , ,,,,i1,*4 -.."*,,S.,".".. '',*;1,...T;S:14,-, '''''''.1?.?I'f'''''''' 1 . •i4:1,e(r"."; t •:,.. ../..'" # # ' '"'::::,:1, ,la 'AI ., , . ' •• 1 . '.. „,,. 6:il' .... , ,,,., 4.'' . . 4 '...., . ..roaryyporasomoy.101.aropur: .,,,.... ..... I .... , r. • i . ......., . 4 , ,1 " I„. .$.•!N. 1 4 1 i .,... *.lit..: -. - ''' ' 1 i ' • ...J. , i 0 •;:siNo. ..., ;tor., . i .. i , , „ ...0 MI A 4 i ......01 . . . . . f I . ', ' 4' i '4,'-'e:r4... ' , rr• r r , • I ,.. , t. , 4 . k' ,,, i , , • . • .... F e 4 100. ."'"'' • , * ... \ •• 1 , g • : . ' Z ! ( • „.„,,,............-..smaii.01 t* t : ' ', • „4 to-$' '.f .. • • • 4 1 • ( two. . • , • 1` ...$ $, :'. ,i :$• , ... -it ,... v tt. ., .. * f'' t 0. l•, V, 1 . - \ . , % ,,,...., %. ,, MI . „ ,......,, I ,1 S s • i '- * f't \ ... S _ 73. ail' ..... $•d • • ... \ p • ' t t.) %l, lk . - ( , L \ e0 .,.. . -,r I -5. ,:iit.. $t \ t re _ _ , .....,..... at-(1-Noich 4 -- t .....” i .- ... 1 r % , ..4 - ‘ - , _ 4 4 -----1, 3' — \ i '• .. .......... ......... il ,.. . ' '.: 15, V — • .,.... 4 ..- .. , ,. ., $ , •t i 7$ , .i..... _- ----- ... i 1 , ?.... , tt. ..... ....$ • 1 ......... ,r t ti 7,,,•":47.,,,,` , $8\1, it t 1 \ , , ,,, ir,•' ...4 a • r /// k t� J 14:t. ` • , ..... a o O > J � � � .; ,.:_ ). . #3 / 5ep��• J ' .r _.._... _ -.... 7:1,17"6"...:*—* P • h• ta. EV .1111.1161111.4014 Or ..ma�yy • • �. 'h - ... D i ..'� a . y, c: r , i g. fir'..,,:'.'4 �' •'*� _ • r* min r t- yhk A Y 111 } �p r..a. `.y--Oik 1a i \ Y :. a . A 8 ., �y, •.. J .s w :p� '4" y40 `! : . Fid r ;" ` " , • �, . 1 f C's , J , • 1i •....... I „ ......... 1.....a.c. A ., . (.) ' itik (3 t d ' „...... it. .j . .... , ......., ile .....". ..... . -,,, ....,,,„ ., * .., __ -- „ , — -,„1-r-x.:"_-_-_-.,ak akilit” 1 . r- I . .. T1 ..... \ S It'',,.„,• ...... . .4 ' ., C , , ,../ gg -_ ..,... ,- .=,.= • ,,• ' ' "-:,-.'' * • : -'=,-- I ,0*. t,,,p,.,-, ‘, ,,,, 0„ -- ... . f .iiiiiiiiii'S ',''.•t, t • 1*'''',h,41""'''‘' ' ... .'":::—'?"'x,411411.„*.4%'•''' , , 1 , •-rz :;1 i 1 1!.. — ,. • . , • - ,•.•40 . s ' , r ' - , . ..-..-- . cis) , ., 2_,. • - I• •=, -,,,, '',',4"- . vo: ,, , •,,',A,. ,*-t, t ' , 'it SCI's Proposed cost to do the work Remove and Replace Ped Poles, Ramps, and Truncated Domes 1A Labor: Rate/MH No. Hours/Day Days Subtotal Foreman $ 69.07 1 8 4 $ 2,210.24 Operator $ 65.63 2 8 4 $ 4,200.32 Laborer $ 52.03 2 8 4 $ 3,329.92 Teamster $ 58.29 1 8 2 $ 932.64 Subtotal Labor: $ 10,673.12 Markup @ 29% $ 3,095.20 $ 13,768.32 1B Equipment Rate/MH No. Hours/Day Days Subtotal Backhoe $ 92.83 1 8 4 $ 2,970.56 Yanmar Mini $ 36.77 1 8 4 $ 1,176.64 1 Ton Tool Truck#325-055 $ 24.48 1 8 4 $ 783.36 Foreman Pickup#335-128 $ 23.43 1 8 2 $ 374.88 Mack Solo $ 94.35 1 8 4 $ 3,019.20 300-079/415-056 Subtotal Equipment: $ 8,324.64 Markup @ 21% $ 1,748.17 $ 10,072.81 1C Subcontractors Quantity UM Cost/Unit Subtotal AES 1 LS $ 53,649.00 1 $ 53,649.00 Highmark 1 LS $ 23,350.00 1 $ 23,350.00 Subtotal Subcontractor: $ 76,999.00 Markup @ 10% $ 7,699.90 $ 84,698.90 1C Materials Quantity UM Cost/Unit Subtotal Dump Fees 20 CY $ 12.00 1 $ 240.00 HMA 5 TNS $ 65.00 1 $ 325.00 Bolts for Push Buttons 1 LS $ 1,500.00 1 $ 1,500.00 Subtotal Materials: $ 2,065.00 Markup @ 21% $ 433.65 $ 2,498.65 TOTAL Items 1A- 1D $ 111,038.69 TOTAL w/o Subs $ 26,339.79 ACI Proposed a lump sum of: $ 95,044.00 There was a math error in the origional proposal. Actual Lump $111,000.00 Sum should be: AES - Proposed Description of Work-Add six (6) new ped poles and relocate one (1) existing for Stations 1, 2, 4, 5, & 7; utilizing existing relocated cambel push buttons. 1A Labor: Rate/MH Hrs. Subtotal Journeyman Electrician $ 89.86 84 $ 7,548.24 Groundsman $ 63.68 84 $ 5,349.12 Operator Foreman $ 84.19 36 $ 3,030.84 Ditch Digger $ 62.86 36 $ 2,262.96 Subtotal Labor: $ 18,191.16 Markup @ 29% $ 5,275.44 Marked Up Total $ 23,466.60 1B Equipment Rate/MH Hrs. Subtotal Dump Truck $ 90.00 16 $ 1,440.00 Tool Truck $ 30.00 40 $ 1,200.00 Foreman Truck $ 25.00 36 $ 900.00 Cat Excavator 305E $ 50.00 16 $ 800.00 Subtotal Equipment: $ 4,340.00 Markup @ 21% $ 911.40 Marked Up Total $ 5,251.40 1B Materials Rate/MH UM Quantity Subtotal 2" Sched 40 conduit $ 1.75 LF 120 $ 210.00 2" 90 degree bends $ 7.00 EA 14 $ 98.00 2" couplings $ 1.78 EA 28 $ 49.84 WSDOT ped poles $ 561.00 EA 7 $ 3,927.00 J-bolt set Sta-7 relocate $ 125.00 EA 1 $ 125.00 Spoils CY $ 34.00 EA 12 $ 408.00 Imported 5/8 CY $ 22.00 EA 6 $ 132.00 Ped pole bases $ 185.00 EA 7 $ 1,295.00 2 Conductor IMSA cable $ 2.35 EA 800 $ 1,880.00 Asph Conc disposal $ 300.00 EA 1 $ 300.00 Sawcutting $ 3.25 EA 185 $ 601.25 Subtotal Materials: $ 9,026.09 Markup @ 21% $ 1,895.48 Marked Up Total $ 10,921.57 TOTAL $ 39,639.57 Highmark Concrete - Proposed DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT Cement Conc Traf C&G 125 LF $ 42.25 $ 5,281.25 Cement Conc. Sidewalk 375 SF $ 10.25 $ 3,843.75 Cement Conc. Curb Ramp 5 EA $ 1,525.00 $ 7,625.00 Truncated Domes 120 SF $ 55.00 $ 6,600.00 TOTAL $ 23,350.00 TOTAL FOR CHANGE WORK SCI $ 26,339.79 AES $ 39,639.57 Highmark $ 23,350.00 Sub Markup @ 10% $ 6,298.96 Grand Total $ 95,628.31 Independent Estimate of cost to do the work Remove and Replace Ped Poles, Ramps, and Truncated Domes 1A Labor: Rate/MH No. Hours/Day Days Subtotal Foreman $ 69.07 1 8 4 $ 2,210.24 Operator $ 65.63 2 8 4 $ 4,200.32 Laborer $ 52.03 2 8 4 $ 3,329.92 Teamster $ 58.29 1 8 2 $ 932.64 Subtotal Labor: $ 10,673.12 Markup @ 29% $ 3,095.20 $ 13,768.32 1B Equipment Rate/MH No. Hours/Day Days Subtotal Backhoe $ 36.77 1 8 4 $ 1,176.64 Yanmar Mini $ 32.08 1 8 4 $ 1,026.56 1 Ton Tool Truck#325-055 $ 24.48 1 8 4 $ 783.36 Foreman Pickup#335-128 $ 23.43 1 8 2 $ 374.88 Mack Solo $ 94.35 1 8 4 $ 3,019.20 300-079/415-056 Subtotal Equipment: $ 6,380.64 Markup @ 21% $ 1,339.93 $ 7,720.57 1C Subcontractors Quantity UM Cost/Unit Subtotal Markup(10%) AES 1 LS $39,639.57 1 $ 39,639.57 $ 43,603.53 Highmark 1 LS $ 11,904.00 1 $ 11,904.00 Subtotal Subcontractor: $ 51,543.57 Markup @ 10% $ 5,154.36 $ 56,697.93 1C Materials Quantity UM Cost/Unit Subtotal Dump Fees 20 CY $ 12.00 1 $ 240.00 HMA 5 TNS $ 65.00 1 $ 325.00 Bolts for Push Buttons 1 LS $ 1,500.00 1 $ 1,500.00 Subtotal Materials: $ 2,065.00 Markup @ 21% $ 433.65 $ 2,498.65 TOTAL Items 1 A- 1 D $ 80,685.48 TOTAL w/o Subs $ 23,987.55 Independent Estimate - AES Description of Work -Add six(6) new ped poles and relocate one (1)existing for Stations 1, 2, 4, 5, & 7; utilizing existing relocated cambel push buttons. 1A Labor: Rate/MH Hrs. Subtotal Journeyman Electrician $ 89.86 84 $ 7,548.24 Groundsman $ 63.68 84 $ 5,349.12 Operator Foreman $ 84.19 36 $ 3,030.84 Ditch Digger $ 62.86 36 $ 2,262.96 Subtotal Labor: $ 18,191.16 Markup @ 29% $ 5,275.44 Marked Up Total $ 23,466.60 1B Equipment Rate/MH Hrs. Subtotal Dump Truck $ 90.00 36 $ 3,240.00 Tool Truck $ 30.00 10 $ 300.00 Foreman Truck $ 25.00 10 $ 250.00 Cat Excavator 305E $ 50.00 4 $ 200.00 Subtotal Equipment: $ 3,990.00 Markup @ 21% $ 837.90 Marked Up Total $ 4,827.90 1B Materials Rate/MH UM Quantity Subtotal 2" Sched 40 conduit $ 1.75 LF 120 $ 210.00 2" 90 degree bends $ 7.00 EA 14 $ 98.00 2" couplings $ 1.78 EA 28 $ 49.84 WSDOT ped poles $ 561.00 EA 6 $ 3,366.00 J-bolt set Sta-7 relocate $ 125.00 EA 1 $ 125.00 Spoils CY $ 34.00 EA 12 $ 408.00 Imported 5/8 CY $ 22.00 EA 6 $ 132.00 Ped pole bases $ 185.00 EA 7 $ 1,295.00 2 Conductor IMSA cable $ 2.35 EA 800 $ 1,880.00 Asph Conc disposal $ 300.00 EA 1 $ 300.00 Sawcutting $ 3.25 EA 185 $ 601.25 Subtotal Materials: $ 8,465.09 Markup @ 21% $ 1,777.67 Marked Up Total $ 10,242.76 TOTAL $ 38,537.26 Use $39,639.57 Independent Estimate - Highmark Concrete DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT Cement Conc Traf C&G 43 LF $ 42.25 $ 1,816.75 Cement Conc. Sidewalk 429 SF $ 10.25 $ 4,397.25 Cement Conc. Curb Ramp 2 EA $ 1,525.00 $ 3,050.00 Truncated Domes 48 SF $ 55.00 $ 2,640.00 TOTAL $ 11,904.00 It was agreed on 3/22/2018 with SCI to perform this work at the above Unit Costs. Not Lump Sum TOTAL FOR CHANGE WORK SCI $ 23,987.55 AES $ 39,639.57 Highmark $ 11,904.00 Sub Markup @ 10% $ 5,154.36 Grand Total $ 80,685.48 Calc'd By RM 2/15/2018 Checked By MJW 3/30/2018 $ 46.48 $ 1,998.43 $ 11.28 $ 4,836.98 $ 1,677.50 $ 3,355.00 $ 60.50 $ 2,904.00 RETURN TO: MERCEDES EXT: 2701 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS / STREETS ORIGINATING STAFF PERSON: NAVEEN CHANDRA EXT: 2729 3. DATE REQ. BY:RUSH G. TYPE OF DOCUMENT (CHECK ONE): o CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) o PUBLIC WORKS CONTRACT ❑ o PROFESSIONAL SERVICE AGREEMENT ❑ o GOODS AND SERVICE AGREEMENT ❑ o REAL ESTATE DOCUMENT ❑ o ORDINANCE ❑ er CONTRACT AMENDMENT (AG#): 17-043 ❑ 2" OTHER CHANGE ORDER # 3 SMALL OR LIMITED PUBLIC WORKS CONTRACT MAINTENANCE AGREEMENT HUMAN SERVICES / CDBG SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) RESOLUTION INTERLOCAL i. PROJECT NAME: S 356TH STREET IMPROVEMENTS PROJECT (PACIFIC HIGHWAY S TO ENCHANTED PARKWAY S) NAME OF CONTRACTOR: SCI INFRASTRUCTURE, LLC ADDRESS: 2825 s 154TH STREET, SEATTLE, WA98188 E-MAIL:MARK@ SC HNFRASTRUCTURE. COM T ELEPHON E:206-242 -063 3 FAX: 206-242-0792 SIGNATURE NAME: MARK SCOCCOLO TITLE: MANAGER EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN o REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE #02102515 BL, EXP. 12/31/17 ,� uBI #602094857 , EXP. 1/31/18 :. TERM: COMMENCEMFNT DATE: i, ,( L,/ COMPLETION DATE: UPON COMPLETION al TOTAL COMPENSATION: 9�/ 7a I y11•11.• DES ..f7iI G$Z R THE CHANGE ORDER #3 (INCLUDE EXPENSES AND SALES TAX, IF ANY, (IF CALCULATED ON HOURLY LABOR CHARGE - __ _ IEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: 0 YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE To: 306-4400-157-595-30-650 0. DOCUMENT�/ CONTRACT REVIEW S P(ROJECT MANAGER ,d DIVISION MANAGER • DEPUTY DIRECTOR IX DIRECTOR o RISK MANAGEMENT (IF APPLICABLE) IX LAW DEPT INITIAL / DATE REVIEWED NG/ 1. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: INITIAL / DATE APPROVED COUNCIL APPROVAL DATE: � ) . 2. CONTRACT SIGNATURE ROUTING 7 \ n� o SENT TO VENDOR/CONTRACTOR DATE SENT: (L\ \�j 1 1 -Cf DATE REC'D: o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) o LAW DEPT SIGNATORY'f vfOr IRECTOR) CITY CLERK NK ASSIGNED AG # X SIGNED COPY RETURNED o RETURN ONE ORIGINAL I ITIAL / DATE SIGNED DATE SENT: i/3o//g 4 j- ;OMMENTS: XECUTE" 2 " ORIGINALS citeVc1 Pi. e lS s �Sl.t.1 cothizsgeA 3/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 29 ti AG#: 17-033 03 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE South 356th Street Improvements Pacific Hwy S to Enchanted Parkway S) PROJECT TITLE SUMMARY OF PROPOSED CHANGES: This Change Order No. 03 Covers the work changes summarized below: SCI Infrastructure, LLC CONTRACTOR 1. Storm Drain Quarry Spalls (Field Work Directive 02) and Wall 4 Quarry Spalls (Field Work Directive 03) Scope: During the trench excavation for the Storm Drain in the vicinity of Station 207+00 LT to 208+00 LT, Unsuitable Material was encountered at the bottom of the trench. In areas where the bottom of the trench is determined to be "Unsuitable" by the Engineer, the Contractor shall excavate to a maximum depth of 5 feet below the pipe bedding and place Quarry Spalls. A Geotextile Fabric shall be placed between the Quarry Spalls and the Pipe Bedding. During the foundation excavation for Wall 4 in the vicinity of Wall Station 0+05 to 0+80, Unsuitable Material was encountered at finished Wall Subgrade. In areas where the bottom of the excavation is determined to be "Unsuitable" by the Engineer, the Contractor shall excavate to a maximum depth of 5 feet below the bottom of the Crushed Surfacing Base Course (CSBC) and place Quarry Spalls. A Geotextile Fabric shall be placed between the Quarry Spalls and the CSBC. Field Work Directive 02 - Oral Order given via email on May 1, 2017 and executed July 18, 2017. Field Work Directive 03 - Oral Order given in the field July 10, 2017 and executed August 16, 2017. Measurement and Payment: New Bid Item C003.1 "Quarry Spalls for Trench and Wall Stabilization, including Geotextile," per Ton is created. Measurement and Payment for New Bid Item C003.1 will be paid for at a unit rate of $44.15 per Ton. Time Statement: No working days will be added to the contract due to this change. 2. Electrical at Pac HWY Intersection (Field Work Directive 04) Scope: This work is related to the signal at the S. 356th and Pacific Highway intersection within the S. 356th Improvement project limits. The added scope is to replace an existing junction box with a new junction box and installing conduits for illumination and fiber optic cables, which is required to complete the S. 356th Improvement Project. The Contractor shall perform the following work, as shown on FWD 04 Sheet 314, at the northeast intersection of Pacific Hwy S and S 356th Street: AG#: 17-033 - South 356th Street Improvements Change Order 03 • Replace the Existing Type- 1 Junction Box (JB) with a Type -8 JB (Location A). • Install a new 4 inch Fiber Conduit from the new Type -8 JB, behind the existing sidewalk to an existing Pull Box (Location B). • Install a new 2 inch Illumination Conduit from the new Type -8 JB, behind the existing sidewalk the an existing JB (Location C). • Install 2 new, 2 inch Conduit Stubs at Location A. • Remove and replace the existing sidewalk panel at Location A. Field Work Directive 04 — Oral Order given June 14, 2017 during a Weekly Meeting and executed September 20, 2017. Measurement and Payment: New Bid Item C003.2 "Electrical at Pac HWY Intersection," Lump Sum is created. Measurement and Payment for New Bid Item C003.2 will be paid for at a lump sum price of $12,460.40. Time Statement: No working days will be added to the contract due to this change. 3. Remove Existing Wall (Field Work Directive 05) Scope: While excavating for the PSE intercept point (IP -1 pull vault PV 1), the Contractor encountered an existing retaining wall in the vicinity of Station 219+00 RT. The existing retaining wall and footing was not shown on the plans and is located between Stations 217+46 to 220+50 RT. The wall is in conflict with the roadway grading and the Contractor is directed to remove and dispose of the wall and footing. Field Work Directive 05 — Oral Order given June 15, 2017 with the response to RFI 9 and executed October 27, 2017. Measurement and Payment: New Bid Item C003.3 "Removal and Disposal of the Existing Retaining Wall — Vic 219+00 RT," Lump Sum is created. Measurement and Payment for New Bid Item C003.3 will be paid for at a lump sum price of $4,176.57. Time Statement: It took two (2) days for the Contractor to perform the removal of the existing wall during which the Roadway Grading was delayed. The Roadway Grading is a Critical Path Item. An additional two (2) days will be added to the contract. 4. Replace 2" Conduits at Wall 2 (Field Work Directive 06) Scope: The Contractor is directed to replace the two existing 2" pre-empt conduits at Wall 2 from HWY 99 to the existing opticom pre-emptive pole located at Station 206+50 RT. During construction the conduits were encountered at a shallower depth than anticipated and need to be lowered in order to complete roadway and sidewalk grading. CHANGE ORDER AGREEMENT 2 12/17 AG#: 17-033 - South 356`h Street Improvements Change Order 03 Field Work Directive 06 — Oral Order given in the field August 7, 2011 and executed October 27, 2017. Measurement and Payment: New Bid Item C003.4 "Replacement of 2" Pre-Empt Conduit at Wall 2," Lump Sum is created. Measurement and Payment for New Bid Item C003.4 will be paid for at a lump sum price of $3,331.32. Time Statement: No working days will be added to the contract due to this change. 5. Regrading and Wall Work at Wall 1 (Field Work Directive 07) Scope: The designed top of wall grade for Wall 1 when constructed did not allow for the City to have access to the top of the existing detention pond berm for maintenance. The Contractor is directed to add an additional block layer to Wall 1 and regrade the slope to match the adjacent pond berm slopes. Field Work Directive 07 — Oral Order given in the field July 7, 2017 and executed October 27, 2017. Measurement and Payment: New Bid Item C003.5 "Regrading and Wall Work at Wall 1," Lump Sum is created. Measurement and Payment for New Bid Item C003.5 will be paid for at a lump sum price of $2,946.40. Time Statement: No working days will be added to the contract due to this change. 6. Lowe's Irrigation System Revisions (Field Work Directive 08) Scope: Due to the Lowe's driveway modifications existing irrigation lines at the east corner are in conflict with the new design. The Contractor is directed to replace irrigation lines and install sleeves under the east and west sidewalks and across the entrance as directed in the field by the Engineer. Field Work Directive 08 — Oral Order given in the field August 28, 2017 and executed October 27, 2017. Measurement and Payment: New Bid Item C003.6 "Lowe's Irrigation System Revisions," Lump Sum is created. Measurement and Payment for New Bid Item C003.6 will be paid for at a lump sum price of $2,425.84. Time Statement: No working days will be added to the contract due to this change. CHANGE ORDER AGREEMENT 3 12/17 AG#: 17-033 - South 356th Street Improvements Change Order 03 7. Anti -Graffiti Coating — Walls 1, 2, and 7 (Field Work Directive 09) Scope: The Contractor is directed to apply an Anti -Graffiti Coating to Walls 1, 2, 7, and the existing wall adjacent to Wall 2 for an estimated wall area of 3,000 square feet. The Anti -Graffiti Coating shall be the same product required for Wall 5 as noted in Special Provision Section 6-16.3(8) Concrete Fascia Panel. Field Work Directive 09 — Oral Order given via email September 15, 2017 and executed November 07, 2017. Measurement and Payment: New Bid Item C003.7 "Anti -Graffiti Coating — Walls 1, 2, and 7," per Square Foot is created. Measurement and Payment for New Bid Item C003.7 will be paid for at a unit rate of $3.45 per square foot. Time Statement: No working days will be added to the contract due to this change. 8. 6 Ft Black Vinyl Coated Chain Link Fence (Field Work Directive 10) Scope: The Contractor is directed to replace the 4' Black Vinyl Coated Chain Link Fence around the new detention pond and between Stations 208+62.88 RT and 216.60.06 RT with a 6' Black Vinyl Coated Chain Link Fence. This work includes removing 150 LF of previously installed 4' fence fabric; removing and reinstalling 300 LF of top rail and hardware; furnishing and welding a 2' extension piece onto each of the installed 4' poles (34 Total Posts); painting the welded areas; and installing a 6' fence fabric. In addition, the Contractor shall install a Single 6' Chain Link Gate (6') at approximate Station 209+95 RT, Double 12' Chain Link Gate (6') at approximate Station 210+90 RT and a Double 20' Chain Link Gate (6') at approximate Station 208+60 RT. The Contractor shall remove and reinstall the Double 42' Chain Link Gate at approximate Station 212+74 RT and the Single 21' Chain Link Gate at approximate Station 216+75 RT. Field Work Directive 10 — Oral Order given via email September 28, 2017 and executed November 16, 2017. Measurement and Payment: New Bid Item C003.8 "Pond Fence Modification," Lump Sum is created. New Bid Item C003.9 "Chain Link Fence (6') Vinyl Coated," per Linear Foot is created. New Bid Item C003.10 "Single 6' Chain Link Gate (6')," per each is created. New Bid Item C003.11 "Double 12' Chain Link Gate (6')," per each is created. New Bid Item C003.12 "Double 20' Chain Link Gate (6')," per each is created. New Bid Item C003.13 "Driveway D-5 and D-7 Gate Relocation," Lump Sum is created. CHANGE ORDER AGREEMENT 4 12/17 AG#: 17-033 - South 356`h Street Improvements Change Order 03 Existing Bid Item A95 "Black Vinyl Coated Chain Link Fence.," per Linear Foot is reduced by 775 feet. Existing Bid Item A97 "Double 20 Ft. Chain Link Gate," per Each is reduced by 1. Existing Bid Item A98 "Single 6 Ft. Chain Link Gate," per Each is reduced by 1. Measurement and Payment for New Bid Item C003.8 will be paid for at a lump sum price of $7,280.00. Measurement and Payment for New Bid Item C003.9 will be paid for at a unit rate of $32.48 per linear foot. Measurement and Payment for New Bid Item C003.10 will be paid for at a unit rate of $896.00 per each. Measurement and Payment for New Bid Item C003.11 will be paid for at a unit rate of $1,920.00 per each. Measurement and Payment for New Bid Item C003.12 will be paid for at a unit rate of $1,920.00 per each. Measurement and Payment for New Bid Item C003.13 will be paid for at a lump sum price of $2,464.00. Measurement and Payment for Existing Bid Item A95 will be credited at a unit rate of -$22.50. Measurement and Payment for Existing Bid Item A97 will be credited at a unit rate of -$1,300.00. Measurement and Payment for Existing Bid Item A98 will be credited at a unit rate of -$600.00. Time Statement: No working days will be added to the contract due to this change. 9. Lowe's Driveway Modifications (Field Word Directive 11) Scope: The Contractor shall construct the Lowe's Driveway in accordance with the attached Plan Sheets 6, 35, 36, 37, 37A, and 49. This work includes the following: • Additional Sawcuting • Additional Concrete Removal • Additional Grading • Traffic Control • High Early Strength Concrete for Pour #1 • A Valley Gutter between the 2 Curb Ramps • 2 new Curb Ramps • A new 18" Curb (Hand Formed) • Additional Cement Concrete Pavement with Wire Mesh • Potential Modifications to Wall 7 Field Work Directive 11 — Oral Order given via email July 27, 2017 and executed December 04, 2017. CHANGE ORDER AGREEMENT 5 12/17 AG#: 17-033 - South 3566 Street Improvements Change Order 03 Measurement and Payment: Additional Sawcutting will be measured and paid for at the contract unit rate under Bid Item A21 "Sawcutting." Traffic Control will be measured and paid for at the contract unit rate under Bid Item A 10 "Flaggers and Spotters" and Bid Item A 11 "Other Traffic Control Labor," as needed. Cement Conc. Pavement will be measured and paid for at the contract unit rate under Bid Item A41 "Cement Conc. Pavement." The Concrete Apron to Valley Gutter will be measured and paid for at the contract unit rate under Bid Item A91 "Cement Conc. Pavement Approach 3 -Day." New Bid Item C003.14 "Lowes Curb Ramps," per each is created. New Bid Item C003.15 "Valley Gutter," per Linear Foot is created. New Bid Item C003.16 "18" Curb (Hand Formed)," per Linear Foot is created. New Bid Item C003.17 "Lowes Modification Adjustment," Lump Sum is created. Existing Bid Item A104 "Cement Conc. Single Direction Curb Ramp," per Each is reduced by 2. Measurement and Payment for New Bid Item C003.14 will be paid for at a unit rate of $2,072.00 per each. Measurement and Payment for New Bid Item C003.15 will be paid for at a unit rate of $50.00 per linear foot. Measurement and Payment for New Bid Item C003.16 will be paid for at a unit rate of $25.00 per linear foot. Measurement and Payment for New Bid Item C003.17 will be paid for at a lump sum price of $13,461.16 and includes all costs associated with the additional concrete removal, additional grading, high early strength concrete, wire mesh and reinforcing dowels. Measurement and Payment for Existing Bid Item A104 will be credited at a unit rate of -$1,800.00. Time Statement: The Lowe's Driveway is a Critical Path Item and these modifications delay the completion of this work element. The Contractor's request for an additional three (3) days is warranted and will be added to the contract. 10. Concrete Leveling Pad Credit (RFI 11) Scope: The Contractor proposed by RFI 11 to eliminate the 6 inch concrete leveling pad for the Structural Earth Walls (1, 3, 4, and 6). The EOR agreed that the concrete leveling pad was not required provided that the Contractor was able to install the wall level using 6 inches for CSBC. CHANGE ORDER AGREEMENT 6 12/17 AG#: 17-033 - South 356th Street Improvements Change Order 03 Measurement and Payment: New Bid Item C003.18 "Concrete Leveling Pad Credit," Lump Sum is created. Measurement and Payment for New Bid Item C003.18 will be credited at a unit rate of -$7,500.00 Lump Sum. Time Statement: No working days will be added to the contract due to this change. 11. Property Restoration Scope: When during the course of construction activities, damage has occurred to property or properties, the Contractor shall rebuild, repair, restore and make good all damages to the affected area(s) to the original condition or better as directed by the Engineer. Measurement and Payment: New Bid Item C003.19 "Property Restoration," Force Account is created with an estimated amount of $10,000.00. No specific unit of measurement will apply to the new Bid Item C003.19. Time Statement: No working days will be added to the contract due to this change. 12. Tree Substitution (RFI 18) Scope: RFI 18 allowed the substitution of Fraxinus Pennsylvanica `Patmore' 2.5" Cal for Acer Saccharum `Green Mountain' 2.5" Cal and Fraxinus Pennsylvanica `Patmore' 3" Cal for Tilia Tomentosa `PNI 6051' 2.5" Cal. This was a Contractor proposed change due to the local availability of trees. Measurement and Payment: New Bid Item C003.20 "Fraxinus Pennsylvanica `Patmore' 2.5" Cal," per Each is created. New Bid Item C003.21 "Fraxinus Pennsylvanica `Patmore' 3" Cal," per Each is created. Existing Bid Item A75 "PSIPE, Acer Saccharum `Green Mountain' / Green Mountain Maple, 2.5" Cal., 12' 14' Ht.," per Each is reduced by 20. Existing Bid Item A76 PSIPE, Tilia Tomentosa `PNI 601' / Green Mountain Linden, 2.5" Cal., 12'-14' Ht.," per Each is reduced by 36. Measurement and Payment for New Bid Items C003.20 and C003.21 will be paid for at a unit rate of $460.00 per Each. Measurement and Payment for Existing Bid Item A75 will be credited at a unit rate of -$460.00. CHANGE ORDER AGREEMENT 7 12/17 AG#: 17-033 - South 356`h Street Improvements Change Order 03 Measurement and Payment for Existing Bid Item A76 will be credited at a unit rate of -$460.00. Time Statement: No working days will be added to the contract due to this change. 13. Pavement Removal at Station 219+00 RT Scope: Between Station 217+80 RT and 220+60 RT, Typical Section C on Plan Sheet 5 requires that the existing roadway be grinded/preleveled prior to placement of the final 2" overlay. In this area the prelevel required is greater than the Widening Pavement Section. The Contractor shall sawcut, remove and dispose of the existing HMA as directed in the field by the Engineer and replace with 6" of Crushed Surfacing Base Course (CSBC) and 5" of HMA CL 1" PG 64-22. Oral Order was given in the field by the on-site Inspector on August 16, 2017. Measurement and Pavement: Additional Sawcutting will be measured and paid for at the contract unit rate under Bid Item A21 "Sawcutting." Additional HMA will be measured and paid for at the contract unit rate under Bid Item A36. New Bid Item C003.22 "HMA Removal and Disposal — Station 219+00 RT," Lump Sum is created. Measurement and Payment for New Bid Item C003.22 will be paid for at a lump sum price of $5,371.23. Time Statement: No working days will be added to the contract due to this change. 14. Ditch Modification Station 213+50 LT Scope: The location of the outfall of the 24" Stormdrain at Station 214+03.76, 52.00 LT is about 3 feet below and directly adjacent to the edge of sidewalk. In order to eliminate the abrupt edge the Contractor shall extend the 24" Stormdrain 8 feet beyond the edge of sidewalk. In order to provide positive flow between the new outfall and existing ditch culvert under driveway D-4 (Station 212+72) the contractor shall regrade the ditch and add Quarry Spalls. Oral Order was given during the August 2, 2017 Weekly Meeting. Measurement and Pavement: Additional 24" Stormdrain will be measured and paid for at the contract unit rate under Bid Item A56. New Bid Item C003.23 "Ditch Modification Station 213+50 LT," Lump Sum is created. Measurement and Payment for New Bid Item C003.23 will be paid for at a lump sum price of $4,124.92. CHANGE ORDER AGREEMENT 8 12/17 AG#: 17-033 - South 356th Street Improvements Change Order 03 Time Statement: No working days will be added to the contract due to this change. 15. Straight Arrow Sign on EB Direction Mast Arm Scope: The Contractor shall furnish a Straight Arrow Sign - R3 -5A (30"x36") for the EB Mast Arm at the intersection of Pacific Highway and S 356th Street. This sign will be installed by others. Oral Order given via email on October 12, 2017. Measurement and Payment: New Bid Item C003.24 "Straight Arrow Sign - R3 -5A," Lump Sum is created. Measurement and Payment for New Bid Item C003.24 will be paid for at a lump sum price of $206.31. Time Statement: No working days will be added to the contract due to this change. 16. Existing Detection Loop Cable at Station 205+80 LT (RFI 19) Scope: Plan Sheets 99 and 100 require that the Contractor remove the existing 2CS cable from the existing Vehicle Induction Loops back to the closest Junction Box at approximate Station 204+30 LT then reinstall to the new Junction Box installed at approximate Station 205+80 LT. Due to potential damage to the existing conduit the 2CS cable is not able to be removed. The Contractor is directed to abandoned the existing 2CS wire and install new 2CS wire between the existing Junction Box at approximate Station 204+30 LT and the new Junction Box at approximate Station 205+80 LT. Measurement and Payment: New Bid Item C003.25 "New Detection Loop Cable STA 205+80 LT," Lump Sum is created. Measurement and Payment for New Bid Item C003.25 will be paid for at a lump sum price of $812.50. Time Statement: No working days will be added to the contract due to this change. 17. Wall 5 — Top of Wall Swale Scope: Water flowing from the adjacent property above Wall 5 is eroding the backfill behind the wall and in areas flowing over the top and down the face of the wall and onto the sidewalk. In order to redirect the water the Contractor shall construct a Swale at the top of Wall 5 in accordance with the attached revised Plan Sheets 41 and 42. This Swale will catch the water and redirect it to Storm Drain Structure 53 (Station 215+89 LT). CHANGE ORDER AGREEMENT 9 12/17 AG#: 17-033 - South 356th Street Improvements Change Order 03 Oral Order given via email November 1, 2017. Measurement and Payment: New Bid Item C003.26 "Wall 5 — Top of Wall Swale," Lump Sum is created. Measurement and Payment for New Bid Item C003.26 will be paid for at a lump sum price of $1,472.63. Time Statement: No working days will be added to the contract due to this change. 18. Existing Bid Item Al "Unexpected Site Changes" Scope: Bid Item A 1 "Unexpected Site Changes," was used to compensate the Contractor for directed work prior to this Change Order. This Change Order decreases the amount of Bid Item Al by $37,653.26 and compensates the Contractor by the New Bid Items noted above. Measurement and Payment: Existing Bid Item Al "Unexpected Site Changes," Estimated. Measurement and Payment for Existing Bid Item Al will be credited at a unit rate of -$37,653.26. CHANGES TO THE BID SCHEDULE: 1. Schedule A — Add New Bid Item C003.1 "Quarry Spalls for Trench and Wall Stabilization," per Ton. The new unit cost for this item is $44.15 per Ton. The quantity is 93.1 tons. The total change for this item is an increase of $4,110.37 2. Schedule A — Add New Bid Item C003.2 "Electrical at Pac HWY Intersection," Lump Sum. The new unit cost for this item is $12,460.40 Lump Sum. The quantity is 1. The total change for this item is an increase of $12,460.00. 3. Schedule A — Add New Bid Item C003.3 "Removal and Disposal of the Existing Retaining Wall — Vic 219+00 RT," Lump Sum. The new unit cost for this item is $4,176.57 Lump Sum. The quantity is 1. The total change for this item is an increase of $4,176.57. 4. Schedule A — Add New Bid Item C003.4 "Replacement of 2" Pre-Empt Conduit at Wall 2," Lump Sum. The new unit cost for this item is $3,331.32 Lump Sum. The quantity is 1. The total change for this item is an increase of $3,331.32. 5. Schedule A — Add New Bid Item C003.5 "Regrading and Wall Work at Wall 1," Lump Sum. The new unit cost for this item is $2,946.40 Lump Sum. The quantity is 1. The total change for this item is an increase of $2,946.40. 6. Schedule A — Add New Bid Item C003.6 "Lowe's Irrigation System Revisions," Lump Sum. The new unit cost for this item is $2,425.84 Lump Sum. The quantity is 1. The total change for this item is an increase of $2,425.84. 7. Schedule A — Add New Bid Item C003.7 "Anti -Graffiti Coating — Walls 1, 2, and 7," per Square Foot. The new unit cost for this item is $3.45 per square foot. The quantity is 3,000 SF. CHANGE ORDER AGREEMENT 10 12/17 AG#: 17-033 - South 356`h Street Improvements Change Order 03 The total change for this item is an increase of $10,350.00. 8. Schedule A — Add New Bid Item C003.8 "Pond Fence Modification," Lump Sum. The new unit cost for this item is $7,280.00. The quantity is 1. The total change for this item is an increase of $7,280.00. Schedule A — Add New Bid Item C003.9 "Chain Link Fence (6') Vinyl Coated," per Linear Foot. The new unit cost for this item is $32.48 per linear foot. The quantity is 775 LF. The total change for this item is an increase of $25,172.00. Schedule A — Existing Bid Item A95 "Black Vinyl Coated Chain Link Fence — 4 Ft.," per Linear Foot. Change to current bid item is — 775 LF. The new estimated quantity of Bid Item A95 is 1,455 LF. The total change amount for this item is a decrease of ($17,437.50). Schedule A — Add New Bid Item C003.10 "Single 6' Chain Link Gate (6')," per Each. The new unit cost for this item is $896.00 per each. The quantity is 1. The total change for this item is an increase of $896.00. Schedule A — Existing Bid Item A98 "Single 6 Ft. Chain Link Gate.," per Each. Change to current bid item is — 1 EA. The new estimated quantity of Bid Item A98 is 0 EA. The total change amount for this item is a decrease of ($600.00). Schedule A — Add New Bid Item C003.11 "Double 12' Chain Link Gate (6')," per Each. The new unit cost for this item is $1,920.00 per each. The quantity is 1. The total change for this item is an increase of $1,920.00. Schedule A — Add New Bid Item C003.12 "Double 20' Chain Link Gate (6')," per Each. The new unit cost for this item is $1,920.00 per each. The quantity is 1. The total change for this item is an increase of $1,920.00. Schedule A — Existing Bid Item A97 "Double 20 Ft. Chain Link Gate.," per Each. Change to current bid item is — 1 EA. The new estimated quantity of Bid Item A97 is 1 EA. The total change amount for this item is a decrease of ($1,300.00). Schedule A — Add New Bid Item C003.13 "Driveway D-5 and D-7 Gate Relocation," Lump Sum. The new unit cost for this item is $2,464.00 lump sum. The quantity is 1. The total change for this item is an increase of $2,464.00. 9. Schedule A — Add New Bid Item C003.14 "Lowes Curb Ramps," per Each. The new unit cost for this item is $2,072.00 per each. The quantity is 2. The total change for this item is an increase of $4,144.00. Schedule A — Add New Bid Item C003.15 "Valley Gutter," per Linear Foot. The new unit cost for this item is $50.00 per linear foot. The quantity is 50 LF. The total change for this item is an increase of $2,500.00. Schedule A — Add New Bid Item C003.16 "18" Curb (Hand Formed," per Linear Foot. The new unit cost for this item is $25.00 per linear foot. The quantity is 23 LF. The total change for this item is an increase of $575.00 Schedule A — Add New Bid Item C003.17 "Lowes Modification Adjustment," Lump Sum. The new unit cost for this item is $13,461.16 lump sum. The quantity is 1. The total change for this item is an increase of $13,461.16. CHANGE ORDER AGREEMENT 11 12/17 AG#: 17-033 - South 356`h Street Improvements Change Order 03 Schedule A - Existing Bid Item A104 "Cement Conc. Single Direction Curb Ramp," per Each. Change to current bid item is - 2 Each. The new estimated quantity of Bid Item A104 is 0 Each. The total change amount for this item is a decrease of ($3,600.00). 10. Schedule A - Add New Bid Item C003.18 "Concrete Leveling Pad Credit," Lump Sum. The new unit cost for this item is $-7,500.00 per each. The quantity is 1. The total change for this item is a decrease of ($7,500.00). 11. Schedule A - Add New Bid Item CO3.19 "Property Restoration," Force Account. The measurement and payment for this new bid item is by Force Account. The estimated quantity is $10,000.00. The total change for this item is an increase of $10,000.00. 12. Schedule A - Add New Bid Item C003.20 "Fraxinus Pennsylvanica `Patmore' 2.5" Cal," per Each. The new unit cost for this item is $460.00 per each. The quantity is 35. The total change for this item is an increase of $16,100.00. Schedule A - Add New Bid Item C003.21 "Fraxinus Pennsylvanica `Patmore' 3" Cal," per Each. The new unit cost for this item is $460.00 per each. The quantity is 21. The total change for this item is an increase of $9,660.00. Schedule A - Existing Bid Item A75 "PSIPE, Acer Saccharum `Green Mountain' / Green Mountain Maple, 2.5" Cal, 12'-14' Ht.," per Each. Change to current bid item is - 20 Each. The new estimated quantity of Bid Item A75 is 0 Each. The total change amount for this item is a decrease of ($9,200.00). Schedule A - Existing Bid Item A76 "PSIPE, Tilia Tomentosa `PNI 6051' / Green Mountain Linden, 2.5" Cal, 12'-14' Ht.," per Each. Change to current bid item is - 36 Each. The new estimated quantity of Bid Item A76 is 0 Each. The total change amount for this item is a decrease of ($16,560.00). 13. Schedule A - Add New Bid Item C003.22 "HMA Removal and Disposal - Station 219+00 RT," Lump Sum. The new unit cost for this item is $5,371.23 per each. The quantity is 1. The total change amount for this item is an increase of $5, 371.23. 14. Schedule A - Add New Bid Item C003.23 "Ditch Modification Station 213+50 LT," Lump Sum. The new unit cost for this item is $4,124.92 per each. The quantity is 1. The total change amount for this item is an increase of $4,124.92. 15. Schedule A - Add New Bid Item C003.24 "Straight Arrow Sign - R3 -5A," Lump Sum. The new unit cost for this item is $206.31 per each. The quantity is 1. The total change amount for this item is an increase of $206.31. 16. Schedule A - Add New Bid Item C003.25 "New Detection Loop Cable STA 205+80 LT," Lump Sum. The new unit cost for this item is $812.50 per each. The quantity is 1. The total change amount for this item is an increase of $812.50. 17. Schedule A - Add New Bid Item C003.26 "Wall 5 - Top of Wall Swale," Lump Sum. The new unit cost for this item is $1,472.63 per each. The quantity is 1. The total change amount for this item is an increase of $1,472.63. CHANGE ORDER AGREEMENT 12 12/17 AG#: 17-033 - South 356`h Street Improvements Change Order 03 NET CHANGES TO THE BID SCHEDULE: Bid Item Description Existing Quantity Change Quantity Unit Unit Cost Change Item Total C003.1 Quarry Spalls for Trench Stabilization 0 93.1 TON $44.15 4,110.37 C003.2 Electrical at Pac HWY Intersection 0 1 LS $12,460.00 $12,460.00 C003.3 Removal and Disposal of the Existing Retaining Wall - Vic 219+00 RT 0 1 LS $4,176.57 $4,176.57 C003.4 Replacement of 2" Pre-Empt Conduit at Wall 2 0 1 LS $3,331.32 $3,331.32 C003.5 Regrading and Wall Work at Wall 1 0 1 LS $2,946.40 $2,946.40 C003.6 Lowe's Irrigation System Revisions 0 1 LS $2,425.84 $2,425.84 C003.7 Anti -Graffiti Coating 0 3,000 SF $3.45 $10,350.00 C003.8 Pond Fence Modification 0 1 LS $7,280.00 $7,280.00 C003.9 Chain Link Fence (6') Vinyl Coated 0 775 LF $32.48 $25,172.00 C003.10 Single 6' C(h6aij Link Gate 0 1 EA $896.00 $896.00 C003.11 Double 12' C(6 jin Link Gate 0 1 EA $1,920.00 $1,920.00 C003.12 Double 20' C(6 jin Link Gate 0 1 EA $1,920.00 $1,920.00 C003.13 Driveway D-5 and D-7 Gate Relocation 0 1 LS $2,464.00 $2,464.00 C003.14 Lowes Curb Ramps 0 2 EA $2,072.00 $4,144.00 C003.15 Valley Gutter 0 50 LF $50.00 $2,500.00 C003.16 18" Curb (Hand Formed) 0 23 LF $25.00 $575.00 C003.17 Lowes Modification Adjustment 0 1 LS $13,461.16 $13,461.16 C003.18 Concrete Leveling Pad Credit 0 1 LS) ($7,500.00 ($7,500.00) C003.19 Property Restoration 0 10,000 Est $10,000.00 $10,000.00 C003.20 Fraxinus Pennsylvanica `Patmore', 2.5" Cal 0 35 EA $460.00 $16,100.00 C003.21patmore', Fraxinus Pennsylvanica 3" Cal 0 21 EA $460.00 $9,660.00 C003.22 HMA Removal and Disposal - Station 219+00 RT 0 1 LS $5,371.23 $5,371.23 C003.23 Ditch Modification Station 213+50 LT 0 1 LS $4,124.92 $4,124.92 C003.24 Straight Arrow Sign - R3-0 5A 1 LS $206.31 $206.31 C003.25 New Detection Loop Cable STA 205+80 LT 0 1 LS $812.50 812.50 C003.26 Wall 5 -Top of Wall Swale 0 1 LS $1,472.63 $1,472.63 A75 PSIPE, Acer Saccharum `Green Mountain' / Green Mountain Maple, 2.5" Cal., 12'-14' Ht. 20 -20 EA $460.00 ($9,200.00) A76 PSIPE, Tilia Tomentosa PNI 601' / Green Mountain Linden, 2.5" Cal, 12'-14' Ht. 36 -36 EA $460.00 ($16,560.00) CHANGE ORDER AGREEMENT 13 12/17 AG#: 17-033 - South 356th Street Improvements Change Order 03 A95 Black Vinyl Coated Chain Link Fence — 4 Ft. 2,230 -775 LF $22.50 (17,437.50) A97 Double 20 Ft. Chain Link Gate (4') 2 -1 EA $1,300.00 ($1,300.00) A98 Single 6 Ft. Chain Link Gate 1 -1 EA $600.00 ($600.00) A104 Cement Conc. Single Direction Curb Ramp 2 -2 EA $,1800.00 ($3,600.00) Total This Change $91,682.75 The time provided for completion in the Contract is ❑ Unchanged ® Increased ❑ Decreased by five (5) Working Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? ❑ Yes CE] No Yes No STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT DIRECTQR' S SIGNATURE $ 3,890,299.10 $ 0.00 $ 91,682.75 $ 3,981,981.85 01 -7b -le DATE 01 —2ek1$ DATE CHANGE ORDER AGREEMENT 14 12/17 RETURN TO: SHAWNA EXT: 2701 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS / STREETS ORIGINATING STAFF PERSON: NAVEEN CHANDRA EXT: 2729 3. DATE REQ. BY:RU G. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE ❑ CONTRACT AMENDMENT (AG #): 17 -043 ❑ OTHER CHANGE ORDER # 2 SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL PROJECT NAME: S 356TH STREET IMPROVEMENTS PROJECT (PACIFIC HIGHWAY S TO ENCHANTED PARKWAY S) I. NAME OF CONTRACTOR: SCI INFRASTRUCTURE, LLC ADDRESS: 2825 S 154TH STREET, SEATTLE, WA 98188 E- MAIL: MARK@SC IINFRASTRUCTURE.COM SIGNATURE NAME: MARK SCOCCOLO TELEPHONE:206- 242 -0633 FAX: 206-242-0792 TITLE: MANAGER EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE #02102515 BL, EXP. 12/31/17 uBI #602094857 , EXP. 1/31/18 • 1. TERM: COMMENCEMENT DATE: COMPLETION DATE: UPON COMPLETION P. TOTAL COMPENSATION: $3,890,299.10 INCLUDES $0.00 FOR THE CHANGE ORDER # 2 (INCLUDE EXPENSES AND SALES TAX, IF ANY (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE To: 306 - 4400 - 157 - 595 -30 -650 0. DOCUMENT / CONTRACT REVIEW /PROJECT MANAGER p• DIVISION MANAGER Q/DEPUTY DIRECTOR Al-DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) L.AW DEPT 1. COUNCIL APPROVAL (IF APPLICABLE) INITIAL / DATE REVIEWED is — A71 COMMITTEE APPROVAL DATE: INITIAL / DATE APPROVED COUNCIL APPROVAL DATE: 2. CONT CT SIGNATURE ROUTING C I Fj SENT TO VENDOR/CONTRACTOR DATE SENT::41 DATE RED: ✓'�� 4 � ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENS S, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) kLAW DEPT i(SIGNATORY (MAYOR OR DIRECTOR) 5131 CITY CLERK _ ASSIGNED AG # N `r■IIGNED COPY RETURNED ii1CRETURN ONE ORIGINAL ;OMMENTS: ;XE UTE " 2 " ORIGINALS INITIAL / DATE SIG ED 3/2017 Federal Way CITY HALL 33325 8th Avenue South Federal Way, WA 98003 -6325 (253) 835 -7000 www cilyoffederalway. com CONSTRUCTION RETAINAGE ESCROW AGREEMENT FOR S 356TH STREET IMPROVEMENTS PROJECT (PACIFIC HWY S TO ENCHANTED PARKWAY S) and AG #17-043 TO: BANK OF THE WEST: Rachel Thacker, VP Business Banking Bank of the West 701 Pike Street #2250 Seattle, WA 98101 (206) 303 -7563 (telephone) Federal Tax ID: 91 -208 7893 SCI INFRASTRUCTURE, LLC: Mark Scoccolo 2825 S 154th Street Seattle, WA 98188 (206) 242 -0633 (telephone) (206) 242 -0792 (facsimile) Mark(a7 sc i i n frastructure.com CITY OF FEDERAL WAY: Naveen Chandra 33325 8th Avenue South Federal Way, WA 98003 -6325 (253) 835 -2729 (telephone) (253) 835 -2709 (facsimile) Naveen.chandra(alcityoffederalway.com I. GENERAL. Pursuant to Chapter 60.28.011 of the Revised Code of Washington, relating to the retained percentage of construction contractor payments, the undersigned, SCI Infrastructure, LLC, hereinafter referred to as the Contractor, has directed the City of Federal Way, hereinafter referred to as the City, to deliver to you its warrants or checks which shall be payable to the you and the contractor jointly. Such warrants or checks are to be held and disposed of by you in accordance with the following instructions and upon the terms and conditions hereinafter set forth. 2. INSTRUCTIONS. 2.1 The City shall deliver to you from time to time checks or warrants payable jointly to you and the Contractor. You are hereby authorized by the Contractor to endorse in the Contractor's name any such check or warrant so that you may receive the proceeds thereof and invest the same. The power of endorsement hereby granted to you by the Contractor shall be deemed a power couple with an interest and shall be irrevocable during the term of this escrow. Although you may be a payee named in such warrants or checks as shall be delivered to you, your duties and responsibilities which a depository bank would have pursuant to Article 4 of the Uniform Commercial Code of the State of Washington for an item deposited with it for collection as of the date such check or warrant shall be delivered to you. The proceeds from collections shall be used by you to purchase, as directed by the Contractor, bonds or other securities chosen by the Contractor and approved by you, and the City. For the purpose of each such purchase, you may follow the last written direction received by you from the Contractor, provided such direction otherwise conforms to the restrictions on investments recited herein. Attached as Exhibit A is a list of such bonds or other securities approved by the City. No further approval is necessary if any of these bonds or securities, except stocks, may be selected by the Contractor, subject to express written approval of you and the City. Purchase of such bonds or other securities shall be in a form that shall allow you alone to reconvert such bonds or other securities into money if you are required to do so by the City as provided in this Escrow Agreement. The investments selected by the Contractor, approved by the City, and purchased by you must mature on or prior to the date set for the completion of the contract, including extensions thereof or thirty days following the final acceptance of said improvement work. CONSTRUCTION RETAINAGE ESCROW AGREEMENT 1 4/2017 CITY 4F Federal Way CITY HALL 33325 8th Avenue South Federal Way, WA 98003 -6325 (253) 835 -7000 www cityofederolway corn 2.2 When and as interest on the securities held by you pursuant to this agreement accrues and is paid, you shall collect such interest and forward it to the Contractor at its address, designated below, unless with your written consent the Contractor otherwise directs you in writing. You are not authorized to deliver to the Contractor all or any part of the principal and/or securities held by you pursuant to the agreement (or any monies derived from the sale of such warrants or checks) except in accordance with written instructions from the City. The City shall inform you and keep you informed in writing of the name of the person or persons with authority to give you such written instructions. Compliance with such instructions shall relieve you of any further liability related thereto. The estimated completion date on the contract underlying this Escrow Agreement is June 30, 2018. Upon request by you, the City shall advise you in writing of any change in the estimated completion date. If the estimated completion date is changed, you are authorized to reinvest the monies held hereunder in accordance with the new estimated completion date. 2.3 In the event the City orders you to do so in writing, and not withstanding any other provisions of this agreement, you shall, within thirty-five (35) days of receipt of such order, reconvert into money the securities held by you pursuant to this agreement and return such money together with any other monies, including accrued interest on such securities, held by you hereunder, to the City. 2.4 The Contractor agrees to pay you as compensation for your services hereunder as follows: Payment of all fees relating to this account shall be the sole responsibility of the Contractor and shall not be deducted from any property placed with you pursuant to this agreement until and unless the City directs the release to the Contractor of the securities and monies held hereunder, whereupon you shall be granted a first lien upon such property released and shall be entitled to reimburse yourself from such property for the entire amount of your fees and any unanticipated amounts which might be owing as provided for herein. In the event that you are made a party to any litigation with respect to the property held by you hereunder, or in the event that the conditions of this escrow are not promptly fulfilled or that you are required to render any services not provided for in these instructions, or that there is any assignment of the interests of this escrow of any modifications hereof, you shall be entitled to reasonable compensation for such extraordinary services from the Contractor and reimbursement from the Contractor for all costs and expenses, including attorney fees occasioned by such default, delay, controversy, or litigation. 2.5 Should you at any time and for any reason desire to be relieved of your obligations as escrow holder hereunder, you shall give written notice to the City and Contractor. The City and Contractor shall, within twenty (20) days of the receipt of such notice, jointly appoint a successor escrow holder and instruct you to deliver all securities and funds held hereunder to said successor. If you are not notified of the appointment of the successor escrow holder within 20 days, you may return the subject matter hereof to the City and upon so doing, you are absolved from all further charges and obligations in connection with this escrow. 2.6 This agreement shall not be binding until executed by the Contractor and the City and accepted by you. 2.7 This instrument contains the entire agreement between you, the Contractor and the City, with respect to this escrow and you are not a party to nor bound by any instrument or agreement other than this; you shall not be required to take notice of any default or any other matter, nor be bound by nor be required to give notice or demand, nor required to take any action whatsoever except as herein expressly provided; you shall not be liable for any loss or damage except that caused by your own negligence or willful misconduct. 2.8 The foregoing provisions shall be binding upon the assigns, successors, personal representatives and heirs of the parties hereto. The Original Contract Value (including WSST) is $3,890,299.10, Three Million Eight Hundred Ninety Thousand Two Hundred Ninety-Nine and 10 /100. The Original Retainage Value at 5.0 percent of above is $194,514.96, One Hundred Ninety-Four Thousand Five Hundred Fourteen and 96/100. NOTE: These values are subject to change. CONSTRUCTION RETAINAGE ESCROW AGREEMENT - 2 - 4/2017 c r'!r a F .. Federal Way CITY HALL 33325 8th Avenue South Federal Way, WA 98003 -6325 (253) 835 -7000 www. cityofederefway. com 2.9 The undersigned have read and hereby approve the instructions as given above governing the administration of this escrow and do hereby execute this agreement on this day of Mai , 2017. IN WITNESS, the Parties execute this Agreement below, effective the last date written below. V CITY OF FEDE 11, ayor 5/7 DATE: WAY: ATTEST: BANK OF THE WEST: By. Printed Name: Title: V I Ce DATE: 51 111 STATE OF WASHINGTON COUNTY OF 141,...1 (' ) ss. h ie Courtney, CMC, Ci 1erk APPROVED AS TO FORM: J. Kyan Call, City Attorney On this day personally appeared before meI, to me known to be the Arzkvicg2ginapirx Bank of the West that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on aath-steted- that- he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate = seal =of said corporation. GIVEN my hand and official seal this k."1 day of M 17 Notary's signature Notary's printed name `rotary Public My -es •. at.' JENNIFER LEA SCOCCOLO Notary Public State of Washington My Commission Expires May 24, 2021 in and for the State of Washington. CONSTRUC"T"ION RETAINAGE ESCROW AGREEMENT - 3 - 4/2017 CITY OF Federal Way SCI INFRASTRUCTURE, LLC: By: Mark Scoccolo Manager DATE: 47 1; STATE OF WASHINGTON ) /�- ss. COUNTY OF ,-1 1•.) I ) CITY HALL 33325 8th Avenue South Federal Way, WA 98003 -8325 (253) 835 -7000 www ci(yoffecleralway. corn On this day personally appeared before me Mark Scoccolo, to me known to be the Manager of SCI Infrastructure, LLC. that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited liability company, for the uses and purposes therein mentioned, and on oath stated that he was authorized to execute said instrument. GIVEN my hand and official seal this X9-1 -4 day of Nota '4td ' ature JENNIFER LEA SC 1nam e Notar y Public State of Washington My Commission Expires May 24, 2021 otary Public in . d for the State of Washington. My commission expires cc Z 4- 7 CONSTRUCTION RETAINAGE ESCROW AGREEMENT - 4 - 4/2017 CITY OF ..� Federal Way EXHIBIT "A" CITY HALL 33325 8th Avenue South Federal Way, WA 98003 -6325 (253) 835 -7000 www cityoffederalway. com List of Bonds or Securities that are approved by the City of Federal Way. i. 1r e(16 b..earivi ClieeknJc 2. 3. CONSTRUCTION RETAINAGE ESCROW AGREEMENT - 5 - 4/2017 AG #: 17 -043 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 2 Jur e CHANGE ORDER NUMBER EFFECTIVE DATE South 356th Street improvements (Pacific Highway S to Enchanted Parkway S) SCI Infrastructure, LLC PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order No.2 covers the work changes summarized below: CONSTRUCTION RETAINAGE ESCROW AGREEMENT Attached Construction Retainage Escrow Agreement is hereby made part of the contract (AG # 17 -043) between the City of Federal Way and SCI Infrastructure, LLC. The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? [] Yes ® No ❑ Yes ❑ No PRICE CHANGE LUMP SUM: INCREASE $0 DECREASE $0 UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE NA NA NA NA NA TOTAL NET CONTRACT: INCREASE $0 DECREASE$0 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CHANGE ORDER AGREEMENT 1 4/17 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT DATE MARW SALLOUM, P.E., DIRECT I R PUBLIC WORKS DEPARTMENT DATE $3,890,299.10 $0.0 $0.0 $3,890,299.10 CHANGE ORDER AGREEMENT 2 4/17 RETURN TO: SHAWNA EXT: 2701 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS / STREETS ORIGINATING STAFF PERSON: NAVEEN CHANDRA EXT: 2729 3. DATE REQ. BY:ASAP G. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE ❑ CONTRACT AMENDMENT (AG #): 17 -043 ❑ OTHER CHANGE ORDER # 1 ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL PROJECT NAME: S 356TH STREET IMPROVEMENTS PROJECT (PACIFIC HIGHWAY S TO ENCHANTED PARKWAY S) i. NAME OF CONTRACTOR: SCI INFRASTRUCTURE, LLC ADDRESS: 2825 S 154TH STREET, SEATTLE, WA 98188 E -MAIL: MARK @SC IINFRASTRUCTURE.COM SIGNATURE NAME: MARK SCOCCOLO TELEPHONE:206- 242 -0633 FAX: 206 - 242 -0792 TITLE: MANAGER EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE #02102515 BL, EXP. 12/31/17 TERM: COMMENCEMENT DATE: 3 / 9N 0 / 17 ALL OTHER UBI #602094857 , EXP. 1/31/18 COMPLETION DATE: UPON COMPLETION SlaD I TOTAL COMPENSATION: $3,890,299.10 INCLUDE $0.00 FOR THE CHANGE ORDER # 1 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE To: 30C, ���/j• I ��� F��'I�• 30 l��D 0. DOCUMENT / CONTRACT REVIEW PROJECT MANAGER DIVISION MANAGER .(DEPUTY DIRECTOR (YDIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 2]l LAW DEPT INITIAL / DATE REVIEWED 4 (31 t7 41310 '% RlIts 1. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: INITIAL / DATE APPROVED COUNCIL APPROVAL DATE: �( 2. CONTRACT SIGNATURE ROUTING J It I 4. ENT TO VENDOR/CONTRACTOR DATE SENT: I( DATE REC'D: ❑ �nll/,I, ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES,IBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) ❑ LAW DEPT ❑ SIGNATORY (MAYOR OR DIRECTOR) ❑ CITY CLERK ASSIGNED AG # GNED COPY RETURNED RETURN ONE ORIGINAL ;OMMENTS. ;XECUTE 2" ORIGINALS INI . AL / DATE SIGNED DATE SENT: Di-Ai "k\v4 v ovm800 w o(L gi 3/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG #: 17 -043 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE South 356'h Street Improvements (Pacific Highway S to Enchanted Parkway S) SCI Infrastructure, LLC PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order No.1 covers the work changes summarized below: 1. PROJECT RETAINAGE Exhibit C (Contractor's Retainage Agreement) of the executed contract AG 17 -043 is hereby deleted and replaced with the attached "Exhibit C -1." The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? ❑ Yes ® No ❑ Yes ❑ No PRICE CHANGE LUMP SUM: INCREASE $0 DECREASE $0 UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE NA NA NA NA NA TOTAL NET CONTRACT: INCREASE $0 DECREASE$0 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CHANGE ORDER AGREEMENT 1 4/17 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT -try 7 CO CTOR'S SIGNATURE DATE MARW N SALLOUM, P.E., DIRECTOR PUBLIC WORKS DEPARTMENT L.--, y /z, /1 1 DATE $3,890,299.10 $0.0 $0.0 $3,890,299.10 CHANGE ORDER AGREEMENT 2 4/17 EXHIBIT C -1 CONTRACTOR'S RETAINAGE AGREEMENT City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 Z53 -335 -7000 IDENTIFICATION AND DESCRIPTION Project Title South 3560 Street Improvements (Pacific Hwy S to Enchanted parkway SI Contractor 5c1 Infrastructure, LLC Representative Mark Sooccolo aid No. RF8 # 17 -001 Date 2f21/17 Administering Department City RepresentativWaVeef Chandra . PE Funding Source Otv of Federal Way Project Authority RETAINAGE FORMULA In accordance with applicable State Statutes, the following provisions will be made for the disposition of the retainage held for investment: 1. Ali investments selected below are subject to City approval. 2. Retainage under this agreement will be held in escrow by the genic of the West (referred to herein as the sank), the terms of which are spedfied by separate escrow agreement. The cost of the investment program and the risk thereof is to be borne entirety by the contractor. 3. The final disposition of the contract retainage will be made in accordance with applicable statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.010 I hereby notify the Qty of Federal Way of my instructions Xto invest ■ root to invest the retainage withheld under the terms of this contract. If the investment option is selected, please provide the following information: Name of Rank, Mutual Fund, or Savings & Loan Association: Bulk of t Address: 701 Pi}ce Street #2250, Seattle, WA 98101 Account a: 0 4 8 288 4 3 5 Contact Person: Rachel Thacker Contractor: , : Date: Q 4 /9 3 /17 By: __ _ Tile: VP Business BanKing Phone: 206 -303 -7563 91 -208 7893 Est- Completion Date: Dec. ec. 201T SCI JOB 1704 Sid /Conrad Number RFB 17 -001 CRY APPROVAL Approval of Investment Program and Retainage Agreement CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE Contract No AG# 17-043 Project Title: Saute 356'r Streit Improvements (Pacific Hvwv S to Enchante4 Priory S1 1 hereby certify, as Contract Administrator for this Contract representing the Gty of Federal Way, that all work required by the above cited contract was completed on and final acceptance by the City was granted on I also certify that no liens have been received within 30 days from the above date from any person, persons, mechanics, subcontractors or materialman who has performed any work or provided any material of subject contract. Contract Administrator Director of Administering Department Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes (Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment Security, Unemployment Insurance Premiums (State of Washington Employment Security Dept.) City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 63 RFB # I7 -001 RFB Ver. 4 -16 January 2017 SCI JOB 1704 EXHIBIT C CONTRACTOR'S RETAINAGE AGREEMENT City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 253- 835 -7040 IDENTIFICATION AND DESCRIPTION Project Title Contractor SCI Infrastructure, LL Representative _Mark Scoccolo Bid No. RFB 17— 0 01 Date 2 / 21 / 1 lIdministering Department City Representative Naveen Chandra, PE Funding Source city of Federal Project Authority m Bid /Contract Number RFB 17 -001 1 1 1 ' (4 . 111 1- I l I It 1 11 •1 al"e Way RETAINAGE FORMULA In accordance with applicable State Statutes, the following provisions will tie made for the disposition of the retalnage held for investment: 1. All investments selected below are subject to CRy approval. 2. Retainage under this agreement will be held in escrow by the Bank of the West (referred to herein as the Bank), the terms of which are specified by separate escrow agreement. The cost of the investment program and the risk thereof is to be borne entirely by the contractor. 3. The final disposition of the contract retainage will be made in accordance with applicable statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.010 I hereby notify the City of Federal Way of my instructions i3 to invests not to invest the retainage withheld under the terms of this contract. If the investment option is selected, please provide the following information: Name of Bank, Mutual Fund, or Savings & Loan Association: Bank of the West Address:7(1 Pike Street #2250, Seattle, WA 98101 is Account # ;3 ((,4g Contact Person: Rachel Thacker Contractor: , eras ucture LLC Date: 03/06/17 By: % �ff -1 Tide: Con raCE Manager /VP lousiness Add Ads' 82 S 54t St Seattle Phone: 206- 303 -7563 Banking 0:91-208 7893 Est. Completion Date: CITY APPROVAL Approval of Investment Program and Retainage Agreement Finance Director Date CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE Contract No. Project Title: South 3S6"' Street Improvernents (Pacific Hwy S to Enchanted Prkwy S) I hereby certify, as Contract Administrator for this Contract representing the City of Federal Way, that ail work required by the above cited contract was completed on and final acceptance by the City was granted on I also certify that no liens have been received within 30 days from the above date from any person, persons, mechanics, subcontractors or materlalman who o has performed any work or provided any material of subject contract. Contract Administrator Director of Administering Department Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes (Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment Security, Unemployment Insurance Premiurrs (State of Washington Employment security Dept.) City of Federal Way South 356"` Street Improvements (Pacltie Hwy S to Enchanted Parkway S) Page 63 RFB ## 17 -001 RFB Ver 4 -16 Janumy 2017 Provided to Builders Exchange of WA, rnc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal AC��O® CERTIFICATE OF LIABILITY INSURANCL w DATE 3 /31 /DD/YYYY) 03/31 /2017 TyIS 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 BELOW. 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 the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Parker, Smith & Feek, Inc. 2233 112th Avenue NE Bellevue, WA 98004 CONTACT NAME: PHONE 425 - 709 -3600 FAX 425 - 709 -7460 N1E (A/c, No): E -M E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Transportation Ins. Co. LIABILITY COMMERCIAL GENERAL LIABILITY INSURED SCI Infrastructure, LLC 2825 South 154th Street Seattle, WA 98188 INSURER B: Valley Forge Insurance Company 4016281533 INSURER c : Continental Insurance Co. 4/1/2018 INSURER D : Indian Harbor Insurance Company $ 1,000,000 INSURER E : $ 500,000 INSURER F : $ 15,000 COVERAGES CERTIFICATE NUMBER: 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 INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM /DD/YYYY) POLICY EXP (MM /DD/YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X 4016281533 4/1/2017 4/1/2018 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 500,000 MED EXP (Any one person) $ 15,000 CLAIMS -MADE X OCCUR PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP /OP AGG $ 2,000,000 GEN'L AGGREGATE POLICY X LIMIT APPLIES JECT PRO X PER LOC $ B AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS X 4016281516 4/1/2017 4/1/2018 EaaccIidentSINGLELIMIT $ 1 000000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X 5091288088 4/1/2017 4/1/2018 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 $ DED X RETENT ON $ 10,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR /PARTNER /EXECUTIVE OFFICER /MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A 4016281533 ** Washington Stop Gap 4/1/2017 4/1/2018 1 WC STATU- I X I OTH 1 TORY LIMITS ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 D Pollution Liability X PEC004562502 4/1/2017 4/1/2018 $5,000,000 Each Pollution Condition /Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project - South 356th St Improvements - Pacific Hwy S to Enchanted Parkway S - Project RFB 17 -001. The City of Federal Way, and its officers, elected officals, employees, agents and volunteers and KPG, PS, and its officers, employees, agents and Exeltech Consulting, Inc. are additional insured on the general liability,, automobile, excess liability and pollution liability policies per the attached endorsements /forms. Coverage is primary and non - contributory on the general liability, automobile and excess liability policies per the attached endorsements /forms. Per project aggregate applies on the general liability policy per the attached endorsements /forms. CERTIFICATE HOLDER CANCELLATION ACORD 25 (2010/05) © 1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Federal Way 33325 8th Ave S AUTHORIZED REPRESENTATIVE Federal Way, WA 98003 I. -_` ----/., . (1 c71 ACORD 25 (2010/05) © 1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 20020001060244319104716 CNA CNA71527XX (Ed. 10/12) ADDITIONAL INSURED - PRIMARY AND NON- CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization, but only if you are required by written contract or written agreement to make that person or organization an additional insured under this policy. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II — LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non - contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Insured Name: Copyright CNA All Rights Reserved. Policy No: Endorsement No: Effective Date: CNA Contractors' General Liability Extension Endorsement This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products - completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products - completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. 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 shown in the Declarations, regardless of the number of projects involved. E. If a single construction project away from premises owned by or rented to the Insured has been 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. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: CNA74705XX (1 -15) Policy No: @ @ @ @ @ @ @ @ @@ Page 8 of 17 Endorsement No: @ @ @ @@ @@@@ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @@ Effective Date: @ @ @ @ @ @ @ @ @@ Insured Name: @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @@ Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products - Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization's liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured's ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products - completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11 -85 or 10 -01 edition of CG2010 or the 10 -01 edition of CG2037. 11. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance CNA75079XX (1 -15) Policy No: @ @ @ @ @ @ @ @ @@ Page 1 of 2 Endorsement No: @ @ @ @@ @@@@ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @@ Effective Date: @ @ @ @ @ @ @ @ @@ Insured Name: @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @@ Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products - Completed Operations Coverage Endorsement is required by written contract to be primary and non - contributory, this insurance will be primary and non- contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non - contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (1 -15) Policy No: @ @ @ @ @ @ @ @ @@ Page 2 of 2 Endorsement No: @ @ @ @@ @@@@ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @@ Effective Date: @ @ @ @ @ @ @ @ @@ Insured Name: @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @@ Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. ENDORSEMENT #011 This endorsement, effective 12:01 a.m., April 1, 2015 forms a part of Policy No. PEC0045625 issued to SCI INFRASTRUCTURE, LLC by Indian Harbor Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED ENDORSEMENT — VICARIOUS LIABILITY — JOB SITE, TRANSPORTATION AND NON -OWNED DISPOSAL SITE This endorsement modifies insurance provided under the following: PROFESSIONAL AND CONTRACTOR'S POLLUTION LEGAL LIABILITY POLICY Section II. Definitions, I. INSURED, is amended to include the following: With regard to coverage that may be afforded under Section I. Insuring Agreements, Coverage B.1. — JOB SITE - Occurrence, Coverage B.4 — TRANSPORTATION and Coverage B.5 — NON -OWNED DISPOSAL SITE only, any person or organization, other than a CLIENT, as required by a written contract signed by the NAMED INSURED, but only for: 1. a POLLUTION CONDITION caused by CONTRACTING SERVICES; and 2. the vicarious liability of the person or organization that results from the performance of CONTRACTING SERVICES, provided that such written contract is signed by the NAMED INSURED prior to the commencement of the POLLUTION CONDITION. Section IV. Exclusions, K. Insured versus Insured does not apply to a CLAIM by any person or organization that qualifies as an INSURED under this endorsement. All other terms and conditions remain the same. PCPoc209i 1012 Page 1 of 1 © 2012 X.L. America, Inc. WALT 04/07/2015 © 2012 XL Insurance Company Limited. All Rights Reserved. May not be copied without permission. CNA CNA Paramount Excess and Umbrella Liability Policy D. Coverage D - Key Employee Exclusions With respect to Coverage D — Key Employee, this insurance does not apply to any actual or alleged: 1. Death or Disability death or permanent disability of a key employee relating to, or arising out of: a. nuclear reaction or radiation or radioactive contamination, however caused; b. sickness or disease, including mental illness or mental injury; c. pregnancy, childbirth, miscarriage or abortion; d, suicide, attempted suicide or self inflicted bodily injury, while sane or insane; e. the key employee's intoxication, impairment or otherwise being under the influence of alcohol or controlled substances; f. war, including undeclared or civil war; g. warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or h. insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. 2. Other Expenses a. expenses the Named Insured incurs which the Named Insured would not have incurred if the Named Insured had used all reasonable means to: i. find a permanent replacement for the key employee; and ii. reduce or discontinue the key employee replacement expense; as soon as possible after the Named Insured's permanent loss of the services of the key employee caused by a covered accident. b. additional expenses incurred due to the Named Insured's loss of the services of a permanent replacement appointed or hired to replace a key employee, however caused. However, this exclusion does not apply if the replacement employee is included in the definition as a key employee and the Named Insured's loss of the services of the replacement employee is caused by a covered accident. IV. WHO IS AN INSURED The following persons or organizations are Insureds. A. With respect to Coverage A Excess Follow Form Liability, the Named Insured and any persons or organizations included as an insured under the provisions of underlying insurance are Insureds, and then only for the same coverage, except for limits of insurance, afforded under such underlying insurance. B. With respect to the Coverage B - Umbrella Liability: 1. If the Named Insured is designated in the Declarations of this Policy as: a. an individual, the Named Insured and the Named Insured's spouse are Insureds, but only with respect to the conduct of a business of which the Named Insured is the sole owner. b. a partnership or joint venture, the Named Insured is an Insured. The Named Insured's members, the Named Insured's partners, and their spouses are also Insureds, but only with respect to the conduct of the Named Insured's business. Copyright CNA All Rights Reserved. CNA CNA Paramount Excess and Umbrella Liability Policy c. a limited liability company, the Named Insured is an Insured. The Named Insured's members are also Insureds, but only with respect to the conduct of the Named Insured's business. The Named Insured's managers are Insureds, but only with respect to their duties as the Named Insured's managers. d. an organization other than a partnership, joint venture or limited liability company, the Named Insured is an Insured. The Named Insured's executive officers and directors are Insureds, but only with respect to their duties as the Named Insured's officers or directors. The Named Insured's stockholders are also Insureds, but only with respect to their liability as stockholders. e. a trust, the Named Insured is an Insured. The Named Insured's trustees are also Insureds, but only with respect to their duties as trustees. 2. Each of the following are also Insureds: a. The Named Insured's volunteer workers but only while performing duties related to the conduct of the Named Insured's business. b. The Named Insured's employees, other than either the Named Insured's executive officers (if the Named Insured is an organization other than a partnership, joint venture or limited liability company) or the Named Insured's managers (if the Named Insured is a limited liability company), but only for acts within the scope of their employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business. However, none of these employees or volunteer workers are Insureds for: i. bodily injury or personal and advertising injury: (a) to the Named Insured, to the Named Insured's partners or members (if the Named Insured is a partnership or joint venture), to the Named Insured's members (if the Named Insured is a limited liability company), to a co- employee while in the course of his or her employment or performing duties related to the conduct of the Named Insured's business, or to the Named Insured's other volunteer workers while performing duties related to the conduct of the Named Insured's business; (b) to the spouse, child, parent, brother or sister of that co- employee or volunteer worker as a consequence of paragraph (i)(a) above; (c) for which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph i. (a) or (b) above; or Id) arising out of his or her providing or failing to provide professional health care services. ii. property damage to property: (a) owned, occupied or used by; (b) rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by; the Named Insured, any of the Named Insured's employees, volunteer workers, any partner or member (if the Named Insured is a partnership or joint venture), or any member (if the Named Insured is a limited liability company). C. With respect to the Coverage C - Crisis Event Management and the Coverage D - Key Employee, the Named Insured is the Insured. V. LIMITS OF INSURANCE A. Multiple Insureds, claims, claimants The limits of insurance shown in the Declarations of this Policy and the rules below fix the most the ° Copyright CNA All Rights Reserved. CNA CNA Paramount Excess and Umbrella Liability Policy iv. will cooperate with the Insurer in the investigation or settlement of the claim or defense against the suit; v. will assist the insurer, upon its request, in the enforcement of any right against any person or organization which may be liable to the Insured because of injury or damage to which this insurance may also apply; and vi. will not voluntarily make a payment, except at its own cost, assume any obligation, or incur any expense, other than for first aid, without the Insurer's prior consent. 3. Cooperation With respect to both Coverage A - Excess Follow Form Liability and Coverage B — Umbrella Liability, the Named Insured will cooperate with the Insurer in addressing all claims required to be reported to the Insurer in accordance with this paragraph O. Notice of Claims /Crisis Management Event /Covered Accident, and refuse, except solely at its own cost, to voluntarily, without the Insurer's approval, make any payment, admit liability, assume any obligation or incur any expense related thereto. P. Notices Any notices required to be given by an Insured shall be submitted in writing to the Insurer at the address set forth in the Declarations of this Policy. Q. Other Insurance If the Insured is entitled to be indemnified or otherwise insured in whole or in part for any damages or defense costs by any valid and collectible other insurance for which the Insured otherwise would have been indemnified or otherwise insured in whole or in part by this Policy, the limits of insurance specified in the Declarations of this Policy shall apply in excess of, and shall not contribute to a claim, incident or such event covered by such other insurance. With respect to Coverage A — Excess Follow Form Liability only, if: a. the Named Insured has agreed in writing in a contract or agreement with a person or entity that this insurance would be primary and would not seek contribution from any other insurance available; b. Underlying Insurance includes that person or entity as an additional insured; and c. Underlying Insurance provides coverage on a primary and noncontributory basis as respects that person or entity; then this insurance is primary to and will not seek contribution from any insurance policy where that person or entity is a named insured. R. Premium All premium charges under this Policy will be computed according to the Insurer's rules and rating plans that apply at the inception of the current policy period. Premium charges may be paid to the Insurer or its authorized representative. S. In Rem Actions A quasi in rem action against any vessel owned or operated by or for a Named Insured, or chartered by or for a Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. T. Separation of Insureds Except with respect to the limits of insurance, and any rights or duties specifically assigned in this Policy to the First Named Insured, this insurance applies: Copyright CNA All Rights Reserved. City of Federal Way 33325 8th Ave S Federal Way, WA 98003 RESTATEMENT OF MANAGER'S AUTHORITY TO BIND COMPANY The undersigned, being all of the Members of SCI infrastructure, LLC, a Washington limited liability company (the "Company ") hereby restate and reaffirm the following: 1. The Company is managed by a Manager as provided for in RCW 25.15.150 and in the Company Operating Agreement dated January 29, 2001. 2. Mark Scoccolo is the duly elected Manager of the Company. 3. The Manager is authorized to execute instruments and documents, including without limitation, checks, drafts, notes and other negotiable instruments, mortgages or deeds of trust, security agreements, financing statements, operating agreements of other limited liability company, and all other instruments or documents as necessary, in the opinion of the Manager, to do the business of the Company. 4. The authority to sign contracts, purchase orders, vender agreements, subcontracts and all agreements of similar nature are vested in the Manager without the need for further approval by the Members. The undersigned, being all the Members of the Company do hereby ratify this Restatement of Manager's Authority to Bind Company on this `1tiay of April, 2015. Scoccolo Construction, Inc. Member v- By: Its 146419.1 / 022973.00001 Mountain Pacific Construction, Inc. Member By: Its A We are experiencing higher- than - normal call volumes and business filings. We appreciate your patience as we do our best to service every customer as quickly as possible. SCI INFRASTRUCTURE, LLC UBI Number 602094857 Category LLC Active /Inactive Active State Of Incorporation WA WA Filing Date 01/29/2001 Expiration Date 01/31/2018 Inactive Date Duration Perpetual Agent Name Address City State ZIP Address City State Zip MARK SCOCC0L0 2825 S 154TH ST SEATAC WA 981880000 GosD:gPersons(aderned inRCW2395. 105(12)l /aprykcwagoviRCv/supde( aspecite=23.%10sl) Title Name Address Governor SCOCCOLO CONSTRUCTION, INC. , Governor MOUNTAIN PACIFIC CONTRACTORS., 4A■-Federal Way CITY OF WASHINGTON CONTACT US INSIDE CITY HALL SERVICES DOING BUSINESS e- Permits HOME ID Terms Et Conditions02 102515 000 01 BL PUBLIC INFORMATI ¢: Locate a Business Permits Information Number Pre. Reference File Name 2825 S 154TH Issued Permits Desc. Applicant Business Owner Contractor Search Mailing Address REGISTERED USERS Apply for Permit View My Permits Request Inspection New Registration Business Registration Street Org. Name 5 C I INFRASTRUCTURE 5 C I INFRASTRUCTURE 5 C I INFRASTRUCTURE Info. Desc. Business Ownership Type S.I.C. Code Number of Full -Time Employees in City Business Phone Number Number of Part -Time Employees in City Date Business To Start in FW Update RegistratioriLlC- BUSINESS LIC. (1530) LIC -BUS. LICENSE RENEWAL (1532) LIC -BUS. LICENSE RENEWAL (1532) LIC -BUS. LICENSE RENEWAL (1532) LIC- BUSINESS LIC. (1530) Login Process Description Renewal Notice Fee Desc. Status Closed Non - Resident Business Street Type ST Retail Services OUR COMMUNITY SCI INFRASTRUCTURE PROPERTY DETAILS Suite Suite Type Number Dir PEOPLE DETAILS Address 2825 5 154TH ST 2825 S 154TH ST 2825 S 154TH ST BUSINESS INFO HOW D Application Issue Date Date Open Mar 27, 2013 City State Zip SEATTLE WA 98188 City SEATTLE SEATTLE SEATTLE Limited Liability 1600 - Contractors- Heavy Construction 0 2062420633 6 Mar 27, 2013 PERMIT /LICENSE FEE(S) PROCESSES AND NOTES Schedule Date Mar 27. 2013 Start Date Mar 27, 2013 Back End Date Mar 27, 2013 State WA WA WA Value Zip 98188 98188 98188 Fee Amount Mar 27, Dec 2013 Legal Desc Phone# (206)242 -0633 e (206)242 -0633 e (206)242 -0633 e $75.00 $50.00 $50.00 $50.00 550.00 Assigned Staff Jeri -Lynn Clark (253- 835 -2526) Balan Q ® [l 131 Home I Print 1 Emal4 1 Contact Us 1 Employee Resources 1 Copyright Notices 1 Accessibility 1 Sitemap 1 Translate KB Or—, OPIII 33325 8th Ave. South, Federal Way, WA 98003, 253- 835 -7000 1 Powered by CivicPlus (. EXT: ' -1 RETURN TO: l J/e-p a tr-4 1-161 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / STREETS 2. ORIGINATING STAFF PERSON: NAVEEN CHANDRA ExT: 2729 3. DATE REQ. BY:8/24/2016 4. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G. RFB, RFP, RFQ) •PUBLIC WORKS CONTRACT ❑ ❑ PROFESSIONAL SERVICE AGREEMENT ❑ ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE ❑ CONTRACT AMENDMENT (AG #): ❑ OTHER SMALL OR LIMITED PUBLIC WORKS CONTRACT MAINTENANCE AGREEMENT HUMAN SERVICES / CDBG SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) RESOLUTION INTERLOCAL 5. PROJECT NAME: SOUTH 356TH STREET IMPROVEMENT (PACIFIC HIGHWAY S TO ENCHANTED PARKWAY S) PROJECT 6. NAME OF CONTRACTOR: ylitc-a . �" � w' l / ADDRESS: 245/ '",% S( t W S Se 1�'1 e w4- o \$ E -MAIL: ma /1i- NAME: 1mIL� ✓1i- Scnd..cc.)Lv TELEPHONE: 2g/) 'ZN'Z -C e 3 FAX: TITLE: rY1ll1�(1l40L4'' 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS PROOF OF AUTHORITY TO SIGN )4 REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # D2.. t025l5 BL, EXP. 12/31/17 UBI #(DOZ 7'1'{ 57 , EXP. 1 It /i 8. TERM: COMMENCEMENT DATE: (� {� COMPLETION DATE: bray, crf('eJ)O / 9. TOTAL COMPENSATION: $ J9 E 1O� .el� , (0 J (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PURCHASING: PLEASE CHARGE To: 306 - 4400 - 157 - 595 -30 INITIAL / AT 10. DOCUMENT / CONTRACT REVIEW PROJECT MANAGER KIDIVISION MANAGER 6/DEPUTY DIRECTOR IRECTOR RISK MANAGEMENT (IF APPLICABLE) AW DEPT 11. COUNCIL APPROVAL (IF APPLICABLE) INI E REVIEWED COMMITTEE APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING XSENT TO VENDOR/CONTRACTOR DATE SENT: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS INt}4L / DATE SIGNED LAW DEPT SIGNATOR'd AYOR O DIRECTOR) ITY CLERK ASSIGNED AG # ❑ SIGNED COPY RETURNED RETURN 61fEORIGINALS Comm N1 .. , ceA- ? 1 0 • I a/. �I IPA i .,A iL k Il..�. ' a k 1. r /. A�i * P f Inca -P1 4r.0 V-t, Vk 1/15 AG# DATE SENT: 'h 1 PAID BY: ❑ CONTRACTOR ❑ CITY conrr2nc,T INITIAL / DATE APPROVED G - lb --( 1 z -1 "(7 COUNCIL APPROVAL DATE: / 1117 DATE REC'D: ./ C�� I RESTATEMENT OF MANAGER'S AUTHORITY TO BIND COMPANY The undersigned, being all of the Members of SCI Infrastructure, LLC, a Washington limited liability company (the "Company ") hereby restate and reaffirm the following: 1. The Company is managed by a Manager as provided for in RCW 25.15.150 and in the Company Operating Agreement dated January 29, 2001. 2. Mark Scoccolo is the duty elected Manager of the Company. 3. The Manager is authorized to execute instruments and documents, including without limitation, checks, drafts, notes and other negotiable instruments, mortgages or deeds of trust, security agreements, financing statements, operating agreements of other limited liability company, and all other instruments or documents as necessary, in the opinion of the Manager, to do the business of the Company. 4. The authority to sign contracts, purchase orders, vender agreements, subcontracts and all agreements of similar nature are vested in the Manager without the need for further approval by the Members. The undersigned, being all the Members of the Company do hereby ratify this Restatement of Manager's Authority to Bind Company on this `lay of April, 2015. Scoccolo Construction, Inc. Mountain Pacific Construction, Inc. Member Member By: Its 146419.1 / 022973.00001 / n" By: '—G Its 0 Our offices will be closed Monday, February 20th in observance of President's Day. SCI INFRASTRUCTURE, LLC. U81 Number 602099857 Category LLC Active /Inactive Active State Of Incorporation WA WA Filing Date 01/29/2001 Expiration Date 01/31/2018 Inactive Date Duration Perpetual Registered Agent Information Agent Name MARK SCOCCOLO Address 2825 5 15470 5T City SEATAC State WA ZIP 981880000 Special Address Information Address City State Zip Govenirlg Persons (as defined in RCW23.95.105(12)(htlpl/ app. leg. vra. gw/KW /supdefalicasix?ate=J395.105)) Title Name Address Governor SCOCCOLO CONSTRUCTION, INC.. Governor MOUNTAIN PACIFIC CONTRACTORS. , CSDC eNtraprise - City of Federal Way's Online Services CITY OF Federal Way WASHINGTON Page 1 of 1 :v T1ON PARK e- Permits HOME ■ Terms ft Conditions • ■ ■ ■ ■ ■ PUBLIC INFORMATION Locate a Business Permits Information Issued Permits Contractor Search REGISTERED USERS Apply for Permit View My Permits Request Inspection New Registration Update Registration Login INSIDE CITY HALL ID 02 102515 000 01 BL Reference File Name Number Pre. 2825 S 154TH Desc. Applicant Business Owner Mailing Address SERVICES DOING BUSINESS OUR COMMUNITY Description Business Registration Street Org. Name 5 C I INFRASTRUCTURE S C I INFRASTRUCTURE 5 C I INFRASTRUCTURE Info. Desc. Business Ownership Type S.I.C. Code Number of Full -Time Employees in City Business Phone Number Number of Part-Time Employees in City Date Business To Start in FW LIC- BUSINESS LIC. (1530) LIC -BUS. LICENSE RENEWAL (1532) LIC -BUS. LICENSE RENEWAL (1532) LIC -BUS. LICENSE RENEWAL (1532) LIC - BUSINESS LIC. (1530) Process Description Renewal Notice Fee Desc. Status Closed PERMIT /BUSINESS DETAILS Sub Type Work Type Name Status Non - Resident Retail SCI Business Services INFRASTRUCTURE Street Type ST Application Date Open Mar 27, 2013 PROPERTY DETAILS Suite Suite City State Zip Type Number PEOPLE DETAILS Address 2825 S 154TH ST 2825 5 154TH ST 2825 S 154TH ST BUSINESS INFO SEATTLE WA 98188 City SEATTLE SEATTLE SEATTLE Limited Liability 1600 - Contractors- Heavy Construction 0 2062420633 6 Mar 27, 2013 PERMIT /LICENSE FEE(S) PROCESSES AND NOTES Schedule Date Start Date End Date State Zip WA 98188 WA 98188 WA 98188 Value Fee Amount Online Permitting Issue Date Expiration ate Mar 27, Dec 31, 2017 2013 Legal Desc Phone# (206)242 -0633 e (206)242 -0633 e (206)242 -0633 e 575.00 550.00 550.00 550.00 $50.00 Assigned Staff Mar 27, 2013 Mar 27, 2013 Mar 27, 2013 Jeri-Lynn Clark (253- 835 -2526) Back Balance 50.00 50.00 50.00 50.00 50.00 # of Attempts 0 Powered by CSDC's AMANDA Q NUM Home 1 Print ( Email 1 Contact Us 1 Employee Resources I Copyright Notices 1 Accessibility 1 Sitemap I Translate p3 Iry - 33325 801 Ave, South, Federal Way, WA 98003.253- 835 - 7000 ? Powered by CivicPlus https: / /epermits. cityoffederalway .com /PublicPortal /FederalWayDev /public /public_folder ... 2/17/2017 CITY OF Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Conformed Bid Document RFB # 17-001 City of Federal Way Public Works Department 33325 Eighth Avenue South Federal Way, WA 98003 January 2017 SOUTH 356th STREET IMPROVEMENTS (PACIFIC HWY S TO ENCHANTED PARKWAY S) RFB NO. 17 -001 Addendum No. 1 January 5, 2017 ATTENTION: All Bidders and Planholders You are hereby notified that in Addendum No. 1, the Bid and Contract Documents are amended as follows: A. REQUEST FOR BIDS: 1. Last paragraph under Description of Work has been modified as follows: All bid proposals shall be in accordance with the Instructions to bidders and all other contract documents. Any questions concerning the description of the work contained in the contract documents must be directed to Naveen Chandra, P.E., Street Systems Project Engineer, by facsimile at (253) 835 -2709, or by letter addressed to Naveen Chandra, P.E., Street Systems Project Engineer prior to bid opening date. B. BID OPENING The bid opening date bas not changed. All bidders are required to acknowledge receipt of this addendum on page 22 of the Bid Form. Failure to do so may cause rejection of the bid. CITY OF FEDERAL WAY 'Y A7 UJ Naveen Chandra, PE Street Systems Project Engineer 1 of 1 City of Federal Way South 356`x' Street improvements (Pacific Hwy S to Enchanted Parkway S) Addendum No. 1 January 5, 2017 • • • South 356th Street Improvements Pacific Hwy S to Enchanted Parkway S RFB 17 -001 Addendum No. 2 January 19, 2017 ATTENTION: All Bidders and Planholders You are hereby notified that in Addendum No. 2, the Bid and Contract Documents are amended as follows: A. SECTION 1: INSTRUCTIONS TO BIDDERS 1. Section 1 -16 Bid Documents, Page 10 — DELETE subsection I and REPLACE with the following: 1. Proposal for Incorporating Recycled Materials into the Project J. Contractor's Certificate of Registration K. Contractor's State Identification Numbers B. ATTACHMENT C -BID SCHEDULE 1. DELETE Bid Schedule B pages 28 and 29 and REPLACE with the attached pages 28 and 29. A summary of revisions to the bid schedule based on original bid item numbers is included below: C. SPECIAL PROVISIONS 1. Section 1- 07.5(4) Air Quality, Page 39 - DELETE this section and REPLACE with the following: 1- 07.5(4) Air Quality ( * * * * * *) Supplement the first paragraph of this subsection with the following: The local air pollution authority for work in the vicinity of, and the removing, handling, processing, hauling and disposing of, ACM and AC pipe is the Puget Sound Clean Air Agency. The agency responsible for worker and public safety relative to work with asbestos in, and in the vicinity of, the work area is the State of Washington Department of Labor and Industries. 2. Section 1 -07.6 Permits and Licenses, Page 40 - DELETE the sub section titled `Asbestos Handling and Disposal' from this section and REPLACE with the following: City of Federal Way S 356`' Street Improvements 1 of 7 Addendum No. 2 January 19, 2017 Asbestos Handling and Disposal The Contractor shall coordinate with the Contracting Agency in completing the applications and preparing plans as applicable for, and shall be responsible to secure and comply with the provisions of, the following: Puget Sound Clean Air Agency: Asbestos / Demolition Notification for Contractors and Property Owners The Contractor is advised that the provisions of Regulation Ill, Part 4(d) of the Puget Sound Clean Air Agency are not applicable to this project. All asbestos containing or contaminated materials designated for removal as shown on the Plans, specified in these Special Provisions, or generated by the Contractor's operations shall be removed from the work area, and hauled to and disposed at a waste disposal site in the State of Washington authorized to receive such waste. State of Washington Department of Labor and Industries: Notice of Asbestos Abatement Project Sample notification forms, and supplemental agency- furnished information are included in Appendix 1. The Contractor shall be responsible to review, amend as necessary, complete, and submit the notification forms. Within three (3) working days of submitting the notifications, the Contractor shall provide a copy of each such notification for the Engineer's review, and shall be responsible to make such corrections as may be requested by the Engineer, and to resubmit the corrected notification(s) within the prescribed advance time frame as provided by the jurisdictional agency. Under no circumstances shall the notifications be submitted under the emergency notification provisions for the associated work identified to be performed within these contract documents. All costs to prepare and submit the notifications, and subsequent costs to coordinate with the jurisdictional agencies in accordance with the respective agency requirements, shall be included in the applicable Bid items for the Work involved. 3. Section 2 -02.3 Construction Requirements, Page 73 - ADD the following paragraph to the sub section titled `Asbestos Cement Pipe Removal, Handling and Disposal': This contract provides for the removal of all AC water main within the project limits. Should the Contractor elect to sequence work such that it is necessary to excavate beneath existing AC pipe prior to the main replacement being completed, the Contractor shall be responsible to adequately support and protect the AC water main from damage at no 2 of 7 City of Federal Way Addendum No. 2 S 356th Street Improvements January 19, 2017 • • • • • additional cost. This may include structural support blocking, repair band clamps, temporary pipe replacement and /or CDF backfill under the pipe to allow continued function of the existing water main until the replacement water main is in service. No excavation shall occur beneath AC water mains unless support and protection provisions have been approved by the Engineer. Providing support and protection provisions to protect the AC water main from damage during excavation shall be considered incidental to the work and no additional payment will be made. 4. Section 2- 02.3(5) Removing Existing Water Facilities, Page 77 - ADD the following to the 4th paragraph in this section: The unit contract price for `Removing Existing Hydrant Assembly' shall include removal of associated guide posts / bollards when present and no additional payment will be made. 5. Section 2- 02.3(5) Removing Existing Water Facilities, Page 77 - DELETE the 9th paragraph of this section and REPLACE with the following: Trench excavation for the removal of water facilities (water mains, hydrant assemblies, valves, services, etc.) shall not be measured for payment, but shall be included in the unit contract price for the removal. Where excavations for removal of water facilities exceed 4 feet in depth, all required shoring shall be included in the lump sum contract price for `Trench Safety Systems' in accordance with Section 7- 09.3(7)D. 6. Section 2- 02.3(5) Removing Existing Water Facilities, Page 77 - DELETE the 11th paragraph of this section and REPLACE with the following: Following satisfactory removal of the water facilities, and water facility decommissioning as applicable, the vacant trench or excavation shall be backfilled with gravel base for trench backfill. Trench backfill shall be placed, compacted in accordance with Method C compaction as provided in Section 2 03,3(14)C, and graded to provide a firm, smooth and uniform surface for placement of subsequent surfacing materials to finish grade. Native excavated material shall be removed, hauled, and disposed at a permitted site. Excavation, haul and disposal of native material shall be included in the unit contract price per linear foot for Remove _ Water Main. Backfill shall be measured and paid per cubic yard at the unit contract price for Gravel Base for Trench Backfill. 7. Section 2 -09.4 Measurement, Page 84 - ADD the following: "Structure Excavation Class B incl. Haul for Schedule 8" shall be measured per the neat line cubic yard to the limits described in Section 7- 09.3(7). If the Contract includes a pay item for grading to remove City of Federal Way S 356th Street Improvements 3 of 7 Addendum No. 2 January 19, 2017 materials, the upper limit will be the neat lines of the grading section shown in the Plans. 8. Section 2 -09.5 Payment, Page 85 - ADD the following: "Shoring or Extra Excavation Class B for Water Main ", per linear foot of trench excavated to a depth of 4 feet or more in accordance with the description for Shoring or Extra Excavation Class B in Section 2 -09.4. The unit contract price per linear foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. This bid item is applicable to water main and hydrant assembly installation only. Trench protection for removal of water facilities, service line installation, manhole adjustments, and other work in Schedule B shall be included in the lump sum price for `Trench Safety System' in accordance with Section 7 -09. 9. Section 7- 09.3(7) Trench Excavation, page 125 — DELETE the first sentence of the first paragraph and REPLACE with the following: Excavation for water mains shall be measured and paid as `Structure Excavation CI B incl Haul for Schedule B' in accordance with Section 2 -09. Excavation for water services and removal of water facilities will not be measured for payment, but shall be included in the applicable unit price item contained in the proposal. 10. Section 7- 09.3(7)D, page 127 — ADD the following new section: 7- 09.3(7)D Trench Safety Systems Add the following new subsection: The work described in this section shall be specifically for removal of water facilities and installation of service lines. Shoring or Extra Excavation CI B for Water Mains shall be measured and paid per square foot in accordance with Section 2 -09. The Contractor shall provide all materials, labor, and equipment necessary to shore trenches to protect the Work, and existing improvements and natural features not designated for removal, and to provide safe working conditions in the trench. The Contractor may elect to use any combination of shoring and overbreak, tunneling, boring, sliding trench shield, or other method of accomplishing the 'Work consistent with applicable local, State, or Federal safety codes. 4 of 7 City of Federal Way Addendum No. 2 S 356`h Street Improvements January 19, 2017 • • • • • If workers enter any trench four (4) feet or more in depth that does not meet the open pit requirements of Section 2- 09.3(3)B, the excavation shall be shored as provided in Section 2- 09.3(4). The Contractor alone shall be responsible for worker safety, and the Contracting Agency assumes no responsibility. Upon completing the Work, the Contractor shall remove all shoring unless the Plans or the Engineer direct otherwise. Shoring to be removed, or moveable trench shields or boxes, shall be located at least two and one -half (2Y2) pipe diameters away from metal or thermoplastic pipe if the bottom of the shoring, shield, or box extends below the top of the pipe, unless a satisfactory means of reconsolidating the bedding or side support material disturbed by shoring removal can be demonstrated. Damages resulting from improper shoring or failure to shore shall be the sole responsibility of the Contractor. The furnishing by the Contracting Agency of resident project representation and inspection shall not make the Contracting Agency responsible for the enforcement of such laws, rules, regulations, or procedures, nor shall such make the Contracting Agency responsible for construction means, methods, techniques, sequences, procedures, or for the Contractor's failure to properly perform the Work necessary for proper trench excavation safety. 11.Section 7- 09.3(8) Removal and Replacement of Unsuitable Materials, page 127 — DELETE this section and REPLACE with the following: 7- 09.3(8) Removal and Replacement of Unsuitable Materials Replace the first two paragraphs in this section to read: When so directed by the Engineer, excavation shall be extended below the structure or pipeline grades to permit the placing of foundation gravel. Whenever in excavating a trench for water mains the bottom of the trench exposes peat, soft clay, quicksand, or other unsuitable foundation material, such material shall be removed to the depth directed by the Engineer and backfilled with foundation material. When determined by the Engineer that such unsuitable foundation material has been encountered and the Contractor has removed said material to the depth as directed by the Engineer, The Contractor shall furnish and place a layer of quarry City of Federal Way S 356' Street Improvements 5 of 7 Addendum No. 2 January 19, 2017 spalls followed by a nominal three inch deep layer of CSBC, or a layer of CSBC as directed by the Engineer. 12. Section 7- 09.3(9) Bedding the Pipe, page 128 — DELETE the 2 "d paragraph of this section and REPLACE with the following: Gravel backfill for pipe zone bedding shall be used for pipe zone backfill and shall be placed in uniform lifts on each side of and above the pipe as shown on the Plans, and shall be compacted to 90 percent of maximum density. 13. Section 7 -09.5 Payment, page 154 — DELETE the 6th paragraph of this section and REPLACE with the following: Trench Safety System will not be measured for payment. A separate bid Proposal item is included for shoring and extra excavation. The bid Proposal item for trench safety system shall apply to all shoring or equivalent trench stabilization and worker protection methods and materials required for work in Schedule B and not included under the bid Proposal item for Shoring or Extra Excavation CI B for Water Main as described in Section 2 -09. 14. Section 7 -09.5 Payment, page 154 — ADD the following: "Trench Safety System," lump sum. The lump sum Contract price for "Trench Safety System" shall be full payment for all costs for the Work as specified in this Section. "Shoring or Extra Excavation CI B for Water Main" shall be in accordance with Section 2 -09. 15. Section 7 -14.5 Payment, page 169 — ADD the following: For this Contract, `Structure Excavation CI B Incl. Haul for Schedule B' and `Gravel Base for Trench Backfill' and `Shoring or Extra Excavation CI B for Water Main' associated with Hydrant Assembly installation shall be measured and paid separately under the bid items provided in the Proposal. 16. Section 7 -15.5 Payment, page 175 — ADD the following: For this Contract, `Structure Excavation CI B incl. Haul for Schedule B' and `Gravel Base for Trench Backfill' and `Trench Safety System' associated With SC! V/C.G Col III U iU(I and L'U. LUnn►et- Supply Line installation shall be 6 of 7 City of Federal Way Addendum No. 2 S 356th Street Improvements January 19, 2017 • • • • measured and paid separately under the bid items provided in the Proposal. D. PLANS 1. COVER SHEET — DELETE sheet 1 of 111 and REPLACE with the attached revised sheet 1 of 111. 2. SITE PREPARATION & TESC PLAN — DELETE sheet 23 of 111 and REPLACE with the attached revised sheet 23 of 111. 3. DRAINAGE PLAN — DELETE sheet 42 of 111 and REPLACE with the attached revised sheet 42 of 111. 4. WATER & SEWER PLAN & PROFILE — DELETE the following eleven (11) sheets and REPLACE with the revised sheets attached: • 51 through 61 of 111 5. JOINT UTILITY TRENCH PLANS — DELETE the following two (2) sheets and REPLACE with the revised sheets attached: • 109 and 110of111 6. FRANCHISE UTILITY PLANS — ADD attached Puget Sound Energy sheets 1 -7 and Comcast sheets 1 -3 at the end of the plan set (after Joint Utility plan sheet 111). E. BID OPENING The bid opening date has not changed. All bidders are required to acknowledge receipt of this addendum on page 22 of the Bid Form. Failure to do so may cause rejection of the bid. CITY /OAF FEDERAL WAY l r' Desiree Winkler, P.E. Street Systems Manager 7 of 7 City of Federal Way Addendum No. 2 S 356th Street Improvements January 19, 2017 • • Attachment C BID SCHEDULE CITY OF FEDERAL WAY S 356th Street Improvements Pacific Hwy S to Enchanted Parkway S SCHEDULE B - LAKEHAVEN WATER AND SEWER All unit prices in Bid Schedule B shall not include applicable sales tax. ITEM NO.. SPEC SECTION ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS B1 1 -10 Flaggers and Spotters HRS 320 B2 2 -02 Removal of Structures and Obstructions, Schedule B LS 1 B3 2 -02 Remove AC Water Main LF 1,030 B4 2 -02 Remove Ductile Iron /Cast Iron Water Main LF 140 B5 2 -02 Remove Existing Gate Valve EA 6 B6 2 -02 Remove Existing Hydrant Assembly EA 2 B7 2 -02 Remove Existing Water Service Connection EA 4 B8 2 -09 Structure Excavation Class B Incl. Haul for Schedule B CY 910 B9 2 -09 Shoring or Extra Excavation Cl. B for Water Main SF 6,610 B10 5 -04 Temporary Pavement TN 40 B11 7 -09 Ductile Iron Pipe for Water Main 8 In. Diam. LF 1,350 B12 7 -09 Additional Cast Iron Fittings LB 1,000 B13 7 -09 Connect to Existing Water Main 8 In. Diam. EA 5 B14 7 -09 Removal and Replacement of Unsuitable Foundation Material CY 70 B15 7 -09 Gravel Base For Trench Backfill CY 850 B16 7 -09 Concrete for Thrust Blocking CY 10 B17 7 -09 Trench Safety System LS 1 B18 7 -10 Construction Sequencing and Temporary Water Service LS 1 B19 7 -12 Gate Valve, 8 In. EA 10 B20 7 -14 Hydrant Assembly, 6 In. EA 4 B21 7 -15 Service Connection 5/8 x 3/4 In. Setter (2 In. Service Pipe) EA 1 B22 7 -15 Service Connection 1 In. Setter (2 In. Service Pipe) EA 2 B23 7 -15 Service Connection 2 in. Setter (2 In. Service Pipe) EA 1 B24 7 -15 Customer Supply Line LF 10 B25 8 -01 Seeding, Fertilizing and Mulching SY 200 City of Federal Way South 356th Street Improvements 28 RFB # 17 -001 January, 2017 SCHEDULE B - LAKEHAVEN WATER AND SEWER All unit prices in Bid Schedule B shall not include applicable sales tax. ITEM NO. SPEC SECTION ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS B26 8 -02 Topsoil Type A CY 15 B27 8 -31 Resolution of Utility Conflict EST 1 $ 5,000.00 $ 5,000.00 B28 8 -31 Potholing EST 1 $ 3,000.00 $ 3,000.00 B29 8 -35 Adjust Existing Sewer Manhole to Grade EA 2 B30 8 -35 Reconstruct Manhole EA 3 B31 1 -04 Unexpected Site Changes EST 1 $ 5,000.00 $ 5,000.00 BID SCHEDULE B SUBTOTAL $ SALES TAX (9.5 %) $ TOTAL SCHEDULE B $ City of Federal Way RFB # 17 -001 South 356th Street Improvements 29 January, 2017 • • 1 visa c MC O co , a %. a) co a) CD w 0 LL L tts >+ v Et2 V � CL LL • MPROVEMENTS SOUTH 356th STREET >- ce 0 W H z •ct 0 z W 0 u_ c.5 0 JANUARY 2017 RFB NO. 17 -001 SCHEDULE OF DRAWINGS If-- Z � 0 0 N S 3AV ISlS ' p _ Oe pQ 0. y U P N F- 1 \►� iA MEI PUGET SOUND 0 0 .IMH O13IOVd S 3AV Hlbl >S 3AV IS ' ▪ F - 1 / MS 1d H\ Z Po MS 3M 1S lZ J_,i CV 0 = �� i 2c") d 0 / – o- //'/Q(/ Q RD J 1 oi I- Q J ~ W W 0 Z - N °b 0 < J 0 W ▪ 17- Z 0 = N (1) N d 3 4 N I- W N 3 az W 0 OO O N H �J-I ¢ O =0 0� 4 CJ < 0 5 UJ Z °� Q J Z LL m Q�� J J J d r N N J > O m 0 4 J J o 0 `J` r o- Q a w di z o a= LL,,--"7( a z Q N Q, Hr¢z03wQ. ONW 3.b a,_ JU rUj)0- ZZO0 W Z W 0 3¢ d d> d Q F- Z r Z d OO.. N W W 0 0 F N- F NaS >- WU' 1.. W>'r O00 0 Z d Q J Q Q O O<<<< N Ni--' Z cc 9XU QZrOa.�oNmZ�wa�33C00000��aZ�1- 0Lu 0CC�k- `- 0000CC1 -0 << CC CC �� <a� -I_ =o0 ct U J _ W 0Cc W d'�JO V)033 F --300 _ _ J J _ _ NC.J o0 0 IA z =:41")) O N O Ce J100 uj U z ow 0 m � U r-- o O ;9) M O M Loa' t.- r":-.1 t D co" '- 0 t` O O•- = - NN7 . rD ^ c-J 0' N ,-� CO 0 CO N rn W W ���000 N .- ,- CC ^' • VICINITY MAP • 0 0 D 0 0 O GENERAL NOTES Hm WW" =NLi 0 0 UM N 2 Goa' a' ZU ^ N O ul L)ce F150 m X7ad' yz o_ w C7 Q a 2 W W W m I z U aZ� ogl z °7d,�5 a 0 _N w U N D W a >cz OO ?wmZ w m Po cn Z 5vi Z E aUF 'i! m g.21 N n M NF ppaaQ Wa = z 0. z w Pa N6 F W �Z a J w(� Nw c7 3 Z G1no .?ciA6a �a aid' _ F o w �O 5 wz u m w . x. . N k c o c o f z I 1-0 � za 1-0. F =m > > Inn � ~ I is Uv;56 Na < � off - Z I Li, 1 / U �NOWW K � „. 64 3 <a„ Om.n . C7 1 I W 1 I ci r6 v, M co r; W of J I 1 u GRIND & OVERLAY UMITS bZ 133HS 00 +OZZ VIS 3NIl H01VW REMOVE CEMENT CONC. SIDEWALK AND /OR PAVEMENT REMOVE ASPHALT PAVEMENT CATCH BASIN INSERT PER WSDOT STD PLAN 1- 40.20.00. CONSTRUCTION NOTES 4i a: Na. 4 m o z o o m o6 0: e w \ ID F a a CI z 41 < g <I 8 < < o m N F = 0 o z w f fi O < I- co o 1°.I G�i a o iii N 41 W c= K m 5. 2 m < 3 0 I Ma Q 2: w F z d 0 0 w Q a LA a CC O a Z IX a a w< 0000000000 SITE PREPARATION & TESC PLAN STA 216 +00 TO STA 220 +00 LL 0 CITY OF FEDERAL WAY 0 u S 356TH ST IMPROVEMENTS 1- z W G 2 D O O 0=21 3 0 , R gMAal a ZZ 133HS 00 +91Z VIS 3NI1 H31VW a m 0 O Q CL rc a w QO z Z NGINEERING MANAGER 8 6 PROJECT ENGINEER 0 • • Vld LZ:£ LIOZ /6l /t 6MP.O dSZ80 £l \laoJluoo \s6wMoJp \NOIS30 \ls ylgg£ s Z80£l Vom papa \S103r08d \:N • GENERAL NOTES > 0 3 m < • Nz M0 < tl o O U a� N O U W w Fm m < FM a E 0d m O N Z Z < O 6Ra N a2 WO co co 6a R * F N 0 = N O O L K W Z NVi a < <1- O cr cr a O ao < °S CCM 0 O > N 6 < g. J o 6 m� U � W O < Cl) U O Z � V co WZ [7 0 6 Z N.-6 cr 0 U < F Ow, W Z 0 3 O m0 Z 3 < < d' 0 N O o zo zZZQ m N 2 } U3 O affi B 0 CD U O C-7 z �aZoZ W C.DQ O O J � w d w �Z 6 0 CCF N w U < co tid W 0 N a6 0a H N 0 3< N � O OZ C oQ a ‹T N co ZE g O wE0 < > 1 w Zw0 C m Vti N 0 Z w Co W Of J CONC INLET OR CATCH BASIN TYPE 1 CATCH BASIN TYPE 2 STORMWATER MEDIA FILTER (SIZE VARIES) MODULAR WETLAND SYSTEM (SIZE VARIES) • 1 STORM PIPE WITH DIRECTION OF FLOW REMOVE EXISTING STORM DRAIN PIPE M X U STORM DRAIN STRUCTURE NUMBER t 133HS 00 +OZZ VIS 3NI1 H31V1 CONSTRUCTION NOTES U i 2 CC co O a U) W N 5 J Q Zo �< o N O V CO a Lti 133HS 00 +9LZ V1S 3NI1 H01VIN 0 DRAINAGE PLAN STA 216 +0C TO STA 22C -00 LL a) 4 1- z 0 Otagg oVgi A F a " -0 w"R z -.IE �1 8 A 0 a Q O 5 0 8 a Q 2 Z • • VYV ZS :IL LIOZ /6L /L 6MP' NldW211SZ80 £L \ 13oJ1uo0\s6uIMoJQ \NOIS3O \Is 4399£ s Z80£ND* 1oaapa \S1O3PONd \:� • GENERAL SEWER NOTES GENERAL WATER NOTES (CONT.) GENERAL WATER NOTES aU w2 Am r ¢ Z 0 03 M 2 n Q a J OWN Z �J a�QO Ni-• m2 mpp<2 Wp m ° ° Ya � ocg6 aaw m• m • m"mzm a°= 6mN op o 3� UZ ffi N Z W r WN° p .0- m a Q O a s o W O a m Z o C°j J O m 6 Z EE ao#ov ��N L.y{ 2 Z W m z6gc z (.1-70A1-- a mw z O a W m ▪ a 0 w J N S p 7 m SO2 a W J Z_ Z H r m• � M3x °NC1 aaw H o z Z Z F ri (N/ ] p i W `yo It N >w N o 2 ac UZ O Q< <° iii M co a F-¢ 2 Q - V J Q J • aV I"] WATER LEGEND • p O wbp > o m m Z Cal J - N a F 2 Z 1"F L 1 1 FT • W>4 O° W Q w r F H m0 w m U C4 W O F = z p F 0 Qsm w = 2 < W F p ca-6-26 �S ZpZ Z Qwwd a 2 0 • 7 C) W W( NCB � 1-ZN m oZ Z� W �Z� Sj JioaW� CV U ‹ti— g° wz W ZWa <�� W3�� • x� Zc�r�_`' <oxo CD 'Ng m�z rn SxWW2 Ny mzaox W oa < ZFZ�Z v"S m 8' m O 7 S° N 0 0 u0 Z C.)‹ m a a 5 °¢ o N a z o a z 60aZa am3Z��iSM mop¢ awZwo w� < zu. wm L� cx5 WL�,� o o a mo r W i-C�C� > O a X \xN a0 Z C7p ;:-,,L-, w= m m m d 3 Fz w °J z °z P5 W Z a O m z a Z .;1' w µ- o =O Ua6 �- N a aZOQoa �Z`� zKa °� a w oo° qoq ITIS goo wwa ^¢ F- 6 W2^ ° {p • wwb��Ly�aU aKwm WW Z�y mNO aN� Z� UFa- -0 s • ~ Vzmul'�aa' ~N WS ~� 6 SNNtOZ °LF a ZNF p ��mCSao a �U`J O b'F Nmw`J` I - o�c $0+a' Z Q° d Z a EE p_ Z? o b! W Z N a N a U Q a v 000�3�ao - ao�� >� maU oZw3 W� 8 °zo c'W Z >N x [ P0-4<m0 = aQ OZ m 0 Z_= ‹ .5. MM 8 ›,:c.) Bj z a�. Z ace B g p a U O d 2 m b �Np Z U O° W o Z ° a U z = r o¢ s3 �41�wa maaF_ `5 Zm�' c3 3a Ng ~o o °U L °° rUN U t�'� oma_b �? ° w6p w CL< 00 O W ^• 38�QZN ¢ Fa�w Wz� • i j vi 0 F- a 0 CC m oz woMima�amm u�woaam 9�1- ` <a� =�= o' x a w°aw z° NO ° °�� J W J N W a WZ m Ndp m L � � CL N mZ Cr 0� Ira 6� o0aa o� b'6Ha oiPm r- Ua 6d CO xi- ,Z, <62xmw wwo cQa i`'dwwz oY� N .._�� ce ,, k' o6 0- o< Q 4 jSm�O Z Z� m ZQW ZU CD O V I W U 6? ° Y N Z> < a w w O rf, W W J W Q W io G? U -n Oa awapm w¢F Z !!Lac K'om W m10 O° _<L1 i13 UJ w= d' °O O d'�b� ZZZ it a ci_ . >- I a> �°-2 -, F Zwma Z C7 �'Z w aZ aZ ao zWaz�mof -'z owabrW �a° E.�Ja w z Ew `50° � mc�j • a m- NO6z >Z awm w.-,-.w . 1-U ° 0mN Y la-c, w < S�mzO�a°m iz� w >�`°n l+OIU � m3�i o w ° �m o wN :< W m0N0- LUTLN0 -� WZ Op xd ZNZ ZF °WUp Z 8 �Z'� OZ �� -= OJ CD W m 2 W W W O QQY' ° �Zy yO W w w L °�� a w W° O j W N O a Z U U g w W a d S r F- m0 mJ w N Z. JFJl m ZZ f O 0, w.' V F N co W N U m Z x H o_ W U O fl d Z ° f O W W= C 7 Z= C 7 ¢ N N W N Z J N Z d m w 0,6Z F a LL���,,�� z 3 S� who V e zo = ili 2 CC 2W m mJ WZ N ZViW W w d wam d aw Z 8� m {�� m�Y mg N Y $m ¢ N M 6 U W He'-U ¢N L., I- <am <YCOicew7 m m o¢ Z< Nv I m<w o oLTSa3 -apN �mUZW °r m >�c x_lan.a a m ;�i a3 ?N ° >° 0 � ^- N N N m WO N 1- J a a O Q _ m°0°206 Z m Z UO 0 o U Q N VI 0 9� am w 0- °z " W 9 amnow Nb owao� a�- 6� oozwpbz� ZZ RI U Q- H° z °a (Jj m FN U a a o = co z 3 va m U r a F o cem m a w ob oaaoo oa > aQ CalCCPW 2 ..°< a V N U 6 W w a m ^ M a 3CDa F z� Si E <5 ce o1- }M<(,) <m °a • U 6¢ W 2 d p Z (W O . p° N Q w N Z W W O a 0 a m a > o 4 a O o Z Na O N d CIg Q V" = U O Q Q r 2 N mQ W U Q O p W Q Z O° 2 a 2 P < w a j o F Z Qz7 F o� F U = ¢ > N < < N 0 Z = m L 01-2M °W Z O a , Z 2pC. am U C7 -i ¢ Z 6 FU=p wp O OU cn O U ZO >/m N a m F= m = Z oZ ;,. m W - a a z F Z M O � a 6 F W X Z W O Ma cLWwNWw Z O �{ w F VI m a°° w O a F O N N 0Q � zf- Z Q F37 6 9 m° -) WWUZ u 4 -- LTJ Q -ric 5 a Jp6 ww.>`'Z U N am c) a��N'J5 °0 >vxiw CV N1 «- o z ac w m l Q W F Z w m 0M La CL CC ce }}. o Q w . b ^ m rZFFy Ln�. >OWU'~. Nu ri m ° W ¢ ce 40 N < ZN n�J QZQ O 1 N U O Z O c„, O O Y z m d p m- �z Z Z =µUµF�O W r-r40 ,.80„,, za °ow zoaTu�a O�LL �wjN' N d w (yj Q •° a o ,-30_ C" F b O Z O W _ mm N ~ N zm� a w po w o- m O Z ° ~ U FdzZbwy 0u) Z bw Q m Z m i U w FSo°aml+i >7Z5.10°-412 W U ¢ - m a O Z 8 ° Q N Z Z m � V :!!!):1!! N OW. aww gN >azo=F 0$a�CCog obr.ao � ii.F-'tit,J°-1-2-m-1:Ec:-0---5-w pU _ °z vm U b W wc ° F m a w- a �� Nw zLX 00� JmJ Q 3 U a> mJ J ES Z K Q° W a 7zpzN N Om U ; O� Z sQ,o:oOJ W a�i'mrl. 8,1-8L2,68! 0 < t Z <p i F m m 5 w Z xm <m0 < ~ M U r W C c.... ON N pz m i W Q r Q F.:5,-vg 65<m= UmLJjam U < a ,.:,- wmz m o O Z C, "a�51ra��aL 0 m,„,,.,.. ' - ,Jw��pwmQ, >1 °aIma °a N ° CL -J 25.EST1MATED STATIC WATER MAIN PRESSURE: La PSI MAX (AT APPROX. STA 212 +30, RT) 2 j PSI MIN (AT APPROX. STA 223+37, LT) U Li Z m Z I. w w I--• m 0 Z ��= Nm 2 p W N 0 �' 6UW, VJZ WI- 3 r 6 O �"zp 6 Q I �,j a�j COQ 1 MOp �m YQ7 VQ d 25 F- W N F7 °NFZ °iVFF2 ~ mm �-< °� °F m �p� �° o�a oN w�a %L!) 63� `N�`o3a z3=FS w;� =a 5/10 mc�W =U ZLU Qz OLn U p6> Nr�' O LWj V)mZ Z(Tia WZ a z �Qam <7 aWy g moc>� w�o�� o °°mZC]wmF ma O m U C� 1-w t<0E- mq Wd W Z z OgZmCVIZ Y Nmd 3z a Z 6 e ik'o �W °8 176:: ry mk'wF� NzUk"wW'amC-, ZZ �a�VVIII O S+-�a O �z ww4i = o i'n cl- N��L3. Cmu, u"i Sm ZZQ NW SO U N �O �IoI�O? Q mo mZmOm =03 N cnw C_>�� �a `-zFa� a oo z ~N��W 3�- �LS�apdO' PHC mow OK co I-- '° LX.� a Z o ° m 2 ° j. E > (n �. a ~ m°W w W F a NZ Q ° Zwzm a z Q m 0: W2 ZFN N Zp6Qw • CC y 0 U• \ W N d. W Z =4‹ i° Q Q w Z U U W p w O � m� al"' O N a a t� Z p m ?Li 0 < 2� a W N F � J ZZ = lla�.� ?F- Q Y-5< OW 2 Uab W 20F wc.�OF QVi! U m� °O Uz Si 0.7z w wY U m3°ZQ N CZCZ -'J� °� 6 °° ¢ U W N mm x¢ Q gow 7 N N I F p Q N_ • O O w N° b m>C 5 (� 2 q = Z OU dUm i`d29Q Q NnQ wwK wWKU m pN'J 6 UO a a w Z = a F ,.. Q Z ZO z m r Z O L=i N O w m m 6 [9 ° Y S O W r71 d �a W O Y Z U w W W F O m O F I I a W m �..lal a N Q rUSa J W O W CTJ m d U [L 2° d Z 0 _J II,A Z O v N N= N N Z CL ZwJZ �Q ° m a =UO m •�•= H 'F•° ~ '�O 7 W ^ W NZ me . a _ W m Yw ® L~.1 `_ N , V` LiJ cJ' Zyam 2yaj ¢U C-i ,��,v z�`t`�� o��° v N r F ° Z U K N ° C- J- I S: p S! :: - �' W l i W a x N U Z m U ��- a UVl z5 W wm wm Om� ZU I z65 O wWZ = a 2 zI+� Y¢CL �•J-ZF U m -w wo F �W ohm N w 6 w5 S�ig Zz8r, §8r,-, 0 �a� wF��¢Fa Q� <ZQ W6°.° ='rC <Q = Mw ��WN p0CXL�,1 CttC��III� Zp� Wf�N '� Z_ 7mZO yN_C= NN e Z Z w U Q F ¢° N w Z? , a N a S a m 2 2 Z? %? ¢ F Q o f 6 w z,-, mi- -¢ �II I wQ =� z= o mow sooz xam ®� =i o ai < °N a° ���aa !!!P!!74_ am mmp - yOw wL3 ° Zc3QO� °3po z3pld awoN Nm J Q Z Z LZf. z W E.2.1 Z 0LU 0. xxaFmr N CD 1� M-.' QOPiI=M Op_= aO 3 3 Na2m ZO= �z aysQ�o :JUJU, Mal... �F� = v8 .w6°L.� 2UdaZ C'cai�Z u'wW °oO 6 °omZQ 3JJ =o Z IIyy,,II C7 F U U O Z tNn Z m F O O 6 L�,� o ZOU mQ mam[L' N Z X S Qm m W <FwZ <F W Z 6F= =a Z W {U Uy� Z� Z UQU 9 a N Q x a < v W z O O m m w m r W a °z 2 Z m F m - a` W O �' m N° wW }mp Q W ZZQ W y aWW6 =NV) NY�Z UzJ p ? r�adg O-adO QCCX°7° 6z >�7OmOm OZ]C U Y U N W m W J w x F _<,,_,=,( Q p N >-‘40a==.‹ p O +�-� 2 a Q Ly = N S j a y ij a CWJ 1= o`.'Sz a�a zom� 3 6N 3� se .c <�i aU QS°�°� §¢U# --w Z3 z °w 66. m gam Zg� °Ya° oZ 16 Owgo ow < °NN MOM F6a_ffis0 oN�smLZ�L 2Wb�' CA m z 1- 2 z o m U W F ° m �_ 6 Z WOW Y ¢ d N ° o a co a 3 O w U twi 1 2 2 0 W U l aJ. m W m a 0 ¢ J 3 w C 7 CWA m w a-0 a m 6 V l a d N 2 5 0- ce w6 >o ado UcNwcm. 1E5 <6 N:a oW C w: =v)U , 0 a , 3xz m0E-a I 3 a a 0 . • O N t0 n o3 ai J UJ y O 0 ▪ z ▪ w z N Q 3 3 CITY OF FEDERAL WAY S 356TH ST IMPROVEMENTS I- z W 0 wte O A 1 as T m a) O Q. Q 2 w i 2 PROJECT ENGINEER a G 8 N • • Wd OE :1 LIOZ /6l /l NW' 1013O1VMZOO £l \looJluo3 \s &uumoJO \NOIS30 \ls 4195£ s Z80£l \LDM \S1O3f021d \:N • ,"'.g CENTER BOLT & BAR, WITH DUAL CAM LOCKING STYLE VALVE BOX LID WATER TRENCH SECTION CONSTRUCTION NOTES: r� (0)) (BINGHAM & TAYLOR 15LBFSPL, OR 0 1 APPROVED EQUAL) FLUSH WITH GRADE EXISTING GROUND FINISH GRADE 1. SURFACE RESTORATION, AS SHOWN ON THE PLANS. 2 SECTION A -A a SURFACE © 1 2. PAVEMENT AND SIDEWALK RESTORATION AS SPECIFIED, PER ROADWAY SECTIONS SHEET 4 & 5. PLAN VIEW WWI 07 TRENCH RII� I ® DRIVEWAY RESTORATION PER DRIVEWAY DETAILS, SHEET 75. RESTORATION PER ROADWAY BACKFlLL n° a _= 'r; „n, 3. SEE SECTION 7- 09.3(7), AND WATER TRENCH SECTION (THIS SHEET) FOR MEASUREMENT OF I TYPICAL SECTIONS, SHEETS 4-5. WATER MAIN == ry=a- "d=lir� "ilf e = _ar'1!�_ -`_; _,- ��= C. NEAT LINE TRENCH WIDTH. E'� ' ?) FINISHED GRADE i,N /io /i %;, ir -,Y> ' ' *Vv O6 PIPE ZONE BACKFILL } -' " =` 4. UNSUITABLE FOUNDATION MATERIAL - SEE STD SPEC. SECTION 7- 09.1(1)B AND SPECIAL 6" MIN :� =`�'�&t-It PROVISION SECTION 7- 09.3(8) (ASPHALT PAVEMENT) •I;e: -;. °�” .�N. w W 9" MAX HIGH- FUINGE STYLE TOP SECTION 05 PIPE ZONE BEDDING }.'•?�i;.y. a° �,. ,.:, ao d 5. GRAVEL BACKFlLL FOR PIPE ZONE BEDDING, COMPACTED TO 95% MAX. DENSITY. 2 (BINGHAM &TAYLOR OOPS SECTION OR SEE SPECIAL PROVISION SECTION 7- 09.3(9) AND STD SPEC. SECTION 9- 03.12(3). DEPTH FROM FINISHED �, APPROVED EQUAL) o _ SURFACE TO TOP OF �I 04 FOUNDATIO 6. GRAVEL BACKFlLL FOR PIPE ZONE BEDDING, COMPACTED TO 90% MAX. DENSITY. BASE SECTION, OR SEE SPECIAL PROVISION SECTION 7- 09.3(10), AND STD SPEC. SECTION 9- 03.12(3). BASE EXTENSION POLYTAPE BETWEEN TOP AND BASE SECTIONS RIGID PIPE WATER MAIN (UNPAVED AREA) 7. "GRAVEL BASE FOR TRENCH BACKFlLL" COMPACTED TO 95% MAX DENSITY IN ROADWAYS, DRIVEWAYS, SIDEWALKS, AND UNPAVED AREAS. SEE STD SPEC. SECTION 9- 03.12(3). 8. 3 -INCH DEPTH TOPSOIL TYPE A WITH SEEDING, FERTILIZING, AND MULCHING INCLUDING TACKIFlER „ VALVE BOX BASE SECTION S (3' MIN. WIDTH) (TYp) RESTORATION 1' MIN. TO SMOOTH GRADED AND PREPARED TOPSOIL POLYETHYLENE PAD (2" THICK) -- WITH EXTENSION SECTIONS AS REQUIRED 9. COMPACT AGGREGATE COURSES PER ROADWAY SECTIONS, SHEETS 4 -5. 0 © © 10. 3.5 -FT. MIN. COVER UNLESS OTHERWISE NOTED IN THE PLANS/PROFILES, AND EXCEPT SIDEWALK HMA SAWCUT cm) AT TRANSITIONS / CONNECTIONS TO EXISTING WATER MAIN. me* AREA AREA 4 SEAL JOINT (TYP) OF 11. EXCAVATE BELL HOLES TO PROVIDE CONTINUOUS SUPPORT UNDER PIPE. I ■MII% FINISH GRADE EXIST PAVEMENT NOTES: EXISTING HMA GENERAL TRENCH SECTION NOTES: 1.) ALL PARTS SHALL BE CAST OR DUCTILE IRON 1115110441=- ,ym g_;= uy -;i EXISTING AGGREGATE BASE (IF ANY) AND COATED WITH ASPHALTIC VARNISH 07 TRENCH BACKFILL ..11 . ...T 1 e • EXCAVATION MORE THAN 4-FT. DEEP SHALL COMPLY WITH WAC 296 -55, PART N. r "-F' NATIVE MATERIAL SUBGRADE tiffs a.,- W.,• --, nLi WATER MAIN I �„ ra =�a!'��= `r�� =i • RECYCLED CONCRETE AGGREGATE MAY BE INCORPORATED INTO PIPE ZONE BEDDING OR TRENCH BACKFILL 2. VALVE BOX & TOP SECTION SHALL ._ 1.7.41 •-.:t BINGHAM & TAYLOR. OPIPE ZONE BACKFlLL �t� ""-Z��14 � W w ON SCHEDULE B WORK, HOWEVER, OTHER TYPES OF RECYCLED MATERIAL IDENTIFIED IN SECTION 9 -03.21 t =eie., - ME a 0 OF THE STANDARD SPECIFICATIONS MAY NOT BE USED. WATER GATE VALVE BOX 05 PIPE ZONE BEDDING . „ z o • • UPPER LIMITS OF TRENCH EXCAVATION MEASUREMENT SHALL BE TO EXISTING GROUND OR NTS it «. •. „•.-I IS EXCAVATION BH NE E EXISTING GROUND SURFACE OFOUNDAiION O L DWA W PRISM. NEAT -LINE TRENCH WIDTH PIPF IIINNFCTI(lN N(7TFS. tri NZ FW • 15 a I- 3 . z M O N Ce M Z Z N 05 0 OI O O Oj ? m Z_ FA FZ cn < Z Q O = Y m o i F pN •p� O Fww < N < N o Wl' y N 3 Q 3 U N < vi c3 CL < z �_ 3 LL� N pp2 Z v O JJ poW< 3 co ce W 8 0 J> I CO I m I M a z ^ U Id W ON F ON F m = < d iii WW W a a 0 Z a LLJJ p � NO O a Z (9, W N W N < p < O O W W W C) a' Y N 27S m U m V m 0 e,_ � N o 6 < I CO 0) 0 w a > K co o r N 0 3 ? zz go oZ e 3 w w N am o_ zwZ_ w z i . w n N o „ d = � Q < Or p CO g U 3 z m z ( W < N 41 Z K a Or < ce d F w a Lo 0 ZZ a 6 CL N W W m OZ CC W Z W < > } z< Z U w N F xX K C) O 1+-1 j W W O o a 1 o W -' < W I- W U N Z as W Y u' K O N O 0 W W p �y = W 1 d' 3 UZZ m Q 0 D _ H Z p D J O O Wm a F V-- Z U Q Z (j c-).(000 = .0 .. w N' o LL, F < wW W m g N O Z xOx W Z W d m S U W 0 0= N N d • •• D.I. LONG PATTERN SI FFVE COUPLING (MJ) GATE VALVE PER PLAN 2' LOCATION ' I!I� ■ :MU II. Ii-I • NEW DUCTILE EXISTING DUCTILE IRON PIPE IRON PIPE CONNECT NEW DI INSTALL DI SPACER PIPE TO EXISTING (WEDDING BAND OR DUTCHMAN) USING RESTRAINED WHEN CONNECTING DI TO DI MECHANICAL JOINT TYPICAL CONNECTION TO EXISTING DI WATER MAIN DETAIL NTS a- • d z 0 U Liu V) U z w re c W t` Q C- O a V) z W I z 2 re W e N LL O 0 LIJ z J CO W V) V) z_ re W >- re Q 0 a w z LL O GENERAL WATER DETAILS CITY OF FEDERAL WAY S 356TH ST IMPROVEMENTS r z W 0 a r a C 0 w a ❑ ENGINEERING MANAGER 0 w U O Z 0 w N 7 z tZI pO w z n • Wd Od l LIOZ /60- 6MP 101301VMZ80Cl \1Di uoG \s6u!MOJO \NOIS30 \Ts 4195c. s Z80£l \tom 'DAP \S1O3road \:)1 • z J a EXISTING MANHOLE SNY1d 33S '3ONVH0 3aYNO F- 1HO13H 9NIa 3aYiIO a CA gF 4 U ¢ r K N U Q is nw� .5 yO.dLi N Z d N 1.0 LAJ m�3"�=Q o a 0 W= W' 0 rQuz(Z _ 0 Z GRADE (ADJUSTMENT) RINGS, AND RISERS SHALL BE SET IN 3 NON- SHRINK GROUT, PLASTER SMOOTH INSIDE AND OUT. FINAL COVER DIRECTION SHALL MATCH THE EXISTING COVER DIRECTION. PRECAST GRADE RINGS AND RISERS MUST BE CAST `MTh GROOVE TO ALLOW FIELD INSTALLATION OF SAFETY STEP. SEE PLANS FOR EX GRADE RING HEIGHT, EXISTING RIM ELEVATION AND FINAL RIM ELEVATION. cV rM 4 5. INSTALL LOCKING FRAME & COVERS TO BE FURNISHED BY LAKEHAVEN WATER & SEWER DISTRICT. C N O N 00 Ti) 0 m W wa J ZU b O 6 Z >- a� U) w mw Iz N N ce N K ¢ g a_d O.0 m 41 a L m O � W CL 3E a 5 Y 6 � J ri Q Z 0 ce U c ce m I- cc z 0 o U 5° re EuE g J o� O m N Q • c FFFFFF <---- W o W = m a W Z C/) >- a re c N z We_ o° as d tG N n IV W3 a O 0 0Z yy Y U n EO OW yQQ< 0 ° U Y CD a: 0 W N Z � Eg GENERAL WATER DETAILS (/) 2 J w w ^� w LL LL — LL ~ O( 1,c,)) H z w GI 2 U 0 O m w P§ r6i c 00 a) 0 Q Q 2 3 A PROJECT ENGINEER 0 I 0 a C N 0 • • Vic] OZ :I LIOZ /6l /t 6MP101301VMZBO £l \1oaJluoo \s6wMOJ0 \NOIS30 \ls 4195£ s Z80£1\IIDM 'awe \s103ro d \:j • GENERAL NOTES SEE SHEET 51. O O 1 i )■NECTIONS METER SIZE OFFSET I- u8i 1 56.95' LT 48.50' LT z 0 M M O 2 6 ,s..0.. O H V% A N N 4 N S w�- / 292104 -9049 PARCEL / 292104 -9049 O' L 335 335 11M -d i i- 6•££r wore 6'a Gin ids aOC rat WATER & SEWER PLAN & PROFILE STA 212 +50 TO STA 216 +00 0 KPG PROJECT No. 13082 CITY OF FEDERAL WAY S 356TH ST IMPROVEMENTS 5 O� V U. I— z o2 m U 0 4 SNVid S ViJAO 031 3AQN139 831VM 0W „9 1SIX3 { a 111 1331.1 a NI 33S co 0§ as a�a o 6 U S 6 O; v01 £'61Z o 1 coo • • Wd lZ l LIOZ /6l /l 6Mp' LO211VMZ80 £1\13DJ1uo3 \s6wMoi0 \N0IS30 \ls y}gg£ s Z80£l \ADM loiapa \S133P0NJd\ I • GENERAL NOTES SEE SHEET 51. a.WWZZZZ E }z F-w00 < y�NZ 0 VI w C-7 U Z P z O 0 3 • N 0 O < Z Z V = S UO = J O N a , z �.3w y m w ki ; aN 41 wwy0J Z 26 Z <CO >I-Igg ij 3F O p -Ea O �ZU = <O WS W a' z C.7 a Vi = 00 , CY J(~= a? O E 12 M ~ _ = 8 U o .a 00-5 FN =ac> W< W sg SCJ .� Z88 =gam gQ ryO W uiw d a <- < <� Z N 706 NCOOU w O6< ZNU F- F- ?a J w JM JU2 co W I— O CONSTRUCTION O O O 99 133HS 5L +611 VIS 3N11 H31VY1 L 30 O N Z F U ce o CL UJ CL w F N N N b5 133HS 00+911 V.S 3NIl H31VN CO N N 0n a WATER LEGEND N z i REMOVE WATER LINE X X X >C >C X X X X X X X JC SERVICE CONNECTIONS N N LU w N Ce 6 Id— N CD t N CO 2 N PARCEL 1 292104-9036 PARCEL / 292104 -9002 0 N 9L$Z L'o5i.._ WATER & SEWER PLAN & PROFILE STA 216 +00 TO STA 219 +75 U- 0 0 1- z ca 2 0 I a LT 2 Wa W 0 D 8 O S O 0 N a z Z N • • Wd ZZ:1 LIOZ /6l /I 6MP1o21VMZ80 £l \1aoJ1uo0 \s6u!MoJo \N9Is3a \1s 4195£ s Z80£1\XoM 'warm \S1O3rOdd \:I • GENERAL NOTES SEE SHEET 51. CONSTRUCTION NOTES & SEWER DISTRICT. CC AND CONNECTION DEPTH XL" Z CD / §§ / k§ -' CD 0\ § a ▪ °h VI ® ® WATER LEGEND zuj 2/ ° ; WATER & SEWER PLAN & PROFILE STA 219 +75 TO STA 224 -00 CO KPG PROJECT No. CITY OF FEDERAL WAY S 356TH ST IMPROVEMENTS k R\ \k m0 k ) CO 0 ca. § ( z k §§ § § ) k § \ ( § k � • k =aL2AW6 # £9O o m6m ,S\ 1119g,Z80£1,\A-iwa \520 \4 • WATER FITTING DETAILS CITY OF FEDERAL WAY S 356TH ST IMPROVEMENTS LL 0 • • Wd FZ :l LIOZ /6111. 6MP'LO CO W a) 0 0. 0. N z O 5 a z w LL$ z z Qa m ❑w 3o ❑ y a� m o� PROJECT MANAGER w U 301VMZ80Fl \looaluo0 \s6gmoia \NOIS30 \1s 1.119SF s Z80cl \LoM Iolapa \S103rOad \:1 GENERAL NOTES WATER LEGEND WATER FITTING DETAILS LL 0 0 r z W G 2 m � 0 A J p S ❑ N O � Q Z O W0 W CD 0) O L Q. Q ENGINEERING MANAGER PROJECT MANAGER Q O N MIN K O Z • • YVd £Z l LIOZ /6t /l 6MP' 1013Q1VMd80�1 \1oo�luo3 \s6uiMOJQ \N91S3Q \ls 4195£ s ZgQ£1 \ADM oJapa \S1D3PQad\ I • GENERAL NOTES RI SHEET 51. CONSTRUCTION NOTES ---r- -,--•-*-.....-.—.------ - - – S 21CROSSING UTILITY CROSSING. PROVIDE 1' MIN VERTICAL CLEARANCE EXCEPT AS TA 3 CO MAY BE SHOWN (TYP). INSTALL HIGH DENSITY POLYETHYLENE FOAM 0 PAD WITH A MIN DENSITY OF 9 PCF, WHERE SEPARATION BETWEEN UllUTIES IS LESS THAN C. POTHOLE (EX. UTILITIES ONLY) TO 240 . 240 _ 0 . 'Al DI.' 1 . A , ! LOWE'S WATER E-W CONNECTIOI 1 c..). 1 i ink' i ri 230 LOWE'S WATER N-S CONNECTION 1 1 X _ 230 265 265 DOSING GROUNO 7 142' RESTRAINED AT WATERIAA1N a JOINT LENGTH 260 ._______..... •APPROX. ----•-,-----•-----------------; --AP-- 1 , 220 I + _I:IMPOSED !ROWEL ! i 220 i AT WATERMAN-4i- .; ; , E.6 AT..WAIERWJN EO•AT-WATERMAIN't -1 30'..RESTRAINED• Acta 260_ 1 260 FIRE HYDRAWITII-' - :_- I EXIST le RCP --.AT.WATERMAINA I • 1 LENGTH .1. I 213+02.90, 88.53' L1 ler 1 • 1 • •APPROL• R. ,N... p I. . .1.2 .DU?. 1 .255 I Tr'SD -- .- ; 255 i ,, . E AT WATERMAN t ; • -1- --- ED .t v. 1 ------if..iiiiiroTaiiiitakiii. - i z.c., - , _ _ _ : 210 I 1 ; . — - --i 210. , ___ - ''' " -14r-CTh : , --------! I ,,- - - - ! ....STA.219+77.74. .76.69' LT 255 '-' . - - I 255 : CL.52 I 8" 90' ROLLED BEND , EXIST-C.-SS r r- 1..,..- p — I i • 8!-Dt • TO .DE CONNECTION Er DIP TO r DIP CONNECTION 1 .1rxe TEE ' EXIST • 12 SD '''' I C.D . 213+05.02, 95.39' LT FO CONC DUCT I STA .212+891k 40V .1.1 nan .? ..°......--.1 _I ----....3: 11 25!--VER.T.J3END-4-------.Y--.. EXIST 12 1. 44. STA 220+2377 73.20' LT 15" TALL TOP LOF.S" DI -WATERUNE-MP). ! : ; t STA.-219+78.56,..75.53' IT 200 i i 200 EW WATERMAN 1 . Jo0 ----- - • - - ; ••----••-•-•-i----•-•---------••-E0-4400-PIPE--ALia4MENT-(P143).---\ I --7-FG-410t4a-PIPT-----4- EE PROFILE, SHEET'56- NEW WATERMAIN 250 .1..4 . , 250 , ALIGNIENT .fryp) 1 FIRE. HYDRANT TEE . ..... .' ...... ...... ...97.11.2_5!..VERT..BEND -,1 STA 212458.16, 35.98' RT OXIST Tr- SIT SEE PROFILE, SHEET St. --- o ..1.0 „,,I STA. 219+87.52,..62.80.. LT I : r.4.5, ROLLED VERT BEND di h: 1,,,: ril,,..ori .--1, c•ii 245 . i I_ 245 CV! trx8" TEE 1 2 ,--41 ni N o.1 I ir,i CM t's11 174 . • . - I-------------------- - - --- . -7■PPROVIcrlinr-01F-C1:3?-- : STA 22071.08,24753.76' LT 190 ! ! i 190 ...),A . 219+88.36, 43.00' LT i ' I • . • EXIST C SS I INSTALL. Er ' LONG. SUIVE. COUPLING 8" x8" TEE -- '-••••- - ..-.-- ---- : •-•• .----- 55—Rts9127i8ED—,10-841 PROFILE i SEE"orrAL-SHEEr 52 219+92.75, 54.88' LT LOOKING SOUTHEAST 240 i 1 240 LENGTH :''xr'-fEE INSTALL 8" LONG SLEEVE COUPLING SEE PROFILE DETAIL, THIS SHEET SEE LOWE'S E–W CONNECTION STA 219+9275, 54.88' LT PROFILE, THIS SHEET SEE DETAIL, SHEET 52 PROFILE PROFILE C C 11.25' VERT BEND LOWES CONNECTION – E/W LOWES CONNETION – N/S 220+07.21, 64.54' LT LOOKING NORTH LOOKING WEST SEE PROFILE DETAIL THIS SHEET SEE PROFILE DETAIL THIS SHEET 1-8"xe TEE (FLAJ) 1-61-OATE-VAL-E-(ax1k)-(E)- 1-HYDRANT ASSEMBLY (E) CONNECT TO EXISTING 8" DIP WITH MJ -INSTALL 8- LONG SLEEVE COUPUNG A OF ROLLED 45' VERT BEND (MJxMJ) SEE DETAIL, SHEET 52 1-e 45' ROLLED VERT BEND (MJx1L1) 1-8"x8" TEE (FUEL) ROLL 45' BEND TO MEET PROFILE 3-e GATE VALVE (FLxFL) (N,E,S) 1-THRUST BLOCK __-- __ __ __ __ -1£31." 212.51 HORZ ) ( ,S) t°R•ZT BENID ((k4MAJxn-FL) (NE) , _so --cx. r DIP 1-8"x8" TEE (FLxFL) ._ EX tr• - - - - _ . _ _ _ _ _ INSTALL 8" LONG SLEEVE COUPUNG --1... pc 523--- 1-e GATE VALVE (FLxMJ) (W) - - ...... -13:DIP- Dp - Ji.s . SEE DETAIL, SHEET 52 1-8" GATE VALVE (FLxFL) (E) Dr 52 8- a —2--""••• 3-11141.11/11-E'••■ vi .,,,,..............____ w --]H ) 2-8" 11.25' HORZ. BEND (RAJ) (NE) . 1-8 11.25' VERT BEND (MJxMJ) DIP ■•■......■■•■• GT 1-8" 225' HORZ. BEND (FLAJ) (E) 1-e 90' ROLLED HORZ BEND (MJxMJ) 1-8"xr TEE (FLAW) 1 -8"x8" TEE (FLxFL) INSTALL 8° LONG SLEEVE COUPUNG ROLL 90' BEND TO MEET PRORLE 1-8" 11.25' HORZ BEND (FLxFL) (N) CONNECT TO EXISTING B" DIP WITH I 2-8" GATE VALVE (FLxMJ) (N,E) SEE DETAIL, SHEET 52 1-THRUST BLOCK 1-8" 22.5' HORZ BEND (FLIL) (N) _ _QFir 11.25' VERT BEND (MJxMJ) 1-8' 45' HORZ. BEND (FLAJ) (W) CONNECT MJ OF 90' BEND TO EX. 8" • . 1-THRUST BLOCK NOTE: RESTRAIN All JOINTS/FIT11NGS . . DIP IN CONFIGURATION 1-8" BUND FLANGE (FL) (S) J 1-HYDRANT ASSEMBLY (W) - - - - - - ------ 111 lit \ %j"-i-8 8' DIP VERT BEND (MJxMJ) LOWES E-W CONNECTION PROFILE DETAIL NOTE: RESTRAIN ALL 2 0- 1-THRUST BLOCK LOOKING NORTH JOINTS/FITTINGS IN CONFIGURATION 1-8"x8" TEE (FLxFL) NTS 2-Er GATE VALVE (FLxMJ) (N,E) 1-8" 11.25' VERT BEND (MJxMJ) 1-e 11.25' HORZ. BEND (FLxMJ) (Vi) 1-THRUST BLOCK WATER LEGEND STA 212+75 PROFILE DETAIL LOOKING SOUTHEAST NOTE: RESTRAIN ALL JOINTS/FITTINGS 04 GATE VALVE ■••■•■■ W i•■•• WATER MAIN NTS IN CONFIGURATION ill( LONG SLEEVE COUPLER REMOVE WATER UNE xxxxxxxxxxxxxxxxxxx i--i 11 Y4' BEND (PLAN VIEW) LOWES N-S CONNECTION PROFILE DETAIL I-y 22 )1' BEND RESTRAINED JOINT LOOKING NEST 45' BEND IIMMI.111.11.11.11" UNITS (PRORLE MEW) NTS I_Li TEE SAWCUT ii. REDUCER C; • ii FLANGE JOINT (FL) C RESTRAINED MECHANICAL JOINT (RJ, km --"--..■ NO. DATE BY APPR. REVISIONS Approved By 13082WATDETOtchn 0.03E Do& It.roCi. 4 1/17 SOD Ni) ADDENDUM #2 FILENAME SOD 12/16 i T.,, Interdiscnary Design BID A CITY OF CITY OF FEDERAL WAY WATER PLAN & PROFILE — ENGINEERING MANAGER DATE DESIGNED BY DATE 31 Hid Ave 2502 Jefferson Ave Federal Way ADDITIONAL WATER PROFILES SOD 12/16 LI/ ' . fi PROJECT MANAGER DATE DRAWN BY DATE 0,,,,. Q.,. Sule 483 Twoma. WA 98402 -r, . DOCUMENT S 356TH ST IMPROVEMENTS NJD 12/16 Seattle, WA 98121 (2.53) 6F-0720 'wics.,,,,, o'oc's' lej PROJECT ENGINEER DATE CHECKED BY DATE •■ (206)2881640 onv.kpg.com KPG PROJECT No. 13082 I SHT 59 OF 111 • • Wd bZ,l LIOZ /6I /L 6MP1013011VMZB0 £L \laoiluo0 \s &uiMOJO \NOlS30 \ls 419S£ s Z80£L \XoM papa \S103f0ad \:)I TEMPORARY WATER BYPASS CONSTRUCTION NOTES CONNECT 2 -INCH BYPASS UNE TO EXISTING METER. CONNECT 2 -INCH SERVICE UNE TO EX. WATER SERVICE UNE TEMPORARY WATER BYPASS GENERAL NOTES , IF NECESSARY, r 3 K. Z w m �d a NC Q wm 0 god- 38Z = Mu CL z CIO z z Qax 30 -, Z m Q N o F m 0 w5u0 MI- 66wo wL-bzaHz x � F m N (no QwSO_ WaQ 060 N2'�,7 a� FD cezvy, www Q°FW Jj o oL» L D U l-- H% Z5�� �3 CC3 �cO KK Q6KO3 W N CF L Z mW g0Zm WiZe CCM N.v U8 j dW M 5 F z QQ 3 a X °a M m X W w, o m o =NHZA! mHuJi w o�oa� Nwoo3 ads ��a�,,II <LTj ZZN m JFZ; z �� 6/,i N 0 8 N 22,6g6 Z 1� N O z mz wxNl#1F WQ b � I �° wa zNF I zlX� =z CL a< U z w ce o O F N a o m ao3 onz�a,mm <t$n °_ a9a�`c5 wwmc)xQ6w E3 e5 Q N O Y ~ N O W U d N 3 Z O d O m� m z S m O� O N> 0 om F(n ,a H° E ¢ z g w z* a o- m d0 UO 8 U ..„.N 0 N O m O a Q Y LW °aWMw ZO koZsQ Npk. �' W es== z -�a ?aJUW . z a_ 00 = w w� ', N Q F < .,< wF .ZOVi Nm °a w0 3c)NLa oS con F� W� o� I La I C)UU Q\� THE BYPASS PIPE SHALL BE PRESSURE TESTED AND DISINFECTED PER SPECIFICATIONS. v; r od 0 0 z o l .N 0 �ma M 0a UNW3 OZ $}10 6" CC w ‹ 0 3z *vi 0�< o p- p X 6 LU N U cjz <5m o Z ZN U n O O 3Fw„f N NRNT • N TEMPORARY WATER BYPASS LEGEND l9 133HS 00 +61Z V1S 3NI1 H31VVI EXISTING WATER UNE PROPOSED WATER UNE SEE SHEETS 51 -59 WATER PLAN & PROFILE TEMPORARY WATER BYPASS 0 CD CITY OF FEDERAL WAY S 356TH ST IMPROVEMENTS I z w n U 0 LIEnZL. f d ez ff PM c U g a _0, A. 1 W I +61t d1S 3N H01tlW 113314S SIHl 00 � gw h OCCC :4 a v 0 U T 0) 0 O Q. PROJECT MANAGER w z w 0 Wd SZ l LIOZ /6l /l bmp' SSVdadiymdtN31Z80 £t \laoi }w0 \soupauci \N01S30 \ }s 4194£ s Z90£t \�toM aapal \S133r021d \:'I • LI� DBM CONSTRUCTION CO MURPHY DONALD B CONTRACTORS \1 STAGE 1 u. 1 I • PROPOSED WATER UNE SEE SHEETS 51 -59 WATER PLAN & PROFILE TEMPORARY WATER BYPASS 0 CD CITY OF FEDERAL WAY S 356TH ST IMPROVEMENTS I z w n U 0 LIEnZL. f d ez ff PM c U g a _0, A. 1 W I +61t d1S 3N H01tlW 113314S SIHl 00 � gw h OCCC :4 a v 0 U T 0) 0 O Q. PROJECT MANAGER w z w 0 Wd SZ l LIOZ /6l /l bmp' SSVdadiymdtN31Z80 £t \laoi }w0 \soupauci \N01S30 \ }s 4194£ s Z90£t \�toM aapal \S133r021d \:'I • TEMPORARY WATER BYPASS GENERAL NOTES TEMPORARY WATER BYPASS CONSTRUCTION NOTES CONNECT TEMPORARY BYPASS PIPE TO EX. FIRE HYDRANT. TEMPORARY WATER BYPASS LEGEND A 133HS SIH1 Vw 3N11 WWI i EXISTING WATER LINE II 3 F ( / G 0 \ \ LOWS / ''(�� / / c�'1+ STAGE 1A ' \ STAGE 3A LOW'S HOME CENTERS / / _ tn 3 / / \� \ STAGE 3A DBM CO 'UCTION CO / MURPHDTRACTOR\ 4'2' / ,4/ T 1 T r T ('1 / 0 _ 'jam/ A o MIP' GE 1B ©' \ ► STAGE 2C e-r. r n a. •■•Ipii2piy. v.--- . 2LWAPTIEM am �I-�f4"�"E7�- l�-"�-�F1"f"��f� 1� �ff" �4-4- �f-{-14fT+4"�-f�-�Ml'rrr'�I ' Z °, STAGE 2A k 213 22' c4 w I STAGE 1C ' 220+00 221 +00 Q > r z S 356TH ST. STAGE 2A J , ._.— ._._.— .— ._.— .— .— ._. —. I — _.-11ARk16APA- TS EXPRESS TOWING PARK 16 GRAHAM REAL VENTURES LLC PLAN y -4- 1 iiiii 1 14' O CO NI 16TH AVE S 8 V7 - N i WATER PLAN & PROFILE TEMPORARY WATER BYPASS U- 0 CITY OF FEDERAL WAY S 356TH ST IMPROVEMENTS r z W 2 Ed on 0 C V73 hrpl 04gMBE.I 4221:1 W pp u N p�p N ao 63 0 U O Q iZ C w z C U w 0 C z 0 N S R fL 4 z 2 Wd SZ :I LIOZ /6I /1 6MP'SSVdA8211VMd1131Z60£I \poi) \s5wMOJG \ NOISY] \}s y}ggc s Zg0£Mom ID' pa \S103f021d\ • GENERAL NOTES N 0 Z 0 68 Q w o° W co N Z om 00 N Z 6z VI A. CONTRACTOR SHALL EXCAVATE JOINT TRENCH B. CONTRACTOR SHALL FURNISH AND PLACE BEDDING MATERIAL N U = o rzw o N m N H 3 F Y L66 X F_0 Q� TR 1= OU X O p (Qj aWa Z N Nd' Z R8 W< 2 W W C7 < < CC CD • �anW °z =0 °z�Q NOU�OZ va zo ' c. -CC Z °sQ xo o Q, Z == Qaa 0 pZZ= N O p ? W W� N Z V W O< U vi W C9 O CC CC LLI -F- UNm 20 z O~ d O�K�N Ca U'QOFd �OpQZ fW�/ 7 W y Z zNZ Q W d a wZ Z O 100 F a O Z Q W Zw ? U ��Fa6 �UZ CO W oUO 4ow Z= ,c I.° N zQ W OJ V f F o o W= hPG i 0 Q W= N Z U 00 m Z in F w�U['F -F ZZO� <g F Og �cc cc W <Q ��j 20 xU u I.o.. i Vj V 3so�QN Q < E 2525 25& oP5Z `ts<S1F c�gE5 �X � k`'�5a boa a 1-Q �¢� °z��zz 6N �c~ico�n- Q Qza aQ o azF ��Q�9c -8 az°—°� atilty ?o W T U p2o Q z =U' Q N 0 ce 0 QN0 0 O zrO= C.) ao 6!� F'SZ om OOU OFOF0 awrn�t Nww�w Om UP CD cia<Q�C)6U 0> W(.) L0Q FFLJ D?6 ��CC0Z C53 Fl Olt 1331-IS 00 +OZZ VlS 3■I1 H01VV O_ N W O z Q U 0 CO o z I- O Z U a=_ 6 0 w cn �z FOR JOINT UTILITY TRENCH TYPICAL SECTION SEE SHEET 111. z w w w^ , CONSTRUCTION NOTES JOINT UTILTY TRENCH APOLE TO REMAIN. SERVICE CONVERSION UNE PSE JUNCTION BOX e BY OTHERS AFTER CONVERSION IS COMPLETED. DUITS; FOR SIZE, PSE TRANSFORMER * PSE HANDHOLE PSE SNITCH VAULT PSE PULL VAULT COMCAST VAULT COMCAST PEDESTAL JOINT UTILITY TRENCH PLAN STA 215 +50 TO STA 220 -00 0 U, KPG PROJECT No. CITY OF FEDERAL WAY S 356TH ST IMPROVEMENTS z LL /252 0 05, y 90L 133HS 09 +SLZ VlS 3NI1 H31YIN a) O Q Q 0 0 Z O) PROJECT MANAGER • • Wd £l £ LIOZ /61/1- 6M131f 1rZ80 £1.\130)luo0 \s6wnwo \N91S30\ls 4195£ s Z80£1\ADM ID)epa \s103road \:1 • GENERAL NOTES w_ Ice zN =0 f T W ow w_ F = Wm H wo O m o8 z= od oz 61 1 A. CONTRACTOR SHALL EXCAVATE JOINT TRENCH. CONTRACTOR SHALL FURNISH AND PLACE BEDDING MATERIAL m o r N0 z z W �" z W F vv, m ZO vn F-- 3 F J FO Pi <„,„ VN 3 a O� Ua'z Az • iki S'C' 0- �-w xmWW oaf$ a. 0z W Z < mQ apU W 0��TT55 (naz0 O W pa =O K in p� 0 W= (z'6- �rJU W �Q' G O P W wU W Z = N VI G Z LL W • O W W NZU W S Ulai W CO �UOM< U �Zd OZ Z W UNW KO Z d�- 0 W,, V) C.'J Za J?� O OOQ�Q�j ce 205,2z 054VI C�O �F �O NaoOj zU,8F= <zz z �W Fa'g �cFi = mF a0 ° O � dz m Ix, N X <zy a ?d' ZZci fnz a C '-- o u,0 a gW �Qp 3 �Z Fp � f� ZZ w • {WyO i 8,, �lgWy Vxi g6� .�I. U qW D a ZZ VV)i Z Uz FF 2 g Z8= W Kjaj m Z i=aU W w z a zK co W F 1,1 RU-' Z mtrg. '-'60 W W 6 ce � JaJ S� a� W yO. xNx O w u< m -" = K W O Li " UNL W <�q¢ U6ZO W p'pQ Vl �4' W °W�� °oa oZ a Z '-'Kci-MI-ez �N � N� 0,0 p5 s0 m0> -0 p5 'c N p .c F6FZ 6Wce Ogga Z0Z "3: cia oSS0 8 >F LJO uJm zF��waSg6 Fx X0,02, 6P�a 5 P d a. cn cn m 6o Z F Q U m H Z 00 Z rz Z alb O 5o Z FL- z DM FOR JOINT UTIUTY TRENCH TYPICAL SECTION SEE SHEET 111. CONSTRUCTION NOTES PSE JUNCTION BOX a PSE TRANSFORMER 0 PSE HANDHOLE PSE SWITCH VAULT PSE PULL VAULT COMCAST VAULT COMCAST PEDESTAL JOINT UTILITY TRENCH PLAN STA 220 +00 TO STA 223 +50 LL 0 CITY OF FEDERAL WAY S 356TH ST IMPROVEMENTS § $ as 03 a 0 U CO a, 0 0 2 2 a a ADDENDUM 12 >i a z 2 8 Of Z � • • Yid £l £ LIOZ /6l /I 6Mp1lfZ90 £l \1ooiluo0 \s6u!MwU \NOIS30 \ls 4195£ s l90£I \XDM loiapa \S133f021d \:)I • 0 z W 0 W J C � W O 0) c w Z W > ( W F K p W O R Z p V K z OW O Z w z m 0.z r I- O O 7 7 7 o W O C7 (� 0) 0 > Z §§%'§ Z Z H W w 8 O 0 O LL N rii ¢ (=9 ¢ W 62 Q o 0 d 0- 0 0 0 O 0 o H w 0- w w a] 6 O W C7 O O O W W C7 W (9 O Z Z O m? C7 J} Z 0) z Z Z Z 0 0 Z D Z O Z z Z Z V F 2 X_yX N Nx 3 N N N N 0 0 N 0 0_0) 0 x 0) fA U C N Z 2_ W W W z w w w w a a w 0 w m Z W o O >,L Op U10 o N C W N • C $ m O d « U C 0 O N y N N Ill 1O ;Ain O ' E§ 2 a a a w W N k • °C• oE@ o E 102 8.-. y rodcmi > o N N a m a) ro v E auy � @ � � O O d N > O m 2 �.- = 0.S E 2 N 2; 0 =- � E-0 N r m 3 o • c - o • O. o m > m e m 8£ o0A-0A E --000 .m_8 0NaU'E0o a; m y 2' m U C C C m a a E � t 9 m � -o' o m y m C a C O N N w m J m 'a N@ £ o 2 m- m o - E o o w 22 o L O-= 0, C O >@ N ] m. 8-.E.2 V 'y N € o -b' EL-T03.41 c m 4,-02;25: £ N um£ N E 0. n a£ L °rno =c m�t «Q , SrEaadom g0212? JaT pc N @ m 2 -F' n 0) o E m °o o- C 3 o 00 d, roN O C y N E °n o rE= 0. C p o, • N b m O N£ fo N t 2v 0. 0 v v a� > 2m€ w U N a a ` On m O m« d b 0 L n > b O O N 1n _ 0 > m• @ C a-2« O m YY g U m w i. myy�aY;o>7 =y 3o£ c` -2= 0 w E c E0 c .0 c 0 W« @ m 4]5;,A p .g- 9 6 m 0' 0 00' . m 0.-' ''--T' ., ▪ U Cb Ob Ob 20) N' 2W, 82° ,1=_ C « C C N U O o N W U C W N N N m 8 w n:11- Hai n � _ �� ro m a rnm Q CO N=a3a 8o 5 0)1 -81 5�o PSE GENERAL SPECIFICATIONS m d 0 o Q 7 b a o Ta- n o co to y 0 Li, 0 E II_ • a 0)0) 3 lli W 'CO 0) 4 m °O, y °R N m d O O d @ £ O o a E 26 >, N O L t N .0 6 I. 2 @ O a C e N O .6 O m N U €; 4 D 76 ' - Q' a m A 0. 0 C 2 N r , b a b °-? h m 0 >' m 3 a `mm >d b N '0 O tll ro 0))N 0.0 E 0 0 d 0) 2 EsN ,(3.2-1-`-.1 m m e- O - 0.8 0. o a b 8 ES- L a C a b m y ▪ n N= _ 0) G N Y r N m N a@ O > N co E b 30) -x Daum, 2 Qm 2i n(r80 0. Pre - Construction RESPONSIBILITIES OF THE CITY - The city and their contractor shall attend a pre - construction meeting specifically for installation of bare duct and vault system. - PSE will provide to the city contractor with construction plans for the installation of PSE duct and vault system. - All installations shall conform to specifications contained in this document and all relevant PSE standards. Notify customers of all outages 48 hours in advance. s & Documents m C 0) s 101096119 -a ; , • 0 01 IV CC S S� Ir Owner / Developer Contact Info CRY OF FEDERAL WAY 33325 8TH AVE S FEDERAL WAY. WA 98003 ATM NAVEEN CHANDRA 253 -835 -27299 oW,y,,,.tl A U K O O o cl r 5840403E5 I L _ 594109725 ❑ Indioab cone FUSE SIZE on A,-OVA 8 VERIFY p ❑ DeRROns raged on Me As-0WI rd their reason. ❑ I candy Rtm Rm wk pettommed meets PSE's stand and Bat aR Rums requnems¢ ate met Foreman's Scrotum 11208772 (PROJECT PHASE ' 11111 O» YI • F iy Vi mpp� QQ' 05 o t m b y � « j l . N - Un t N 'On v N o ' 0)m arnz . OowC H oQ Ai o v On c m C N o y y N 0 G wwm C O M wm M w U a w O N . O W ro C 0- o oaa 8 t75 momma w-wm c • m o 00 m m > w o E'C « o N --- m E 0 m i ° N flag O E y C - @ .o a,@ m O 3 n 2C0) 8 0. e o E0m - o° Oam 0x0 �nTN r w y O 0) N Y O = C C b U 7 N vAs, t d _ o F N O e E✓ i V E a a • c , 282F N« C 0- m a a > bm » t0 m a Ea N 2 ro- nw c ~ @ U o4 • a 78'-§ £" ro E n o m> n v 0. ,,,0:13 3 ✓ " w i' yoN m°'001- EE0t 0, E cm u N« a 082 5w as °£ cEO).E cm'Ec3> >> 0. m > a 4,£E Ev ° > • _ • a� o r or 0 n)0. •mD a am >c mE @ a .O« m m m m oNOEBL =�� a 0. N C= L,9 « O Vg-5 N > . m > N j f° O O . Oa N ('' 'cN � �' .� E C C « . U £ -85-20 ono aE-s>wyomOEt8 @ 'LIOo`a 4T ca c m Zm . 0. E m ao 5 - f° v > . o nc d No0 >oco %=o 3O ;om C mga O N W m mQ aC m N 1' O C a .w N O« ,t N O 5N5 ENNN NNC'a A3y 224-a22 5_ U tl g aPaa;-a `w ro $= 0 m 0w N ac- ° F- U H c o Q a > c U Q � c E Q E y 0. y F- N :F- F- o c - . . . s. E m a O m 0 • N C U 0 o a c0 82 m a 1542 m 0) m c m - m a^ N 2 y a . 0 a w • r N `o 3 O m O N 0 00 N a -8 ro v d E 2 d m 0 0 w . C � O m E i= ec 0 A A U w 9 c ro Lm G £ o 37? C 022 . 00. g28 Sw C 2Q N U N E2,2, .E N « O 3 �0 _ :f74 N O O N U T N b E /9 o C r -3m o. 22858 c= 8 0 «0 0)b u6 N @ m N m O y M( O a m m 000)0 a'oro a) V y o OJ 0 2 « o£ >b'61r0 ON N Eo o- 0 fu >p con a C.5. m0) ^ m N n43 80an- m'°n5o2' u N m m .0'._../ 2 N p a m N .2. -0 mwy8 F-- 8{L- E¢troa ax' c mU > .N. (=j 8 5 C ro = m a) a) ,� '0.3' a C N C m V y 0 0) CI O W N N E a E' 0' 2 ,o C m C 1 c 0 Q. a m € o U F5 ° = N 0..E O @ @ £ 9 N a _0 m , 3 m >• a m 0 « @ cn N c N 0 o E a Cr ro N C "O G' U« N U C ro 2 C C C c Cl, o G E E � 0( 0� 8 CU m m y @ J 00 V N 1n O O` 0, 08) N > £ Y e .E O 8 O N i' S U E C c U U£ a 0 o y .1-7; m O N « �° m d t o m N co 5, a n 0)n 8 4C-4 0) = 2 n N ) m> 'j co L , g 00 v N N m o m c E c m c E 0a; o N� 2 A ro m o .o !,c c w 0)g W v m 13 a ama 0)o ' m m. « U0 b J d « 0. L @ 3 > = N m C I r 0.00 0.a �� U , , , O) N 7 U b m3 a) m o E • LT, L N c > ° 0 a N 2t 28 m m > m T 22 C $ @ N C O UU t6 E0 z2 060)50 a, b 0 O C t t> C N n 7 9rn8@ roo N 0) `) N C C dC .0)C N- r -c0.Nm C =w0 ro- p£ 0) U V j; C N,C eL.43 1`>°vEmm 2 c£in • 0-0 d 0.w .5^0.1": 0)D 8 °-' °a o `OraCSo£ 0)00`' .c 'o 00. o c c c Y a 3�'c. -0.'L'« v. = =3rEoo3 maw c c = 0) s c E 0 z`m'S0m3.5'3La0 N V 0) c CN � 2 9 0 7 O U 2 O U O d« ' r !O N b 0 2 0 5 E'° W 02 '° _ Oj O �' j O ova,�c5aW °0)c O O N A ` E C "N'f0 @ C.� U oint Facilities Coordinate with Communication Companies for transfers. OVERHEAD CONSTRUCTION Poles & Structures C a N C > F U 2 S Sy O ssz 0 N 2 OM _ 25 Sil g I) 0 U) 0 a 8 au0 0) 0) y3U .-§ �5it 6 V 0 3 0 0) 0) $= 3 o 150. o 0) a 1558 7 U bN 0 o d 0. m c 08 -0 v o' o y = o c 40) c c N 8� m 0 0 ,c ,� =E c w m 0= 0 ) AI o f`0) «N w 0) C N @ 88 O N moo. m E 0) o U)U ' m Y v °° E w o 0 p E v 0. 9 w o 0 0) o O o 2 m 0)E 00) 0.v mm Y� 0 0' amc M C V @ m N= O O t0 'O 2 a) o f 0) E Y= .E'w c Z. o c 0@ j .X C E d p Y> 0 .O 41 ti co ra Lrin S @ 14 « W =.0 O N l0 > N C O O C 000. am 'an 1>'0€ 3c+ C wy2 m a' 0 m w= n w w 0 0 'o co.: 0) 3 a m o o t m m o o w ,0 'C 3 0c N a) N U 8 U y 5 0- N m m c m a w b o (1.2 >16 N E N F 2 0 U c « m ma « «uwi m C a 8 ° E- 5 88 0' d &.g-,3.8 30. i,E a E • a `b 2'9 0) 3 N N 0 la N 0, U @ O -2 N ' E E 0.pp P m C y N w C O C N P,',1 p m O N m U Yj d- n O V% U n C a) w 8 • C b= 2 m m am Ica' o 4, c$ C 8«o a s.25 y 1=/1 �O O m 2 F.=-4. =3' N C W O- N �> @8og,3c mm <3TA o =a�c o= �m� `o0) �`'_ moo' - O�c E. > 0= m � 10. 51 E N y e a) 0 o a' > m vo m a N a E m fw/) G N D C G� 1j to C a N N 2-_.,..T. ,...-.-87),T, ( a do °_ cy - o °onayc y X Y C C O C m b O U O« m lO b N N a J a 2] c O'o0)0) ro o> E c 0)n -- _m0-- Or.mo Oa ->mc5 0))�p$v =ter m- J�'C =00- C0' >a)N NUO7CNmNL 5.2528 n�F- 2 m m a, m w E ' 1:0:40:::3' 0) 0'-o w O1 �• j N E O C m OO O U> oaa o,O'Z 8 oUm ma m > Qn<lo~ o _oQ , . . 0 , , 0 3 2 2 g 0 8. N - T • O • E N ✓ 0 ''k)2 o O 23 U N N Y 2 p O g N 2, 02 0 O = U 0 r L ....§ C O U 3 y 3 N • Y N (0 b = o 2 N C 0) 17, O a N y N N C • O a N N1N = b a O a m y C O3 n m t-Y a a C m O 0 N L N � C m . N b 4 - - o On N m d - ° c cu m 0. c N 3 6. 0E .0m 0L m U fa o @ . N N U v 0) 0 N .c' C @ y 00 U la ),-).._°).f 0) O 0) N L C a C N V m =5°o v F a -v.= m 0,m 0 m y m N N• a 0) C _m 'm @ 0) 5 y � N ap E ¢o CN 5 i F- cod preservative. ro C.2 b 0) Cl ,S° 2 O a N O m N E m N m 0 N m 3 , c> 3 C C O 0 a 2 O C o 2m= m E c0 • 0 ? O . m @ 8 N 0) p U 0 0)0 v Z 8 or12?aU • b' N c£ m a$ U 0) 0 m UD C O 2:i O O N _ 13 £ o Z, 0 a' °'§ F? a m 0) U O 01 O 0) 00 0 'c 0c to 0rnt 1 a cm C3 C> 12- I ' a' 3 O 0' _m 0)r .52-70 y d O N m v 3 m 01-0 8-7-66, o E y n E 5:2 C .N "2;02 W O • a N «Q E C' p (n u O 3 8Q Z = a i 2. 47, >O EV N N O p v a C y G > 4 a O "> E° m N 11 5 o` ff c o F-rnH D @w wa3 ct o U - All neutral connections to be made with solid compression connectors. Connect all pole grounds to common neutral. - Use Load - interrupter cutouts (with arc shields) on all primary overheads and underground taps with fused protection above 40T. - Install Wildlife Protectors on all transformers. 5/up L 400 4795£ 47 ^oS 6/1960)0) \GCVO \'(uy� 7ulapad uorslanuoo 6L 4oS 4790) 47005 61196010) \4L 4oS \47oog swua0 \GCV3\do)gsa5 \1apu5\sias0 EROSION & SEDIMENT CONTROL REQUIREMENTS EROSION & SEDIMENT CONTROL SHALL BE PER PSE STANDARD PRACTICE 0150 3200 TECHNIQUES FOR TEMPORARY EROSION & SEDIMENT CONTROL & ANY ADDITIONAL LOCAL JURISDICTION REQUIREMENTS. (LOCAL JURISDICTIONS MAY HAVE ADDITIONAL REQUIREMENTS INCLUDING NOTES DETAILING WHERE EROSION OR SEDIMENT CONTROL STRUCTURES ARE TO BE INSTALLED, CROSS SECTION DETAILS OF THE TYPICAL EROSION STRUCTURES, & SPECIAL REQUIREMENTS FOR WORK IN SENSITIVE AREAS.) PZl - 9109 ')Z ,00N 101096119 0 a� 8 0 O C, W 4!e 0 ❑ S 8 11 11 H E 1I hAVE$ 53AY,w I 3 F, a EE a S d 8 i g U t. 1' i ❑ ec 8 z r V 3 'x J ..1 Qs �' 5 14V t ? w 0 N a J W Z bSP'bL 80S 1.09gr 47^oS 611960101 \OOVL \.(oM laapod uo!sJanuoo *L yoS 4799£ 47noS 611960101 \bL 4oS \wooe sluueO \ppy0 \dopisap\iapu6 \sJesO \ l:Zl — 9105 '£Z ^oN W r C ASBUILT INFORMATION Foreman - Complete Iii Install Primary Bushings 0 im n mm Type & Size Equipment In Vault 25KVA 120/240 MP TRF Matid: 6247000 INSTALL (3) SECONDARY CONNECTOR LUGS: 6-HOLE - 5/8" ADAPTER MID 4842001 CONN TRF 515 STUD MID 4842000 It 4 361X42 -X38" Unietn6 HH MINU1SR (RADIAL) OR 1SL (LOOP) PER STD 6045.1010 Approximate Station & Offset From VII Center WIRE REM Wire Sire & Type N 1-N 7X �\ ^L73 "lam\ M'p SITE SPECIFIC NOTES OVAL TABLE Total Feet 440 (397 AAC I Total Feet 440 (4/0 ACSR NE Total Feet 140 (1 /0 OH 1 WIRE REM Wire Sire & Type Loa From re U. 2 h 1 O TEMP TRANSFERS POLE RETIREMENT TABLE 0 gay S O Y3SVd 3S 3NI1HOIWJ N O OU -3o c�v Q NZ /NQ a I I / 101096119 w C � ta U 0 6 425-448 -8596 I 4/7/16 s 8 rc w A 0 3 Ci 0 8 Ci 1 0 U 0a I U n 0 N i Ci N E a F ? � o a W U M W 4A.N ❑ Z N -f' lU N 6Mp'4L 4aS 4195£ 41^oS 611960101 \auto \XDM lwepeo uolsienuoa yL 40S 4195£ 41^°S 611960101 \bL 415 \41oog sluuea \pato \do)HseQ \Jepu6 \Siam PZl - 910Z '£Z ^0N z 0 la K E Oo LL = CC m 'if . LL 4 _c E- " c �i E ,oS Install Primary Bushings O.r N mJi7. 1 . .p 'a as, FW J -Box below grade wl (3) 4 pos bus Mabd: 7625900 37.5kVA 120/240 MP TRF Matid: 6247050 INSTALL (3) SECONDARY CONNECTOR LUGS: 6-HOLE - 5/8" ADAPTER MID 4842001 CONN TRF 5/8" STUD MID 4842000 Install (3) 750 Splices Matid: SPL750 PER STD 60412000 4 tS� 4'8"X7'X5' Vault ad 2-3' Sq Anti-Skid doors JBOX3AS PER STD 6055.1030 36"X42"X38" UnistM HH MINU1SR PER STD 6045.1010 5'10"X11'4'7(5'0" VAULT W/3:3' Sq A S Doors SVD5AS (PER STD 6051.2000) gi z EI8 g. n . n kli 1-5E R O C .12 a 05 8 - m h '8 y � N. ac• F N K .“--, N rIn § Y a _LASE NMd ONIlSIX3 4 'Ft - SITE NOTES -+ — -iF -t— - +— "iif--F — —t- Ct .1110 1.12012 0■LLSIX3 J a r- 2 SITE NOTES SECONDARY HH TABLE 6 N Vault Size 8 Cover WIRE REMOVAL TABLE 101096119 1 E 8 3 d fn I U I a LL 8 8 9 CABLE REMOVAL SCHEDULE 1 2 RUNS OF 350 UG TPX m O 4 8 ig n 8 PI 8 LL S C $T � 2 g S CO V 2 K c3 9 aV m PC V s n p O CO gi � 3 U n z 3 JOINT FACILITIES A EW ro � ra- j d A 4 m MATCH LINE SEE PAGE 5 _O 0 U 0 P U 0 w U ti Service Notes TO BE CUTOVER E Z N ID NUMBER c o > m a 1m vp O a. Meter Number A015272552 0 0 0 Meter Location NAME AND ADDRESS 1215 S 356TH ST POLE RETIREMENT TABLE 0 0 8 8 UU 8 S ron 0 0 310697- 183189 6 8 TRANSFORMER REMOVAL Foreman to redline the following information // M • / - >> N\ // 0 4 N // 1' N .f W £30Vd33S 3NI1HOIYIN • • fin.n rnr• innrn rnnne er rnen rnr \nnvn ,fiicnn \.fnn In.nnu runic• moan, A., rr," unnrr, rn nnr dunce el \i, it -sr\innnn cri irro. i\ \ \ 101096119 g o 8 W T. t a � W U N W a Dannla Booth I 425 - 417.9188 I 4/7/18 0 8 U Ems+ n i w U a U 2 0 we a U C O W`§ ASBUILT INFORMATION Foreman - Complete SPLICE NEW CABLES ONTO EXISTING AOAEH303, BOAEH304, COAEH305. MAINTAIN EXISTING CABLE NUMBERS r I 750 MCM -- _ C C � 9 l c Z z 1 A � U O F- 1/0 SOL CONCENTRIC NEUTRAL 11 PASE Install Primary Bushings o=. N$Q 2 f2 !Il m v ii M ') N Type 8 Size Equipment In Vault EXISTING EXISTING EXISTING Inatat (3) 750 SplIces MaBd: SPL750 PER STD 8041.2000 RETURN PM SWITCH TO PSE SW SUB4SW 2 Sw 2 Fu 15kV INSTALL (1) TARP (Matid: 9997955) EXISTING ',. EXISTING EXISTING 0 8'87.8'8"X8'10' VAULT W/SW Reds 8 Anti-Skid SUBV22S (PER STD 8058.2000) E ; z ill 91 l n� `10, $1m i.,§ 40 QNg 5 zz N 2 yN W X 0 W 0 N W gi N $ Y>== N gP SITE NOTES w 1 I Total Feet 405 (750 MCM) ACTUAL Removed Total Feet 815 (1/0 JKT) ACTUAL Removed r I 750 MCM -- _ 750 MCM 1/0 SOL CONCENTRIC NEUTRAL II 1/0 SOL CONCENTRIC NEUTRAL 11 PASE I EGP705, 708, 707 AEH303, 304, 305 EGP708, 709, 710 I EGP714, 715, 718 6Mp'4L 4aS tiMS 611960101 \GCVO \COM 'papal UOJJGAUOO *L 4PS 4194£ LOOS 6!!960101 \4L 40S \47 °°9 s! UUeO \00VO\dO1'POO \iapu6 \aias0 \., Z :L - 910E '6Z ON Yo, O? (91-203) £049X Z F • I W O X Z • W Z y ▪ P W N CONDUIT ONE -LINE DIAGRAM SCALE: NONE E 1 E a o OF Q $ o 0 N W W W Q Q W g § bb m x _ x a co O a on x x x • • • • m • • / < \ /o a \m /o V V V V WAY 1 2 mIn m1� 3 4 \d (91 -LION) £099X \�f r z O C X _ -40 1 47 X m -m H H H F y U U U W 6 O U NNm %CC OnI 3w ww 416,96 Z Q W U ON ZN N R. y OOL) X 8 8 W U Q m U L7 NN el (41.01 W 'COOS W Q W U 0 n ZNNN 41 41 41 W Q S B 310 N<v Z = = N W Q � U cn t :.i 6MP'bL 'PS 4790£ 47o0S 611960101 \00 SWITCH DIAGRAM 101096119 LN L.L 0 0 W z J W z 0 W J U Q 0) W MJ LW I- 0 z 0 yU W W - J m U >- cc CQ N_G LL a TOTALS PRIMARY CABLE c O fg J W§ < FP §F 3m V w i 6 Fa o n o m X F0F Y ° Q t O Z U BENDS PRIMARY CABLE § T. i N P v V v- N N `o° . v J s 0, 0 P N i O 3 F J N Q g E 8 G 1 LL Actual Amount Installed (Conduit 8 Cable) MAINTAIN EXISTING CABLE NUMBERS N.O AT J03 (EXISTING) PRIMARY CABLE § T. i E 3 i N s 2 °n U F2 N N W W = '' W W Q h N W of vS W W `E 'A O W W A I m H N W W A = N Q W W N �`$�' a -" W W W W W R a W W W § W ' R 21 A w Q 3 N QQQQ Q ,q .9. Q CONDUIT a J D B 8 n O J R m Q BENDS N N O N N N N W N N JG CC N m m .Oy- m C LIr .,!..3 M N m , ,, N M V7 N Q gN N N N N N ,- ,- N NN NVV C N . . N V V N N V P LOCATION Oa a y y _ °a° 2; >° a 11 ?, g a.i O'> LL .. a> a ; W a) d 0 0 0 0 0 0 0 5 5 -, 66 SECONDARY CABLE & CONDUIT TABLE U2w ASBUILT INFORMATION Actual Amount Installed (Conduit S Cable) m N 6 P E tc c 2 S a 6 z g NO y P 0 LL !sa0 \X0M 7o!apad uolva^uo) FL 'PS 4795£ 4NoS 611960101 \bL 4oS \47oo8 s! uuao \ooy0 \do7„sa0 \Japu5\sresfudZ£I7 - 9701 '6Z ^oN J S 0) 0 c0 x co co 0 0 tL 1- z w w D 0 cc z O w 2 -yH 0 0 0 • I-1 0 h A9 -J w 0 z O U 0 404 b E W **7 m $ 0 • A • • • J 101096119 J F- w 0 z 0 U X W 0 z w cc z w 2 X 0 N I1 0 U) > z - O F— w F— Q U Q ao zH 0 eat W U U_N U g 0 E z O 2 0 W F- U w w z 0 0 ce 0 N z = O U Q 'W'^^ V/ w Eg" _ E L! a '-9 a'a 10 W me m To 0 02 z ciam23 (7 z NOT TO SCALE t ° w U i 0 0 0 425 -417 -9188 1 4/7/18 0 a 1 8 0 u >t 0 csia °u_ 0 gg o a 3 M 2 b 7 N � m U LL 0 0 2w' w m i wao S O a w 0 0 0 z in 0 0 e 6 0 0 I i• z f iN i a0 b ,4 I I 11 v I I FIELD SIDE (PREFERRED) CURB OR EDGE OF PAVEMENT J 1-- w 0 w 2 w J O -J 0 n. co J Q y I.J.. 0 w a co Y � °z F- z w a w w a CL O w U z 6 J U 2 L NOT TO SCALE NOT TO SCALE 6,4'4L 4oS 4390< 9)ooS 61196010! \OOVO <• IO,apad uois.anuoo 4L 4OS 4794£ tams 611•60101 \ *L 4DS \47oog sw12220 \oa j\do7Hsa0V2opu6 \vosn \: Zl - 910Z '£Z 30N NOT TO SCALE c4 O c=e* 3"a 33S 9NI1H3IVIN 101096119 rig fa 111 oc gq11= Hot Coo Ei si$ mss .91 Li f mt- ( Si b S I 11 Is i al rl i •"l v 6MP 9G 405 4?9SC 41no5 611960!01 \OOYJ 1/6!sa0 \'oM I'.mpy uv!s+anuo: pt OS 4196[ 47noS 611960101 \Woos s! wa0 \00✓J \000fsaO\iapu6 \s,as0\.0 u+of0:01 - 910? '90 unr 45.P iq 4.5 4195f ganoS St ,96010, \QQ utloseo\Aom toJapaj uowanuos 4iggr yinOS g960,0, \woe .!...0\00,3\pepts.avap,■6\....sny3 - 9O5 .90 flf 1 • • • • BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway 5) RR; # 17 -001 Bids Accepted Until 10:00 a.m., Thursday, January 26, 2017 Bids Opened 10:10 a.m., Thursday, January 26, 2017 AT: City of Federal Way City Council Chambers in Federal Way City Hall 33325 Eighth Avenue South Federal Way, WA 98003 Prepared By: KPG 3131 Elliot Avenue Suite 400 Seattle, WA 98121 The above mentioned Bid Contract Documents and Specifications have been reviewed and approved for advertisement. Such review includes ail contract documents, - cations, a ;;, associated with the project. Checked by: Approved by: Systems Manager TABLE OF CONTENTS • PAGE PUBLIC NOTICE — REQUEST FOR BIDS 1 BIDDER'S CHECKLIST 3 SECTION 1: INSTRUCTIONS TO BIDDERS 5 SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 13 NO BID RESPONSE FORM (Attachment A) 19 BID FORM (Attachment B) 21 BID SCHEDULE (Attachment C) 23 BID SIGNATURE PAGE (Attachment D) 33 BID BOND FORM (Attachment E) 35 SUBCONTRACTOR LIST (Attachment F) 37 • COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G) 39 CONTRACTOR'S COMPLIANCE STATEMENT AND PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT (Attachment H) 41 • PUBLIC WORKS CONTRACT (Attachment I) 43 (with Exhibits A -H and Appendices as attached) Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G Exhibit H Notice of Completion Contract Change Order Agreement Contractor's Retainage Agreement Retainage Bond to the City of Federal Way Notice to Labor Unions of Other Employment Organizations Nondiscrimination in Employment Certificate(s) of Insurance Form Performance /Payment Bond Title VI Assurances AMENDMENTS TO THE STANDARD SPECIFICATIONS GREEN PAGES SPECIAL PROVISIONS BLUE PAGES City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page i RFB # 17 -001 RFB Ver. 4 -16 January 2017 TABLE OF CONTENTS (Cont'd) PAGE PREVAILING WAGES AND BENEFIT CODE KEY (Appendix A) PINK PAGES CONSTRUCTION STORM WATER GENERAL PERMIT (Appendix B) WHITE PAGES WSDOT STANDARD PLANS (Appendix C) WHITE PAGES FEDERAL WAY STANDARD DETAILS (Appendix D) WHITE PAGES LAKEHAVEN UTILITY DISTRICT WATERLINE STANDARDS (Appendix E)WHITE PAGES GEOTECHNICAL BORING LOGS (Appendix F) YELLOW PAGES ASBESTOS HANDLING DOCUMENTATION(Appendix G) WHITE PAGES TEMPORARY WATER BYPASS AND STAGING PLANS (Appendix H) BLUE PAGES PUGET SOUND ENERGY CONSTRUCTION STANDARDS (Appendix I) WHITE PAGES City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page ii RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • CITY OF FEDERAL WAY REQUEST FOR BIDS South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) RFB # 17 -001 SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through Thursday, January 26, 2017, until 10:00 a.m., at the Purchasing Office, City Hall, 33325 8th Avenue South, Federal Way, Washington 98003 -6325. Proposals received after 10:00 a.m. on said date will not be considered. BID OPENING: All bids will be opened and read publicly aloud at 10:10 a.m. on Thursday, January 26, 2017, at the City Council Chambers in Federal Way City Hall, 33325 8th Avenue South, Federal Way, Washington, for this RFB. All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid Bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within the time stated in the specifications, the bid deposit or bond shall be forfeited to the City of Federal Way. DESCRIPTION OF WORK: This project shall consist of: The improvement of South 356th Street from Pacific Highway South to Enchanted Parkway South including construction of new asphalt concrete pavement, curb, gutter, sidewalk and planters, drainage & water improvements, retaining walls, utility undergrounding, traffic signal modifications, illumination, landscaping, and other work. The Contractor shall complete all work within 150 working days. The bidder is urged to check the plans and contract provisions carefully. (Revised by Addendum #1) All bid proposals shall be in accordance with the Instructions to Bidders and all other contract documents.. Any questions concerning the description of the work contained in the contract documents must be directed to Naveen Chandra, P.E., Street Systems Project Engineer, by facsimile at (253) 835 -2709, or by letter addressed to Naveen Chandra, P.E., Street Systems Project Engineer prior to bid opening date. BID DOCUMENTS: Free -of- charge access to project bid documents (plans, specifications, addenda, and Bidders List) is provided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and clicking on "Posted Projects," "Public Works," and "City of Federal Way." This online plan room provides Bidders with fully usable online documents with the ability to: download, view, print, order full /partial plan sets from numerous reprographic sources, and a free online digitizer /take- off tool. It is recommended that Bidders "Register" in order to receive automatic e -mail City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 1 RFB # 17 -001 RFB Ver. 4 -16 January 2017 off tool. It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future addenda and to place themselves on the "Self- Registered Bidders List." Bidders that do not register will not be automatically notified of addenda and will need to periodically check the on -line plan for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258 -1303 should you require assistance with access or registration. An informational copy of plans, specifications, and addenda are also available for viewing only at the Public Works Department, Federal Way City Hall, 33325 8th Avenue South, Federal Way, Washington. The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d -4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally- assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women - owned firms to submit bids consistent with the City's policy to insure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. The Contractor will be required to comply with all local, State, and Federal laws and regulations pertaining to equal employment opportunities. The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as soon as the Contract and all required associated documents are executed in full. However, regardless of the date of award, or Notice to Proceed, the Contractor must complete all work under this project within the specified working days. RESERVATION OF RIGHTS: The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. No bidder may withdraw his bid after the hour set for the opening thereof unless the award is delayed for a period exceeding thirty (30) days. Dated the 5th day of January, 2017. Dates of Publication: Daily Journal of Commerce: January 5, 2017 January 12, 2017 Federal Way Mirror: January 6, 2017 January 13, 2017 City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 2 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • • BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not so complying. Bid Form (Attachment B) The Bid Form shall be completed and fully executed, including filling in the total bid amount. Bid Schedule (Attachment C) The unit prices shall be set forth in the space provided. Bid Signature Page (Attachment D) The Bid Signature Page shall be filled in and fully executed by the bidder. Bid Bond Form (Attachment E) This form is to be executed by the bidder and the surety company unless a certified check is submitted with the bid. The amount of this bond or certified check shall not be less than five percent (5 %) of the total bid amount and shall be shown in both words and figures. t%r Subcontractor List (Attachment F) The Subcontractor List shall be filled in by the bidder. (This section may /may not apply) I2 Combined Affidavit and Certification Form (Attachment G) This form must be subscribed to and sworn before a Notary Public and notarized. 1� Contractor's Compliance Statement (Attachment H) The Contractor's Compliance Statement shall be filled in and fully executed by the bidder. Proposal for Incorporating Recycled Materials into the Project The bidder shall propose the total percent of construction aggregate and concrete materials to be incorporated into the project that are recycled materials. This form shall be filled in and fully executed by the bidder. IVf Contractor's Certificate of Registration The bidder shall provide a copy of Contractor's current registration with the State of Washington. I/ Contractor's State Identification Numbers The bidder shall provide a copy of Contractor's current state unified business identifier number and, as applicable, an employment security department number and state excise tax registration number. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 3 RFB # 17 -001 RFB e'er. 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • SUCCESSFUL BIDDER'S CHECKLIST The following documents are to be executed and delivered to the City within ten (10) calendar days after the Bid is awarded: Public Works Contract (Attachment I) The successful bidder will fully execute and deliver to the City the South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway 5) Public Works Contract ("Contract ") from these Bid Documents. Contractor's Retainage Agreement or Retainage Bond (Exhibit C or D) The successful bidder will fully execute and deliver to the City the Contractor's Retainage Agreement or Retainage Bond. Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment (Exhibit E) If this applies, the successful bidder will sign and post copies of this Notice in conspicuous places available to employees or applicant for employment. Certificate of Insurance (Exhibit F) • The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. • Performance /Payment Bond (Exhibit G) The successful bidder will provide a fully executed Performance /Payment Bond as appropriate. Business License The successful bidder will provide a copy of a current Business License with the City of Federal Way. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 4 RFB # 17 -001 RFB Ver. 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • • SECTION 1: INSTRUCTIONS TO BIDDERS 1 -1 Time and Place for Submission and Opening of Bids Sealed bids must be submitted by 10:00 a.m. local time on Thursday, January 26, 2017, to the Purchasing Office of the City of Federal Way (the "City"), located on the second floor of City Hall, 33325 Eighth Avenue S, Federal Way, Washington, 98003, and will be publicly opened and read aloud in the City Council Chambers in Federal Way City Hall on Thursday, January 26, 2017, at 10:10 a.m. local time. The City's Purchasing Coordinator must receive the sealed bid before the time and date specified in order to be considered. Telex or facsimile bids will not be accepted. The bidder accepts all risks of late delivery of mailed bids or of misdelivery regardless of fault. Late bids will be returned unopened. If, after reviewing this document the bidder chooses not to submit a bid, the bidder may complete and return the "No Bid Response Form" provided as Attachment "A" by the date and time indicated above. 1 -2 Bid Form Bids shall be made on the "Bid Form" (Attachment "B ") issued by the City as part of these contract documents, without reservation or amendment. Bids must be typewritten or printed in ink. Upon completion, the Bid Form and the bid bond or certified check and any requested information shall be placed in a sealed envelope. On the outside of the envelope, place the bid name, bid number and the time bids are due. 1 -3 Bid Signature All bids shall give the total bid price and shall be signed in ink by the bidder or their authorized representative, with the address. If the bid is made by an individual, the name, signature, and address must be shown. If the bid is made by a firm or partnership, the name and address of the firm or partnership and the signature of at least one of the general partners must be shown. If the bid is made by a corporation, the bid shall show the title of the person authorized to sign on behalf of the corporation, his or her title and the address. The City reserves the right to request documentation showing the authority of the individual signing the bid to execute contracts on behalf of anyone, or any entity, other than himself /herself. Refusal to provide such information upon request may cause the bid to be rejected as nonresponsive. 1 -4 Bid Withdrawal Due to Error Bids may not be withdrawn due to a claim of error in a bid unless written notice of such claim and supporting evidence for such claim including cost breakdown sheets are delivered to the City within forty-eight (48) hours prior to the opening of bids. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 5 RFB # 17 -001 RFB Ver. 4 -16 January 2017 1 -5 Modification of Bid A modification of a bid already received will be considered only if the modification is received prior to the time announced for bid opening. All modifications shall be made in writing, executed, and submitted in the same form and manner as the original bid. 1 -6 Examination of Bid and Contract Documents — Bidder Responsibilities The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the bid and contract documents and has reviewed and inspected all applicable federal, state and local statutes, regulations, ordinances and resolutions dealing with or related to the equipment and /or services to be provided herein. The failure or neglect of a bidder to examine such documents, statutes, regulations, ordinances or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's bid or the contract documents. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any environmental factors, which may impact current or future prices for this requirement. 1 -7 Interpretation of Bid and Contract Documents No oral interpretations will be made to any bidder as to the meaning of the bid or contract documents and no oral communications will be binding upon the City. Requests for an interpretation shall be made by facsimile, or by mail, and delivered to the Purchasing Coordinator of the City at the address indicated in Section 1 -1, at least ten (10) days before the date announced for opening the bids. Any interpretation deemed necessary by the City will be in the form of an addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued. All such addenda shall become part of the bid. 1 -8 Addenda Each bid shall include acknowledgment of receipt and review of all addenda issued during the bidding period on the Bid Form. 1 -9 Bid Price The bid price shall include everything necessary for the completion of the contract including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the contract documents. All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety (90) days after the bid opening. In the event of a discrepancy between a unit price and an extended amount and /or the total price, the unit price will govern and the extended City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 6 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • amount and /or total price will be corrected accordingly; however, downward correction of a bid, which would displace the apparent low bidder, will only be permitted if the error made and the intended bid price can be determined solely from the bid documents. 1 -10 Postponement of Bid Opening The City reserves the right to postpone the date and time for the opening of bids by announcing such postponement at any time prior to the date and time announced in these documents. 1 -11 Rejection of Bids A. The City reserves the right to reject any bid for any reason including, but not limited to, the following: any bid which is incomplete, obscure, irregular or lacking necessary detail and specificity; any bid which omits a price on any one or more items on the Bid Form and Bid Schedule; any bid in which prices are unbalanced in the opinion of the City; any bid accompanied by insufficient or irregular bid bond; any bid from bidders who (in the sole judgment of the City) lack the qualifications and /or responsibility necessary to perform the work after considering the elements in Section 1 -14.B; any bid for which a bidder fails or neglects to complete and submit any qualifications information within the time specified by the City and as may be otherwise required herein; and, any bid submitted by a bidder who is not registered or licensed as may be required by the laws of the State of Washington. B. The city further reserves the right to reject any portion of any bid and /or to reject all bids. In consideration for the City's review and evaluation of its bid, the bidder waives and releases any claims against the City arising from any rejection of any or all bids. 1 -12 Alterations to Documents Prohibited Any addition, limitation or provision attached to the bid may render it informal or nonresponsive and cause its rejection. Alteration by erasure or interlineations must be explained or noted in the bid form over the signature of the bidder. No oral, telegraphic or telephonic bids or modifications will be considered. 1 -13 Disqualification of Bidder If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. All bidders are required to submit the Affidavit of Non - Collusion (Attachment G) with their bids. 1 -14 Evaluation of Bids It is the intent of City to award a contract to the lowest responsive bid by a responsible bidder as evaluated by the City. The bidder may be required by the City to submit documentation demonstrating compliance with the criteria. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 7 RFB # 17 -001 RFB Ver. 4 -16 January 2017 A. Responsiveness — The bidder must complete all required forms and bid documents and provide all required and requested information. Refusal to provide such information may cause the bid to be rejected. The City will consider all the material submitted by the bidder to determine whether the bid is in compliance with the bid terms and documents and responsive to the requested work. B. Responsibility — The City will consider all the material submitted by the bidder, and other evidence it may obtain including information from previous project owners, to determine whether the bidder is responsible. The bidder must meet the following bidder responsibility criteria and supplemental bidder responsibility criteria to be considered a responsible bidder: • 1. Mandatory Bidder Responsibility Criteria a. Have a current certificate of registration as a contractor in compliance with Chapter 18.27 RCW, which must have been in effect at the time of bid submittal; b. Have a current Washington Unified Business Identifier (UBI) number; c. If applicable: i. Have Industrial Insurance (workers' compensation) coverage for the bidder's employees working in Washington, as required in Title 51 RCW; ii. Have a Washington Employment Security Department number, as required in Title 50 RCW; iii. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; • d. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 2. Supplemental Bidder Responsibility Criteria a. The bidder shall not have a record of excessive claims filed against the retainage, payment, or performance bonds for public works projects during the previous three years, that demonstrate a lack of effective management by the bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances acceptable to the City. b. The bidder shall have a reasonable history of successfully completed projects of a similar size and scope as required by the contract documents for this project. The City will evaluate whether the projects were "successfully completed" and of a "similar size and scope." c. The bidder shall have evidence that it is able to begin and complete the work, and complete it in a timely fashion. 3. As evidence that the bidder meets the supplemental bidder responsibility criteria in paragraph (B)(2) above, the apparent low bidder must submit the following documentation to the City within 48 hours of the bid opening. The City reserves the right to request such documentation from other bidders also. Refusal to provide such information upon request may cause the bid to be rejected. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 8 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • a. The bidder shall submit a list of the public works projects completed within the previous three years and include for each project the following information; the owner and contact information for the owner; a list of claims filed against the retainage, payment, or performance bond for any of the projects listed; a written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. b. The bidder shall submit a list of projects of similar size and scope to this project and include information about each project, including the following: the owner and contact information for the owner; the awarded contract amount; the final contract amount; a description of the scope of the project and how the project is similar to this project; the bidder's assessment of its performance of each project. The information should include any information regarding performance in the following areas; quality control; safety record; timeliness of performance; use of skilled personnel; management of subcontractors; availability of and use of appropriate equipment; compliance with contract documents; management of submittals process, change orders, and close -out. c. The bidder shall furnish acceptable evidence of the bidder's current ability to perform, such as firm commitments by subcontractors, equipment, supplies and facilities, and the bidder's ability to obtain the necessary personnel. 4. If the City determines the bidder does not meet the bidder responsibility criteria in paragraph (B)(2) above and is therefore not a responsible bidder, the City shall notify the bidder in writing with the reasons for its determination. If the bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the City's determination by presenting additional information to the City and meeting the requirements of section 1- 20(B). The City will consider the additional information before issuing its final determination. If the final determination affirms that the bidder is not responsible, the City will not execute a contract with any other bidder until two business days after the bidder determined to be not responsible has received the final determination. C. Lowest Bid — The lowest bid shall be determined as set forth on the Bid Form. The acceptance of a bid will be evidenced by a Notice of Award. No other act of the City shall constitute acceptance of a bid. Within ten (10) days after receipt of Notice of Award, the bidder whose bid is accepted, shall furnish the required performance bond, certificate of insurance, execute the contract and perform all other acts required by the bid and contract documents as conditions precedent to formation of the contract. 1 -15 Procedures When Only One Bid is Received In the event only a single responsive bid is received, the City reserves the right to conduct a price and /or cost analysis of such bid. The sole bidder shall provide such information, data and other documentation as deemed necessary by the City for such analysis. The City reserves the right to reject such bid. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 9 RFB # 17 -001 RFB Ver. 4 -16 January 2017 1 -16 Bid Documents Bidders are required to submit with the bid package the following: A. AttachmentA — No Bid Response Form, if applicable. B. Attachment B— Bid Form. C. Attachment C— Bid Schedule. D. Attachment D— Bid Signature Page. E. Attachment E— Bid Bond Form. F. Attachment F— Subcontractor List. (May Not Apply) G. Attachment 6— Combined Affidavit and Certification Form. H. Attachment H— Contractor's Compliance Statement. I. Proposal for Incorporat /ng Recycled Materials into Project (Revised by Addendum #2) J. Contractor's Certificate of Registration (Revised by Addendum #2) K. Contractor's State Identification Numbers (Revised by Addendum #2) 1 -17 Conflicts of Interest and Noncompetitive Practices By submitting a bid, the Contractor agrees as follows: A. Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and /or provided under this contract and that it shall not employ any person or agent having any such interests. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action immediately to eliminate the conflict or to withdraw from this contract, as the City may require. B. Contingent Fees and Gratuities 1. That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor have been employed or retained to solicit or secure this contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and 2. That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of the City or other governmental agency with a view toward securing this contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this contract. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 10 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • 1 -18 Bid Security No bid will be considered unless accompanied by either a cashier's or certified check in an amount equal to five percent (5 %) of the Total Bid Price as indicated on Attachment B, "Bid Form," or a bid bond in the form of Attachment E or a letter of credit for a like amount. The check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful performance of said work (including the providing of any evidence of insurance and /or performance bond required herein), in the event the contract is awarded to them, within ten (10) days after the award is made. If a bid bond is submitted in lieu of a check, it shall be executed by a corporate surety authorized to transact business in the State of Washington and in the form prescribed in Attachment E, "Bid Bond." If a letter of credit is offered in lieu of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit drawn on a banking institution licensed to do business in the State of Washington. The letter of credit shall include instruction and provisions prescribed in Attachment E, "Bid Bond." Any questions as to the qualification of the banking institution or instruction shall be submitted to the City at least ten (10) days prior to the bid submittal date. The check, bidder's bond or letter of credit shall be attached to the bid form. The City further reserves the right to hold all bids (and the accompanying bid security) from the date of the bid opening until the contract and any performance /payment bond are executed, provided that such period does not exceed ninety (90) days, and each bid shall remain effective during that period. 1 -19 Performance /Payment Bond The bidder to whom the City has awarded this Contract will remove the Performance /Payment Bond (Exhibit G) attached to the Public Works Contract and deliver it to the City fully executed by the bidder and a surety company in the amount of one hundred percent (100 %) of the contract price as security for the faithful performance of the work including the payment of all persons furnishing materials and performing labor on the work and all payments arising from the performance of the work due the State of Washington pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety company, which is registered with the Washington State Insurance Commissioner, and the surety's name shall appear in the current Authorized Insurance Company List in the State of Washington, published by the Office of the Insurance Commissioner. The scope of the Performance /Payment Bond (Exhibit G) shall in no way affect or alter the liabilities of the Contractor to the City under Section 8 "Indemnification" of the Public Works Contract. The City may require the surety company to appear and qualify itself upon the bond. If, at any time, the City determines in its sole judgment that the surety company is insufficient, the City may require the Contractor to furnish additional surety in form and arrangement satisfactory to the City and in an amount not exceeding that originally required. The Contractor shall submit a performance bond complying with the requirements of this paragraph within ten (10) days after the award is made. Payments will not be made on the Contract until sufficient surety as required is furnished. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 11 RFB # 17 -001 RFB Ver. 4 -16 January 2017 1 -20 Bid Dispute A. Any actual or prospective bidder, including sub - contractors and suppliers showing a substantial economic interest in this contract who is aggrieved in connection with the solicitation or award of this contract, may protest to the City in accordance with the procedures set forth herein. Protests based on the specifications or other terms in the contract documents, which are apparent prior to the date established for submittal of bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall be deemed waived. All other protests shall be accepted only from actual bidders and shall be submitted within five (5) calendar days after the aggrieved person knows or should have known of the facts and circumstances upon which the protest is based; provided, however, that in no event shall a protest be considered if all bids are rejected or after the award of this contract. B. In order to be considered, a protest shall be in writing and shall include: (1) the name and address of the aggrieved person; (2) the RFB number and contract title under which the protest is submitted; (3) a detailed description of the specific grounds for protest and any supporting documentation; and (4) the specific ruling or relief requested. The written protest shall be addressed to: City of Federal Way Public Works Department 33325 Eighth Avenue South Federal Way, Washington 98003 Attention: Bid Protest — S 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) C. Upon receipt of a written protest, the City will promptly consider the protest. The City may give notice of the protest and its basis to other persons, including bidders involved in or affected by the protest; such other persons may be given an opportunity to submit their views and relevant information. If the protest is not resolved by mutual agreement of the aggrieved person and the City, the City will promptly issue a decision in writing stating the reasons for the action taken and informing the aggrieved person of his or her right to appeal the decision to the Mayor or his or her designee. A copy of the decision shall be mailed (by certified mail, return receipt requested) or otherwise promptly furnished to the aggrieved person and any other interested parties who requested a copy of the decision. The decision will be considered final and conclusive unless appealed within five (5) calendar days after receipt of the decision to the Mayor or his or her designee. If the decision is appealed, then the subsequent determination of the Mayor or his or her designee shall issue within five (5) days of the Mayor's receipt of the appeal and shall be final and conclusive. D. Failure to comply with these protest procedures will render a protest untimely or inadequate and shall result in rejection thereof by the City. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 12 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 41) 2 -1 Administration • This contract will be between the City and the Contractor who will be responsible for delivering all equipment and performing all work and services described herein. The City is not party to defining the division of work between the Contractor and the Contractor's subcontractors, if any, and the specifications have not been written with this intent. The Contractor represents that it has or will obtain all personnel and equipment required to perform the services hereunder. Such personnel shall not be employees of the City. The Contractor's performance under this contract will be monitored and reviewed by Naveen Chandra, P.E., Street Systems Project Engineer. Questions by the Contractor regarding interpretation of the terms, provisions and requirements of this contract shall be addressed to Naveen Chandra, P.E., Street Systems Project Engineer, for response. 2 -2 Proof of Compliance with Contract In order that the City may determine whether the Contractor has complied with the requirements of the contract documents, the Contractor shall, at any time when requested, submit to the City properly authenticated documents or other satisfactory proofs as to the Contractor's compliance with such requirements. 2 -3 Contract Documents and Precedence The documents embodying the legally binding obligations between the City and the Contractor for completion of the work consist of the following: The City's Request for Bid, Bid Form, Bid Signature Page, Instructions to Bidders, Bid Bond, S 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Contract, which include without limitation, this Contract, Request for Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Signature Page, Bid Bond, Combined Affidavit and Certification Form, Contractor's Compliance Statement, Notice of Completion of Public Works Contract attached as Exhibit A, Contract Change Order Agreement attached as Exhibit B, Contractor's Retainage Agreement attached as Exhibit C, Retainage Bond to City of Federal Way attached as Exhibit D, Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit E, Certificate(s) of Insurance Form attached hereto as Exhibit F, Performance / Payment Bond attached hereto as Exhibit G, Title VI Assurances attached hereto as Exhibit H, 2016 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction, Amendments to the Standard Specifications, contract Special Provisions, current Prevailing Wage Rates attached as Appendix A, Construction Storm Water General Permit attached as Appendix B, WSDOT Standard Plans attached as Appendix C, Federal Way Standard Details attached as Appendix D, Lakehaven Utility District Water Line Standards attached as Appendix E, Geotechnical Boring Logs attached as Appendix F, Asbestos Handling Documentation attached as Exhibit G, Temporary Water Bypass and Staging Plans attached as Appendix H, Puget Sound Energy Construction Standards attached as Exhibit I, and all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract Documents "). The contract documents are City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 13 RFB # 17 -001 RFB Ver. 4 -16 January 2017 intended to be complementary so that what is required by any one of them shall be as binding as if called for by all of them. In the event of any conflicting provisions or requirements within the several parts of the contract documents, the City will issue an interpretation regarding the controlling provision, which interpretation shall be binding. 2 -4 Charges to Contractor Charges which are the obligation of the Contractor under the terms of the contract shall be paid by the Contractor to the City on demand and may be deducted by the City from any money due or to become due to the Contractor under the contract and may be recovered by the City from the Contractor or its surety. 2 -5 Change Orders The City may, at any time, without notice to the sureties, by written order designated or indicated to be a change order, make any change in the specifications within the scope of this contract. Oral orders will not be binding on the City unless confirmed in writing by the City. Except as provided herein, no order, statement, or conduct of the City will be treated as a change hereunder or will entitle the Contractor to an equitable adjustment. If any change hereunder causes an increase or decrease in the Contractor's cost of, or time required for, the performance or any part of the work under this contract, an equitable adjustment will be made and the contract modified in writing accordingly. However, no claim will be allowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order form from the City or after giving the City the written notice required above, as the case may be, submit to the City a written statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this contract. 2 -6 Work and Materials Omitted The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the contract and the value of the omitted work and materials will be deducted from the contract price and the delivery schedule will be reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 14 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • 2 -7 Washington State Sales Tax The Contractor shall make payment directly to the State for all applicable Washington State sales taxes and all other governmental taxes, assessments and charges. 2 -8 Shipping Charges All prices shall include freight. Requests for additional compensation for freight charges will be rejected by the City. 2 -9 Warranty All materials and equipment sold and labor performed under this contract are warranted by the Contractor to be free from defects in materials or workmanship for a period of at least one (1) year from date of delivery and installation; provided, however, that this warranty may extend beyond this time period pursuant to any attached warranties. If the merchandise sold or work performed hereunder is defective on account of workmanship or materials, the Contractor agrees to replace the merchandise or, at the City's sole option, repair the defective merchandise. All defects in work or materials shall be promptly corrected. 2 -10 No Waiver of Warranties and Contract Rights Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute a waiver, modification or exclusion of any express or implied warranty or any right under this contract or in law. 2 -11 Legal Relations The Contractor shall comply with all of the City's resolutions and regulations applicable under this contract and with any local, state or federal law or regulation applicable to the materials, equipment or service provided under this contract. Neither the Contractor nor the City shall assign any interest, obligation or benefit under or in this contract or transfer any interest in the same, whether by assignment or novation, without prior written consent of the other party. This contract shall be binding upon and inure to the benefit of the successors of the parties. 2 -12 Applicable Law and Forum Except as hereinafter specifically provided, this contract shall be governed by and construed according to the laws of the State of Washington including, but not limited to, the Uniform Commercial Code, Title 62A RCW. Any suit arising herefrom shall be brought in King County Superior Court, which shall have sole and exclusive jurisdiction and venue. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 15 RFB # 17 -001 RFB Ver. 4 -16 January 2017 2 -13 Hazardous Chemical Communication In order to comply with WAC 296 -62 -054, Hazard Communication, the Contractor shall submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany the toxic product(s) to the specified delivery sites. Include the following information in the MSDS: A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the MSDS. B. If the product is actually used diluted, the dilution rate should be so stated in the MSDS and the hazards and corresponding personal protection, etc., also be listed. C. A statement as to the intended use of the product. 2 -14 Delivery and Liquidated Damages Time is of the essence of the contract and each and all of its provisions in which performance is a factor. The Contractor will be held to strict compliance with the prescribed date(s) set forth in these contract documents. For each and every day that delivery is delayed beyond the specific date(s), damage will be sustained by the City. Because of the difficulty in computing the actual damages and disadvantages to the City, and as a reasonable forecast of actual damages which the City will suffer by the delay in delivery, the parties agree that for each such delay the Contractor will pay the City liquidated damages (and not as a penalty) in accordance with Section 1.3 of Attachment I, Public Works Contract, to compensate for any damages caused by such delay. The City may deduct from any payment owing to the Contractor, any liquidated damages, which may be incurred by the Contractor pursuant to this paragraph. 2 -15 Force Majeure The Contractor's or City's failure to perform any of its obligations under this contract shall be excused if due to causes beyond the control and without the fault or negligence of the Contractor or City, respectively, including, but not restricted to, acts of God, acts of public enemy, acts of any government, fire, floods, epidemics, and strikes. 2 -16 Patents, Copyrights and Rights in Data Any patentable result or material suitable for copyright arising out of this contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this contract, whether or not complete (referred to in this subsection as "Subject Data "), shall be City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 16 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • vested in the City or such other local, state or federal agency, if any, as may be provided by separate contract with the City. All such Subject Data furnished by the Contractor pursuant to this contract, other than documents exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such case of maps, in the same block) as may be requested by the City. The Contractor shall also place their endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. The Contractor shall ensure that substantially the foregoing paragraphs are included in each subcontract for the work on the project. 2 -17 Patents and Royalties The costs involved in license fees, royalties or in defending claims for any patented invention, article, process or method that may be used in or connected with the work under this contract or with the use of complete work by the City, shall be paid by the Contractor. The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and hold the City, together with its officers and employees, harmless against any and all demands made for such fees, royalties or claims brought or made by the holder of any invention or patent. Before final payment is made on the account of this contract, the Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the City, its officers, agents and employees from all such fees or claims. Should the Contractor, its agent, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material, computer programs or equipment supplied or required to be supplied or used under the contract, the Contractor shall promptly substitute other articles, materials, computer programs or equipment in lieu thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all respects to the City. 2 -18 Disagreements, Disputes, Claims, and Appeals If any disagreements occur with anything required in a change order, another written order, or an oral order from the Project Engineer, including any direction, instruction, interpretation, or determination by the Project Engineer, the Contractor shall follow the procedures outlined in Standard Specification Sections 1 -04.5 and 1- 09.11, which are incorporated by this reference. By failing to follow the procedures of Sections 1 -04.5 and 1- 09.11, the Contractor completely waives any claims for protested Work. Any claims or causes of action shall be brought only in the Superior Court for King County, Washington. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 17 RFB # 17 -001 RFB Ver. 4 -16 January 2017 2 -19 Recycled Products The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. In the event this RFB covers the sale of product to the City that is capable of containing recycled materials, Contractor is hereby advised that the City intends to procure products with recycled content, pursuant to the recycled content notice delivered with these bid documents. Contractor shall certify the percentage of recycled content and products sold to the City, including a percentage of post- consumer waste that is in the product. This certification is required to be in the form of a label on the product or a statement by the Contractor attached to the bid documents. The certification on multi - component or multi - material products shall verify the percentage and type of post - consumer waste and recycled content by volume contained in the major constituents of the product. The Contractor agrees to grant the City, as a procuring agency, permission to verify the certification of recycled content by review of the bidder's or manufacturer's records as a condition of any bid award, in the event of a bidder's protest, or other challenge to the bid accepted. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 18 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • • Attachment A NO BID RESPONSE FORM When submitting a "No Bid ", mail this completed form to City of Federal Way, Public Works Department, 33325 Eighth Avenue South, Federal Way, WA 98003. Be sure the form is in a sealed envelope with the bid number and bid title indicated on the outside of the envelope. The form must be received by the date and time specified for the bid opening as indicated in Section 1 -1. Failure to return this form if not submitting a formal bid, may result in your firm being removed from the City's master bidder's mailing list. Bid Number: RFB No. 17 -001 Bid Title: S 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) u Cannot comply with specifications. ❑ Cannot meet delivery requirement. ❑ Do not regularly manufacture or sell the type of commodity involved. u Other (please specify). Explanation of reason(s) checked: Check one of the following: ❑ WE DO ❑ WE DO NOT desire to be retained on the mailing list for future procurements of this commodity. Firm Name: Address: Phone: Signature Name (Type or Print) Date Title City of Federal Way South 356`x' Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 19 RFB # 17 -001 RFB Ver. 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 20 RFB # 17 -001 RFB Ver. 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal • • • Attachment B BID FORM CITY OF FEDERAL WAY S 356T" STREET IMPROVEMENTS (PACIFIC HWY S TO ENCHANTED PARKWAY S) SCI INFRASTRUCTURE, LLC Bidder: Date: ' ti 1 ITEM BID AMOUNT A) Schedule A Roadway Improvements $ 361 S63 , 2. $ 2, 0 5, B — $ ZB, /c / "- $ 313/90/ ' B) Schedule B Lakehaven Water and Sewer Washington State Sales Tax TOTAL SCHEDULE B C) Schedule C Puget Sound Energy Undergrounding $ Z9/ 9 /3 D) Schedule D Comcast Undergrounding $ 7/ 921 8f TOTAL BID AMOUNT (including Washington State sales tax, all other government taxes, assessments and charges) $ p? A4q iv ■� i To City Council Members • City of Federal Way 33325 Eighth Ave South Federal Way, Washington 98003 • Pursuant to and in compliance with your advertisement for bids for construction of S 356th Street Improvements (Pacific Hwy S to Enchanted Parkway 5), and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents as the premises and conditions affecting the delivery, supply and maintenance of S 356t`' Street Improvements (Pacific Hwy S to Enchanted Parkway S), and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the above - referenced amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not less than five percent (5 %) of the total amount bid is attached hereto, which it is agreed shall be collected and retained by the City as liquidated damages in the event this bid is accepted by the City within forty-five (45) calendar days after the day of the bid opening and the undersigned fails to execute the S 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Public Works Contract and to provide the required certificate of insurance to the City, under the conditions thereof, within ten (10) calendar days after the Notice of Award; otherwise said Bid Security will be returned to the undersigned. Bond or Certified Check Q ON 9 Dollars($ 5� D ) The Bidder shall complete this entire Bid Form or this bid may be considered non - responsive. The City may correct obvious mathematical errors. City of Federal Way South 356`x' Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 21 RFB ft 17 -001 RFB Ver. 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • • • The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. Receipt of the following Addendums is hereby acknowledged: Addendum No. 1 Date Issued: 0 (-0 9 --11 Addendum No. 2- Date Issued: 0 1-19 --1, 7 Addendum No. Date Issued: �� ( c�MPnr�Y I INFRASTRUCTURE, LLC /,�giL1— Corporation/ Firm Name De %te Two)) hl � �Kgl�1Y C,CttiParr� SCI Nit-4 y'4JA Bidder's State License No. Signature 602 x-O, +--557 Bidder's State Tax No. Title ('itv of Federal Way South 356`h Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 22 RFB '-' 17 -001 RFB e'er 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • • • Attachment C BID SCHEDULE CITY OF FEDERAL WAY S 356th Street Improvements Pacific Hwy S to Enchanted Parkway S SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEM NO. ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS Al Unexpected Site Changes EST 1 $ 25 000.00 $ 25.000 00 A2 Construction Surveying LS 1 3giOAD- 3B,Dflo- A3 As -Built Survey and Record Drawings LS 1 /2,1)0.0- 12/ ODli r A4 SPCC Plan LS 1 850- 950 A5 Type B Progress Schedule (Min. Bid $5,000) LS 1 L,500 - 6,540 A6 Mobilization LS 1 ; /5.. 2J1 $ 000 — A7 Field Office Building LS 1 34, PO— 34- I WO .- A8 Traffic Control Supervisor LS 1 64 00 4,6 MO '-" A9 Off -Duty Uniformed Police Officer EST 1 $ 5.000 00 $ 5.000 00 A10 Flaggers and Spotters HR 3,600 SZ / g 7 2 00 A11 Other Traffic Control Labor HR 2.400 52-- / 2¢ gal �' Al 2 Other Temporary Traffic Control LS 1 2.5, DO- 25- OOP-- Al 3 Construction Signs Class A SF 200 2 -.'''. YON '— A14 Sequential Arrow Sign HR 1,200 2, 5"d- 3,000 A15 Portable Changeable Message Sign HR 7.200 4- - 28,$06 — A16 Business Access Sign EA 6 46d - 2� 4-1Q —' A17 Clearing and Grubbing LS 1 444 AMA-- 414 l(/ A18 Timber Processing LS 1 750 — l ? 506 A19 Roadside Cleanup EST 1 $ 5 000.00 $ 5 000 00 A20 Removal of Structures and Obstructions, Schedule A LS 1 h2/ pa ZZ YUO �-- A21 Sawcuttng SF 4,200 / %� /1 /7-D A22 Remove Existing Catch Basin EA 8 446 — 3, 20 P A23 Remove Exsting Storm Sewer Pipe LL 440 / S� g 5j Bo — A24 Remove Fence LF 820 31 r 3, e-15- A25 Gravel Borrow Incl. Haul TN 7,200 /9 -- / 36. .r 8Q0 City of Federal Way South 356th Street Improvements 23 RFB # 17 -001 January . 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEM NO. ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS A26 Gravel Borrow for Trench Backfill Incl. Haul TN 1.810 /4' -- Z8 . 96O — A27 Roadway Excavation Incl Haul CY 2500 25= 42! Sat A28 Unsuitable Foundation Excavation Incl. Haul CY 560 Z.2 1202O-- A29 Structure Excavation Class B Ind Haul for Undergrounding of Overhead Utilities CY 1 060 36 5l 38/6 /O '' A30 Structure Excavation Class B Inca Haul for Structural Earth Walls CY 1,300 25"-- 3Z, 5aD -- A31 Shoring or Extra Excavation Class B SF 19,200 — - SD // &DO -- A32 Shoring or Extra Excavation for Structural Earth Walls LS 1 cal 000— 50 1 000 A33 Controlled Density Fill CY 50 120 — Cpt O0t '— A34 Crushed Surfacing Base Course TON 3,510 /19.-- 65 /60 "— A35 Temporary Pavement TON 200 ZD — 4, 000— A36 HMA Cl. 1/2" PG 64 -22 TON 3,080 67— 206, 3 6o -- A37 HMA for Preleveling Cl. 1/2" PG 64 -22 TON 235 7z— /4, 92O — A38 HMA Cl. 1" PG 64 -22 TON 1,950 47 75- / 32/ //252 A39 Commercial HMA PG 64-22 TON 140 1 Z5 1 7 5-60 — A40 Planing Bituminous Pavement SY 4,890 2�� 1/, 73k — A41 Cement Conc. Pavement CY 80 QO — 4 B/ otm -- A42 Structural Earth Wall SF 7.160 2 — 17/, 8O A43 Modular Block Wall SF 830 24- — it', 924 A44 Backfill for Structural Earth Wall Incl Haul CY 2,260 25-- 54, Sov A45 Shaft - 30 Inch Diameter LF 415 '75-- 3 Iii, 2.5 A46 Furnishing Soldier Pile - W14x48 Wide Flange Beams LF 465 .g----- /// `Z 5 - A47 Timber Lagging SF 870 2 4. ---' 2.Z (.2 — A48 Prefabricated Drainage Mat SY 50 / 5 .-7 co •-- A49 Concrete Fascia Panel SF 870 'SQ s 7 g/ 3 9 r A50 Removing Soldier Pile Shaft Obstructions EST 1 $ 10.000.00 $ 10 000.00 A51 Reconnect Existing Misc. Drainage EST 1 $ 5 000.00 $ 5.000 00 A52 Dram Pipe, 6 ;n. Dom. LI 1C0 9 0 t 3 DOO --' 1 A53 Ductile Iron Storm Sewer Pipe 12 In. Diam. LF 250 45--- //2 40 -- A54 Class IV Rent Conc. Storm Sewer Pipe 12 In Diam LF 1 575 50 — 7 9 . City of Federal Way South 356th Street Improvements 24 RFB # 17 -001 January . 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEM NO. ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS A55 Class IV Reinf Conc Storm Sewer Pipe 18 In Diam. LF 485 '75-- 3 L13 7 A56 Class IV Reinf Conc Storm Sewer Pipe 24 In Diam LF 25 (I D — 2 75o — i A57 Catch Basin Type 1 EA 17 / 2 2.5.--- / 2 D, B74 — A58 Catch Basin Type 1L EA 6 / 3 2 S 7 950 '-' A59 Catch Basin Type 2, 48 In. Diam EA 13 2.3-50 ^ 333/ 50 A60 Catch Basin Type 2, 60 In Diam. with Flow Restnctor EA 1 6.17 CO -- f. 11 St' '--' A61 Adjust Existing Storm Drainage Structure EA 13 45-49 .-- 59 56 A62 Connection to Existing Drainage Structure EA 6 500 — 3, 0 D A63 Install Solid Cover on Existing Structure EA 3 90 — C 2, 6Sa A64 Reconstruct Drainage Structure EA 2 2, 41 DV— 4, t1)6' *- A65 Relocate Existing Stormwater Treatment Vault EA 1 !D Dm-- /13 j AO 69 -- A66 Stormwater Detention Pond LS 1 Way to 00 -- 74 coo - A67 Catch Basin Insert for Oil Control EA 1 2 5D ^ 27 0 A68 Stormwater Media Filter EA 4 / 9 7 1 _ #7 /1 .06 A69 Modular Wetland System Linear 4 X 13 EA 1 i 4/ 2.7 `j - 4,2 ^' A70 Modular Wetland System Linear 4 X 17 EA 1 10 J DDQ / ,b >' ODD- A71 Erosion Control and Water Pollution Prevention LS 1 2.-c4000'- 2.4160 A72 Seeding, Fertilizing and Mulching SY 2.200 /• 2 2, 75D '' A73 Topsoil Type A CY 485 33 5b ! Li 2'17 Sp- A74 Bark Mulch CY 55 4� 52- 2947 A75 PSIPE. Acer Saccharum'Green Mountain' / Green Mountain Maple, 2 1/2" Cal , 12' -14' Ht. EA 20 �G� -- / 2 DO' A76 PSIPE, Tilia Tomentosa 'PNI 6051' / Green Mountain Linden, 2 1/2" Cal , 12' -14' Ht. EA 36 444 ^� 5.60 A77 PSIPE, Fraxinus latifolia / Oregon Ash. 5 Gal Cont. EA 18 4!D -- 7 3 Ss D - A78 PSIPE, Acer circunatum / Vine Maple. 5 Gal Cont. EA 21 2>5 – � 5j 27 .^ A79 PSIPE. Pseudotsuga menziesii / Douglas fir, 5 Gal Cont. EA 21 Z 3 4. 85 A80 PSIPE, Symphoricarpus albus / Snowberry, 1 Gal Cont. EA 235 8 25- / g 3$ 71- A31 PSIPE, Iris tenax / Oregon Iris, 1 Gal. Cont. EA 430 g 2S 3 5'47 SD A82 PSIPE. Deschampsia cespitosa / Tufted Hair Grass. 1 Gal. Cont. EA 980 9 22 9o45- ''.- A83 Sod Installation SY 1 605 5- (2/ got City of Federal Way South 356th Street Improvements 25 RFB # 17 -001 January , 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • • • SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEM A ITEM DESCRIPTION U UNIT Q APPROX. U UNIT PRICE A AMOUNT A84 W Water Quality Grass Seed Mix S SY 8 830 3 3/- 2 2 5-73 - A85 A Automatic Irrigation System Complete L LS 1 1 6 6. 2, 00 e — 6 6 Z1 0D 6 A86 L Lakehaven Utility District Connection Fee E EST 1 1 $ $ 11,000 00 $ $ 11 000.00 A87 I Integral Curb S SF 2 240 4 4 — / //j 5Z0 — A88 E Extruded Curb. Type 6 L LF 4 40 2 2 5--- / // OM "— A89 C Cement Conc Traffic Curb and Gutter L LF 3 3,770 / / 2. 1S" 4 44 936 A90 R Reinforced Cement Conc. Traffic Curb & Gutter L LF 1 170 2 2 8 - T Tj 76 — A91 C Cement Conc Pavement Approach 3 -Day S SY 9 910 6 60 — 5 5-4, 600 A92 R Reinforced Cement Conc. Industrial Pavement Approach, 3 -Day S SY 2 250 9 90 - 2 22., Soo — A93 R Raised Pavement Markers. Type 2 H HUN 4 4 4 44° ' 1 1, 74J— A94 B Beam Guardrail Type 1 L LF 2 210 4 46- / / 2 t b A95 B Black Vinyl Coated Chain Link Fence - 4 Ft. L LF 2 2.230 2 22. 0 6 611 (7 S- A96 R Retrofit Black Vinyl Coated Chain Link Fence Top Rail L LF 6 680 g g - S SLQ — A97 D Double 20 Ft Chain Link Gate E EA 2 2 / / 7 - 2 2' L 0o A98 S Single 6 Ft. Chain Link Gate E EA 1 1 & &Da' A99 R Remove and Reset Chain Link Fence L LF 4 420 3 3 D — / / 2, 4 e' ^- A100 R Remove and Reset Chain Link Gate E EA 1 1 K KS. ( (SS''.—. A101 A Adjust Monument Case and Cover E EA 4 4 5 5-00- Z ZI 00C ' A102 T Thickened Edge Sidewalk L LF 1 1.170 4 49 - s s7, 13o — A103 C Cement Conc Sidewalk S SY 3 3,000 Z Z,58r 7 77 550 — A104 C Cement Conc Single Direction Curb Ramp E EA 2 2 / /860 ' 3 3 `t a — A105 Q Quarry Spalls C CY 3 3 / / 00 �- % %�QD A106 R Relocate Mailbox E EA 1 1 t tj'j) -- 1 1 SD "— A107 I Illumination System, Complete L LS 1 1 / / 2 S Olt — / /2. 0, --� A108 T Traffic Signal System Modifications at S 356th St & Pacific L LS 1 1 / / 3 ova- / /3,0•90 — A109 I Interconnect System, Complete L LS 1 1 2 221 oDo- 2 22, D00• A110 M Modification of Existing Private Luminaire CondudNViring E EST 1 1 S S 5,000.00 S S 5,000 00 A111 P Permanent Signing L LS 1 1 4 4 no-- - -df, Soo — A112 P Plastic Stop Line Type A L LF 1 13 Z - 4 41b- City of Federal Way South 356th Street Improvements 26 RFB # 17 -001 January . 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • • • SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEM NO. ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS A113 Profiled Plastic Line Type D LF 16.600 / CO 2 1, 57po — A114 Profiled Plastic Wide Line Type D LF 500 4•1 ZS 3 2S'— 1 A115 Profiled Plastic Dotted Wide Line Type D LF 140 te• Z) S 75_ A116 Paint Bicycle Lane Symbol Type A EA 9 Uhl — 7 Zb A117 Plastic Traffic Arrow Type A EA 15 / 30 --- !9 5-4 d / A118 Temporary Paint Stripe LF 12,000 -- . 2 5.--- 3/ i 3 -- A119 Resolution of Utility Conflicts EST 1 $ 20.000 00 $ 20 000 00 A120 Potholing EST 1 $ 10 000.00 $ 10.000 00 A121 Pitrun Sand CY 250 -3 j -- gtod — J A122 Excavation for Retraining PSE Conduit EST 1 $ 5.000 00 $ 5.000 00 TOTAL SCHEDULE A (bid items include sales tax) ,,� // c"--7. .3 - ,Z (— $ 316/ c, City of Federal Way RFB # 17 -001 South 356th Street Improvements 27 January. 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • • • Attachment C BID SCHEDULE CITY OF FEDERAL WAY S 356th Street Improvements Pacific Hwy S to Enchanted Parkway S SCHEDULE B - LAKEHAVEN WATER AND SEWER All unit prices in Bid Schedule B shall not include applicable sales tax. ITEM NO. SPEC SECTION ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS B1 1 -10 Flaggers and Spotters HRS 320 51-- / d, 440-- B2 2 -02 Removal of Structures and Obstructions, Schedule B LS 1 Mt 000 — / 0, Doe — B3 2 -02 Remove AC Water Main LF 1,030 35-- 34 050 — B4 2 -02 Remove Ductile Iron /Cast Iron Water Main LF 140 2 0 -- 2.600 " B5 2 -02 Remove Existing Gate Valve EA 6 460 - 2-, 4-O6- 136 2 -02 Remove Existing Hydrant Assembly EA 2 300— COO — B7 2 -02 Remove Existing Water Service Connection EA 4 3 OO - 1, 2 DQ B8 2 -09 Structure Excavation Class B Incl. Haul for Schedule B CY 910 16 - / OP — B9 2 -09 Shoring or Extra Excavation Cl. B for Water Main SF 6,610 /• 50 9, 9 /5- 1310 5 -04 Temporary Pavement TN 40 30 - !I 2DO — B11 7 -09 Ductile Iron Pipe for Water Main 8 In. Diam. LF 1,350 SZ• 50 7b, $75- B12 7 -09 Additional Cast Iron Fittings LB 1,000 375' 3i 750 - B13 7 -09 Connect to Existing Water Main 8 In. Diam. EA 5 19 SD — 9 750 — B14 7 -09 Removal and Replacement of Unsuitable Foundation Material CY 70 4g - 31 360 B15 7 -09 Gravel Base For Trench Backfill CY 850 30 - 25, 560 B16 7 -09 Concrete for Thrust Blocking CY 10 l 5 0- % 5O0 -- B17 7 -09 Trench Safety System LS 1 4 DQ1 - ¢ DDO -- B18 7 -10 Construction Sequencing and Temporary Water Service LS 1 / _/ 5d0 - 14 .5 D — B19 7 -12 Gate Valve, 8 In. EA 10 /, es-D— l f) 560 B20 7 -14 Hydrant Assembly, 6 In. EA 4 412-75"-- / 7 I DO B21 7 -15 Service Connection 5/8 x 3/4 In. Setter (2 In Service Pipe) EA 1 2,400- 2,4-0P- B22 7 -15 Service Connection 1 In. Setter (2 In. Service Pipe) EA 2 3 l D0 " 6 , 200 — B23 7 -15 Service Connection 2 In. Setter (2 In. Service Pipe) ` EA 1 3, OOP- 3, Oat B24 7 -15 Customer Supply Line LF 10 7• — 700 — B25 8 -01 Seeding, Fertilizing and Mulching SY 200 / • 25- 256 - City of Federal Way South 356th Street Improvements 28 RFB # 17 -001 January, 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal All unit prices in Bid Schedule B shall not include applicable sales tax. ITEM NO. SPEC SECTION ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS B26 8 -02 Topsoil Type A CY 15 5-0 " 7S0 -- B27 8 -31 Resolution of Utility Conflict EST 1 $ 5,000.00 $ 5,000.00 828 8 -31 Potholing EST 1 $ 3,000.00 $ 3,000.00 B29 8 -35 Adjust Existing Sewer Manhole to Grade EA 2 429Q— 000 B30 8 -35 Reconstruct Manhole EA 3 1500- 4)-541) -- B31 1 -04 Unexpected Site Changes EST 1 J $ 5,000.00 $ 5,000.00 • • • SCHEDULE B - LAKEHAVEN WATER AND SEWER BID SCHEDULE B SUBTOTAL $ cgs too 2 /G1 SALES TAX (9.5%) $ TOTAL SCHEDULE B $ 3231901- City of Federal Way RFB # 17 -001 South 356th Street Improvements 29 January, 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • • • Attachment C BID SCHEDULE CITY OF FEDERAL WAY S 356th Street Improvements Pacific Hwy S to Enchanted Parkway S SCHEDULE C - PUGET SOUND ENERGY UNDERGROUNDING All unit prices in Bid Schedule C shall include applicable sales tax. ITEM NO. ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS 01 Install Conduit 2 In. LF 420 3 i- � /141'1. C2 Install Conduit 0 if72- .. //�/64— C4 Install PSE Junction :. 7C- C5 1� Soa C6 Install PSE .. bST-- ,3V- 36d-- Unexpected Site Changes 0000 $ 5 000 00 TOTAL SCHEDULE C (bid items include sales tax) n� $ `J) i / 3 City of Federal Way RFB # 17 -001 South 356th Street Improvements 30 January, 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • • • Attachment C BID SCHEDULE CITY OF FEDERAL WAY S 356th Street Improvements Pacific Hwy S to Enchanted Parkway S SCHEDULE D - COMCAST UNDERGROUNDING All unit prices in Bid Schedule D shall include applicable sales tax. ITEM NO. ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS 01 Install Conduit 2 In. LF 263 7, r )/ r ii D2 Install Conduit 4In. LF 1357 G S . '' g D3 Install Vault SGLB 2436 EA 1 9 75 97r- D4 Unexpected Site Changes EST 1 S 2 500 00 $ 2 500 00 TOTAL SCHEDULED (bid items include sales tax) q 921 $f $ City of Federal Way RFB # 17 -001 South 356th Street Improvements 31 January, 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal • • • City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 32 RFB # 17 -001 RFB Ver. 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • Attachment D BID SIGNATURE PAGE Date: D1 --1 "7 The undersigned bidder hereby proposes and agrees to deliver the equipment and /or services pursuant to the South 356`h Street Improvements (Pacific Hwy 5 to Enchanted Parkway S) and comply with all other terms and conditions of the contract and bid documents of RFB No. 17 -001. No bidder may withdraw his /her bid for a period of ninety (90) days after the day of bid opening. The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not less than five percent (5 %) of the total amount will be delivered to the City. The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all bid documents on behalf of any partnership, joint venture or corporation. t4110-1? L117 compirwf SCI INFRASTRUCTURE, LLC Corporation /Pa1ti.CIsl lip/Ii IJiv;dudl- Company • (Delete Two) By: • (Signature) ( Printed Name) Its: M M l A J fci'W (Title) Z£ZS S S-7 (Address) z -aC -3 (Telephone Number) City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 33 RFB # 17 -001 RFB Ver. 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • • • City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 34 RFB # 17 -001 RFB Ver. 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • • Attachment E BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ , which amount is not less than five percent (5 %) of the total bid. BID BOND KNOW ALL PERSONS BY THESE PRESENTS that we, SCI Infrastructure, LLC as Principal, and North American Specialty Insurance Company , as Surety, are held and firmly bound unto the City of Federal Way, as Obligee, in the penal sum of Five Percent of Total Bid Amount and 00 /100 dollars ($ 5% of Total bid Amt. ), for the payment of which the Principal and the Surety bond themselves, their heirs and 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: South 356th Street Improvements (Pacific Hwy South to Enchanted Parkway 5) According to the terms of the proposal or bid made by the Principal therefore, 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 so to do, 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 26th DAY OF January , 20 17 SCI Infrast uc , LLC Principal merican Specialty Insurance company ...cC, �jurfty Joanne Reinkensmeyer, Attorney -in -Fact , / e;'•. -; . i C, 0 ",I, M2 Date: , 20_. ° - rn Received return of deposit in the sum of $ City of Federal Way South 356th Street Improvements (Pacific Hwy S to Rnchanted Parkway S) Page 35 RFB # 17 -001 RFB Ver 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: THOMAS P. HENTSCHELL, BRADLEY A. ROBERTS, JULIE, A. CRAKER, KAREN J. SMITH and JOANNE REINKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9`s of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." By Steven P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company Michael A. itto, Senior Vice President of Washing�International Insurance Company & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 1st day of May , 2015 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 1st day of May , 2015 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M KENNY NOTARY PUBLIC. STATE OF ILLINOIS MY COMMISSION EXPIRES 12/04/2017 M. Kenny, Notary Public I, Jeffrey Goldberg • the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. r • IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this' "� day of L�� (�' : *CA� • J t1J; c-s Jeffrey Goldberg, Vice President & AssistantSe0t taryR6 +•. Washington International Insurance Company & Nfit y6• Alne"44 Specialty curance Company / 1. • • • City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 36 RFB # 17 -001 RFB Ver. 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • Attachment F SUBCONTRACTOR LIST Prepared in Compliance with RCW 39.30.060 South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, or identify the bidder for the work will result in your bid being non- responsive and therefore void. Subcontractors that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, must be named below, or name the bidder for the work. The bidder verifies that each first tier subcontractor, and every subcontractor of any tier that hires other subcontractors, has a current certificate of registration in compliance with chapter 18.27 RCW; a current Washington Unified Business Identifier (UBI) number; has Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; has a Washington Employment Security Department number, as required in Title 50 RCW, if applicable; has a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; has an electrical contractor license, if required by Chapter 19.28 RCW, if applicable; has an elevator contractor license, if required by Chapter 70.87 RCW. The following listed bid items (listed in numerical sequence) for this project have been proposed for subcontracting to subcontractors as indicated. SUBCONTRACTOR NAME ITEM NUMBERS ESTIMATED AMOUNT WMBE QUALIFIED? (Y /N) 4?-1- V Ac- C, N-` P- pt vrw� t '�j t % — '$ O boa ---• kt 1 lD-1 -- %k O / et; 000 - kl.4 4ifnix,t/ Y/c.i., (; S'F ri-ss City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 37 RFB # 17 -001 RFB Ver. 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • • City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 38 RFB # 17 -001 RFB Ver. 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • Attachment G City of Federal Way COMBINED AFFIDAVIT AND CERTIFICATION FORM Non - Collusion, Anti - Trust, Prevailing Wage (Non - Federal Aid), Debarment, Eligibility, and Certification of Lawful Employment NON - COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he /she 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 equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself /herself or to any other person any advantage over other Bidder or Bidders; and NOTICE TO ALL BIDDERS ON PROJECTS INVOLVING THE U.S. DEPARTMENT OF TRANSPORTATION (USDOT) To report bid rigging activities call: 1- 800 - 424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free hotline Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such activities. The hotline is part of USDOTs continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected; and CERTIFICATION RE: ASSIGNMENT OF ANTI -TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice, overcharges resulting from anti -trust violations are, in fact, usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti -trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception; and PREVAILING WAGE AFFADAVIT I, the undersigned, having duly sworn, deposed say and certify that in connection with the performance of the work of this project, will pay each classification of laborer, workperson, or mechanic employed in the performance of such work, not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have City of Federal Way South 356'h Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 39 RFB # 17 -001 RFB e'er. 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • read the above and forgoing statement and certificate, know the contents thereof and the substance as set forth therein, is true to my knowledge and belief; and DEBARMENT AFFIDAVIT I certify that, except as noted below, the firm, association or corporation or any person in a controlling capacity associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. AFFIDAVIT OF ELIGIBILITY The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within the last one year, to have committed any combination of two of the following violations or infractions within a five -year period: (1) Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under chapter 18.27 RCW. CERTIFICATION OF LAWFUL EMPLOYMENT The contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act, now or as herein after amended, 8 USC Section 1101 et. seq., and that all employees, including subcontractor employees, are lawfully permitted to perform work in the United States as provided in this agreement with the City of Federal Way. FOR: Non - Collusion Affidavit, Assignment of Anti -Trust Claims to Purchaser, Prevailing Wage Affidavit, Debarment Affidavit, Affidavit Of Eligibility, and Certification of Lawful Employment. South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) INFRASTRUCTURE, LLB' Name idder'sfirm Signature of Authorized Representative of Bidder Subscribed and sworn to before me Tr`f . - �%0`�� J EN ''1, 49,c /1., ati• 'C0M Zi!tl)V .a2 —.�n -•1 c O . •y'. (printed /typed name of notary) Notary Public in and for the State of Washington My commission expires: OT —7-413 City of Federal Way South 356'1' Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 40 RFB 17 -001 RFB e'er 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • Attachment H CONTRACTOR'S COMPLIANCE STATEMENT (President's Executive Order #11246) Date: 01-1-6 —I1 This statement relates to a proposal contract with the City of Federal Way named SOUTH 356T" STREET IMPROVEMENTS (PACIFIC HWY S TO ENCHANTED PARKWAY S) I am the undersigned bidder or prospective contractor. I represent that: I have, n have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. By: Its: '''"?ASTRUCTURE, =, Name of Bidder Signature M Zc3 - S 1S474 Sf S 9 Address City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 41 RFB # 17 -001 RFB Ver. 4 -16 January 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • APWA -WA Division 1 Committee rev. 1/8/2016 Proposal for Incorporating Recycled Materials into the Project In compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9- 03.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage: ecz. percent. Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of award. unless two or more lowest responsive Bid totals are exactly equal. in which case proposed recycling percentages will be used as a tie - breaker, per the APWA GSP in Section 1 -03.1 of the Special Provisions. Regard less. the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project. in accordance with the APWA GSP in Section 1 -06.6 of the Special Provisions. Bidder: Signature of Authorized Official: Date: INFRASTRUCTURE, fib.`. p (- 2(d —i7 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Department of Labor and Industries PO Box 44450 Olympia, WA 98504 -4450 S C I INFRASTRUCTURE LLC 2825 SOUTH 154TH STREET SEATAC WA 981882034 52 S C 1 INFRASTRUCTURE LLC Reg CC SCCiNL *993JA TUBI: 602- 094 -857 Registered as provided by Law as Construction Contractor (CC01) - GENERAL Effective Date_ 1 /2001 Expiration Date- 4/3/2018 RECEIVED AN0821116 00000010 - 10-062900- E00000175 Employment Security Department WASHINGTON STATE Tax Rate Notice 6290 SCI INFRASTRUCTURE LLC 2825 SOUTH 154TH ST SEATAC, WA 98188 -2034 ESD number: 000 - 148451 -00 -0 UBI number: 602 -094 -857 Mailing date: December 12, 2016 If you want us to review your tax rate, the law says you must send us a request in writing by January 11, 2017. Your tax rate for 2017 will be 5.72 %. Your new tax rate is the same as last year. Your tax rate is a regular taxable employer experience rate calculation. You pay tax on an employee's wages only up to the 2017 taxable wage base: 845,000 Unemployment Insurance (UI) tax rate based on experience UI social cost rate UI Trust Fund solvency surcharge UI limit deduction (This deduction reduces your rate to the maximum rate.) Subtotal of unemployment insurance rate Employment Administrative Fund (EAF) Total of the above tax rates 5.40% 0.30% 0.00% 0.00% 5.70% 0.02% 5.72% Your tax rate for 2017 is based on the following benefit charges and taxable wages. Experience Year 07/01/15 - 06/30/16 07/01/14 - 06/30/15 07/01/13 - 06/30/14 07/01/12 - 06/30/13 Benefit Charges* $288,509.41 $223,274.09 $188,685.80 $136,124.92 Taxable Wages ** $3,759,467.84 $3,458,358.11 $3,355,396.11 $2,748,956.08 Total $836,594.22 $13,322,178.14 = 0.062797 Benefit Charges divided by Taxable Wages equals Benefit Ratio Based on your benefit ratio, you were assigned rate class 40. *Benefit charges are your share of unemployment benefits that we paid to your former employees. * *Taxable wages are the total amount of your employees' wages on which you paid taxes. Please contact us if we can assist you. To learn more about how your tax rate is determined, please visit esd.wa.gov/ta x- rates. For tax rate questions and corrections: Employment Security Department Experience Rating Unit P.O. Box 9046 Olympia, WA 98507 -9046 360 -902 -9670 360 - 902 -9202 fax ID 1028 (12/31/09) EMS 174 Tax rate notice For account questions: Employment Security Department AMC Olympia (Seattle) PO Box 9046 Olympia, WA 98507 -9046 855- 829 -9243 800 - 794 -7657 fax =ks ez STATE OF WASHINGTON SCI INFRASTRUCTURE, L.L.C. 2825 S 154TH ST SEATAC, WA 98188 LEGAL ENTITY REGISTRATION Domestic Limited Liability Company Renewed by Authority of Secretary of State By accepting this document the recipient certifies that information provided on the annual report was complete, true, and accurate to the best of his or her knowledge, and that the company will stay in compliance with all applicable Washington State regulations. Office of the Secretary of State Corporations Division Unified Business ID #: 602094857 Expiration: Jan -31 -2018 cretary of State UBI NO. 602094857 EXPIRATION Jan -31 -2018 SCI INFRASTRUCTURE, L.L.C. C/O MARK SCOCCOLO 2825 S 154TH ST SEATAC WA 98188 Please tear off this section and keep it with your records. Note: This is not a Washington business license. The expiration date indicates when you will need to renew your corporation, limited liability company or Massachusetts trust in Washington State. Please read the information printed on the back side of this document. For Business license information go to business.wa.govJBLS or 1- 800 - 451 -7985. • • Attachment 1 PUBLIC WORKS CONTRACT FOR SOUTH 356TH STREET IMPROVEMENTS (PACIFIC HWY S TO ENCHANTED PARKWAY S) THIS PUBLIC WORKS CONTRACT ( "Contract ") is dated effective this 2 Mkday of , 2017 and is made by and between the City of Federal Way, a Washington municipal corporation ( "City or Owner "), and SCI Infrastructure, LLC a Washington limited liability company ( "Contractor "). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to complete the South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) project in Federal Way, located at Federal Way, Washington ( "Property'); and B. The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE, the parties ( "Parties ") agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR 1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the work, more particularly described as the South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) project, including without limitation: new asphalt concrete pavement, curb, gutter, sidewalk and planters, drainage improvements, retaining walls, utility undergrounding, traffic signal modifications, illumination, landscaping and other work, ( "Work "), in accordance with and as described in the Contract Documents, which include without limitation, this Contract, Request for Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Signature Page, Bid Bond, Combined Affidavit and Certification Form, Contractor's Compliance Statement, Notice of Completion of Public Works Contract attached as Exhibit A, Contract Change Order Agreement attached as Exhibit B, Contractor's Retainage Agreement attached as Exhibit C, Retainage Bond to City of Federal Way attached as Exhibit D, Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit E, Certificate(s) of Insurance Form attached hereto as Exhibit F, Performance / Payment Bond attached hereto as Exhibit G, Title VI Assurances attached hereto as Exhibit H, 2016 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction, Amendments to the Standard Specifications, contract Special Provisions, current Prevailing Wage Rates attached as Appendix A, Construction Storm Water General Permit attached as Appendix B, WSDOT Standard Plans attached as Appendix C, Federal Way Standard Details attached as Appendix D, Lakehaven Utility District Water Line Standards attached as Appendix E, Geotechnical Boring Logs attached as Appendix F, Asbestos Handling Documentation attached as Exhibit G, Temporary Water Bypass and Staging Plans attached as Appendix H, Puget Sound Energy Construction Standards attached as Exhibit I, and all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract Documents "), which Work shall be completed to the City's City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 43 RFB # 17 -001 RFB Ver. 4 -16 January 2017 satisfaction, within the time period prescribed by the City and pursuant to the direction of the City Manager or his or her designee. 1.2 Completion Date. The Work shall be commenced within ten (10) days of receipt by the Contractor of the City's Notice to Proceed. The Work shall be completed within 150 working days. In the event the Work is not substantially completed within the time specified, Contractor agrees to pay to the City liquidated damages in the amount set forth in the formula included in Section 1.3 of this Contract. The Work shall not be deemed completed until the City has accepted the Work and delivered a written Notice of Completion of Public Works Contract in the form attached hereto as Exhibit "A ". 1.3 Liquidated Damages. Time is of the essence of the Contract. Delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision. It is impractical for the City to calculate the actual cost of delays. Accordingly, the Contractor agrees to pay liquidated damages calculated on the following formula for its failure to complete this Contract on time: (1) To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for completion, and (2) To authorize the City to deduct these liquidated damages from any money due or coming due to the Contractor. LIQUIDATED DAMAGES FORMULA LD = 0.15C T Where: LD = Liquidated damages per working day (rounded to the nearest dollar). C = Original Contract amount. T = Original time for completion. When the Work is completed to the extent that the City has full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint, the City may determine the Work is complete. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete this entire Contract. 1.4 Performance Standard. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors. 1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all applicable federal, state and City laws, including but not limited to all City ordinances, resolutions, standards or policies, as now existing or hereafter adopted or amended, and obtain all necessary permits and pay all permit, inspection or other fees, at its sole cost and expense. 1.6 Change Orders. The City may, at any time, without notice to sureties, order changes within the scope of the Work. Contractor agrees to fully perform any such alterations or City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 44 RFB # 17 -001 RFB Ver. 4 -16 January 2017 additions to the Work. All such change orders shall be in the form of the Contract Change Order Agreement attached hereto as Exhibit "B," which shall be signed by both the Contractor and the City, shall specifically state the change of the Work, the completion date for such changed Work, and any increase or decrease in the compensation to be paid to Contractor as a result of such change in the Work. Oral change orders shall not be binding upon the City unless confirmed in writing by the City. If any change hereunder causes an increases or decrease in the Contractor's cost of, or time required for, the performance or any part of the Work under this Contract, an equitable adjustment will be made and the Contract modified in writing accordingly. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order from the City or after giving the written notice required above, as the case may be, submit to the City a written statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim will be allowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this Contract. 1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the Contract and the value of the omitted work and materials will be deducted from the Total Compensation and the delivery schedule will be reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. 1.8 Utility Location. Contractor is responsible for locating any underground utilities affected by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the "one call" locator system before commencing any excavation activities. 1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction debris, etc., to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City of Federal Way. 2. TERM This Contract shall commence on the effective date of this Contract and continue until the completion of the Work, which shall be no later than 150 working days to complete, and the expiration of all warranties contained in the Contract Documents ( "Term "). City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 45 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • 3. WARRANTY 3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the Work, and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not limited to being registered to do business in the City of Federal Way by obtaining a City of Federal Way business registration. Contractor represents that it has visited the site and is familiar with all of the plans and specifications in connection with the completion of the Work. 3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work which the City deems to have defects in workmanship and material discovered within one (1) year after the City's final acceptance of the Work as more fully set forth in the General Conditions of the Contract. This warranty shall survive termination of this Contract. Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute waiver, modification or exclusion of any express or implied warranty or any right under this Contract or law. 4. COMPENSATION 4.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed Three Million Eight- Hundred Ninety Thousand Two - Hundred Ninety -Nine and 10/100 Dollars ($3,890,299.10), which amount shall constitute full and complete payment by the City ( "Total Compensation "). 4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. 4.4 Method of Payment. The basis of payment will be the actual quantities of work performed according to the contract and as specified for payment. Payments will be made for work and labor performed and materials furnished under the contract according to the price in the proposal unless otherwise provided. Partial payments will be made once each month, based on partial estimates prepared by the Engineer and signed by the Contractor. Failure to perform any obligation under this Contract may be adequate reason for the City to withhold payments until the obligation is performed. Upon completion of all work and after final inspection, the amount due the Contractor under the contract will be paid based upon the final estimate made by the Engineer and signed by the Contractor. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5 %) of the Total Compensation shall be retained by the City to assure payment of Contractor's state sales tax as City of Federal Way South 356`h Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 46 RFB # 17 -001 RFB Ver. 4 -16 January 2017 well as payment of subcontractors, suppliers and laborers. Upon execution of this Contract, Contractor shall complete, execute and deliver to the City the Contractor Retainage Agreement attached hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D." No payments shall be made by the City from the retained percentage fund ("Fund ") nor shall the City release any retained percentage escrow account to any person, until the City has received from the Department of Revenue a certificate that all taxes, increases, and penalties due from the Contractor and all taxes due and to become due with respect to the Contract have been paid in full or that they are, in the Department's opinion, readily collectible without recourse to the State's lien on the retained percentage. Upon non - payment by the general contractor, any supplier or subcontractor may file a lien against the retainage funds, pursuant to Chapter 60.28 RCW. Subcontractors or suppliers are required to give notice of any lien within forty-five (45) days of the completion of the Work and in the manner provided in RCW 39.08.030. Within sixty (60) days after completion of all Work on this Contract, the City shall release and pay in full the money held in the Fund, unless the City becomes aware of outstanding claims made against this Fund. 5. EQUAL OPPORTUNITY EMPLOYER In all Contractor services, programs or activities, and all Contractor hiring and employment made possible by or resulting from this Contract, there shall be no discrimination by Contractor or by Contractor's employees, agents, subcontractors or representatives against any person because of sex, age (except minimum age and retirement provisions), race, color, creed, national origin, marital status or the presence of any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor shall comply with, and shall not violate any of the terms of, Chapter 49.60 RCW, Title VII of the Civil Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other applicable federal, state, or local law or regulation regarding non- discrimination. Any material violation of this provision shall be grounds for termination of this Contract by the City and, in the case of the Contractor's breach, may result in ineligibility for further City agreements. If this project involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to the clauses contained in Exhibit H. 6. INDEPENDENT CONTRACTOR /CONFLICT OF INTEREST 6.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 47 RFB # 17 -001 RFB Ver. 4 -16 January 2017 6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 7. CITY'S RIGHT TO TERMINATE CONTRACT 7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be terminated without cause upon oral or written notice delivered to Contractor from the City. Upon termination, all supplies, materials, labor and /or equipment furnished prior to such date shall, at the City's option, become its property. In the event Contractor is not in breach of any of the provisions of this Contract, Contractor will be paid for any portion of the Work which has been completed to the City's satisfaction, calculated by the percentage amount that portion of the Work completed and accepted by the City bears to the Total Compensation. 7.2 Termination For Cause. The City may immediately terminate this Contract, take possession of the Property and all materials thereon and finish the Work by whatever methods it may deem expedient, upon the occurrence of any one or more of the following events: (1) If the Contractor should be adjudged a bankrupt. (2) If the Contractor should make a general assignment for the benefit of its creditors. (3) If a receiver should be appointed on the account of insolvency of Contractor. (4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workmen or proper materials for completion of the Work. (5) If the Contractor should fail to complete the Work within the time specified in this Contract. (6) If the Contractor should fail to complete the Work in compliance with the plans and specifications, to the City's satisfaction. (7) If the Contractor should fail to make prompt payment to subcontractors or for material labor. (8) If Contractor should persistently disregard laws, ordinances or regulations of federal, state, or municipal agencies or subdivisions thereof. (9) If Contractor should persistently disregard instructions of the Mayor or his or her representative. (10) If Contractor shall be in breach or violation of any term or provision of this Contract, or City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 48 RFB # 17 -001 RFB Ver. 4 -16 January 2017 (11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060. 7.3 Result of Termination. In the event that this Contract is terminated for cause by the City, the City may do any or all of the following: (1) Stop payments. The City shall cease any further payments to Contractor and Contractor shall be obligated to repay any payments it received under this contract. (2) Complete Work. The City may, but in no event is the City obligated to, complete the Work, which Work may be completed by the City's agents, employees or representatives or the City may retain independent persons or entities to complete the Work. Upon demand, Contractor agrees to pay to the City all of its costs and expenses in completing such Work. (3) Take Possession. The City may take possession of the Property and any equipment and materials on the Property and may sale the same, the proceeds of which shall be paid to the City for its damages. (4) Remedies Not Exclusive. No remedy or election under this Contract shall be deemed an election by the City but shall be cumulative and in addition to all other remedies available to the City at law, in equity or by statute. 8. INDEMNIFICATION 8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold the City, its elected officials, officers, employees, agents, and volunteers harmless from any and all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or representatives, arising from, resulting from, or connected with this Contract to the extent caused by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents, employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. 8.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its officers, directors, shareholders, partners, employees, and agents harmless from any and all claims, demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all persons or entities, including without limitation, their respective agents, licenses, or representatives, arising from, resulting from or connected with this Contract to the extent solely caused by the negligent acts, errors, or omissions of the City, its employees or agents. 8.3 Survival. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 49 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • • 9. INSURANCE 9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such forms and with such carriers who have a rating which is satisfactory to the City: (1) Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; (2) Commercial general liability insurance with combined single limits of liability not less than $5,000,000 for bodily injury, including personal injury or death, products liability and property damage. (3) Automobile liability insurance with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death and property damage. (4) If any structures are involved in the Contract, the Contractor shall maintain an All Builder's Risk form at all times in an amount no less than the value of the structure until final acceptance of the project by the City. 9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the following provisions: (1) The City, its officers, officials, employees, volunteers and agents shall each be named as additional insured. (2) Coverage may not be terminated or reduced in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, to the City. (3) Coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officials, employees or volunteers shall be in excess of Contractor's insurance. (4) Coverage shall apply to each insured separately against whom claim is made or suit is brought. (5) Coverage shall be written on an "occurrence" form as opposed to a "claims made" or "claims paid" form. 9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the coverage required by the Section, in compliance with the Certificate(s) of Insurance Form attached hereto as Exhibit "F," which certificate must be executed by a person authorized by the insurer to bind coverage on its behalf. The City reserves the right to require complete certified copies of all required insurance policies, at any time. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 50 RFB # 17 -001 RFB Ver. 4 -16 January 2017 9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. 9.5 Deductibles and Self- Insured Retentions. Any deductibles or self- insured retentions must be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor shall either reduce or eliminate such deductibles or self- insured retentions or procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles or self- insured retentions. 9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous materials work is performed, Contractor shall review coverage with the City's Risk Manager and provide scope and limits of coverage that are appropriate for the scope of Work and are satisfactory to the City. Contractor shall not commence any Work until its coverage has been approved by the Risk Manager. 9.7 Termination. The Contractor's failure to provide the insurance coverage required by this Section shall be deemed to constitute non - acceptance of this Contract by the Contractor and the City may then award this Contract to the next lower bidder. 10. PERFORMANCE /PAYMENT BOND Pursuant to RCW 39.08.010, Contractor shall post a Performance /Payment Bond in favor of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material persons. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. 11. SAFETY Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and municipal safety and health laws and codes, including without limitation, all OSHA /WISHA requirements, Safety and Health Standards for Construction Work (Chapter 296 -155 WAC), General Safety and Health Standards (Chapter 296 -24 WAC), and General Occupational Health Standards (Chapter 296 -62 WAC). Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals and other safeguards at all unsafe places at or near the Work for the protection of its employees and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger signs warning against any known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from danger all water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other property that is likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials and equipment and is solely responsible for the same. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 51 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • • 12. PREVAILING WAGES 12.1 Wages of Employees. This contract is subject to the minimum wage requirements of Chapter 39.12 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal -aid projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates match those identified by the U.S. Department of Labor's "Decision Number" shown in Appendix B. The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12 RCW, Chapter 296 -127 WAC, or the Federal Davis -Bacon and Related Acts (DBRA) to pay minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be paid. When the project is subject to both State and Federal hourly minimum rates for wages and fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay less than the higher rate unless the state rates are specifically preempted by Federal law. The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in Chapter 296 -127 -010 WAC, complies with all the requirements of Chapter 39.12 RCW. 12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12 RCW, and as required in this Contract do not apply to: (1) Sole owners and their spouses; (2) Any partner who owns at least 30% of a partnership; (3) The President, Vice President and Treasurer of a corporation if each one owns at least 30% of the corporation. 12.3 Reporting Requirements. On forms provided by the Industrial Statistician of State L &I, the Contractor shall submit to the Engineer the following for itself and for each firm covered under Chapter 39.12 RCW that provided work and materials of the contract: (1) A copy of an approved "Statement of Intent to Pay Prevailing Wages" State L&I form number F700- 029 -000. The City will make no payment under this contract for the work performed until this statement has been approved by State L&I and a certified copy of the approved form has been submitted to the City. (2) A copy of an approved "Affidavit of Prevailing Wages Paid," State L&I form number F700- 007 -000. The City will not release to the contractor any funds retained under Chapter 60.28.011 RCW until all of the "Affidavit of Prevailing Wages Paid" forms have been approved by State L&I and a certified copy of all the approved forms have been submitted to the City. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 52 RFB # 17 -001 RFB Ver. 4 -16 January 2017 The Contractor shall be responsible for requesting these forms from the State L&I and for paying any approval fees required by State L&I. Certified payrolls are required to be submitted by the Contractor to the City, for the Contractor and all subcontractors or lower tier subcontractors. 12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be resolved by the City and the Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington and the decision therein shall be final and conclusive and binding on all parties involved in the dispute. 13. FAILURE TO PAY SUBCONTRACTORS In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for any materials, or fail to pay any insurance premiums, the City may terminate this Contract and /or the City may withhold from the money which may be due the Contractor an amount necessary for the payment of such subcontractors, laborers, materials or premiums. 14. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work shall become the property of the City and shall be delivered to the City at its request. 15. CONFIDENTIALITY Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City. 16. BOOKS AND RECORDS The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of this Contract and such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Contract. These records shall be subject at all reasonable times to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Contract. 17. CLEAN UP At any time ordered by the City and immediately after completion of the Work, the Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean up and City of Federal Way South 3566 Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 53 RFB # 17 -001 RFB Ver. 4 -16 January 2017 the costs thereof shall be immediately paid by the Contractor to the City and /or the City may deduct its costs from any remaining payments due to the Contractor. 18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration with the State of Washington; has a current state unified business identifier number; is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); has industrial insurance as required by Title 51 RCW, if applicable; has an employment security department number as required in Title 50 RCW, if applicable; has a state excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as required by Chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as required by Chapter 70.87 RCW, if applicable. 18.2 Subcontractor Contracts. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. 18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); Have Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. 19. GENERAL PROVISIONS 19.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. 19.2 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest. 19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 54 RFB # 17 -001 RFB Ver. 4-16 January 2017 19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of any terms in this Contract, and the Contractor or City places the enforcement of the Contract or any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this Contract shall be King County, Washington. 19.7 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 19.8 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 19.10 Notices. Any notices required to be given by the City to Contractor or by the Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. 19.11 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 19.12 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91- 54, as amended, occurs as a result of the formation and /or performance of this Contract, this Contract may be rendered null and void, at the City's option. 19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the controlling document, which interpretation shall be final and binding. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 55 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • DATED the day and year set forth above. ATTEST: °ALL L erk, Stephanie Cou ney, CMC APPROVED AS TO FORM: /A1 City Attorney i STATE OF WASHINGTON ) ) ss. COUNTY OF 1-11'-1 (1( ) Fer ell, Mayor 3325 8th Avenue South Federal Way, WA 98003 -6325 SCI Infrastructure, LLC Mirk Scoccolo, Manager 2825 S 154th Street Seattle, WA 98188 (206) 242-0633 On this day personally appeared before me Mark Scoccolo, to me known to be the Manager of SCI Infrastructure, LLC that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited liability company, for the uses and purposes therein mentioned, and on oath stated that he was authorized to execute said instrument. 7rt GIVEN my hand and official seal this �S day of 12--J/ 12 1' , 2017 ``��kilmoil Notary's signature �, .:! =. `��.` JENN��!c,� Notary's printed name -< 17' ..),>.....' �..coMM•:c'': � ^T1 : v, G Z • co atp c :0 i otary Public in and for the State o — Washington. My commission expires OS ' 2 4 -1,7 City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 56 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • THIS PAGE IS INTENTIONALLY LEFT BLANK City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 57 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • THIS PAGE IS INTENTIONALLY LEFT BLANK City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 58 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • • Date: EXHIBIT A NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT ❑ Original ❑ Revised # NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT Contractor's UBI Number: Name & Mailing Address of Agency Number: ep 0 Assigned to: Date Assigned: Notice is hereby given relative to the comnleteon of contract or nroiect described below Project Name Contract Number Job Order Contracting ❑ Yes • No Description of Work Done /Include Jobsite Address(es) Federally funded transportation project? ❑ No (if yes, provide Contract Bond Statement below) 1 Yes Contractor's Name E -mail Address Affidavit ID* Contractor Address Te ephone # If Retainage is not withheld, please select one of the following and List Surety's Name & >iond Number. ❑ Contract/Payment bond (valid for federally funded transportation projects) • Retainage Bond Name: ond Number: B Date Contract Awarded Date Work Commenced Date Wor Completed Date Work Accepted Were Subcontracters used on this project? If so, please complete Addendum A. ❑Yes ❑ No Affidavit ID* - No L &I release will be granted until all affidavits are listed. Contract Amount Additions (+ ) Reductions (- ) Sub -Total Sales Tax Rate (If various rates apply, please send a breakdown) Sales Tax Amount $ 0.00 TOTAL $ 0 00 Liquidated Damages $ Amount Disbursed $ Amount Retained $ NOTE: These two totals must be equal TOTAL $ 0.00 Comments: Note: The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates. Submitting Form: Please submit the completed form by email to all three agencies below. Contact Name: Email Address: Department of Revenue CPublic Works Section (360) 704-5650 PWC@dor.wa.gov REV 31 0020e (10/26/15) F215 -038 -000 10 -2014 Washington stark °apartment of Labor & Industries Contract Release (855) 545 -8163, option # 4 ContractRelease@LNI. WA.GOV Title: Phone Number: Employment Security Department Registration, Inquiry, Standards & Coordination Unit (360) 902-9450 publicworks@esd.wa.gov City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 59 RFB # 17 -001 RFB Ver. 4 -16 January 2017 Addendum A: Please List all Subcontractors and Sub -tiers Below This addendum can be submitted in other formats. Provide known affidavits at this time. No L &I release will be eranted until all affidavits are listed. Subcontractor's Name: UBI Number: (Required) Affidavit ID* For tax assistance or to request this document in an alternate format, please call 1- 800 - 647 -7706. Teletype (TTY) users may use the Washington Relay Service by calling 711. REV 31 0020e Addendum (10/26/ 15) F215- 038 -000 10 -2014 City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 60 RFB # 17 -001 RFB Ver. 4 -16 January 2017 EXHIBIT B CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT PROJECT CHANGE ORDER NUMBER NUMBER EFFECTIVE DATE PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The time provided for completion in the Contract is Unchanged 1 1 Increased 1 I Decreased by Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? 11 11 Yes Yes No No PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QUANTITY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE $ DECREASE $ STATEM ENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CONTRACTOR'S DEPT. DIRECTOR /MANAGER DATE SIGNATURE SIGNATURE City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 61 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • • DEPARTMENT RECAP TO DATE: *Adjustments: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ *ADJUSTMENTS $ NEW CONTRACT AMOUNT $ ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY PAY THIS ADJUSTED AMOUNT INCREASED $ DECREASED $ DEPARTMENT DIRECTOR'S SIGNATURE City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 62 RFB # 17 -001 RFB Ver. 4 -16 January 2017 EXHIBIT C CONTRACTOR'S RETAINAGE AGREEMENT City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 253 - 835 -7000 Bid /Contract Number RFB 17 -001 IDENTIFICATION AND DESCRIPTION Project Title South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Contractor SCI Infrastructure, LLC Representative Mark Scoccolo Bid No. RFB # 17 -001 Date 2/21/17 Administering Department City Representative Funding Source City of Federal Way Project Authority RETAINAGE FORMULA In accordance with applicable State Statutes, the following provisions will be made for the disposition of the retainage held for investment: 1. All investments selected below are subject to City approval. 2. Retainage under this agreement will be held in escrow by the Bank of the West (referred to herein as the Bank), the terms of which are specified by separate escrow agreement. The cost of the investment program and the risk thereof is to be borne entirely by the contractor. 3. The final disposition of the contract retainage will be made in accordance with applicable statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.010 I hereby notify the City of Federal Way of my instructions to invest /not to invest the retainage withheld under the terms of this contract. If the investment option is selected, please provide the following information: Name of Bank, Mutual Fund, or Savings & Loan Association: Address: Account #: Contact Person: Contractor: Date: By: Title: Address: Phone: Fed ID #: Est. Completion Date: CITY APPROVAL Approval of Investment Program and Retainage Agreement Finance Director Date CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE Contract No. Project Title: South 356th Street Improvements (Pacific Hwy S to Enchanted Prkwy 5) I hereby certify, as Contract Administrator for this Contract representing the City of Federal Way, that all work required by the above cited contract was completed on and final acceptance by the City was granted on I also certify that no liens have been received within 30 days from the above date from any person, persons, mechanics, subcontractors or materialman who has performed any work or provided any material of subject contract. Contract Administrator Director of Administering Department Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes (Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment Security, Unemployment Insurance Premiums (State of Washington Employment Security Dept.) City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 63 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • THIS PAGE IS INTENTIONALLY LEFT BLANK City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 64 RFB # 17 -001 RFB Ver. 4 -16 January 2017 EXHIBIT D RETAINAGE BOND TO CITY OF FEDERAL WAY SOUTH 356TH STREET IMPROVEMENTS (PACIFIC HIGHWAY S TO ENCHANTED PARKWAY S) KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, SCI Infrastructure, LLC, as principal ( "Principal "), and , a Corporation organized and existing under the laws of the State of , 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 ( "Surety"), are jointly and severally held and firmly bonded to the City of Federal Way ( "City") in the penal sum of: One Hundred Ninety-Four Thousand Five Hundred Fourteen and 96/100 Dollars ($194,514.96) for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the South 356th Street Improvements (Pacific Highway S to Enchanted Parkway S) Project, which contract is incorporated herein by this reference ( "Contract "), and C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the Principal pursuant to the contract, a sum not to exceed five percent (5 %), said sum to be retained by the City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or materialmen who shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided thereto; and D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and E. 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, for the amount of Three Million Eight Hundred Ninety Thousand Two Hundred Ninety-Nine and 10 /100 Dollars ($3,890,299.10); and F. The City is prepared to release any required retainage money previously paid by the Principal prior to acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents, NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the Work. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 65 RFB # 17 -001 RFB Ver. 4-16 January 2017 The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase, however, not to exceed twenty-five percent (25 %) of the original amount of this bond without consent of the Surety. Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation procedures of United States Arbitration and Mediation ( "USA &M "). The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle USA &M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101 -2327. The Surety shall not interplead prior to completion of the mediation. The parties have executed this instrument under their separate seals this day of 20 , the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. CORPORATE SEAL: CORPORATE SEAL: PRINCIPAL By: Mark Scoccolo, Manager 2825 S 154th St Seattle, WA 98188 SURETY By: Attorney -in -Fact (Attach Power of Attorney) Title: Address: City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 66 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • • CERTIFICATES AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that , who signed the said bond on behalf of the Principal, was of said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Assistant Secretary I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that , who signed the said bond on behalf of the Surety, was of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Assistant Secretary APPROVED AS TO FORM: Mark Orthmann, Acting City Attorney City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 67 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • THIS PAGE IS INTENTIONALLY LEFT BLANK City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 68 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • EXHIBIT E NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT TO: ALL EMPLOYEES AND TO: Carpenters of Western Washington; Laborers Local 440; Operating Engineers Local 302/612; Teamsters Local 174 (Name of Union or Organization) The undersigned currently holds contract(s) with City of Federal Way involving funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that, under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant of employment because of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION • SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION • This notice is furnished to you pursuant to the provisions of the above contract(s) or subcontractor(s) and Executive Order 11246. Copies of this Notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Complaints may be submitted to: Naveen Chandra, P.E. City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 SCI Infrastructure, LLC (Contractor or subcontractor) 2/28/2017 Date City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 69 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • THIS PAGE IS INTENTIONALLY LEFT BLANK City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 70 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • • EXHIBIT F CERTIFICATE OF INSURANCE City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 71 RFB # 17 -001 RFB Ver. 4 -16 January 2017 Exhibit F CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DD/YYYY) 02/24/2017 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 BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED OLEPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Parker, Smith & Feek, Inc. 2233 112th Avenue NE Bellevue, WA 98004 INSURED SCI Infrastructure, LLC 2825 South 154th Street Seattle, WA 98188 CONTACT NAME: PHONE (A/C. No. Ext E -MAIL ADDRESS: .425- 709 -3600 AX No):425- 709 -7460 (A/C. INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Transportation Ins. Co. INSURER B : National Fire Ins. Hartford INSURER C : Continental Casualty Company INSURER D : INSURER E : Indian Harbor Insurance Company INSURER F COVERAGES CERTIFICATE NUMBER: 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. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM /DD /YYYY) POLICY EXP (MM /DD/YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X 04016281533 4/1/2016 4/1/2017 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 500,000 MED EXP (Any one person) $ 15,000 CLAIMS -MADE X OCCUR PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP /OP AGG $ 2,000,000 GE 'L AGGREGATE POLICY X LIMIT APPLIES TCOT- X PER: LOC $ AUTOMOBILE X — _ LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS X C4016281516 4/1/2016 4/1/2017 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C _ J X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X C5091288088 4/1/2016 4/1/2017 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 $ DED X RETENT ON $ 10,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER /EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/N N / A 04016281533 �� Washington Stop Gap 4/1 /2016 4/1 /2017 WC STATU- TORY LIMITS X OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1 000,0 00 $ , D Pollution Liability x PEC004562501 4/1/2016 4/1/2017 $5,000,000 Each Pollution Condition /Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Project - South 356th St Improvements - Pacific Hwy S to Enchanted Parkway S - Project RFB 17 -001. The City of Federal Way, and its officers, elected officals, employees, agents and volunteers and KPG, PS, and its officers, employees, agents and Exeltech Consulting, Inc. are additional insureds on the general liability, automobile, excess liability and pollution (Liability policies per the attached endorsements/forms. (See Attached Description) CERTIFICATE HOLDER CANCELLATION City of Federal Way 33325 8th Ave S Federal Way, WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) © 1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DESCRIPTIONS (Continued from Page 1 ) Coverage is primary and non - contributory on the general liability, automobile and excess liability policies per the attached endorsement /form. Per project aggregate applies on the General Liability per the attached endorsement/forms. • • • POLICY NUMBER: 04016281516 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: SCI Infrastructure, LLC Endorsement Effective Date: 04/01/2016 SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED IS OBLIGATED TO PROVIDE INSURANCE WHERE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT IS AN INSURED, BUT ONLY WITH RESPECT TO LEGAL RESPONSIBILITY FOR AGTS OR OMISSIONS OF A PERSON OR ORGANIZATION FOR WHOM LIABILITY COVERAGE IS AFFORDED UNDER THIS POLICY. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered CA20481013 Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section 1 — Covered Autos Coverages of the Auto Dealers Coverage Form. Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 • • • CNA CNA71527XX (Ed. 10/12) ADDITIONAL INSURED - PRIMARY AND NON - CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization, but only if you are required by written contract or written agreement to make that person or organization an additional insured under this policy. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II — LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non - contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Insured Name: SCI Infrastructure, LLC Copyright CNA All Rights Reserved. Policy No: C4016281516 Endorsement No: Effective Date: 04/01/2016 CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products - Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization's liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured's ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products - completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11 -85 or 10 -01 edition of CG2010 or the 10 -01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance CNA75079XX (1 -15) Page 1 of 2 Policy No: C4016281533 Endorsement No: Effective Date: 04/01/2016 Insured Name: SCI INFRASTRUCTURE, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products - Completed Operations Coverage Endorsement is required by written contract to be primary and non - contributory, this insurance will be primary and non- contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a Toss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non - contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (1 -15) Page 2 of 2 Policy No: C4016281533 Endorsement No: Effective Date: 04/01/2016 Insured Name: SCI INFRASTRUCTURE, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. ENDORSEMENT #011 • This endorsement, effective 12:01 a.m., April 1, 2015 forms a part of Policy No. PEC0045625 issued to SCI INFRASTRUCTURE, LLC by Indian Harbor Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED ENDORSEMENT — VICARIOUS LIABILITY — JOB SITE, TRANSPORTATION AND NON -OWNED DISPOSAL SITE This endorsement modifies insurance provided under the following: PROFESSIONAL AND CONTRACTOR'S POLLUTION LEGAL LIABILITY POLICY Section II. Definitions, I. INSURED, is amended to include the following: With regard to coverage that may be afforded under Section I. Insuring Agreements, Coverage B.1. — JOB SITE - Occurrence, Coverage B.4 — TRANSPORTATION and Coverage B.5 — NON -OWNED DISPOSAL SITE only, any person or organization, other than a CLIENT, as required by a written contract signed by the NAMED INSURED, but only for: 1. a POLLUTION CONDITION caused by CONTRACTING SERVICES; and 2. the vicarious liability of the person or organization that results from the performance of CONTRACTING SERVICES, provided that such written contract is signed by the NAMED INSURED prior to the commencement of the • POLLUTION CONDITION. Section IV. Exclusions, K. Insured versus Insured does not apply to a CLAIM by any person or organization that qualifies as an INSURED under this endorsement. • All other terms and conditions remain the same. PCPoc209i 1012 Page 1 of 1 © 2012 X.L. America, Inc. WALT 04/07/2015 © 2012 XL Insurance Company Limited. All Rights Reserved. May not be copied without permission. 20020004340241362436636 MEE MIN s s- No person or organization is an insured with respect to the conduct of any current or past limited liability company that is not shown as a Named Insured in the Declarations. e. A corporation or organization, other than partnerships, joint ventures or limited liability companies, that you form, acquire or gain control of during the policy period, but only with respect to "bodily injury," "property damage" or "personal and advertising injury" taking place after you form, acquire or gain control of such corporation or organization. 2. Insured means the Named Insured and: a. Your "volunteer workers" only while performing duties related to the conduct of your business, or your employees, other than your executive officers and directors (if you are an organization other than a partnership, joint venture or limited liability company) or your members (if you are a limited liability company ) but only for acts within the scope of their employment by you or while performing duties related to the conduct or your business. However, none of these employees or "volunteer workers" is an insured for: (1) "Bodily injury" or "personal and advertising injury": (a) To you; to your partners or members (if you are a partnership or joint venture) to your members (if you are a limited liability company) or to a co- employee while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co- employee or "volunteer worker" as a consequence of Paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. (2) "Property damage" to property: (a) Owned, occupied or used by; (b) Rented to, in the care, custody or control or, or over which physical control is being exercised for any purpose by G 15057 -C (Ed. 06/05) G- 15057 -C (Ed. 06/05) you, any of your employees, "volunteer workers" any partner or member (if you are a partnership or joint venture) or any member (if you are a limited liability company). b. A person or organization for whom you are required, by virtue of a written contract entered into prior to the "bodily injury," "property damage" or "personal and advertising injury" occurring or being committed, to provide the insurance that is afforded by this policy. This insurance applies only with respect to operations by you or on your behalf or to facilities you own or use, but only to the extent of the limits of insurance required by such contract, not to exceed the limits of insurance in this policy. c. Any other persons or organizations included as an insured under the provisions of the "scheduled underlying insurance" shown in the Declarations of this policy and then only for the same coverage, except for limits of insurance, afforded under such "scheduled underlying insurance." However, If a blanket additional insured endorsement is attached to the general liability "scheduled underlying insurance" pursuant to a written or oral contract or agreement between you and another person or organization (called additional insured), this insurance is excess over such insurance provided to the additional insured subject to the following conditions: (1) If the limits specified in the written contract or agreement are less than the limits provided by the "scheduled underlying insurance," then no coverage is provided to the additional insured under this policy. (2) If the limits specified in the written contract or agreement are greater than the limits provided by the "scheduled underlying insurance," then this insurance is excess over the insurance provided by the "scheduled underlying insurance." The limits of insurance for the additional insured are the lesser of: (i) The limits specified in the written contract; or (ii) The limits of the "scheduled underlying insurance" plus the limits of this policy. SECTION 01— LIMITS OF INSURANCE 1. The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a. b. c. Insureds; Claims made or "suits" brought; Persons or organizations making claims or bringing "suits." Page 7 of 17 • • • CNA G- 300429 -A (Ed. 11/07) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES - OTHER INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA PLUS COVERAGE PART Solely with respect to the coverage afforded under this insurance to any person or organization which qualifies as an additional insured pursuant to paragraph 2. b. or c. of SECTION II — WHO IS AN INSURED, the Other Insurance Condition of SECTION IV — CONDITIONS is deleted and replaced with the following: 4. Other Insurance This insurance is excess over any other insurance available to the additional insured G- 300429 -A (Ed. 11/07) whether primary, excess, contingent or on any other basis except that this insurance shall be either primary to, or primary to and noncontributing with, such other insurance if so required by written contract or agreement with the additional insured. This condition does not apply to insurance purchased specifically to apply in excess of this insurance. Page 1 of 1 • • THIS PAGE IS INTENTIONALLY LEFT BLANK City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 72 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • • Bond No. 2250131 EXHIBIT G CITY OF FEDERAL WAY PERFORMANCE /PAYMENT BOND KNOW ALL PEOPLE BY THESE PRESENTS: North American Specialty Insurance Company We, the undersigned SCI Infrastructure, LLC, ( "Principal ") and the undersigned corporation organized and existing under the laws of the State of New Hampshire and legally doing business in the State of Washington as a surety ('Surety"), are held and firmly bonded unto the City of Federal Way, a Washington municipal corporation ( "City") in the penal sum of _Three Million Eight Hundred Ninety Two Hundred Ninety-Nine Dollars and 10/100 ($3,890,299.10) for the payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns, jointly and severally. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. The Principal has entered into an Agreement with the City dated 20 11 for South 356`h Street Improvement (Pacific Highway S to Enchanted Parkway S). NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Agreement, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold the City, their officials, agents, employees and volunteers harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of the Principal, or any subcontractor in the performance of said work, and shall Indemnify and hold the City harmless from any damage or expense by reason of failure of performance as specified in the Agreement within a period of one (1) year after its final acceptance thereof by the City, then and in the event this obligation shall be void; but otherwise, it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Agreement or to the Work. The Surety hereby agrees that modifications and changes may be made in terms and provisions of the Agreement without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase, however, not to exceed twenty-five percent (25 %) of the original amount of this bond without the consent of the Surety. Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the City of Federal Way South 356th Street [mprovements (Pacific Hwy S to Enchanted Parkway S) Page 73 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation procedures of United States Arbitration and Mediation ( "USA &M "). The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle USA &M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101 -2327. The Surety shall not interplead prior to completion of the mediation. DATED this 24th day of February , 2017 CORPORATE SEAL OF PRINCIPAL: PRINCIPAL SCI Infrastructure, LLC By: Its: STATE OF WASHINGTON ) )ss. COUNTY OF k-t N ) Mark Scoccolo Manager 2825 S 154th Street Seattle, WA 98188 (206) 242 -0633 On this day personally appeared before me Mark Scoccolo, to me known to be Infrastructure, LLC that executed the foregoing instrument, and acknowledged the the free and voluntary act and deed of said limited liability company, for the uses mentioned, and on oath stated that he was authorized to execute said instrument. GIVEN my hand and official seal this /--(-' day of Notary's signature Notary's printed name Notary Public in and My commission e -res the Manager of SCI said instrument to be and purposes therein r the State of Washington. OC-7-4-11 City of Federal Way South 356`h Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 74 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • By: APPROVED AS TO FORM: 11/4 City Attorney roe AT,,, Lail North AmREerican Specialty Insurance Company UTY 2zthL/L16t) Attorney L(n -Fact (Attach Power of Attorney) Julie A. Craker (Name of Person Executing Bond) c/o Hentschell & Associates, Inc. 1436 S. Union Avenue Tacoma, WA 98405 (Address) (253) 272 -1151 (Phone) City of Federal Way South 356'x' Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 75 RFB # 17 -001 RFB Ver. 4 -16 January 2017 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: THOMAS P. HENTSCHELL, BRADLEY A. ROBERTS, JULIE, A. CRAKER, KAREN J. SMITH and JOANNE REINKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President. any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." QIc1l TYit tclY SEAL 11= = a .& 1973 n' By L- 1 —. -- SIt, en P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company By Michael A. Ito, Senior Vice President of ashington International Insurance Company & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 1st day of May , 2015 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 1st day of May , 2015 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OR AAL SEAL M KENNY NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 1210412017 , M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and yam},, n International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of gq i n� North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force an$ tli ct. if my Companies sjL) tf �P6 Q :i0 7 ::•: IN WITNESS WHEREOF, I have set m hand and affixed the seals of the Com anies thi y of ro r ' f — LC o,a h Jeffrey Goldberg, Vice President & Assistant Slitaa-fy of Washington International Insurance Company & North Am6.60 • • tylWffice 'Company • • • THIS PAGE IS INTENTIONALLY LEFT BLANK City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 76 RFB # 17 -001 RFB Ver. 4 -16 January 2017 EXHIBIT H TITLE VI ASSURANCES During the performance of this contract, the contractor /consultant, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor ") agrees as follows: 1. Compliance with Regulations The contractor shall comply with the Regulations relative to non - discrimination in federally assisted programs of United States Department of Transportation (USDOT), Title 49, Code of Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Non - discrimination The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub - contractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Sub - contracts, Including Procurement of Materials and • Equipment In all solicitations either by competitive bidding or negotiations made by the contractor for work to be performed under a sub - contract, including procurement of materials or leases of equipment, each potential sub - contractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non - discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the contracting agency or the appropriate federal agency to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to WSDOT or the USDOT as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non - compliance In the event of the contractor's non - compliance with the non - discrimination provisions of this contract, the contracting agency shall impose such contract sanctions as it or the USDOT City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 77 RFB # 17 -001 RFB Ver. 4 -16 January 2017 may determine to be appropriate, including, but not limited to: Withholding of payments to the contractor under the contract until the contractor complies, and /or; Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions The contractor shall include the provisions of paragraphs (1) through (5) in every sub- contract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any sub - contractor or procurement as the contracting agency or USDOT may direct as a means of enforcing such provisions including sanctions for non - compliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a sub - contractor or supplier as a result of such direction, the contractor may request WSDOT enter into such litigation to protect the interests of the state and, in addition, the contractor may request the USDOT enter into such litigation to protect the interests of the United States. City of Federal Way South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S) Page 78 RFB # 17 -001 RFB Ver. 4 -16 January 2017 • • • AMENDMENTS TO THE STANDARD SPECIFICATIONS INTRO.AP1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2016 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. 1- 01.AP1 Section 1 -01, Definitions and Terms August 1, 2016 1 -01.3 Definitions The following new term and definition is inserted after the eighth paragraph: Cold Weather Protection Period — A period of time 7 days from the day of concrete placement or the duration of the cure period, whichever s longer. 1- 02.AP1 Section 1 -02, Bid Procedures and Conditions April 4, 2016 1- 02.4(1) General The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business on the Thursday preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1 -02.9 Delivery of Proposal The last sentence of the third paragraph is revised to read: The Contracting Agency will not open or consider any Proposal when the Proposal or Bid deposit is received after the time specified for receipt of Proposals or received in a location other than that specified for receipt of Proposals unless an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received. The following new paragraph is inserted before the last paragraph: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1 -02.12 the time specified for receipt of the Proposal 41) will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. 1 -02.12 Public Opening of Proposals This section is supplemented with the following new paragraph: If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be opened at the time indicated in the call for Bids the time specified for opening of Proposals will be deemed to be extended to the same time of day on the first work day on which the normal work processes of the Contracting Agency resume. 1- 04.AP1 Section 1 -04, Scope of the Work January 3, 2017 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda The following new paragraph is inserted before the second to last paragraph: Whenever reference is made in these Specifications or the Special Provisions to codes, rules, specifications, and standards, the reference shad be construed to mean the code, rule, specificatioi, or standard that is in effect on the Bid advertisement date, unless otherwise stated or as required by law. 1 -04.3 Reference Information This section is supplemented with the following new sentence: If a document that is provided as reference information contains material also included as a part of the Contract, that portion of the document shall be considered a part of the Contract and not as Reference Information. 1- 06.AP1 Section 1 -06, Control of Material January 4, 2016 This section is supplemented with the following new section and subsections: 1 -06.6 Recycled Materials The Contractor shall make their best effort to utilize recycled materials in the construction of the project; the use of recycled concrete aggregate as specified in Section 1- 06.6(1)A is a requirement of the Contract. The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working Drawing within 30 calendar days after the Contract is executed. The plan shall provide the Contractor's anticipated usage of recycled materials for meeting the requirements of these AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • Specifications. The quantity of recycled materials will be provided in tons and as a percentage of the Plan quantity for each material listed in Section 9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material. When a Contract does not include Work that requires the use of a material that is included in the requirements for using materials the Contractor may state in their plan that no recycled materials are proposed for use. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9- 03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on -site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT Form 350 -075 Recycled Materials Reporting. 1- 06.6(1) Recycling of Aggregate and Concrete Materials 1- 06.6(1)A General The minimum quantity of recycled concrete aggregate shall be 25 percent of the total quantity of aggregate that is incorporated into the Contract for those items listed in Section 9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material that allow the use of recycled concrete aggregate. The percentage of recycled material incorporated into the project for meeting the required percentage will be calculated in tons based on the quantity of recycled concrete used on the entire Contract and not as individual items. If the Contractor's total cost for Work with recycled concrete aggregate is greater than without the Contractor may choose to not use recycled concrete aggregate. When the Contractor does not meet the minimum requirement of 25 percent recycled concrete aggregate for the Contract due to costs or any other reason the following shall be submitted: 1. A cost estimate for each material listed in Section 9- 03.21(1)E that is utilized on the Contract. The cost estimate shall include the following: a. The estimated costs for the Work for each material with 25 percent recycled concrete aggregate. The cost estimate shall include for each material a copy of the price quote from the supplier with the lowest total cost for the Work. b. The estimated costs for the Work for each material without recycled concrete aggregate. The Contractor's cost estimates shall be submitted as an attachment to the Recycled Materials Reporting form. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 1- 07.AP1 Section 1 -07, Legal Relations and Responsibilities to the Public January 3, 2017 1 -07.1 Laws to be Observed In the second to last sentence of the third paragraph, "WSDOT" is revised to read "Contracting Agency ". 1- 07.2(2) State Sales Tax: WAC 458 -20 -170 — Retail Sales Tax The last three sentences of the first paragraph are deleted and replaced with the following new sentence: The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project, in the unit bid prices. 1- 07.3(1) Forest Fire Prevention This section is supplemented with the following new subsections: 1- 07.3(1)A Fire Prevention Control and Countermeasures Plan The Contractor shall prepare and implement a project- specific fire prevention, control, and countermeasures plan (FPCC Plan) for the duration of the project. The Contractor shall submit a Type 2 Working Drawing no later than the date of the preconstruction conference. 1- 07.3(1)A1 FPCC Plan Implementation Requirements The Contractor's FPCC Plan shall be fully implemented at all times. The Contractor shall update the FPCC Plan throughout project construction so that the plan reflects actual site conditions and practices. The Contractor shall update the FPCC Plan at least annually and maintain a copy of the updated FPCC Plan that is available for inspection on the project site. Revisions to the FPCC Plan and the Industrial Fire Precaution Level (IFPL) shall be discussed at the weekly project safety meetings. 1- 07.3(1)A2 FPCC Plan Element Requirements The FPCC Plan shall include the following: 1. The names, titles, and contact information for the personnel responsible for implementing and updating the plan. 2. The names and telephone numbers of the Federal, State, and local agencies the Contractor shall notify in the event of a fire. 3. All potential fire causing activities such as welding, cutting of metal, blasting, fueling operations, etc. 4. The location of fire extinguishers, water, shovels, and other firefighting equipment. 5. The response procedures the Contractor shall follow in the event of a fire. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Most of Washington State is covered under the IFPL system which, by law, is managed by the Department of Natural Resources (DNR). It is the Contractor's responsibility to be familiar with the DNR requirements and to verify whether or not IFPL applies to the specific project. If the Contractor wishes to continue a work activity that is prohibited under an industrial fire precaution level, the Contractor shall obtain a waiver from the DNR and provide a copy to the Engineer prior to continuation of work on the project. If the IFPL requirements prohibit the Contractor from performing Work the Contractor may be eligible for an unworkable day in accordance with Section 1 -08.5. The Contractor shall comply with the requirements of these provisions at no additional cost to the Contracting Agency. 1 -07.8 High - Visibility Apparel The last paragraph is revised to read: High - visibility garments shall be labeled as, and in a condition compliant with the ANSI /ISEA 107 (2004 or later version) and shall be used in accordance with manufacturer recommendations. 1- 07.8(1) Traffic Control Personnel In this section, references to "ANSI /ISEA 107 - 2004" are revised to read "ANSI /ISEA 107 ". 1- 07.8(2) Non - Traffic Control Personnel In this section, the reference to "ANSI /ISEA 107 - 2004" is revised to read "ANSI /ISEA 107 ". 1- 07.9(2) Posting Notices Items 1 and 2 are revised to read: 1. EEOC - P /E -1 (revised 11/09, supplemented 09/15) — Equal Employment Opportunity IS THE LAW published by US Department of Labor. Post for projects with federal -aid funding. 2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal Highway Administration (FHWA). Post for projects with federal -aid funding. Items 5, 6 and 7 are revised to read: 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The Family And Medical Leave Act published by US Department of Labor. Post on all projects. 6. WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by US Department of Labor. Post on all projects. 7. F416- 081 -909 (revised 09/15) — Job Safety and Health Law published by Washington State Department of Labor and Industries. Post on all projects. Items 9 and 10 are revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 9. F700- 074 -909 (revised 06/13) — Your Rights as a Worker in Washington State by Washington State Department of Labor and Industries (L &I). Post on all projects. 10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington State Employment Security Department. Post on all projects. 1- 07.15(1) Spill Prevention, Control, and Countermeasures Plan The second sentence of the first paragraph is deleted. The first sentence of the second paragraph is revised to read: The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31 -11. Item number four of the fourth paragraph (up until the colon) is revised to read: 4. Potential Spill Sources — Describe each of the following for all potentially hazardous materials brought or generated on -site, including but not limited to materials used for equipment operation, refueling, maintenance, or cleaning: The first sentence of item 7e of the fourth paragraph is revised to read: BMP methods and locations where they are used to prevent discharges to ground or water during mixing and transfer of hazardous materials and fuel. The last paragraph is deleted. 1- 08.AP1 Section 1 -08, Prosecution and Progress January 3, 2017 1 -08.1 Subcontracting The second sentence of the second to last paragraph is revised to read: Whenever the Contractor withholds payment to a Subcontractor for any reason including disputed amounts, the Contractor shall provide notice within 10 calendar days to the Subcontractor with a copy to the Contracting Agency identifying the reason for the withholding and a clear description of what the Subcontractor must do to have the withholding released. The fourth sentence of the second to last paragraph is revised to read: The Monthly Payment Summary shall include all Subcontractors that performed work that was paid on the progress estimate by the Contracting Agency. 1- 08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage Withheld In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency ". The last sentence in item number 11 of the first paragraph is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 The Contractor may also require any documentation from the Subcontractor that is required by the subcontract or by the Contract between the Contractor and Contracting Agency or by law such as affidavits of wages paid, and material acceptance certifications to the extent that they relate to the Subcontractor's Work. Item number 12 of the first paragraph is revised to read: 12. If the Contractor fails to comply with the requirements of the Specification and the Subcontractor's retainage or retainage bond is wrongfully withheld, the Contractor will be subject to the actions described in No. 7 listed above. The Subcontractor may also seek recovery against the Contractor under applicable prompt pay statutes in addition to any other remedies provided for by the subcontract or by law. 1 -08.5 Time for Completion In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports ". 1- 09.AP1 Section 1 -09, Measurement and Payment April 4, 2016 1 -09.6 Force Account The second sentence of item number 4 is revised to read: A "specialized service" is a work operation that is not typically done by worker classifications as defined by the Washington State Department of Labor and Industries and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and municipal construction. 1- 10.AP1 Section 1 -10, Temporary Traffic Control January 3, 2017 1- 10.1(2) Description The first paragraph is revised to read: The Contractor shall provide flaggers and all other personnel required for labor for traffic control activities that are not otherwise specified as being furnished by the Contracting Agency. In the third paragraph, "Project Engineer" is revised to read "Engineer ". The following new paragraph is inserted after the third paragraph: The Contractor shall keep lanes, on- ramps, and off - ramps, open to traffic at all times except when Work requires closures. Ramps shall not be closed on consecutive interchanges at the same time, unless approved by the Engineer. Lanes and ramps shall be closed for the minimum time required to complete the Work. When paving hot mix asphalt the Contractor may apply water to the pavement to shorten the time required before reopening to traffic. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 1- 10.3(2)C Lane Closure Setup /Takedown The following new paragraph is inserted before the last paragraph: Channelization devices shall not be moved by traffic control personnel across an open lane of traffic. If an existing setup or staging of traffic control devices require crossing an 41) open lane of traffic, the traffic control devices shall be taken down completely and then set up in the new configuration. 2- 03.AP2 Section 2 -03, Roadway Excavation and Embankment August 1, 2016 2- 03.3(7)C Contractor - Provided Disposal Site The second paragraph is revised to read: The Contractor shall acquire all permits and approvals required for the use of the disposal sites before any waste is hauled off the project. The Contractor shall submit a Type 1 Working Drawing consisting of copies of the permits and approvals for any disposal sites to be used. The cost of any such permits and approvals shall be included in the Bid prices for other Work. The third paragraph is deleted. 2- 06.AP2 Section 2 -06, Subgrade Preparation January 3, 2017 2- 06.3(2) Subgrade for Pavement The second sentence in the first paragraph is revised to read: The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of maximum density as determined by the compaction control tests for granular materials. 3- 04.AP3 Section 3 -04, Acceptance of Aggregate January 3, 2017 3 -04.5 Payment In Table 1, the Contingent Unit Price Per Ton value for the item HMA Aggregate is revised to read "$15.00 ". 4- 04.AP4 Section 4 -04, Ballast and Crush Surfacing January 3, 2017 4- 04.3(5) Shaping and Compaction The first sentence is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • Immediately following spreading and final shaping, each layer of surfacing shall be compacted to at least 95 percent of maximum density determined by the requirements of Section 2- 03.3(14)D before the next succeeding layer of surfacing or pavement is placed. 5- 01.AP5 Section 5 -01, Cement Concrete Pavement Rehabilitation January 3, 2017 In this section, "portland cement" is revised to read "cement ". 5 -01.2 Materials In the first paragraph, the following item is inserted after the item "Joint Sealants ": Closed Cell Foam Backer Rod 9- 04.2(3)A 5- 01.3(1)A Concrete Mix Designs This section, including title, is revised to read: 5- 01.3(1)A Mix Designs The Contractor shall use either concrete patching materials or cement concrete for the rehabilitation of cement concrete pavement. Concrete patching materials shall be used for spall repair and dowel bar retrofitting and cement concrete shall be used for concrete panel replacement. 5- 01.3(1)A1 Concrete Patching Materials Item number 1 is revised to read: 1. Materials — The prepackaged concrete patching material and the aggregate extender shall conform to Section 9 -20. 5- 01.3(1)A2 Portland Cement Concrete This section, including title, is revised to read: 5- 01.3(1)A2 Cement Concrete for Panel Replacement Cement concrete for panel replacement shall meet the requirements of Sections 5- 05.3(1) and 5- 05.3(2) and be air entrained with a design air content of 5.5 percent. Cement concrete for panel replacement may use rapid hardening hydraulic cement meeting the requirements of Section 9- 01.2(2). Rapid hardening hydraulic cement will be considered a cementitious material for the purpose of calculating the water /cementitious materials ratio and the minimum cementitious materials requirement. 5- 01.3(1)B Equipment This section's title is revised to read: Equipment for Panel Replacement 5- 01.3(2)B Portland Cement Concrete This section's title is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Cement Concrete for Panel Replacement This section is supplemented with the following new subsection: 5- 01.3(2)81 Conformance to Mix Design Acceptance of cement concrete pavement for panel replacement shall be in accordance with Section 5- 01.3(2)B. The cement, coarse, and fine aggregate weights shall be within the tolerances of the mix design in accordance with Section 5- 05.3(1). 5- 01.3(2)B1 Rejection of Concrete This section is renumbered as follows: 5- 01.3(2)82 Rejection of Concrete 5- 01.3(4) Replace Portland Cement Concrete Panel This section's title is revised to read: Replace Cement Concrete Panel 5- 01.3(8) Sealing Existing Transverse and Longitudinal Joints This section's title is revised to read: Sealing Existing Longitudinal and Transverse Joint The first paragraph is revised to read: The Contractor shall clean and seal existing longitudinal and transverse joints where shown in the Plans or as marked by the Engineer. The first sentence of the second paragraph is revised to read: Old sealant and incompressible material shall be completely removed from the joint to the depth of the new reservoir with a diamond blade saw in accordance with the detail shown in the Standard Plans. The fifth paragraph is revised to read: Immediately prior to sealing, the cracks shall be blown clean with dry oil -free compressed air. If shown in the Plans, a backer rod shall be placed at the base of the sawn reservoir. The joints shall be completely dry before the sealing installation may begin. Immediately following the air blowing and backer rod placement, if required, the sealant material shall be installed in conformance to manufacturer's recommendations and in accordance with Section 5- 05.3(8)B. 5- 01.3(9) Portland Cement Concrete Pavement Grinding This section's title is revised to read: Cement Concrete Pavement Grinding 5- 01.3(11) Concrete Slurry and Grinding Residue The last sentence of the first paragraph is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Slurry shall not be allowed to drain into an area open to traffic, off of the paved surface, into any drainage structure, water of the state, or wetlands. The following new sentence is inserted at the end of the second paragraph: The Contractor shall submit copies of all disposal tickets to the Engineer within 5 calendar days. 5 -01.4 Measurement The fourth paragraph is revised to read: Sealing existing longitudinal and transverse joint will be measured by the linear foot, measured along the line of the completed joint. 5 -01.5 Payment The Bid item "Sealing Transverse and Longitudinal Joints ", per linear foot and the paragraph following Bid item are revised to read: "Sealing Existing Longitudinal and Transverse Joint ", per linear foot. The unit Contract price per linear foot for "Sealing Existing Longitudinal and Transverse Joint ", shall be full payment for all costs to complete the Work as specified, including removing incompressible material, preparing and sealing existing transverse and longitudinal joints where existing transverse and longitudinal joints are cleaned and for all incidentals required to complete the Work as specified. 5- 02.AP5 Section 5 -02, Bituminous Surface Treatment April 4, 2016 5- 02.3(2) Preparation of Roadway Surface This section is supplemented with the following new subsection: 5- 02.3(2)E Crack Sealing Where shown in the Plans, seal cracks and joints in the pavement in accordance with Section 5- 04.3(4)A1 and the following: 1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. 5- 04.AP5 Section 5 -04, Hot Mix Asphalt January 3, 2017 This section (and all subsections) is revised to read: This Section 5 -04 is written in a style which, unless otherwise indicated, shall be interpreted as direction to the Contractor. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 5 -04.1 Description This Work consists of providing and placing one or more layers of plant -mixed hot mix asphalt (HMA) on a prepared foundation or base, in accordance with these Specifications and the lines, grades, thicknesses, and typical cross - sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. HMA shall be composed of asphalt binder and mineral materials as required, and may include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed in the proportions specified to provide a homogeneous, stable, and workable mix. 5 -04.2 Materials Provide materials as specified in these sections: Asphalt Binder 9- 02.1(4) Cationic Emulsified Asphalt 9- 02.1(6) Anti - Stripping Additive 9 -02.4 Warm Mix Asphalt Additive 9 -02.5 Aggregates 9 -03.8 Reclaimed Asphalt Pavement (RAP) 9- 03.8(3)B Reclaimed Asphalt Shingles (RAS) 9- 03.8(3)B Mineral Filler 9- 03.8(5) Recycled Material 9 -03.21 Joint Sealants 9 -04.2 Closed Cell Foam Backer Rod 9- 04.2(3)A 5- 04.2(1) How to Get an HMA Mix Design on the QPL Comply with each of the following: • Develop the mix design in accordance with WSDOT SOP 732. • Develop a mix design that complies with Sections 9- 03.8(2) and 9- 03.8(6). • Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350 -042. • Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. • Identify the brand, type, and percentage of anti - stripping additive in the mix design submittal. • Include with the mix design submittal a certification from the asphalt binder supplier that the anti - stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. • Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5- 04.2(2)B. The Contracting Agency's basis for approving, testing, and evaluating HMA mix designs for approval on the QPL is dependent on the contractual basis for acceptance of the HMA mixture, as shown in Table 1. Table 1 Basis for Contracting Agency Evaluation of HMA Mix Designs for Approval on the QPL Contractual Basis for Acceptance of HMA Mixture (see Section 5- 04.3(9)) Basis for Contracting Agency Approval of Mix Design for Placement on QPL Contracting Agency Materials Testing for Evaluation of the Mix Design Statistical Evaluation WSDOT Standard Practice QC -8 The Contracting Agency will test the mix design materials for compliance with Sections 9- 03.8(2) and 9- 03.8(6). Visual Evaluation Review of Form 350 -042 for compliance with Sections 9- 03.8(2) and 9-03.8(6) The Contracting Agency may elect to test the mix design materials, or evaluate in accordance with WSDOT Standard Practice QC -8, at its sole discretion. If the Contracting Agency approves the mix design, it will be listed on the QPL for 12 consecutive months. The Contracting Agency may extend the 12 month listing provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate source and job mix formula (JMF) gradation, and asphalt binder crude source and formulation have not changed. The Contractor may submit the certification no sooner than three months prior to expiration of the initial 12 month mix design approval. Within 7 calendar days of receipt of the Contractor's certification, the Contracting Agency will update the QPL. The maximum duration for approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer. 5- 04.2(1)A Mix Designs Containing RAP and /or RAS Mix designs are classified by the RAP and /or RAS content as shown in Table 2. Table 2 Mix Design Classification Based on RAP /RAS Content RAP /RAS Classification RAP /RAS Content' Low RAP /No RAS 0% <_ RAP% <_ 20% and RAS% = 0% High RAP /Any RAS 20% < RAP% <_ Maximum Allowable RAP2 and /or 0% < RAS% <_ Maximum Allowable RAS2 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 'Percentages in this table are by total weight of HMA 'See Table 4 to determine the limits on the maximum amount RAP and /or RAS. 5- 04.2(1)A1 Low RAP /No RAS — Mix Design Submittals for Placement on QPL For Low RAP /No RAS mix designs, comply with the following additional requirements: 1. Develop the mix design with or without the inclusion of RAP. 2. The asphalt binder grade shall be the grade indicated in the Bid item name or as otherwise required by the Contract. 3. Submit samples of RAP if used in development of the mix design. 4. Testing RAP or RAS stockpiles is not required for obtaining approval for placing these mix designs on the QPL. 5- 04.2(1)A2 High RAP /Any RAS - Mix Design Submittals for Placement on QPL For High RAP /Any RAS mix designs, comply with the following additional requirements: 1. For mix designs with any RAS, test the RAS stockpile (and RAP stockpile if any RAP is in the mix design) in accordance with Table 3. • 2. For High RAP mix designs with no RAS, test the RAP stockpile in • accordance with Table 3. 3. For mix designs with High RAP /Any RAS, construct a single stockpile for RAP and a single stockpile for RAS and isolate (sequester) these stockpiles from further stockpiling before beginning development of the mix design. Test the RAP and RAS during stockpile construction as required by item 1 and 2 above. Use the test data in developing the mix design, and report the test data to the Contracting Agency on WSDOT Form 350 -042 as part of the mix design submittal for approval on the QPL. Account for the reduction in asphalt binder contributed from RAS in accordance with AASHTO PP 78. Do not add to these stockpiles after starting the mix design process. Table 3 Test Frequency of RAP /RAS During RAP /RAS Stockpile Construction For Approving a High RAP /Any RAS Mix Design for Placement on the QPL Test Frequency' Test for Test Method • 1/1000 tons of RAP (minimum of 10 per mix design) and Asphalt Binder Content and Sieve Analysis of Fine FOP for AASHTO T 308 and AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1 /3/17 RFB #17 -001 January 2017 • • 1/100 tons of and Coarse FOP for WAQTC T RAS (minimum of 10 per mix design) Aggregate 27/T 11 1 "tons ", in this table, refers to tons of the reclaimed material before being incorporated into HMA. 4. Limit the amount of RAP and /or RAS used in a High RAP /Any RAS mix design by the amount of binder contributed by the RAP and /or RAS, in accordance with Table 4. Table 4 Maximum Amount of RAP and /or RAS in HMA Mixture Maximum Amount of Binder Contributed from: RAP RAS 40 %1 minus contribution of binder from RAS 20002 1 Calculated as the weight of asphalt binder contributed from the RAP as a percentage of the total weight of asphalt binder in the mixture. 2 Calculated as the weight of asphalt binder contributed from the RAS as a percentage of the total weight of asphalt binder in the mixture. 5. Develop the mix design including RAP, RAS, recycling agent, and new binder. 6. Extract, recover, and test the asphalt residue from the RAP and RAS stockpiles to determine the percent of recycling agent and /or grade of new asphalt binder needed to meet but not exceed the performance grade (PG) of asphalt binder required by the Contract. a. Perform the asphalt extraction in accordance with AASHTO T 164 or ASTM D 2172 using reagent grade solvent. b. Perform the asphalt recovery in accordance with AASHTO R 59 or ASTM D 1856. c. Test the recovered asphalt residue in accordance with AASHTO R 29 to determine the asphalt binder grade in accordance with Section 9- 02.1(4). d. After determining the recovered asphalt binder grade, determine the percent of recycling agent and /or grade of new asphalt binder in accordance with ASTM D 4887. e. Test the final blend of recycling agent, binder recovered from the RAP and RAS, and new asphalt binder in accordance with AASHTO R 29. The final blended binder shall meet but not exceed the performance grade of asphalt binder required by the Contract and comply with the requirements of Section 9- 02.1(4). AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 7. Include the following test data with the mix design submittal: a. All test data from RAP and RAS stockpile construction. b. All data from testing the recovered and blended asphalt binder. 8. Include representative samples of the following with the mix design submittal: a. RAP and RAS. b. 150 grams of recovered asphalt residue from the RAP and RAS that are to be used in the HMA production. 5- 04.2(1)B Commercial HMA - Mix Design Submittal for Placement on QPL For HMA used in the Bid item Commercial HMA, in addition to the requirements of 5- 04.2(1) identify the following in the submittal: 1. Commercial HMA 2. Class of HMA 3. Performance grade of binder 4. Equivalent Single Axle Load (ESAL) The Contracting Agency may elect to approve Commercial HMA mix designs without evaluation. 5- 04.2(1)C Mix Design Resubmittal for QPL Approval Develop a new mix design and resubmit for approval on the QPL when any of the following changes occur. When these occur, discontinue using the mix design until after it is reapproved on the QPL. 1. Change in the source of crude petroleum used in the asphalt binder. 2. Changes in the asphalt binder refining process. 3. Changes in additives or modifiers in the asphalt binder. 4. Changes in the anti -strip additive, brand, type or quantity. 5. Changes to the source of material for aggregate. 6. Changes to the job mix formula that exceed the amounts as described in item 2 of Section 9- 03.8(7), unless otherwise approved by the Engineer. 7. Changes in the percentage of material from a stockpile, when such changes exceed 5% of the total aggregate weight. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 a. For Low RAP /No RAS mix designs developed without RAP, changes to the percentage of material from a stockpile will be calculated based on the total aggregate weight not including the weight of RAP. b. For Low RAP /No RAS mix designs developed with RAP, changes to the percentage of material from a stockpile will be calculated based on the total aggregate weight including the weight of RAP. c. For High RAP /Any RAS mix designs, changes in the percentage of material from a stockpile will be based on total aggregate weight including the weight of RAP (and /or RAS when included in the mixture). Prior to making any change in the amount of RAS in an approved mix design, notify the Engineer for determination of whether a new mix design is required, and obtain the Engineer's approval prior to implementing such changes. 5- 04.2(2) Mix Design — Obtaining Project Approval Use only mix designs listed on the Qualified Products List (QPL). Submit WSDOT Form 350 -041 to the Engineer to request approval to use a mix design from the QPL. Changes to the job mix formula (JMF) that have been approved on other contracts may be included. The Engineer may reject a request to use a mix design if production of HMA using that mix design on any contract is not in compliance with Section 5- 04.3(11)D, E, F, and G for mixture or compaction. 5- 04.2(2)A Changes to the Job Mix Formula The approved mix design obtained from the QPL will be considered the starting job mix formula (JMF) and shall be used as the initial basis for acceptance of HMA mixture, as detailed in Section 5- 04.3(9). During production the Contractor may request to adjust the JMF. Any adjustments to the JMF will require approval of the Engineer and shall be made in accordance with item 2 of Section 9- 03.8(7). After approval by the Engineer, such adjusted JMF's shall constitute the basis for acceptance of the HMA mixture. 5- 04.2(2)B Using Warm Mix Asphalt Processes The Contractor may, at the Contractor's discretion, elect to use warm mix asphalt (WMA) processes for producing HMA. WMA processes include organic additives, chemical additives, and foaming. The use of WMA is subject to the following: Do not use WMA processes in the production of High RAP /Any RAS mixtures. Before using WMA processes, obtain the Engineer's approval using WSDOT Form 350 -076 to describe the proposed WMA process. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 5 -04.3 Construction Requirements 5- 04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year, without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified in Table 5, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Table 5 Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55 °F 45 °F 0.10 to 0.20 45 °F 35 °F More than 0.20 35 °F 35 °F 5- 04.3(2) Paving Under Traffic These requirements apply when the Roadway being paved is open to traffic. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. During paving operations, maintain temporary pavement markings throughout the project. Install temporary pavement markings on the Roadway prior to opening to traffic. Temporary pavement markings shall comply with Section 8 -23. 5- 04.3(3) Equipment 5- 04.3(3)A Mixing Plant Equip mixing plants as follows. 1. Use tanks for storage and preparation of asphalt binder which: • Heat the contents by means that do not allow flame to contact the contents or the tank, such as by steam or electricity. • Heat and hold contents at the required temperatures. • Continuously circulate contents to provide uniform temperature and consistency during the operating period. • Provide an asphalt binder sampling valve, in either the storage tank or the supply line to the mixer. 2. Provide thermometric equipment: In the asphalt binder feed line near the charging valve at the mixer unit, capable of detecting temperature ranges expected in the HMA and in a location convenient and safe for access by Inspectors. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • At the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates, and situated in full view of the plant operator. 3. When heating asphalt binder: • Do not exceed the maximum temperature of the asphalt binder recommended by the asphalt binder supplier. • Avoid local variations in heating. • Provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25 °F. 4. Provide a mechanical sampler for sampling mineral materials that: • Meets the crushing or screening requirements of Section 1 -05.6. 5. Provide HMA sampling equipment that complies with WSDOT SOP T -168. • Use a mechanical sampling device installed between the discharge of the silo and the truck transport, approved by the Engineer, or • Platforms or devices to enable sampling from the truck transport without entering the truck transport for sampling HMA. 6. Provide for setup and operation of the Contracting Agency's field testing: • As required in Section 3- 01.2(2). 7. Provide screens or a lump breaker: • When using any RAP or any RAS, to eliminate oversize RAP or RAS particles from entering the pug mill or drum mixer. 5- 04.3(3)B Hauling Equipment Provide HMA hauling equipment with tight, clean, smooth metal beds and a cover of canvas or other suitable material of sufficient size to protect the HMA from adverse weather. Securely attach the cover to protect the HMA whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45 °F. Prevent HMA from adhering to the hauling equipment. Spray metal beds with an environmentally benign release agent. Drain excess release agent prior to filling hauling equipment with HMA. Do not use petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA. For hopper trucks, operate the conveyer during the process of applying the release agent. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 5- 04.3(3)C Pavers Use self- contained, power - propelled pavers provided with an internally heated vibratory screed that is capable of spreading and finishing courses of HMA in lane widths required by the paving section shown in the Plans. When requested by the Engineer, provide written certification that the paver is equipped with the most current equipment available from the manufacturer for the prevention of segregation of the coarse aggregate particles. The certification shall list the make, model, and year of the paver and any equipment that has been retrofitted to the paver. • Operate the screed in accordance with the manufacturer's recommendations and in a manner to produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Provide a copy of the manufacturer's recommendations upon request by the Contracting Agency. Extensions to the screed will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. In the Travelled Way do not use extensions without both augers and an internally heated vibratory screed. Equip the paver with automatic screed controls and sensors for either or both sides of the paver. The controls shall be capable of sensing grade from an outside reference line, sensing the transverse slope of the screed, and providing automatic signals that operate the screed to maintain the desired grade and transverse slope. Construct the sensor so it will operate from a reference line or a mat referencing device. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. Equip the paver with automatic feeder controls, properly adjusted to maintain a • uniform depth of material ahead of the screed. Manual operation of the screed is permitted in the construction of irregularly shaped and minor areas. These areas include, but are not limited to, gore areas, road approaches, tapers and left -turn channelizations. When specified in the Contract, provide reference lines for vertical control. Place reference lines on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line is permitted. Automatically control the grade and slope of intermediate lanes by means of reference lines or a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross - section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • Furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1 -08.6. 5- 04.3(3)D Material Transfer Device or Material Transfer Vehicle Use a material transfer device (MTD) or material transfer vehicle (MTV) to deliver the HMA from the hauling equipment to the paving machine for any lift in (or partially in) the top 0.30 feet of the pavement section used in traffic lanes. However, an MTD /V is not required for HMA placed in irregularly shaped and minor areas such as tapers and turn lanes, or for HMA mixture that is accepted by Visual Evaluation. At the Contractor's request the Engineer may approve paving without an MTD /V; the Engineer will determine if an equitable adjustment in cost or time is due. If a windrow elevator is used, the Engineer may limit the length of the windrow in urban areas or through intersections. To be approved for use, an MTV: 1. Shall be a self - propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5- 04.3(3)E Rollers Operate rollers in accordance with the manufacturer's recommendations. When requested by the Engineer, provide a Type 1 Working Drawing of the manufacturer's recommendation for the use of any roller planned for use on the project. Do not use rollers that crush aggregate, produce pickup or washboard, AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 unevenly compact the surface, displace the mix, or produce other undesirable results. 5- 04.3(4) Preparation of Existing Paved Surfaces • Before constructing HMA on an existing paved surface, the entire surface of the pavement shall be clean. Entirely remove all fatty asphalt patches, grease drippings, and other deleterious substances from the existing pavement to the satisfaction of the Engineer. Thoroughly clean all pavements or bituminous surfaces of dust, soil, pavement grindings, and other foreign matter. Thoroughly remove any cleaning or solvent type liquids used to clean equipment spilled on the pavement before paving proceeds. Fill all holes and small depressions with an appropriate class of HMA. Level and thoroughly compact the surface of the patched area. Apply a uniform coat of asphalt (tack coat) to all paved surfaces on which any course of HMA is to be placed or abutted. Apply tack coat to cover the cleaned existing pavement with a thin film of residual asphalt free of streaks and bare spots. Apply a heavy application of tack coat to all joints. For Roadways open to traffic, limit the application of tack coat to surfaces that will be paved during the same working shift. Equip the spreading equipment with a thermometer to indicate the temperature of the tack coat material. Do not operate equipment on tacked surfaces until the tack has broken and cured. Repair tack coat damaged by the Contractor's operation, prior to placement of the HMA. Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS -1, CSS -1 h, STE -1, or Performance Graded (PG) asphalt for tack coat. The CSS -1 and CSS -1 h may be diluted with water at a rate not to exceed one part water to one part emulsified asphalt. Do not allow the tack coat material to exceed the maximum temperature recommended by the asphalt supplier. When shown in the Plans, prelevel uneven or broken surfaces over which HMA is to be placed by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. 5- 04.3(4)A Crack Sealing 5- 04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks 1/4 inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS -1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the crack. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5- 04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5- 04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. 5- 04.3(4)B Soil Residual Herbicide Where shown in the Plans, apply one application of an approved soil residual herbicide. Comply with Section 8- 02.3(3)B. Complete paving within 48 hours of applying the herbicide. Use herbicide registered with the Washington State Department of Agriculture for use under pavement. Before use, obtain the Engineer's approval of the herbicide and the proposed rate of application. Include the following information in the request for approval of the material: 1. Brand Name of the Material, 2. Manufacturer, 3. Environmental Protection Agency (EPA) Registration Number, 4. Material Safety Data Sheet, and 5. Proposed Rate of Application. 5- 04.3(4)C Pavement Repair Excavate pavement repair areas and backfill these with HMA in accordance with the details shown in the Plans and as staked. Conduct the excavation operations in a manner that will protect the pavement that is to remain. Repair pavement not designated to be removed that is damaged as a result of the Contractor's operations to the satisfaction of the Engineer at no cost to the Contracting AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Agency. Excavate only within one lane at a time unless approved otherwise by the Engineer. Do not excavate more area than can be completely backfilled and compacted during the same shift. Unless otherwise shown in the Plans or determined by the Engineer, excavate to • a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, sawcut the perimeter of the pavement area to be removed unless the pavement in the pavement repair area is to be removed by a pavement grinder. Excavated materials shall be the property of the Contractor and shall be disposed of in a Contractor - provided site off the Right of Way or used in accordance with Sections 2- 02.3(3) or 9- 03.21. Apply a heavy application of tack coat to all surfaces of existing pavement in the pavement repair area, in accordance with Section 5- 04.3(4). Place the HMA backfill in lifts not to exceed 0.35 -foot compacted depth. Thoroughly compact each lift by a mechanical tamper or a roller. 5- 04.3(5) Producing /Stockpiling Aggregates, RAP, & RAS Produce aggregate in compliance with Section 3 -01. Comply with Section 3 -02 for preparing stockpile sites, stockpiling, and removing from stockpile each of the following: aggregates, RAP, and RAS. Provide sufficient storage space for each size of aggregate, RAP and RAS. Fine aggregate or RAP may be uniformly blended with the RAS as a method of preventing the agglomeration of RAS particles. Remove the aggregates, RAP and RAS from stockpile(s) in a manner that ensures minimal segregation when being moved to the HMA plant for processing into the final mixture. Keep different aggregate sizes separated until they have been delivered to the HMA plant. 5- 04.3(5)A Stockpiling RAP or RAS for High RAP /Any RAS Mixes Do not place any RAP or RAS into a stockpile which has been sequestered for a High RAP /Any RAS mix design. Do not incorporate any RAP or RAS into a High RAP /Any RAS mixture from any source other than the stockpile which was sequestered for approval of that particular High RAP /Any RAS mix design. RAP that is used in a Low RAP /No RAS mix is not required to come from a sequestered stockpile. 5- 04.3(6) Mixing The asphalt supplier shall introduce anti - stripping additive, in the amount designated on the QPL for the mix design, into the asphalt binder prior to shipment to the asphalt mixing plant. Anti -strip is not required for temporary work that will be removed prior to Physical Completion. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • Use asphalt binder of the grade, and from the supplier, in the approved mix design. Prior to introducing reclaimed materials into the asphalt plant, remove wire, nails, and other foreign material. Discontinue use of the reclaimed material if the Engineer, in their sole discretion, determines the wire, nails, or other foreign material to be excessive. Size RAP and RAS prior to entering the mixer to provide uniform and thoroughly mixed HMA. If there is evidence of the RAP or RAS not breaking down during the heating and mixing of the HMA, immediately suspend the use of the RAP or RAS until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, RAS, new asphalt binder and recycling agent have been introduced into the mixer, mix the HMA until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, RAP and RAS is ensured. Upon discharge from the mixer, ensure that the temperature of the HMA does not exceed the optimum mixing temperature shown on the approved Mix Design Report by more than 25 °F, or as approved by the Engineer. When a WMA additive is included in the manufacture of HMA, do not heat the WMA additive (at any stage of production including in binder storage tanks) to a temperature higher than the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, reduce the moisture content. During the daily operation, HMA may be temporarily held in approved storage facilities. Do not incorporate HMA into the Work that has been held for more than 24 hours after mixing. Provide an easily readable, low bin -level indicator on the storage facility that indicates the amount of material in storage. Waste the HMA in storage when the top level of HMA drops below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Dispose of rejected or waste HMA at no expense to the Contracting Agency. 5- 04.3(7) Spreading and Finishing Do not exceed the maximum nominal compacted depth of any layer in any course, as shown in Table 6, unless approved by the Engineer: Table 6 Maximum Nominal Compacted Depth of Any Layer HMA Class Wearing Course Other than Wearing Course 1 inch 0.35 feet 0.35 feet % and 'A inch 0.30 feet 0.35 feet 3/s inch 0.15 feet 0.15 feet AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Use HMA pavers complying with Section 5- 04.3(3) to distribute the mix. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, place the material produced for each JMF with separate spreading and compacting equipment. Do not intermingle HMA produced from more than one JMF. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5- 04.3(8) Aggregate Acceptance Prior to Incorporation in HMA Sample aggregate for meeting the requirements of Section 3 -04 prior to being incorporated into HMA. (The acceptance data generated for the Section 3 -04 acceptance analysis will not be commingled with the acceptance data generated for the Section 5- 04.3(9) acceptance analysis.) Aggregate acceptance samples shall be taken as described in Section 3 -04. Aggregate acceptance testing will be performed by the Contracting Agency. Aggregate contributed from RAP and /or RAS will not be evaluated under Section 3 -04. For aggregate that will be used in HMA mixture which will be accepted by Statistical Evaluation, the Contracting Agency's acceptance of the aggregate will be based on: 1. Samples taken prior to mixing with asphalt binder, RAP, or RAS; 2. Testing for the materials properties of fracture, uncompacted void content, and sand equivalent; 3. Evaluation by the Contracting Agency in accordance with Section 3 -04, including price adjustments as described therein. For aggregate that will be used in HMA which will be accepted by Visual Evaluation, evaluation in accordance with items 1, 2, and 3 above is at the discretion of the Engineer. 5- 04.3(9) HMA Mixture Acceptance The Contracting Agency will evaluate HMA mixture for acceptance by one of three methods as determined from the criteria in Table 7. Table 7 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Basis of Acceptance for HMA Mixture Visual Evaluation Statistical Evaluation Criteria for Selecting the Evaluation Method • • Commercial HMA placed at any location Any HMA placed in: o sidewalks o road approaches o ditches o slopes • • All HMA mixture other than that accepted by Visual Evaluation AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 1 Temporary pavement is HMA that will be removed before Physical Completion of the Contract. 5- 04.3(9)A Test Sections This Section applies to HMA mixture accepted by Statistical Evaluation. A test section is not allowed for HMA accepted by Visual Evaluation. The purpose of a test section is to determine whether or not the Contractor's mix design and production processes will produce HMA meeting the Contract requirements related to mixture. Construct HMA mixture test sections at the beginning of paving, using at least 600 tons and a maximum of 1,000 tons or as specified by the Engineer. Each test section shall be constructed in one continuous operation. 5- 04.3(9)A1 Test Section — When Required, When to Stop Use Tables 8 and 9 to determine when a test section is required, optional, or not allowed, and to determine when performing test sections may end. Each mix design will be evaluated independently for the test section requirements. If more than one test section is required, each test section shall be evaluated separately by the criteria in table 8 and 9. Table 8 Criteria for Conducting and Evaluating HMA Mixture Test Sections (For HMA Mixture Accepted by Statistical Evaluation) o paths o trails o gores o prelevel o temporary pavement' o pavement repair Low RAP /No RAS Is Mixture Test Section Optional or Mandatory? Mandatory' • Other nonstructural applications of HMA as approved by the 4 calendar days2 4 calendar days2 What Must Happen to Stop Performi ng Test Sections? Meet "Results Required to Stop Performing Test Sections" in Table 9 for High RAP /Any RAS. Engineer 1 Temporary pavement is HMA that will be removed before Physical Completion of the Contract. 5- 04.3(9)A Test Sections This Section applies to HMA mixture accepted by Statistical Evaluation. A test section is not allowed for HMA accepted by Visual Evaluation. The purpose of a test section is to determine whether or not the Contractor's mix design and production processes will produce HMA meeting the Contract requirements related to mixture. Construct HMA mixture test sections at the beginning of paving, using at least 600 tons and a maximum of 1,000 tons or as specified by the Engineer. Each test section shall be constructed in one continuous operation. 5- 04.3(9)A1 Test Section — When Required, When to Stop Use Tables 8 and 9 to determine when a test section is required, optional, or not allowed, and to determine when performing test sections may end. Each mix design will be evaluated independently for the test section requirements. If more than one test section is required, each test section shall be evaluated separately by the criteria in table 8 and 9. Table 8 Criteria for Conducting and Evaluating HMA Mixture Test Sections (For HMA Mixture Accepted by Statistical Evaluation) High RAP /Any RAS Low RAP /No RAS Is Mixture Test Section Optional or Mandatory? Mandatory' At Contractor's Option Waiting period after paving the test section. 4 calendar days2 4 calendar days2 What Must Happen to Stop Performi ng Test Sections? Meet "Results Required to Stop Performing Test Sections" in Table 9 for High RAP /Any RAS. Provide samples and respond to WSDOT test results required by Table 9 for Low RAP /No RAS. 'If a mix design has produced an acceptable test section on a previous contract (paved in the same calendar year, from the AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 same plant, using the same JMF) the test section may be waived if approved by the Engineer. 2This is to provide time needed by the Contracting Agency to complete testing and the Contractor to adjust the mixture in response to those test results. Paving may resume when this is done. Table 9 Results Required to Stop Performing HMA Mixture Test Sections' (For HMA Mixture Accepted by Statistical Evaluation) Test Property Type of HMA High RAP /Any RAS Low RAP /No RAS Gradation Minimum PF; of 0.95 based on the criteria in Section 5- 04.3(9)B42 None4 Asphalt Binder Minimum PF; of 0.95 based on the criteria in Section 5- 04.3(9)B42 None4 Va Minimum PF; of 0.95 based on the criteria in Section 5- 04.3(9)B42 None4 Hamburg Wheel Track Indirect Tensile Strength Meet requirements of Section 9-03.8(2).3 These tests will not be done as part of Test Section. Aggregates Sand Equivalent Uncompacted Void Content Fracture Nonstatistical Evaluation in accordance with the requirements of Section 3 -043 None3 11n addition to the requirements of this table, acceptance of the HMA mixture used in each test section is subject to the acceptance criteria and price adjustments for Statistical Evaluation (see Table 9a). 2Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for the property in the first column. 3Take one sample for each test section lot. Test the sample for the properties in the first column. 4Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for the property in the first column. There are no criteria for discontinuing test sections for these mixes; however, the contractor must comply with Section 5- 04.3(11)F before resuming paving. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 5- 04.3(9)A2 Test Section — Evaluating the HMA Mixture in a Test Section The Engineer will evaluate the HMA mixture in each test section for rejection, acceptance, and price adjustments based on the criteria in Table 9a using the data generated from the testing required by Table 9. Each test section shall be considered a separate lot. Table 9a Acceptance Criteria for HMA Mixture Placed in a Test Section (For HMA Mixture Accepted by Statistical Evaluation) Test Property Type of HMA High RAP /Any RAS Low RAP /No RAS Gradation Asphalt Binder Va Statistical Evaluation Statistical Evaluation Hamburg Wheel Track Indirect Tensile Strength Pass /Fail for the requirements of Section 9- 03.8(2)1 N/A HMA Aggregate Sand Equivalent Uncompacted Void Content Nonstatistical Evaluation in accordance with the requirements of Section 3 -04 Nonstatistical Evaluation in accordance with the requirements of Section 3 -04 'Failure to meet the specifications for Hamburg and /or IDT will cause the mixture in the test section to be rejected. Refer to Section 5- 04.3(11). 5- 04.3(9)B Mixture Acceptance — Statistical Evaluation 5- 04.3(9)B1 Mixture Statistical Evaluation — Lots and Sublots HMA mixture which is accepted by Statistical Evaluation will be evaluated by the Contracting Agency dividing that HMA tonnage into mixture lots, and each mixture lot will be evaluated using stratified random sampling by the Contracting Agency sub - dividing each mixture lot into mixture sublots. All mixture in a mixture lot shall be of the same mix design. The mixture sublots will be numbered in the order in which the mixture (of a particular mix design) is paved. Each mixture lot comprises a maximum of 15 mixture sublots, except: • The final mixture lot of each mix design on the Contract will comprise a maximum of 25 sublots. • A mixture lot for a test section will consist of three sublots. Each mixture sublot shall be approximately uniform in size with the maximum mixture sublot size as specified in Table 10. The quantity of material represented by the final mixture sublot of the project, for each mix design on the project, may be increased to a maximum of two times the mixture sublot quantity calculated. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Table 10 Maximum HMA Mixture Sublot Size For HMA Accepted b Statistical Evaluation HMA Original Plan Quantity (tons)1 Maximum Sublot Size (tons)2 < 20,000 1,000 20,000 to 30,000 1,500 >30,000 2,000 "Plan quantity" means the plan quantity of all HMA of the same class and binder grade which is accepted by Statistical Evaluation. 2 The maximum sublot size for each combination of HMA class and binder grade shall be calculated separately. • For a mixture lot in progress with a mixture CPF less than 0.75, a new mixture lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. See also Section 5- 04.3(11)F. • If, before completing a mixture lot, the Contractor requests a change to the JMF which is approved by the Engineer, the mixture produced in that lot after the approved change will be evaluated on the basis of the changed JMF, and the mixture produced in that lot before the approved change will be evaluated on the basis of the unchanged JMF; however, the mixture before and after the change will be evaluated in the same lot. Acceptance of subsequent mixture lots will be evaluated on the basis of the changed JMF. 5- 04.3(9)B2 Mixture Statistical Evaluation — Sampling Comply with Section 1- 06.2(1). Samples of HMA mixture which is accepted by Statistical Evaluation will be randomly selected from within each sublot, with one sample per sublot. The Engineer will determine the random sample location using WSDOT Test Method T 716. The Contractor shall obtain the sample when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with FOP for WAQTC T 168. 5- 04.3(9)B3 Mixture Statistical Evaluation — Acceptance Testing Comply with Section 1- 06.2(1). The Contracting Agency will test the mixture sample from each sublot (including sublots in a test section) for the properties shown in Table 11. Table 11 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Testing Required for each HMA Mixture Sublot • Test Procedure Performed by Va WSDOT SOP 731 Engineer AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Asphalt Binder Content FOP for AASHTO T 308 Engineer Gradation: Percent Passing 11/2' 1", % ", 1/2 ", 3/8 ", No. 4, No. 8, No. 200 FOP for WAQTC T 27/T 11 Engineer The mixture samples and tests taken for the purpose of determining acceptance of the test section (as described in Section 5- 04.3(9)A) shall also be used as the test results for acceptance of the mixture described in 5- 04.3(9)B3, 5- 04.3(9)B4, 5- 04.3(9)B5, and 5- 04.3(9)B6. 5- 04.3(9)B4 Mixture Statistical Evaluation — Pay Factors Comply with Section 1- 06.2(2). The Contracting Agency will determine a pay factor (PF;) for each of the properties in Table 11, for each mixture lot, using the quality level analysis in Section 1- 06.2(2)D. For Gradation, a pay factor will be calculated for each of the sieve sizes listed in Table 11 which is equal to or smaller than the maximum allowable aggregate size (100 percent passing sieve) of the HMA mixture. The USL and LSL shall be calculated using the Job Mix Formula Tolerances (for Statistical Evaluation) in Section 9- 03.8(7). 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 (CPF). 5- 04.3(9)B5 Mixture Statistical Evaluation — Composite Pay Factors (CPF) Comply with Section 1- 06.2(2). In accordance with Section 1- 06.2(2)D4, the Contracting Agency will determine a Composite Pay Factor (CPF) for each mixture lot from the pay factors calculated in Section 5- 04.3(9)B4, using the price adjustment factors in Table 12. Unless otherwise specified, the maximum CPF for HMA mixture shall be 1.05. Table 12 HMA Mixture Price Adjustment Factors Constituent Factor "f" All aggregate passing: 11/2 ", 1 ", 3/4', h /2', 3/8" and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) 20 5- 04.3(9)B6 Mixture Statistical Evaluation — Price Adjustments For each HMA mixture lot, a Job Mix Compliance Price Adjustment will be determined and applied, as follows: JMCPA = [0.60 x (CPF — 1.00)] x Q x UP AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Where JMCPA = Job Mix Compliance Price Adjustment for a given lot of mixture ($) CPF = Composite Pay factor for a given lot of mixture (maximum is 1.05) Q = Quantity in a given lot of mixture (tons) UP = Unit price of the HMA in a given lot of mixture ($ /ton) 5- 04.3(9)B7 Mixture Statistical Evaluation — Retests The Contractor may request that a mixture sublot be retested. To request a retest, submit a written request to the Contracting Agency within 7 calendar days after the specific test results have been posted to the website or emailed to the Contractor, whichever occurs first. The Contracting Agency will send a split of the original acceptance sample for testing by the Contracting Agency to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Engineer. The Contracting Agency will not test the split of the sample with the same equipment or by the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and Va, and the results of the retest will be used for the acceptance of the HMA mixture in place of the original mixture sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per sample. 5- 04.3(9)C Vacant 5- 04.3(9)D Mixture Acceptance — Visual Evaluation Visual Evaluation of HMA mixture will be by visual inspection by the Engineer or, in the sole discretion of the Engineer, the Engineer may sample and test the mixture. 5- 04.3(9)D1 Mixture Visual Evaluation — Lots, Sampling, Testing, Price Adjustments HMA mixture accepted by Visual Evaluation will not be broken into lots unless the Engineer determines that testing is required. When that occurs, the Engineer will identify the limits of the questionable HMA mixture, and that questionable HMA mixture shall constitute a lot. Then, the Contractor will take samples from the truck, or the Engineer will take core samples from the roadway at a minimum of three random locations from within the lot, selected in accordance with WSDOT Test Method T 716, taken from the roadway in accordance with WSDOT SOP 734, and tested in accordance with WSDOT SOP 737. The Engineer will test one of the samples for all constituents in Section 5- 04.3(9)B3. If all constituents from that test fall within the Job Mix Formula Tolerances (for Visual Evaluation) in Section 9- 03.8(7), the lot will be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside those tolerance limits, the other samples will be tested for all constituents in Section 5- 04.3(9)B3, AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • and a Job Mix Compliance Price Adjustment will be calculated in accordance with Table 13. Table 13 Visual Evaluation — Out of Tolerance Procedures Comply with the Following Pay Factors' Section 5- 04.3(9)B4 Composite Pay Factors2 Section 5- 04.3(9)B5 Price Adjustments Section 5- 04.3(9)B6 'The Visual Evaluation tolerance limits in Section 9- 03.8(7) will be used in the calculation of the PFi. 2The maximum CPF shall be 1.00. 5- 04.3(9)E Mixture Acceptance — Notification of Acceptance Test Results The results of all mixture acceptance testing and the Composite Pay Factor (CPF) of the lot after three sublots have been tested will be available to the Contractor through The Contracting Agency's website. The Contracting Agency will endeavor to provide written notification (via email to the Contractor's designee) of acceptance test results through its web -based materials testing system Statistical Analysis of Materials (SAM) within 24 hours of the sample being made available to the Contracting Agency. However, the Contractor agrees: 1. Quality control, defined as the system used by the Contractor to monitor, assess, and adjust its production processes to ensure that the final HMA mixture will meet the specified level of quality, is the sole responsibility of the Contractor. 2. The Contractor has no right to rely on any testing performed by the Contracting Agency, nor does the Contractor have any right to rely on timely notification by the Contracting Agency of the Contracting Agency's test results (or statistical analysis thereof), for any part of quality control and /or for making changes or correction to any aspect of the HMA mixture. 3. The Contractor shall make no claim for untimely notification by the Contracting Agency of the Contracting Agency's test results or statistical analysis. 5- 04.3(10) HMA Compaction Acceptance For all HMA, the Contractor shall comply with the General Compaction Requirements in Section 5- 04.3(10)A. The Contracting Agency will evaluate all HMA for compaction compliance with one of the following - Statistical Evaluation, Visual Evaluation, or Test Point Evaluation - determined by the criteria in Table 14: Table 14 Criteria for Determining Method of Evaluation for HMA Compaction' AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Statistical Evaluation of HMA Compaction is Required For: Visual Evaluation of HMA Compaction is Required For: Test Point Evaluation of HMA Compaction is Required For: • Any HMA for which the specified course thickness is greater than 0.10 feet, and the HMA is in: o traffic lanes, including but not limited to: • ramp lanes • truck climbing lanes • weaving lanes • speed change lanes • "HMA for Preleveling..." • "HMA for Pavement Repair..." • Any HMA not 1 meeting the criteria for Statistical Evaluation or Visual Evaluation 'This table applies to all HMA, and shall be the sole basis for determining the acceptance method for compaction. The Contracting Agency may, at its sole discretion, evaluate any HMA for compliance with the Cyclic Density requirements of Section 5- 04.3(10)B. 5- 04.3(10)A HMA Compaction — General Compaction Requirements Immediately after the HMA has been spread and struck off, and after surface irregularities have been adjusted, thoroughly and uniformly compact the mix. The completed course shall be free from ridges, ruts, humps, depressions, objectionable marks, and irregularities and shall conform to the line, grade, and cross - section shown in the Plans. If necessary, alter the JMF in accordance with Section 9- 03.8(7) to achieve desired results. Compact the mix when it is in the proper condition so that no undue displacement, cracking, or shoving occurs. Compact areas inaccessible to large compaction equipment by mechanical or hand tampers. Remove HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective. Replace the removed material with new HMA, and compact it immediately to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. An exception shall be that pneumatic tired rollers shall be used for compaction of the wearing course beginning October 1st of any year through March 31st of the following year. Coverage with a steel wheel roller may precede pneumatic tired rolling. Unless otherwise approved by the Engineer, operate rollers in the static mode when the internal temperature of the mix is less than 175 °F. Regardless of mix temperature, do not operate a roller in a mode that results in checking or cracking of the mat. On bridge decks and on the five feet of roadway approach immediately adjacent to the end of bridge /back of pavement seat, operate rollers in static mode only. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 5- 04.3(10)B HMA Compaction — Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500 -foot section with two or more density readings below 90 percent of the theoretical maximum density. 5- 04.3(10)C HMA Compaction Acceptance — Statistical Evaluation HMA compaction which is accepted by Statistical Evaluation will be based on acceptance testing performed by the Contracting Agency, and statistical analysis of those acceptance tests results. This will result in a Compaction Price Adjustment. 5- 04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and Sublots HMA compaction which is accepted by Statistical Evaluation will be evaluated by the Contracting Agency dividing the project into compaction lots, and each compaction lot will be evaluated using stratified random sampling by the Contracting Agency sub - dividing each compaction lot into compaction sublots. All mixture in any individual compaction lot shall be of the same mix design. The compaction sublots will be numbered in the order in which the mixture (of a particular mix design) is paved. Each compaction lot comprises a maximum of 15 compaction sublots, except for the final compaction lot of each mix design on the Contract, which comprises a maximum of 25 sublots. Each compaction sublot shall be uniform in size as shown in Table 15, except that the last compaction sublot of each day may be increased to a maximum of two times the compaction sublot quantity calculated. Minor variations in the size of any sublot shall not be cause to invalidate the associated test result. Table 15 HMA Compaction Sublot Size HMA Original Plan Quantity (tons)1 Compaction Sublot Size (tons) <20,000 100 20,000 to 30,000 150 >30,000 200 11n determining the plan quantity tonnage, do not include any tons accepted by test point evaluation. The following will cause one compaction lot to end prematurely and a new compaction lot to begin: • For a compaction lot in progress with a compaction CPF Tess than 0.75, a new compaction lot will begin at the Contractor's request after the Engineer is satisfied that material conforming AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 to the Specifications can be produced. See also Section 5- 04.3(11)F. All HMA which is paved on a bridge and accepted for compaction by • Statistical Evaluation will compose a bridge compaction lot. If the contract includes such HMA on more than one bridge, compaction will be evaluated on each bridge individually, as separate bridge compaction lots. Bridge compaction sublots will be determined by the Engineer subject to the following: • All sublots on a given bridge will be approximately the same size. • Sublots will be stratified from the lot. • In no case will there be less than 3 sublots in each bridge compaction lot. • No sublot will exceed 50 tons. • Compaction test locations will be determined by the Engineer in accordance with WSDOT FOP for AASHTO T166. 5- 04.3(10)C2 HMA Compaction Statistical Evaluation — Acceptance Testing Comply with Section 1- 06.2(1). The location of HMA compaction acceptance tests will be randomly selected by the Contracting Agency from within each sublot, with one test per sublot. The Contracting Agency will determine the random sample location using WSDOT Test Method T 716. Use Table 16 to determine compaction acceptance test procedures and to allocate compaction acceptance sampling and testing responsibilities between the Contractor and the Contracting Agency. HMA cores shall be taken or nuclear density testing shall occur after completion of the finish rolling, prior to opening to traffic, and on the same day that the mix is placed. Table 16 HMA Compaction Acceptance Testing Procedures and Responsibilities When Contract Includes Bid Item "HMA Core — Roadway" or "HMA Core — Bridge "4 When Contract Does Not Include Bid Item "HMA Core — Roadway" or "HMA Core — Bridge "4 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • Basis for Test: Cores Cores3 Nuclear Density Gauge3 In -Place Density Determined by: Contractor shall take cores' using WSDOT SOP 7342 Contracting Agency will take cores' using WSDOT SOP 734 Contracting Agency, using WSDOT FOP for AASHTO T 355 Contracting Agency will determine core density using FOP for AASHTO T 166 Contracting Agency will determine core density using FOP for AASHTO T 166 Theoretical Maximum Density Determined by: Contracting Agency, using FOP for AASHTO T 209 Rolling Average of Theoretical Maximum Densities Determined by: Contracting Agency, using WSDOT SOP 729 Percent Compaction in Each Sublot Determined by: Contracting Agency, using WSDOT SOP 736 Contracting Agency, using WSDOT SOP 736 Contracting Agency, using WSDOT FOP for AASHTO T 355 'The core diameter shall be 4- inches unless otherwise approved by the Engineer. 2The Contractor shall take the core samples in the presence of the Engineer, at locations designated by the Engineer, and deliver the core samples to the Contracting Agency. 3The Contracting Agency will determine, in its sole discretion, whether it will take cores or use the nuclear density gauge to determine in- place density. Exclusive reliance on cores for density acceptance is generally intended for small paving projects and is not intended as a replacement for nuclear gauge density testing on typical projects. 4The basis for test of all compaction sublots in a bridge compaction lot shall be cores. These cores shall be taken by the Contractor when the Proposal includes the bid item "HMA Cores — Bridge ". When there is no bid item for "HMA Cores — Bridge ", the Engineer will be responsible for taking HMA cores for all compaction sublots in a bridge compaction lot. In either case, the Engineer will determine core location, in -place density of the core, theoretical maximum density, rolling average of theoretical maximum density, and percent compaction using the procedure called for in this Section. When using the nuclear density gauge for acceptance testing of pavement density, the Engineer will follow WSDOT SOP 730 for correlating the nuclear gauge with HMA cores. When cores are required AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 for the correlation, coring and testing will be by the Contracting Agency. When a core is taken for gauge correlation at the location of a sublot, the relative density of the core will be used for the sublot test result and is exempt from retesting. 5- 04.3(10)C3 HMA Statistical Compaction — Price Adjustments For each HMA compaction lot (that is accepted by Statistical Evaluation) which has less than three compaction sublots, for which all compaction sublots attain a minimum of 91 percent compaction determined in accordance with WSDOT FOP for AASHTO T 355 (or WSDOT SOP 736 when provided by the Contract), the HMA will be accepted at the unit Contract price with no further evaluation. For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in accordance with Section 1- 06.2(2) to determine the appropriate Compaction Price Adjustment (CPA). All of the test results obtained from the acceptance samples from a given compaction lot shall be evaluated collectively. Additional testing by either a nuclear density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For the statistical analysis in Section 1 -06.2, use the following values: x = Percent compaction of each sublot USL = 100 LSL= 91 Each CPA will be determined as follows: CPA = [0.40 x (CPF — 1.00)] x Q x UP Where CPA = CPF = Q= UP = Compaction Price Adjustment for the compaction lot ($) Composite Pay Factor for the compaction lot (maximum is 1.05) Quantity in the compaction lot (tons) Unit price of the HMA in the compaction lot ($ /ton) 5- 04.3(10)C4 HMA Statistical Compaction — Requests for Retesting For a compaction sublot that has been tested with a nuclear density gauge that did not meet the minimum of 91 percent of the theoretical maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core, taken at the same location as the nuclear density test, be used for determination of the relative density of the compaction sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the compaction sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 the test results for the compaction sublot have been provided or made available to the Contractor. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for retesting. When the CPF for the compaction lot based on the results of the cores is less than 1.00, the Contracting Agency will deduct the cost for the coring from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5- 04.3(10)D HMA Compaction — Visual Evaluation Visual Evaluation will be the basis of acceptance for compaction of the Bid items "HMA for Pavement Repair Cl. PG "and "HMA for Prelevelling Class PG ". This HMA shall be thoroughly compacted to the satisfaction of the Engineer. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller. 5- 04.3(10)E HMA Compaction — Test Point Evaluation When compaction acceptance is by Test Point Evaluation, compact HMA based on a test point evaluation of the compaction train. Perform the test point evaluation in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. 5- 04.3(10)F HMA Compaction Acceptance — Notification of Acceptance Test Results The obligations and responsibilities for notifying the Contractor of ccmpaction acceptance test results are the same as for mixture acceptance test results. See Section 5- 04.3(9)E. 5- 04.3(11) Reject Work This Section applies to HMA and all requirements related to HMA (except aggregates prior to being incorporated into HMA). For rejection of aggregate prior to its incorporation into HMA refer to Section 3 -04. 5- 04.3(11)A Reject Work — General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. 5- 04.3(11)B Rejection by Contractor The Contractor may, prior to acceptance sampling and testing, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5- 04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests the rejected material to be tested. If the Contractor requests testing, acceptance will be by Statistical Evaluation, and a minimum of three samples will be obtained and tested. When uncompacted material is required for testing but not available, the Engineer will determine random sample locations on the roadway in accordance with WSDOT Test Method T 716, take cores in accordance with WSDOT SOP 734, and test the cores in accordance with WSDOT SOP 737. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5- 04.3(11)D Rejection —A Partial Sublot (Mixture or Compaction) In addition to the random acceptance sampling and testing, the Engineer may also isolate from a mixture or compaction sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. The Contracting Agency will obtain a minimum of three random samples of The suspect material and perform the testing. When uncompacted material is - equired for testing but is not available, the Engineer will select random sample locations on the roadway in accordance with WSDOT Test Method T 716, take cores samples in accordance with WSDOT SOP 734, and test the material in accordance with WSDOT SOP 737. The material will then be statistically evaluated as an independent lot in accordance with Section 1- 06.2(2). 5- 04.3(11)E Rejection —An Entire Sublot (Mixture or Compaction) An entire mixture or compaction sublot that is suspected of being defective may be rejected. When this occurs, a minimum of two additional random samples from this sublot will be obtained. When uncompacted material is required for the additional samples but the material has been compacted, the Contracting Agency will take and test cores from the roadway as described in Section 5- 04.3(11)D. The additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1- 06.2(2). 5- 04.3(11)F Rejection - A Lot in Progress (Mixture or Compaction) The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced when: 1. the Composite Pay Factor (CPF) of a mixture or compaction lot in progress drops below 1.00 and the Contractor is taking no corrective action, or AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 2. the Pay Factor (PF;) for any constituent of a mixture or compaction lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. either the PFi for any constituent (or the CPF) of a mixture or compaction lot in progress is less than 0.75. 5- 04.3(11)G Rejection —An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5- 04.3(12) Joints 5- 04.3(12)A HMA Joints 5- 04.3(12)A1 Transverse Joints Conduct operations such that placement of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed, but the roller may pass over the unprotected end of the freshly laid HMA only when the placement of the course is discontinued for such a length of time that the HMA will cool below compaction temperature. When the Work is resumed, cut back the previously compacted HMA to produce a slightly beveled edge for the full thickness of the course. Construct a temporary wedge of HMA on a 50H:1V where a transverse joint as a result of paving or planing is open to traffic. Separate the HMA in the temporary wedge from the permanent HMA upon which it is placed by strips of heavy wrapping paper or other methods approved by the Engineer. Remove the wrapping paper and trim the joint to a slightly beveled edge for the full thickness of the course prior to resumption of paving. Waste the material that is cut away and place new HMA against the cut. Use rollers or tamping irons to seal the joint. 5- 04.3(12)A2 Longitudinal Joints Offset the longitudinal joint in any one course from the course immediately below by not more than 6 inches nor less than 2 inches. Locate all longitudinal joints constructed in the wearing course at a lane line or an edge line of the Traveled Way. Construct a notched wedge joint along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not Tess than the maximum aggregate size nor more than 1/2 of the compacted lift thickness, and then taper down on a slope not steeper than 4H:1V. Uniformly compact the sloped portion of the HMA notched wedge joint. On one -lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Engineer, if: 1. The ramp must remain open to traffic, or 2. The ramp is closed to traffic and a hot -lap joint is constructed. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 a. Two paving machines shall be used to construct the hot - lap joint. b. The pavement within 6 inches of the hot -lap joint will not be excluded from random location selection for compaction testing. c. Construction equipment other than rollers shall not operate on any uncompacted HMA. When HMA is placed adjacent to cement concrete pavement, construct longitudinal joints between the HMA and the cement concrete pavement. Saw the joint to the dimensions shown on Standard Plan A- 40.10 and fill with joint sealant meeting the requirements of Section 9- 04.2. 5- 04.3(12)B Bridge Paving Joint Seals 5- 04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint sealsto be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the HMA overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. Construct the bridge paving joint seal as specified in the Plans and in • accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with Section 5- 05.3(8). Apply the sealant in accordance with Section 5- 05.3(8)B and the manufacturer's application procedure. 5- 04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in Section 5- 04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5- 01.3(8) and the details shown in the Standard Plans. 5- 04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than 1/8 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than 1/4 inch in 10 feet from the rate of transverse slope shown in the Plans. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • When deviations in excess of the above tolerances are found that result from a high place in the HMA, correct the pavement surface by one of the following methods: 1. Remove material from high places by grinding with an approved grinding machine, or 2. Remove and replace the wearing course of HMA, or 3. By other method approved by the Engineer. Correct defects until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When portland cement concrete pavement is to be placed on HMA, the surface tolerance of the HMA shall be such that no surface elevation lies above the Plan grade minus the specified Plan depth of portland cement concrete pavement. Prior to placing the portland cement concrete pavement, bring any such irregularities to the required tolerance by grinding or other means approved by the Engineer. When utility appurtenances such as manhole covers and valve boxes are located in the Traveled Way, pave the Roadway before the utility appurtenances are adjusted to the finished grade. 5- 04.3(14) Planing Bituminous Pavement Plane in such a manner that the underlying pavement is not torn, broken, or otherwise damaged by the planing operation. Delamination or raveling of the underlying pavement will not be construed as damage due to the Contractor's operations. Pavement outside the limits shown in the Plans or designated by the Engineer that is damaged by the Contractor's operations shall be repaired to the satisfaction of the Engineer at no additional cost to the Contracting Agency. For mainline planing operations, use equipment with automatic controls and with sensors for either or both sides of the equipment. The controls shall be capable of sensing the grade from an outside reference line, or a mat - referencing device. The automatic controls shall have a transverse slope controller capable of maintaining the mandrel at the desired transverse slope (expressed as a percentage) within plus or minus 0.1 percent. Remove all loose debris from the planed surface before opening the planed surface to traffic. The planings and other debris resulting from the planing operation shall become the property of the Contractor and be disposed of in accordance with Section 2- 03.3(7)C, or as otherwise allowed by the Contract. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 5- 04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the Plans. Construct the fog seal in accordance 0 with Section 5 -02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5- 04.3(16) HMA Road Approaches Construct HMA approaches at the locations shown in the Plans or where staked by the Engineer, in accordance with Section 5 -04. 5 -04.4 Measurement HMA Cl. PG , HMA for Cl. PG , and Commercial HMA will be measured by the ton in accordance with Section 1 -09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the HMA. If the Contractor elects to remove and replace HMA as allowed by Section 5- 04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Crack Sealing -LF will be measured by the linear foot along the line of the crack. Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for fog seal will be measured by the ton, as provided in Section 5 -02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. HMA sawcut and seal, and paved panel joint seal, will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8- 23.4. Water will be measured by the M gallon as provided in Section 2 -07.4. 5 -04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: "HMA Cl. PG ", per ton. "HMA for Approach Cl. PG ", per ton. "HMA for Preleveling Cl. PG ", per ton. "HMA for Pavement Repair Cl. PG ", per ton. "Commercial HMA ", per ton. The unit Contract price per ton for "HMA Cl. PG ", "HMA for Approach Cl. PG ", "HMA for Preleveling Cl. PG ", "HMA for Pavement Repair Cl. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • PG ", and "Commercial HMA" shall be full compensation for all costs, including anti - stripping additive, incurred to carry out the requirements of Section 5 -04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. "Crack Sealing -FA ", by force account. "Crack Sealing -FA" will be paid for by force account as specified in Section 1 -09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. "Crack Sealing -LF ", per linear foot. The unit Contract price per linear foot for "Crack Sealing -LF" shall be full payment for all costs incurred to perform the Work described in Section 5- 04.3(4)A. "Soil Residual Herbicide ft. Wide ", per mile, or "Soil Residual Herbicide ", per square yard. The unit Contract price per mile or per square yard for "Soil Residual Herbicide" shall be full payment for all costs incurred to obtain, provide and install herbicide in accordance with Section 5- 04.3(4)B. "Pavement Repair Excavation Incl. Haul ", per square yard. The unit Contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall be full payment for all costs incurred to perform the Work described in Section 5- 04.3(4)C with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for "HMA for Pavement Repair Cl. PG ", per ton. "Asphalt for Fog Seal ", per ton. Payment for "Asphalt for Fog Seal" is described in Section 5 -02.5. "Longitudinal Joint Seal ", per linear foot. The unit Contract price per linear foot for "Longitudinal Joint Seal" shall be full payment for all costs incurred to construct the longitudinal joint between HMA and cement concrete pavement, as described in Section 5- 04.3(12)B. "HMA Sawcut And Seal ", per linear foot. The unit Contract price per linear foot for "HMA Sawcut And Seal" shall be full payment for all costs incurred to perform the Work described in Section 5- 04.3(12)B1. "Paved Panel Joint Seal ", per linear foot. The unit Contract price per linear foot for "Paved Panel Joint Seal" shall be full payment for all costs incurred to perform the Work described in Section 5- 04.3(12)B2. "Planing Bituminous Pavement ", per square yard. The unit Contract price per square yard for "Planing Bituminous Pavement" shall be full payment for all costs incurred to perform the Work described in Section 5- 04.3(14). "Temporary Pavement Marking ", per linear foot. Payment for "Temporary Pavement Marking" is described in Section 8 -23.5. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 "Water ", per M gallon. Payment for "Water" is described in Section 2 -07.5. "Job Mix Compliance Price Adjustment ", by calculation. "Job Mix Compliance Price Adjustment" will be calculated and paid for as described in Section 5- 04.3(9)B6 and 5- 04.3(9)D1. "Compaction Price Adjustment ", by calculation. "Compaction Price Adjustment" will be calculated and paid for as described in Section 5- 04.3(10)C3. "HMA Core — Bridge ", per each. The unit Contract price per each for "HMA Core — Bridge" shall be full payment for all costs, including traffic control, associated with taking HMA density cores in pavement that is on a bridge deck. "HMA Core — Roadway ", per each. The unit Contract price per each for "HMA Core — Roadway" shall be full payment for all costs, including traffic control, associated with taking HMA density cores in pavement that is not on a bridge deck. "Cyclic Density Price Adjustment ", by calculation. "Cyclic Density Price Adjustment" will be calculated and paid for as described in Section 5- 04.3(10)B. 5- 05.AP5 Section 5 -05, Cement Concrete Pavement January 3, 2017 5- 05.3(1) Concrete Mix Design for Paving In last sentence of the second paragraph of item number 1, the reference to "Section 9- 01.2(4)" is revised to read "Section 9- 01.2(1)B ". The following is inserted after item number 2: 3. Mix Design Modifications - The Contractor may initiate adjustments to the aggregate proportions of the approved mix design. An adjustment in both the fine and coarse aggregate batch target weights of plus or minus 200 pounds per cubic yard will be allowed without resubmittal of the mix design. The adjusted aggregate weights shall become the new batch target weights for the mix design. Item number 3 is renumbered to 4 and revised (up until the table) to read: 4. Conformance to Mix Design - Cement and coarse and fine aggregate weights shall be within the following tolerances of the batch target weights of the mix design: Portland Cement Concrete Batch Weights Cement +5% -1% Coarse Aggregate +2% -2% Fine Aggregate +2% -2% AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • 5- 05.3(3)B Mixing Equipment The last sentence of item number 4 is revised to read: Plant -mixed concrete may be transported in nonagitated vehicles provided that the concrete is in a workable condition when placed and: a. discharge is completed within 45 minutes after the introduction of mixing water to the cement and aggregates, or b. discharge is completed within 60 minutes after the introduction of mixing water to the cement and aggregates, provided the concrete mix temperature is 70 °F or below during placement, or c. discharge is completed within 60 minutes after the introduction of mixing water to the cement and aggregates, provided the mix contains an approved set retarder at the manufacturer's minimum dosage rate. 5- 05.3(6) Subgrade This section, including title, is revised to read: 5- 05.3(6) Surface Preparation The Subgrade surface shall be prepared and compacted a minimum of 3 feet beyond each edge of the area which is to receive concrete pavement in order to accommodate the slip - form equipment. Concrete shall not be placed during a heavy rainfall. Prior to placing concrete: 1. The surface shall be moist; 2. Excess water (e.g., standing, pooling or flowing) shall be removed from the surface. 3. The surface shall be clean and free of any deleterious materials. 4. The surface temperature shall not exceed 120 °F or be frozen. 5- 05.3(7)A Slip -Form Construction The second sentence of the first paragraph is revised to read: The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose, or by an electronic control system capable of controlling the line and grade within required tolerances. 6- 02.AP6 Section 6 -02, Concrete Structures January 3, 2017 6- 02.3(2) Proportioning Materials In the sixth paragraph, the reference to "Section 9- 01.2(4)" is revised to read "9- 01.2(1)B ". AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 6- 02.3(2)A Contractor Mix Design The following new sentence is inserted after the first sentence of the third paragraph: The mix design submittal shall also include test results no older than one year showing that the Aggregates do not contain Deleterious Substances in accordance with Section 9- 03. 6- 02.3(2)A1 Contractor Mix Design for Concrete Class 4000D The following new sentence is inserted after the second sentence of the last paragraph: Mix designs using shrinkage reducing admixture shall state the specific quantity required. The following new sentence is inserted before the last sentence of the last paragraph: Testing samples of mixes using shrinkage reducing admixture shall use the admixture amount specified in the mix design submittal. 6- 02.3(2)B Commercial Concrete The last sentence of the first paragraph is revised to read: Commercial concrete does not require mix design or source approvals for cement, aggregate, and other admixtures. 6- 02.3(6)A1 Hot Weather Protection This section is revised to read: The Contractor shall provide concrete within the specified temperature limits. Cooling of the coarse aggregate piles by sprinkling with water is permitted provided the moisture content is monitored and the mixing water is adjusted for the free water in the aggregate. Shading or cooling aggregate piles (sprinkling of fine aggregate piles with water is not allowed). If sprinkling of the coarse aggregates is to be used, the piles moisture content shall be monitored and the mixing water adjusted for the free water in the aggregate. In addition, when removing the coarse aggregate, it shall be removed from at least 1 foot above the bottom of the pile. Refrigerating mixing water; or replacing all or part of the mixing water with crushed ice, provided the ice is completely melted by placing time. If air temperature exceeds 90 °F, the Contractor shall use water spray or other accepted methods to cool all concrete - contact surfaces to less than 90 °F. These surfaces include forms, reinforcing steel, steel beam flanges, and any others that touch the mix. 6- 02.3(6)A2 Cold Weather Protection This section is revised to read: Concrete shall be maintained at or above a temperature of 40 °F during the first seven days of the Cold Weather Protection Period and at or above a temperature of 35 °F during the remainder of the Cold Weather Protection Period. Cold weather protection requirements do not apply to concrete placed below the ground line. Prior to placing concrete in cold weather, the Contractor shall submit a Type 2 Working Drawing with a written procedure for cold weather concreting. The procedure shall detail how the Contractor will adequately cure the concrete and prevent the concrete temperature from falling below the minimum temperature. Extra protection shall be AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 provided for areas especially vulnerable to freezing (such as exposed top surfaces, corners and edges, thin sections, and concrete placed into steel forms). Concrete placement will only be allowed if the Contractor's cold weather protection plan has been accepted by the Engineer. Prior to concrete placement, the Contractor shall review the 7 -day temperature predictions for the job site from the Western Region Headquarters of the National Weather Service (www.wrh.noaa.gov). When temperatures below 35 °F are predicted, the Contractor shall: 1. Install temperature data loggers in each concrete pour. One data logger shall be installed for every 100 yards of concrete placed. Data loggers shall be installed at locations directed by the Engineer, and shall be placed 1.5 inches from the face of concrete. 2. Immediately after concrete placement, temperature data loggers shall be installed on the concrete surface at locations directed by the Engineer. One data logger shall be installed for every 100 yards of concrete placed. The data loggers shall be operated continuously during the Cold Weather Protection Period. Temperatures shall be measured, recorded and stored a minimum of every 30 minutes. Temperature date shall be submitted to the Engineer as a Type 1 Working Drawing within three days following the end of the Cold Weather Protection Period. If the concrete temperature falls below 40 °F during the first seven days of the Cold Weather Protection Period, no curing time is awarded for that day and the Cold Weather Protection Period is extended for one additional day. If the concrete temperature falls below 35 °F during Cold Weather Protection Period, the concrete may be rejected by the Engineer. 6- 02.3(17)K Concrete Forms on Steel Spans In the last paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ". 6- 02.3(17)N Removal of Falsework and Forms The fifth paragraph is deleted. 6- 02.3(25)J Horizontal Alignment The first paragraph (up until the colon) is revised to read: The Contractor shall check and record the horizontal alignment (sweep) of each girder at the following times: The second and third paragraphs are revised to read: Horizontal alignment of the top and bottom flanges shall be checked and recorded. Alternatively, the Contractor may check and record the horizontal alignment of the web near mid - height of the girder. Each check shall be made by measuring the maximum offset at mid -span relative to a chord that starts and stops at the girder ends. The Contractor shall check and record the alignment at a time when the girder is not influenced by temporary differences in surface temperature. Records for the initial check (item 1 above) shall be included in the Contractor's prestressed concrete certificate of compliance. Records for all other checks shall be submitted as a Type 1 Working Drawing. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Immediately after the girder is removed from the casting bed, the alignment shall not be offset more than 1/8 inch for each 10 feet of girder length. Any girder that exceeds an offset of inch for each 10 feet of girder length shall be corrected at the job site to the 1/8 inch maximum offset per 10 feet of girder length before concrete is placed into the diaphragms 6- 02.3(25)0 Girder to Girder Connections The first sentence of item number 2 in the second paragraph is revised to read: Intermediate diaphragms shall be placed and weld ties shall be welded in accordance with Section 6- 03.3(25). 6- 02.3(26)D2 Test Block Dimensions The first sentence is revised to read: The dimensions of the test block perpendicular to the tendon in each direction shall be the smaller of twice the minimum edge distance or the minimum spacing specified by the special anchorage device manufacturer, with the stipulation that the concrete cover over any confining reinforcing steel or supplementary skin reinforcement shall be appropriate for the project- specific application and circumstances. 6- 02.3(26)E2 Ducts for External Exposed Installation In the first paragraph, "ASTM D3350" is revised to read "ASTM D3035 ". In the fourth paragraph, "ASTM D3505" is revised to read "ASTM D3035 ". 6- 02.3(26)G Tensioning Item number 1 of the second paragraph is revised to read: 1. All ccncrete has reached a compressive strength of at least 4,000 psi or the strength 4, specified in the Plans. When tensioning takes place prior to 28 -day compressive strength testing on concrete sampled in accordance with Section 6- 02.3(25)H, compressive strength shall be verified on field cured cylinders in accordance with the FOP for AASHTO T23. 6- 02.3(27)A Use of Self- Consolidating Concrete for Precast Units Item number 2 of the first paragraph is revised to read: 2. Precast reinforced concrete three -sided structures, box culverts and split box culverts in accordance with Section 7- 02.3(6). 6- 03.AP6 Section 6 -03, Steel Structures January 3, 2017 6- 03.3(33) Bolted Connections In this section, "AASHTO M253" is revised to read "ASTM F3125 Grade A490 ", "ASTM F1852" is revised to read "ASTM F3125 Grade F1852 ", and "ASTM A325" is revised to read "ASTM F3125 Grade A325 ". In the headings of Table 3, "A 325" is revised to read "ASTM F3125 Grade A325 ". AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • In the headings of Table 3, "M 253" is revised to read "ASTM F3125 Grade A490 ". 6- 05.AP6 Section 6 -05, Piling August 1, 2016 In this section, the words "capacity" and "capacities" are replaced with "resistance" and "resistances ", respectively. 6- 05.3(1) Piling Terms The third paragraph is revised to read: Overdriving — Over - driving of piles occurs when the ultimate bearing resistance calculated from the equation in Section 6- 05.3(12), or the wave equation driving criteria if applicable, exceeds the ultimate bearing resistance required in the Contract in order to reach the minimum tip elevation specified in the Contract, or as required by the Engineer. The first sentence of the last paragraph is revised to read: Minimum Tip Elevation — The minimum tip elevation is the elevation to which the pile tip shall be driven. 6- 05.3(3)A Casting and Stressing The last sentence of the third paragraph is revised to read: If the corrective action is not acceptable to the Engineer, the piling(s) will be subject to rejection by the Engineer. 6- 05.3(5) Manufacture of Steel Piles This section is supplemented with the following new paragraph: At least 14 -days prior to the start of production of the piling, the Contractor shall advise the Engineer of the production schedule. The Contractor shall give the Inspector safe and free access to the Work. If the Inspector observes any nonspecification Work or unacceptable quality control practices, the Inspector will advise the plant manager. If the corrective action is not acceptable to the Engineer, the piling(s) will be subject to rejection by the Engineer. 6- 05.3(9)A Pile Driving Equipment Approval The first sentence of the second paragraph is revised to read: The Contractor shall submit Type 2E Working Drawings consisting of a wave equation analysis for all pile driving systems used to drive piling with required maximum driving resistances of greater than 300 tons. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 6- 07.AP6 Section 6 -07, Painting August 1, 2016 6- 07.3(10)A Containment The first sentence of the fourth paragraph is replaced with the following two new sentences: The containment system shall ensure no discharge into waters of the state. When there is no threat to discharging to the waters of the state, emissions shall not exceed the Level 2 Emissions standard in SSPC Technology Guide No. 6, Section 5.5, and assessed by Method A, Visible Emissions. 6- 07.3(10)F Collecting, Testing, and Disposal of Containment Waste The third, fourth and fifth paragraphs are deleted and replaced with the following two new paragraphs: Containment waste is defined as all paint chips and debris removed from the steel surface and all abrasive blast media, as contained by the containment system. After all waste from the containment system has been collected, the Contractor shall collect representative samples of the components that field screening indicates are lead- contaminated material. The Contractor shall collect at least one representative sample from each container. The Contractor may choose to collect a composite sample of each container, but the composite sample must consist of several collection points (a minimum of 3 random samples) that are representative of the entire contents of the container and representative of the characteristics of the type of waste in the container. In accordance with WAC 173- 303 -040, a representative sample means "a sample which can be expected to exhibit the average properties of the sample source." The debris shall be tested for metals using the Toxicity Characteristics Leaching Procedure (TCLP) and EPA Methods 1311 and 6010. At a minimum, the materials should be analyzed for the Resource Conservation and Recovery Act (RCRA) 8 Metals (arsenic, barium, cadmium, chromium, lead, mercury, selenium, and silver). Pursuant to the Dangerous Waste (DW) Regulations Chapter 173 - 303- 90(8)(c) WAC, "Any waste that contains contaminants which occur at concentrations at or above the DW threshold must be designated as DW." All material within each individual container or containment system that designates as DW shall be disposed of at a legally permitted Subtitle C Hazardous Waste Landfill. All material within each individual container or containment system that designate below the DW threshold, will be designated as "Solid Waste" and shall be disposed of at a legally permitted Subtitle D Landfill. Disposal shall be in accordance with WAC 173 -303 for waste designated "Dangerous Waste" and pursuant to WAC 173 -350 for waste designated as "Solid Waste ". 6- 08.AP6 Section 6 -08, Waterproofing January 3, 2017 This section and all subsections, including title, is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 6 -08 Bituminous Surfacing on Structure Decks 6 -08.1 Description This Work consists of removing and placing Hot Mix Asphalt (HMA) or Bituminous Surface Treatment (BST) directly on or over a Structure. This Work also includes performing concrete bridge deck repair, applying waterproofing membrane, and sealing paving joints. 6 -08.2 Materials Materials shall meet the requirements of the following sections: Bituminous Surface Treatment Hot Mix Asphalt Joint Sealants Closed Cell Foam Backer Rod Waterproofing Membrane (Deck Seal) Bridge Deck Repair Material 5 -02.2 5 -04.2 9 -04.2 9- 04.2(3)A 9 -11 9 -20.5 6 -08.3 Construction Requirements 6- 08.3(1) Definitions Adjusted Removal Depth — the Bituminous Pavement removal depth specified by the Engineer to supersede the Design Removal Depth after review of the Contractor survey of the existing Bituminous Pavement grade profile. Bituminous Pavement — the surfacing material containing an asphalt binder. Design Removal Depth — the value shown in the "pavement schedule" or elsewhere in the Plans to indicate the design thickness of Bituminous Pavement to be removed. Final Grade Profile — the compacted finished grade surface of completed Bituminous Pavement surfacing consisting of a vertical profile and superelevation cross - slope, developed by the Engineer for Grade Controlled Structure Decks based on the Contractor survey. Grade Controlled — a Structure Deck requiring restriction of Bituminous Pavement work, including restriction of pavement removal methods and restriction of overlay pavement thicknesses. Structure Deck — the bridge deck (concrete or timber), bridge approach slab, top of concrete box culvert, or other concrete surfaces over or upon which existing Bituminous Pavement is removed and new Bituminous Pavement is applied. 6- 08.3(2) Contractor Survey for Grade Controlled Structure Decks Prior to removing existing Bituminous Pavement from a Grade Controlled Structure Deck, the Contractor shall complete a survey of the existing surface for use in establishing the existing cross section and grade profile elevations. When removal of Bituminous Pavement is to be achieved by rotary milling /planing, the Contractor's survey shall also include the depths of the existing surfacing at each survey point. The Contractor is responsible for all calculations, surveying, installation of control points, and measuring required for setting, maintaining and resetting equipment AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 and materials necessary for the construction of the overlay to the Final Grade Profile. 6- 08.3(2)A Survey Requirements The Contractor shall establish at least two primary survey control points for controlling actual Bituminous Pavement removal depth and the Final Grade Profile. Horizontal control shall be by station and offset which shall be tied to either the Roadway centerline or the Structure centerline. Vertical control may be an assumed datum established by the Contractor. Primary control points shall be described by station or milepost and offset on the baseline selected by the Contractor. The Contractor may expand the survey control information to include secondary horizontal and vertical control points as needed for the project. Survey information collected shall include station or milepost, offset, and elevation for each lane line and curb line. Survey information shall be collected at even 20 foot station intervals, and along the centerline of each bridge expansion joint. The survey shall extend 300' -0" beyond the bridge back of pavement seat or end of Structure Deck. The survey information shall include the top of Bituminous Pavement elevation and, when rotary milling /planing equipment is used, the corresponding depth of Bituminous Pavement to the Structure Deck. The Contractor shall ensure a surveying accuracy to within ± 0.01 feet for vertical control and ± 0.2 feet for horizontal control. Voids in HMA created by the Contractor's Bituminous Pavement depth measurements shall be filled by material conforming to Section 9 -20 or another material acceptable to the Engineer. 6- 08.3(2)B Survey Submittal The Contractor's survey records shall include descriptions of all survey control points including station /milepost, offset, and elevations of all secondary control points. The Contractor shall maintain survey records of sufficient detail to allow the survey to be reproduced. The Contractor shall submit a Type 2 Working Drawing consisting of the compiled survey records and information. Survey data shall be submitted as an electronic file in Microsoft Excel format. 6- 08.3(2)C Final Grade Profile and Adjusted Removal Depth Based on the results of the survey, the Engineer may develop a Final Grade Profile and Adjusted Removal Depth. If they are developed, the Final Grade Profile and Adjusted Removal Depth will be provided to the Contractor within three working days after receiving the Contractor's survey information. When provided, the Adjusted Removal Depth supersedes the Design Removal Depth to become the Bituminous Pavement removal depth for that Structure Deck. 6- 08.3(3) General Bituminous Pavement Removal Requirements The Contractor shall remove Bituminous Pavement and associated deck repair material from Structure Decks to the horizontal limits shown in the Plans and to AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 either the specified or adjusted Bituminous Pavement removal depth as applicable. Removal of Bituminous Pavement within 12- inches of existing permanent features that limit the reach of the machine or the edge of the following items shall be by hand or by hand operated (nominal 30- pounds class) power tools: existing bridge expansion joint headers; steel expansion joint assemblies; concrete butt joints between back of pavement seats and bridge approach slabs, bridge drain assemblies; thrie beam post steel anchorage assemblies fastened to the side or top of the Structure Deck. When removing Bituminous Pavement with a planer, Section 5- 04.3(14) shall apply. If the planer contacts the Structure Deck in excess of the specified planing depth tolerance, or contacts steel reinforcing bars at any time, the Contractor shall immediately cease planing operations and notify the Engineer. Planing operations shall not resume until completion of the appropriate adjustments to the planing machine and receiving the Engineer's concurrence to resume. 6- 08.3(4) Partial Depth Removal of Bituminous Pavement from Structure Decks The depth of surfacing removal, as measured to the bottom of the lowest milling groove generated by the rotary milling /planing machine shall be +0.01, -0.02 -feet of the specified or Adjusted Removal Depth as applicable. 6- 08.3(5) Full Depth Removal of Bituminous Pavement from Structure Decks 6- O8.3(5)A Method of Removal The Contractor shall perform full depth removal by a method that does not damage or remove the Structure Deck in excess of the specified Bituminous Pavement removal tolerance. The Contractor shall submit a Type 2 Working Drawing consisting of the proposed methods and equipment to be used for full depth removal. 6- O8.3(5)B Planer Requirements for Full Depth Removal The final planed surface shall have a finished surface with a tolerance of +0.01, -0.02 feet within the planed surface profile, as measured from a 10- foot straight edge. Multiple passes of planing to achieve smoothness will not be allowed. In addition to Section 6- 08.3(3), the planing equipment shall conform to the following additional requirements: 1. The cutting tooth spacing on the rotary milling head shall be less than or equal to 1/4 inch. 2. The rotary milling /planing machine shall have cutting teeth that leave a uniform plane surface at all times. All teeth on the mill head shall be kept at a maximum differential tolerance of 3/ -inch between the shortest and longest tooth, as measured by a straight edge placed the full width of the rotary milling head. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 3. Cutting tips shall be replaced when 30 percent of the total length of the cutting tip material remains. Prior to each day's Bituminous Pavement removal operations, the Contracto shall confirm to the satisfaction of the Engineer that the rotary head cutting teeth are within the specified tolerances. 6- 08.3(5)C Structure Deck Cleanup after Bituminous Pavement Removal Waterproofing membrane that is loose or otherwise not firmly bonded to the Structure Deck shall be removed as an incidental component of the Work of surfacing removal. Existing waterproofing membrane bonded to the Structure Deck need not be removed. 6- 08.3(6) Repair of Damage due to Bituminous Pavement Removal Operations All concrete bridge deck, pavement seat, and steel reinforcing bar damage due to the Contractor's surfacing removal operations shall be repaired by the Contractor in accordance with Section 1- 07.13, and as specified below. Damaged concrete in excess of the specified Bituminous Pavement removal tolerance shall be repaired in accordance with Section 6- 08.3(7), with the bridge deck repair material placed to the level of the surrounding bridge deck and parallel to the final grade paving profile. Damaged steel reinforcing bar shall be repaired as follows: 1. Damage to steel reinforcing bar resulting in a section loss less than 20- percent of the bar with no damage to the surrounding concrete shall be left in place and shall be repaired by removing the concrete to a depth 3/4- inches around the top steel reinforcing bar and placing bridge deck repair material accepted by the Engineer to the level of the bridge deck and parallel to the final grade paving profile. 2. Damage to steel reinforcing bar resulting in a section loss of 20- percent or more in one location, bars partially or completely removed from the bridge deck, or where there is a lack of bond to the concrete, shall be repaired by removing the adjacent concrete and splicing a new bar of the same size. Concrete shall be removed to provide a % -inch minimum clearance around the bars. The splice bars shall extend a minimum of 40 bar diameters beyond each end of the damage. 6- 08.3(7) Concrete Deck Repair This Work consists of repairing the concrete deck after Bituminous Pavement has been removed. 6- 08.3(7)A Concrete Deck Preparation The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish the extent of bridge deck repair in accordance with Section 6- 09.3(6), except item 4 in Section 6- 09.3(6) does not apply. Areas of Structure Deck left with existing well bonded waterproof membrane after full AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • depth Bituminous Pavement removal are exempt from this inspection requirement. All loose and unsound concrete within the repair area shall be removed with jackhammers or chipping hammers no more forceful than the nominal 30 pounds class, or other mechanical means acceptable to the Engineer, and operated at angles less than 45 degrees as measured from the surface of the deck to the tool. If unsound concrete exists around the existing steel reinforcing bars, or if the bond between concrete and steel reinforcing bar is broken, the Contractor shall remove the concrete to provide a 3/4 inch minimum clearance to the bar. The Contractor shall take care to prevent damage to the existing steel reinforcing bars and concrete to remain. After removing sufficient concrete to establish the limits of the repair area, the Contractor shall make 3/4 inch deep vertical saw cuts and maintain square edges at the boundaries of the repair area. The exposed steel reinforcing bars and concrete in the repair area shall be abrasive blasted and blown clean just prior to placing the bridge deck repair material. 6- 08.3(7)B Ultra -Low Viscosity, Two -Part Liquid, Polyurethane- Hybrid Polymer Concrete The ultra -low viscosity, two -part liquid, polyurethane- hybrid polymer concrete shall be mixed in accordance with the manufacturer's recommendations. Aggregate shall conform to the gradation limit requirements recommended by the manufacturer. The aggregate and the ultra -low viscosity, two -part liquid, polyurethane- hybrid polymer concrete shall be applied to the repair areas in accordance with the sequence and procedure recommended by the manufacturer. All repairs shall be float finished flush with the surrounding surface within a tolerance of inch of a straight edge placed across the full width and breadth of the repair area. 6- 08.3(7)C Pre - Packaged Cement Based Repair Mortar The Contractor shall mix the pre - packaged cement based repair mortar using equipment, materials and proportions, batch sizes, and process as recommended by the manufacturer. All repairs shall be float finished flush with the surrounding surface within a tolerance of inch of a straight edge placed across the full width and breadth of the repair area. 6- 08.3(7)D Cure All bridge deck repair areas shall be cured in accordance with the manufacturer's recommendations and attain a minimum compressive strength of 2,500 psi before allowing vehicular and foot traffic on the repair and placing waterproofing membrane on the bridge deck over the repair. 6- 08.3(8) Waterproof Membrane for Structure Decks This work consists of furnishing and placing a waterproof sheet membrane system over a prepared Structure Deck prior to placing an HMA overlay. The AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 waterproof membrane system shall consist of a sheet membrane adhered to the Structure Deck with a primer. The Contractor shall comply with all membrane manufacturer's installation recommendations. 6- 08.3(8)A Structure Deck Preparation The Structure Deck and ambient air temperatures shall be above 50 °F and the Structure Deck shall be surface -dry at the time of the application of the primer and membrane. All areas of a Structure Deck that have fresh cast bridge deck concrete less than 28 days old (not including bridge deck repair concrete placed in accordance with Section 6- 08.3(7)) shall cure for a period of time recommended by the membrane manufacturer, or as specified by the Engineer, before application of the membrane. The entire Structure Deck and the sides of the curb and expansion joint headers to the height of the HMA overlay shall be free of all foreign material such as dirt, grease, etc. Prior to applying the primer or sheet membrane, all dust and loose material shall be removed from the Structure Deck with compressed air. All surface defects such as spalled areas, cracks, protrusions, holes, sharp edges, ridges, etc., and other surface imperfections greater than 1/4 inch in width shall be corrected prior to application of the membrane. 6- 08.3(8)B Applying Primer The primer shall be applied to the cleaned deck surfaces at the rate according to the procedure recommended by the membrane manufacturer. All surfaces to be covered by the membrane shall be thoroughly and uniformly coated with primer. Structure Deck areas left with existing well bonded waterproof membrane after bituminous surfacing removal shall receive an application of primer in accordance with the membrane manufacturer's recommendations. Precautionary measures shall be taken to ensure that pools and thick layers of primer are not left on the deck surface. The membrane shall not be applied until the primer has cured or volatile material has substantially dissipated, in accordance with the membrane manufacturer's recommendations. The primer and waterproof membrane shall extend from the bridge deck up onto the curb face and expansion joint header face the thickness of the HMA overlay. The membrane shall adhere to the vertical surface. 6- 08.3(8)C Placing Waterproof Membrane Membrane application shall begin at the low point on the deck, and continue in a lapped shingle pattern. The overlap shall be a minimum of six inches or greater if recommended by the membrane manufacturer. Membrane seams shall be sealed as recommended by the membrane manufacturer. Hand rollers or similar tools shall be used on the applied membrane to assure firm and uniform contact with the primed Structure surfaces. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 The fabric shall be neatly cut and contoured at all expansion joints and drains. The cuts at bridge drains shall be two right angle cuts made to the inside diameter of the bridge deck drain outlet, after which the corners of the waterproof membrane shall be turned down into the drains and laid in a coating of primer. 6- 08.3(8)D Membrane Repair and Protection The waterproof membrane will be visually inspected by the Engineer for uniformity, tears, punctures, bonding, bubbles, wrinkles, voids and other defects. All such deficiencies shall be repaired in accordance with the membrane manufacturer's recommendations prior to placement of the HMA overlay. The membrane material shall be protected from damage due to the paving operations in accordance with the membrane manufacturer's recommendations. No traffic or equipment except that required for the actual waterproofing and paving operations will be permitted to travel or rest on the membrane until it is covered by the HMA overlay. The use of windrows is not allowed for laydown of HMA on a membrane. Where waterproofing membrane is placed in stages or applied at different times, a strip of temporary paper shall be used to protect the membrane overlap from the HMA hand removal methods. 6- 08.3(9) Placing Bituminous Pavement on Structure Decks HMA overlay shall be applied on Grade Controlled Structure Decks using reference lines for vertical control in accordance with Section 5- O4.3(3)C. The compacted elevation of the HMA overlay on Structure Decks shall be within ± 0.02 feet of the specified overlay thickness or Final Grade Profile as applicable. Deviations from the final grade paving profile in excess of the specified tolerance and areas of non - conforming surface smoothness shall be corrected in accordance with Section 5- 04.3(13). Final grade Roadway transitions to a Structure Deck with Bituminous Pavement shall not exceed a 0.20 percent change in grade in accordance with the bridge deck transition for HMA overlay Standard Plan, unless shown otherwise in the Plans. Final grade compacted HMA elevations shall be higher than an adjacent concrete edge by 1/4 inch ± 1/8 inch at all expansion joint headers and concrete butt joints as shown in the concrete to asphalt butt joint details of the bridge paving joint seals Standard Plan. This also applies to steel edges within the limits of the overlay such as bridge drain frames and steel joint riser bars at bridge expansion joints. 6- 08.3(9)A Protection of Structure Attachments and Embedments The Contractor is responsible for protecting all Structure attachments and embedments from the application of BST and HMA. Drainage inlets that are to remain open, and expansion joints, shall be cleaned out immediately after paving is completed. Materials passing AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 through expansion joints shall be removed from the bridge within 10 working days. All costs incurred by the Contractor in protective measures and clean up shall be included in the unit Contract prices for the associated Bid items of Work. 6- 08.3(10) HMA Compaction on Structure Decks Compaction of HMA on Structure Decks shall be in accordance with Section 5- 04.3(10). • Work rejected in accordance with Section 5- 04.3(11) shall include the materials, work, and incidentals to repair an existing waterproof membrane damaged by the removal of the rejected work. 6- 08.3(11) Paved Panel Joint Seals and HMA Sawcut and Seal Bridge paving joint seals shall be installed in accordance with Section 5- 04.3(12)B and the details shown in the Plans and Standard Plans. When concrete joints are exposed after removal of Bituminous Pavement, the joints shall be cleaned and sealed in accordance with Section 5- 01.3(8) and the paved panel joint seal details of the bridge paving joint seals Standard Plan, including placement of the closed cell backer rod at the base of the cleaned joint. If waterproofing membrane is required, the membrane shall be slack or folded at the concrete joint to allow for Structure movements without stress to the membrane. After placement of the HMA overlay, the second phase of the paved panel joint seal shall be completed by sawing the HMA and sealing the sawn joint in accordance with Section 5- 04.3(12)B2. 6 -08.4 Measurement Removing existing Bituminous Pavement from Structure Decks will be measured by the square yard of Structure Deck surface area with removed overlay. Bridge deck repair will be measured by the square foot surface area of deck concrete removed with the measurement taken at the plane of the top mat of steel reinforcing bars. Waterproof membrane will be measured by the square yard surface area of Structure Deck and curb and header surface area covered by membrane. 6 -08.5 Payment Payment will be made for each of the following Bid items when they are included in the Proposal: "Structure Surveying ", lump sum. "Removing Existing Overlay From Bridge Deck ", per square yard. The unit Contract price per square yard for "Removing Existing Overlay From Bridge Deck ", shall be full pay for performing the Work as specified for full removal of Bituminous Pavement on Structure Decks, including the removal of existing waterproof membrane and disposing of materials. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • • "Bridge Deck Repair Br. No. ", per square foot. The unit Contract price per square foot for "Bridge Deck Repair Br. No. " shall be full pay for performing the Work as specified, including removing and disposing of the concrete within the repair area and furnishing, placing, finishing, and curing the repair concrete. "Waterproof Membrane Br. No. ", per square yard. The unit Contract price per square yard for "Waterproof Membrane Br. No. shall be full pay for performing the Work as specified, including repairing any damaged or defective waterproofing membrane and repair of damaged HMA overlay. 6- 09.AP6 Section 6 -09, Modified Concrete Overlays April 4, 2016 6- 09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified Concrete Overlays The first sentence of the first paragraph is revised to read the following two new sentences: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor has turned over the concrete for acceptance testing. Concrete samples for testing shall be supplied to the Engineer in accordance with Section 6- 02.3(5)E. The last paragraph is deleted. • 6- 09.3(8)B Quality Assurance for Latex Modified Concrete Overlays • The first two paragraphs are deleted and replacec with the following: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor has turned over the concrete for acceptance testing. The Engineer will perform testing as the concrete is being placed. Samples shall be taken on the first charge through each mobile mixer and every other charge thereafter. The sample shall be taken after the first 2 minutes of continuous mixer operation. Concrete samples for testing shall be supplied to the Engineer in accordance with Section 6- 02.3(5)E. The second to last sentence of the last paragraph is revised to read: Recommendations made by the technical representative on or off the jobsite shall be adhered to by the Contractor. 6- 10.AP6 Section 6 -10, Concrete Barrier August 1, 2016 6- 10.3(5) Temporary Concrete Barrier This section title is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Temporary Barrier The first paragraph is revised to read: For temporary barrier, the Contractor may use precast concrete barrier or temporary steel barrier. Temporary concrete barrier shall comply with Standard Plan requirements and cross - sectional dimensions, except that: (1) it may be made in other lengths than those shown in the Standard Plan, and (2) it may have permanent lifting holes no larger than 4 inches in diameter or lifting loops. Temporary steel barrier shall be certified that it meets NCHRP 350 or MASH crash test requirements and shall be installed in accordance with the manufacturer's recommendations. 6 -10.4 Measurement The first sentence of the second paragraph is revised to read: Temporary barrier will be measured by the linear foot along the completed line and slope of the barrier, one time only for each setup of barrier protected area. 6 -10.5 Payment The Bid item "Temporary Conc. Barrier ", per linear foot, and the paragraph following this Bid item, is revised to read: "Temporary Barrier ", per linear foot. The unit Contract price per linear foot for "Temporary Barrier" shall be full pay for all costs, including furnishing, installing, connecting, anchoring, maintaining, temporary storage, and final removal of the temporary barrier. 6- 12.AP6 Section 6 -12, Noise Barrier Walls January 3, 2017 6- 12.3(9) Access Doors and Concrete Landing Pads The first sentence of the last paragraph is revised to read: The Contractor shall construct concrete landing pads for each access door location as shown in the Plans. 6 -12.5 Payment In the paragraph following the bid item "Noise Barrier Wall Access Door ", per each, "concrete landing pad" is revised to read "concrete landing pads ". 6- 14.AP6 Section 6 -14, Geosynthetic Retaining Walls January 3, 2017 6- 14.3(2) Submittals The first sentence of the first paragraph is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 The Contractor shall submit Type 2E Working Drawings consisting of detailed plans for each wall. 6 -14.5 Payment The bid item "Concrete Fascia Panel ", per square foot, and the paragraph following this bid item are revised to read: "Concrete Fascia Panel For Geosynthetic Wall ", per square foot. All costs in connection with constructing the concrete fascia panels as specified shall be included in the unit Contract price per square foot for "Concrete Fascia Panel For Geosynthetic Wall ", including all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint sealant, PVC pipe for weep holes, exterior surface finish, and pigmented sealer (when specified), constructing and placing the concrete footing, edge beam, anchor beam, anchor rod assembly, and backfill. 6- 19.AP6 Section 6 -19, Shafts January 3, 2017 6 -19.3 Construction Requirements This section is supplemented with the following new subsection: 6- 19.3(10) Engineer's Final Acceptance of Shafts The Engineer will determine final acceptance of each shaft, based on the nondestructive QA test results and analysis for the tested shafts, and will provide a response to the Contractor within 3 working days after receiving the test results and analysis submittal. 6- 19.3(1)B Nondestructive Testing of Shafts This section's content is deleted and replaced with the following new subsections: 6- 19.3(1)B1 Nondestructive Quality Assurance (QA) Testing of Shafts Unless otherwise specified in the Special Provisions, the Contractor shall perform nondestructive QA testing of shafts, except for those constructed completely in the dry. Either crosshole sonic log (CSL) testing in accordance with ASTM D 6760 or thermal integrity profiling (TIP) testing in accordance with ASTM D 7949 shall be used. 6- 19.3(1)B2 Nondestructive Quality Verification (QV) Testing of Shafts The Contracting Agency may perform QV nondestructive testing of shafts that have been QA tested by the Contractor. The Contracting Agency may test up to ten percent of the shafts. The Engineer will identify the shafts selected for QV testing and the testing method the Contracting Agency will use. The Contractor shall accommodate the Contracting Agency's nondestructive testing. 6- 19.3(2) Shaft Construction Submittal This section is revised to read: The shaft construction submittal shall be comprised of the following four components: construction experience; shaft installation narrative; shaft slurry technical assistance; and AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 nondestructive QA testing personnel. The submittals shall be Type 2 Working Drawings, except the shaft slurry technical assistance and nondestructive QA testing personnel submittals shall be Type 1. This section is supplemented with the following new subsection: 6- 19.3(2)D Nondestructive QA Testing Organization and Personnel The Contractor shall submit the names of the testing organizations, and the names of the personnel who will conduct nondestructive QA testing of shafts. The submittal shall include documentation that the qualifications specified below are satisfied. For TIP testing, the testing organization is the group that performs the data analysis and produces the final report. The testing organizations and the testing personnel shall meet the following minimum qualifications: 1. The testing organization shall have performed nondestructive tests on a minimum of three deep foundation projects in the last two years. 2. Personnel conducting the tests for the testing organization shall have a minimum of one year experience in nondestructive testing and interpretation. 3. The experience requirements for the organization and personnel shall be consistent with the testing methods the Contractor has selected for nondestructive testing of shafts. 4. Personnel preparing test reports shall be a Professional Engineers, licensed under Title 18 RCW, State of Washington, and in accordance with WAC 196 -23- 020. 6- 19.3(3) Shaft Excavation The second paragraph is revised to read: Shaft excavation shall not be started until the Contractor has received the Engineer's acceptance for the reinforcing steel centralizers required when the casing is to be pulled during concrete placement. This section is supplemented with the following: Except as otherwise noted, the Contractor shall not commence subsequent shaft excavations until receiving the Engineer's acceptance of the first shaft, based on the results and analysis of the nondestructive testing for the first shaft. The Contractor may commence subsequent shaft excavations prior to receiving the Engineer's acceptance of the first shaft, provided the following condition is satisfied: The Engineer permits continuing with shaft construction based on the Engineer's observations of the construction of the first shaft, including, but not limited to, conformance to the shaft installation narrative in accordance with Section 6- 19.3(2)B, and the Engineer's review of Contractor's daily reports and Inspector's daily logs concerning excavation, steel reinforcing bar placement, and concrete placement. 6- 19.3(5)B Steel Reinforcing Bar Cage Centralizers This section is supplemented with the following new sentence: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 The Contractor shall furnish and install additional centralizers as required to maintain the specified concrete cover throughout the length of the shaft. 6- 19.3(5)C Concrete Cover Over Steel Reinforcing Bars In the table, the second column (including heading) is revised to read: Minimum Concrete Cover, and Concrete Cover Tolerance, Except at Permanent Slip Casing (Inches) 3, -1'/2 4, -2 4, -2 6, -3 The following new paragraph is inserted after the table: The concrete cover tolerances specified above apply to the concrete cover specified in the Plans, even if it exceeds the minimum concrete cover. 6- 19.3(6) Access Tubes for Crosshole Sonic Log (CSL) Testing This section title is revised to read: 6- 19.3(6) Contractor Furnished Accessories for Nondestructive QA Testing This section is supplemented with the following three new subsections: 6- 19.3(6)D Shafts Requiring Thermal Wire The Contractor shall furnish and install thermal wire in all shafts receiving the thermal wire method of TIP testing, except as otherwise noted in Section 6- 19.3(1)B1. 6- 19.3(6)E Thermal Wire and Thermal Access Points (TAPs) The thermal wire and associated couplers shall be obtained from the source specified in the Special Provisions. The Contractor shall securely attach the thermal wire to the interior of the reinforcement cage of the shaft in conformance with the supplier's instructions. At a minimum, one thermal wire shall be furnished and installed for each foot of shaft diameter, rounded to the nearest whole number, as shown in the Plans. The number of thermal wires for shaft diameters specified as "X feet 6 inches" shall be rounded up to the next higher whole number. The thermal wires shall be placed around the shaft, inside the spiral or hoop reinforcement, and tied to the vertical reinforcement with plastic "zip" ties at a maximum spacing of 2 -feet. Steel tie wire shall not be used. The thermal wire shall be installed in straight alignment and taut, but with enough slack to not be damaged during reinforcing cage lofting. The wires shall be as near to parallel to the vertical axis of the reinforcement cage as possible. The thermal wire shall extend from the bottom of the reinforcement cage to the top of the shaft, with 15 -feet of slack wire provided above the top of shaft. Care shall be taken to prevent damaging the thermal wires during reinforcement cage installation and concrete placement operations in the shaft excavation. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 After completing shaft reinforcement cage fabrication at the site and prior to installation of the cage into the shaft excavation, the Contractor shall install and connect thermal access points (TAPs) to the thermal wires. The TAPs shall record data for at least one hour after the cage is placed in the excavation to measure the slurry temperature and enable the steel and slurry temperatures to equilibrate prior to placing concrete in the shaft. The TAPs shall record and store data every 15 minutes. The TAPs shall remain active for a minimum of 36 hours. Prior to beginning concrete placement the TAPs shall be checked to ensure they are recording data and that the wires have not been damaged. If a TAP unit is not functioning due to a damaged wire, the Contractor shall repair or replace the wire. If a TAP unit fails or a wire breaks after concrete placement has started, the Contractor shall not stop the concrete placement operation to repair the wire. 6- 19.3(6)F Use of Access Tubes for TIP Testing Under the Thermal Probe Method The Contractor may use access tubes for TIP testing under the thermal probe method. Access tubes shall be cared for in accordance with Section 6- 19.3(6)C. Prior to TIP testing under the thermal probe method, the water in each tube shall be removed, collected, and stored in an insulated container. The access tube shall be blown dry and swabbed to remove residual water. After TIP testing, the collected and stored tube water shall be introduced back into the access tube. New potable water may be used, provided the water temperature is not more than 10 °F cooler than the average concrete temperature measured by the probe. 6- 19.3(6)A Shafts Requiring CSL Access Tubes This section, including title, is revised to read: 6- 19.3(6)A Shafts Requiring Access Tubes The Contractor shall furnish and install access tubes in all shafts receiving CSL testing or the thermal probe method of TIP testing, except as otherwise noted in Section 6- 19.3(1)B1. 6- 19.3(6)B Orientation and Assembly of the CSL Access Tubes This section's title is revised to read: 6- 19.3(6)B Orientation and Assembly of the Access Tubes 6- 19.3(6)C Care for CSL Access Tubes from Erection through CSL Testing This section's title is revised to read: 6- 19.3(6)C Care for Access Tubes from Erection Through Nondestructive QA Testing The second sentence is revised to read: The Contractor shall keep all of a shaft's access tubes full of water through the completion of nondestructive QA testing of that shaft. 6- 19.3(7)A Concrete Class for Shaft Concrete This section is revised to read: Shaft concrete shall be Class 5000P conforming to Section 6 -02. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • 6- 19.3(7)B Concrete Placement Requirements The last sentence of the last paragraph is revised to read: The Section 6- 02.3(6) restriction for 5 feet maximum free fall shall not apply to placement of concrete into a shaft. 6- 19.3(7)1 Requirements for Placing Concrete Above the Top of Shaft This section is revised to read: Concrete shall not be placed above the top of shaft (for column splice zones, columns, footings, or shaft caps) until the Contractor receives the Engineer's acceptance of nondestructive QA testing, if performed at that shaft, and acceptance of the shaft. 6- 19.3(9) Nondestructive Testing of Shafts (Crosshole Sonic Log (CSL) Testing) This section, including title, is revised to read: 6- 19.3(9) Nondestructive QA Testing of Shafts The Contractor shall provide nondestructive QA testing and analysis on all shafts with access tubes or thermal wires and TAPs facilitating the testing (See Section 6- 19.3(1)B). The testing and analysis shall be performed by the testing organizations identified by the Contractor's submittal in accordance with Section 6- 19.3(2)D. The Engineer may direct that additional testing be performed at a shaft if anomalies or a soft bottom are detected by the Contractor's testing. If additional testing at a shaft confirms the presence of a defect(s) in the shaft, the testing costs and the delay costs resulting from the additional testing shall be borne by the Contractor in accordance with Section 1 -05.6. If the additional testing indicates that the shaft has no defect, the testing costs and the delay costs resulting from the additional testing will be paid by the Contracting Agency in accordance with Section 1 -05.6, and, if the shaft construction is on the critical path of the Contractor's schedule, a time extension equal to the delay created by the additional testing will be granted in accordance with Section 1 -08.8. 6- 19.3(9)A Schedule of CSL Testing This section, including title, is revised to read: 6- 19.3(9)A TIP Testing Using Thermal Probes or CSL Testing If selected as the nondestructive QA testing method by the Contractor, TIP testing using thermal probes, or CSL testing shall be performed after the shaft concrete has cured at least 96 hours. Additional curing time prior to testing may be required if the shaft concrete contains admixtures, such as set retarding admixture or water - reducing admixture, added in accordance with Section 6- 02.3(3). The additional curing time prior to testing required under these circumstances shall not be grounds for additional compensation or extension of time to the Contractor in accordance with Section 1 -08.8. 6- 19.3(9)B Inspection of CSL Access Tubes This section's title is revised to read: 6- 19.3(9)B Inspection of Access Tubes AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 6- 19.3(9)C Engineer's Final Acceptance of Shafts This section, including title, is revised to read: 6- 19.3(9)C TIP Testing With Thermal Wires and TAPs If selected as the nondestructive QA testing method by the Contractor, TIP testing with thermal wires and TAPs (See Section 6- 19.3(6)E) shall be performed. The TIP testing shall commence at the beginning of the concrete placement operation, recording temperature readings at 15- minute intervals until the peak temperature is captured in the data. Additional curing time may be required if the shaft concrete contains admixtures, such as set retarding admixture or water - reducing admixture, added in accordance with Section 6- 02.3(3). The additional curing time required under these circumstances shall not be grounds for additional compensation or extension of time to the Contractor in accordance with Section 1 -08.8. TIP testing shall be conducted at all shafts in which thermal wires and TAPs have been installed for thermal wire analysis (Section 6- 19.3(6)A). 6- 19.3(9)D Requirements to Continue Shaft Excavation Prior to Acceptance of First Shaft This section, including title, is revised to read: 6- 19.3(9)D Nondestructive QA Testing Results Submittal The Contractor shall submit the results and analysis of the nondestructive QA testing for each shaft tested. The Contractor shall submit the test results within three working days of testing. Results shall be a Type 1 Working Drawing presented in a written report. TIP reports shall include: 1. A map or plot of the wire /tube location within the shaft and their position relative qo to a known and identifiable location, such as North. 2. Graphical displays of temperature measurements versus depth of each wire or tube for the analysis time selected, overall average temperature with depth, shaft radius or diameter with depth, concrete cover versus cage position with depth, and effective radius. 3. The report shall identify unusual temperatures, particularly significantly cooler local deviations from the overall average. 4. The report shall identify the location and extent where satisfactory or questionable concrete is identified. a. Satisfactory (S) - 0 to 6% Effective Radius Reduction and Cover Criteria Met b. Questionable (Q) - Effective Local Radius Reduction > 6 %, Effective Local Average Diameter Reduction > 4 %, or Cover Criteria Not Met 5. Variations in temperature between wire /tubes (at each depth) which in turn correspond to variations in cage alignment. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • 6. Where shaft specific construction information is available (e.g. elevations of the top of shaft, bottom of casing, bottom of shaft, etc.), these values shall be noted on all pertinent graphical displays. CSL reports shall include: 1. A map or plot of the tube location within the shaft and their position relative to a known and identifiable location, such as North. 2. Graphical displays of CSL Energy versus Depth and CSL signal arrival time versus depth or velocity versus depth. 3. The report shall identify the location and extent where good, questionable, and poor concrete is identified, where no signal was received, or where water is present. a. Good (G) - No signal distortion and decrease in signal velocity of 10% or less is indicative of good quality concrete. b. Questionable (Q) - Minor signal distortion and a lower signal amplitude with a decrease in signal velocity between 10% and 20 %. c. Poor (P) - Severe signal distortion and much lower signal amplitude with a decrease in signal velocity of 20% or more. d. No Signal (NS) - No signal was received. e. Water (W) - A measured signal velocity of nominally V = 4,800 to 5,000 fps. All QA test reports will provide a recommendation to accept the shaft as -is, recommendation for further review by the Engineer, or will provide a plan for further testing, investigation or repair to address any deficiencies identified by the testing. 6- 19.3(9)E Additional CSL Testing This section, including title, is revised to read: 6- 19.3(9)E Vacant 6- 19.3(9)1 Requirements for CSL Access Tubes and Cored Holes After CSL Testing This section's title is revised to read: 6- 19.3(9)1 Requirements for Access Tubes and Cored Holes After CSL Testing 6 -19.4 Measurement This section is revised to read: Constructing shafts will be measured by the linear foot. The linear foot measurement will be calculated using the top of shaft elevation and the bottom of shaft elevation for each shaft as shown in the Plans. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Rock excavation for shaft, including haul, will be measured by the linear foot of shaft excavated. The linear feet measurement will be computed using the top of the rock line, defined as the highest bedrock point within the shaft diameter, and the bottom elevation shown in the Plans. QA shaft test will be measured once per shaft tested. 6 -19.5 Payment This section is revised to read: Payment will be made for the following Bid items when they are included in the Proposal: "Constructing Diam. Shaft ", per linear foot. The unit Contract price per linear foot for "Constructing pay for performing the Work as specified, including: Diam. Shaft" shall be full 1. Soil excavation for shaft, including all costs in connection with furnishing, mixing, placing, maintaining, containing, collecting, and disposing of all mineral, synthetic and water slurry, and disposing of groundwater collected by the excavated shaft. 2. Furnishing and placing temporary shaft casing, including temporary casing in addition to the required casing specified in the Special Provisions, and including all costs in connection with completely removing the casing after completing shaft construction. 3. Furnishing permanent casing for shaft. 4. Placing permanent casing for shaft. 5. Casing shoring, including all costs in connection with furnishing and installing casing shoring above the specified upper limit for casing shoring but necessary to provide for sufficient water head pressure to resist artesian water pressure present in the shaft excavation, removing casing shoring, and placing seals when required. 6. Furnishing and placing steel reinforcing bar and epoxy- coated steel reinforcing bar, including furnishing and installing steel reinforcing bar centralizers. 7. Installation of CSL tubes or thermal wires. 8. Furnishing, placing and curing concrete to the top of shaft or to the construction joint at the base of the shaft - column splice zone as applicable. Payment for "Constructing Diam. Shaft" will be made upon Engineer acceptance of the shaft, including completion of satisfactory QA shaft tests as applicable. "Rock Excavation For Shaft Including Haul ", per linear foot. When rock excavation is encountered, payment for rock excavation is in addition to the unit Contract price per linear foot for "Constructing Diam. Shaft" AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 "Shoring Or Extra Excavation Cl. A - ", lump sum. The lump sum Contract price for "Shoring Or Extra Excavation Cl. A - " shall be full pay for performing the Work as specified, including all costs in connection with all excavation outside the limits specified for soil and rock excavation for shaft including haul, all temporary telescoping casings, and all temporary casings beyond the limits of required temporary casing specified in the Special Provisions. "QA Shaft Test", per each. The unit Contract price per each for "QA Shaft Test" shall be full pay for performing the Work as specified, including operating all associated accessories necessary to record and process data and develop the summary QA test reports. Section 1 -04.6 does not apply to this bid item. "Removing Shaft Obstructions ", estimated. Payment for removing, breaking -up, or pushing aside shaft obstructions, as defined in Section 6- 19.3(3)E, will be made for the changes in shaft construction methods necessary to deal with the obstruction. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the equipment and employees utilized, and the number of hours involved for each. Once these cost items and their duration have been agreed upon, the payment amount will be determined using the rate and markup methods specified in Section 1 -09.6. For the purpose of providing a common proposal for all Bidders, the Contracting Agency has entered an amount for the item "Removing Shaft Obstructions" in the Bid Proposal to become a part of the total Bid by the Contractor. If drilled shaft tools, cutting teeth, casing or Kelly bar is damaged as a result of the obstruction removal work, the Contractor will be compensated for the costs to repair this equipment in accordance with Section 1 -09.6. If shaft construction equipment is idled as a result of the Work required to deal with the obstruction and cannot be reasonably reassigned within the project, then standby payment for the idled equipment will be added to the payment calculations. If labor is idled as a result of the Work required to deal with the obstruction and cannot be reasonably reassigned within the project, then all labor costs resulting from Contractor labor agreements and established Contractor policies will be added to the payment calculations. The Contractor shall perform the amount of obstruction Work estimated by the Contracting Agency within the original time of the Contract. The Engineer will consider a time adjustment and additional compensation for costs related to the extended duration of the shaft construction operations, provided: 1. The dollar amount estimated by the Contracting Agency has been exceeded, and 2. The Contractor shows that the obstruction removal Work represents a delay to the completion of the project based on the current progress schedule provided in accordance with Section 1 -08.3. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 7- 02.AP7 Section 7 -02, Culverts January 3, 2017 7 -02.2 Materials The following three new items are inserted after the item "Aggregate for Portland Cement Concrete: Gravel Backfill for Pipe Zone Bedding Butyl Rubber Sealant External Sealing Band The last paragraph is deleted. 9- 03.12(3) 9 -04.11 9 -04.12 7- 02.3(6) Precast Reinf. Conc. Three Sided Structures, Box Culverts and Split Box Culverts This section is supplemented with the following new paragraph: When the Plans include a complete set of design details for a Structure (defining panel shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint, and connection details), the design and load rating preparation and calculation submittal requirements of Sections 7- 02.3(6)A1 and 7- 02.3(6)A2 do not apply for the components shown in the Plans, but all other requirements of this Section remain in effect. The Contractor may propose alternate concrete culvert designs, accommodating the same rise, span, and length as shown in the Plans, to replace the Structure details shown in the Plans. If an alternate concrete culvert design is proposed, all of the requirements of this Section, including design and load rating preparation and calculation submittal, apply. 7- 02.3(6)A General This section is supplemented with the following two new paragraphs: Tolerances for PRCTSS shall be as follows: 1. Internal Dimensions — The internal dimension shall not vary more than 1 percent or 2 inches, whichever is less, from the Plan dimensions. The haunch dimensions shall not vary more than 3/4 inch from the Plan dimensions. 2. Slab and Wall Thickness — The slab and wall thickness shall not be less than that shown in the Plans by more than 5 percent or 1/2 inch, whichever is greater. A thickness more than that required in the Plans will not be a cause for rejection if proper joining is not affected. 3. Length of Opposite Surfaces — Variations in lengths of two opposite surfaces of the three -sided section shall not be more than 34 inch unless beveled sections are being used to accommodate a curve in the alignment. 4. Reinforcing steel placement shall meet the tolerances specified in Section 6- 02.3(24)C. Tolerances for PRCBC and PRCSBC shall be as follows: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 1. Internal Dimensions — The internal dimensions shall not vary more than 1 percent from the Plan dimensions. If haunches are used, the haunch dimensions shall not vary more than 1/4 inch from the Plan dimensions. 2. Slab and Wall Thickness — The slab and wall thickness shall not be less than that shown in the Plans by more than 5 percent or 3/6 inch, whichever is greater. A thickness more than that required in the Plans will not be a cause for rejection. 3. Length of Opposite Box Segments — Variations in lengths of two opposite surfaces of the box segments shall not be more than 1/8 inch per foot of internal span, with a maximum of 5/8 inch for all sizes through 7 feet internal span, and a maximum of 3/4 inch for internal spans greater than 7 feet, except where beveled sections are being used to accommodate a curve in the alignment. 4. Length of Box Segments — The underrun in length of a segment shall not be more than 1/8 inch per foot of length with a maximum of inch in any box segment. 5. Length of Legs and Slabs — The variation in length of the legs shall not be more than 1/8 inch per foot of the rise of the leg per leg with a maximum of 5/8 inches. The differential length between opposing legs of the same segment shall not be more than 1/2 inch. Length of independent top slab spans shall not vary by more than 1/8 inch per foot of span of the top slab, with a maximum of 5/8 inches. 6. Reinforcing steel placement shall meet the tolerances specified in Section 6- 02.3(24)C. This section is supplemented with the following new subsection: 7- 02.3(6)A5 Wingwalls and Retaining Walls Wingwalls and retaining walls (including cutoff walls and headwalls) shall be constructed in accordance with the Contractor's design and Working Drawing submittal or when the Plans include a complete set of design details for a wall (defining panel shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint, and connection details),the details shown in the Plans. Precast concrete construction shall conform to Sections 6- 02.3(28) and 6- 11.3(3). Culvert bedding material shall be furnished, placed, and compacted in accordance with Section 7- 02.3(6)A4. 7- 02.3(6)A1 Design Criteria The first sentence of the last paragraph is revised to read: Whenever the minimum finished backfill or surfacing depth above the top of the Structure is less than 1' -0" (except when the top of the Structure is directly exposed to vehicular traffic), either all steel reinforcing bars in the span unit shall be epoxy- coated with 2" minimum concrete cover from the face of concrete to the face of the top mat of steel reinforcing bars, or the minimum concrete cover shall be 21/2". The last sentence of the last paragraph is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Concrete cover from the face of any concrete surface to the face of any steel reinforcement shall be 1 -inch minimum end clearance at all joints, and 2- inches minimum at all other locations. 7- 02.3(6)A2 Submittals The first paragraph is revised to read: • The Contractor shall submit shop drawings of the precast Structures. Fabrication shop drawings replicating complete design details when shown in the Plans shall be Type 2 Working Drawings. Submittals completing the design based on the schematic geometric requirements shown in the Plans, or proposing a Contractor designed alternative concrete culvert Structure shall be Type 2E Working Drawings with supporting design calculations. The last paragraph is revised to read: For precast Structures with a span length greater than 20 -feet (as defined in Section 7- 02.3(6)A1), except when the depth of fill above the top of culvert exceeds the Structure span length, a Type 2E Working Drawing shall be submitted consisting of a load rating report prepared in accordance with the AASHTO Manual for Bridge Evaluation and WSDOT Bridge Design Manual LRFD M 23 -50 Chapter 13. Soil pressures used shall include effects from the backfill material and compaction methods, and shall be in accordance with the WSDOT Geotechnical Design Manual M 46 -03 and the geotechnical report prepared for the project. 7- 02.3(6)A3 Casting This section is revised to read: Concrete shall conform to Section 6- 02.3(28)B, with a 28 -day compressive strength as specified in the Plans or the Working Drawings submittal. 7- 02.3(6)A4 Excavation and Bedding Preparation The last paragraph is revised to read: The upper layer of bedding course shall be a 6 -inch minimum thickness layer of culvert bedding material, defined as granular material either conforming to Section 9- 03.12(3) or to AASHTO Grading No. 57 as specified in Section 9- 03.1(4)C. The plan limits of the culvert bedding material shall extend 1 -foot beyond the plan limits of the culvert or the Structure footing as applicable. The culvert bedding material shall be compacted in accordance with the Section 2- 09.3(1)E requirements for gravel backfill for drains. After compaction, the culvert bedding material shall be screeded transversely to the specified line and grade. Voids in the screeded culvert bedding material shall be filled and then rescreeded prior to erecting the precast Structure. 7- 02.3(6)B3 Erection The last paragraph is revised to read: Adjacent precast sections shall be connected by welding the weld -tie anchors in accordance with Section 6- 03.3(25). Welding ground shall be attached directly to the steel plates being welded when welding the weld -ties. The weld -tie anchor spacing shall not exceed 6' -0 ". After connecting the weld -tie anchors, the Contractor shall paint the exposed metal surfaces with one coat of field primer conforming to Section 9- 08.1(2)F. Keyways shall be filled with grout conforming to Section 9- 20.3(2). AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • 7- 02.3(6)C1 Casting This section is revised to read: PRCSBC shall consist of lid elements and "U" shaped base elements. The vertical legs of the "U" shaped base elements shall be full height matching the rise of the culvert, except as otherwise specified for culvert spans greater than 20 -feet. For PRCSBC spans greater than 20 -feet (as defined in Section 7- 02.3(6)A1), the lid elements may include vertical legs of a maximum length of 4 -feet. All vertical and horizontal joints of PRCBC and PRCSBC elements shall be tongue and groove type joints, except PRCBC and PRCSBC of 20 -foot span or less may have keyway joints connected by weld -tie anchors in accordance with Section 6- 02.3(25)0. The weld -tie anchor spacing shall not exceed 6' -0 ". There shall be at least two galvanized steel tie plates across each top unit tongue and groove joint and each tongue and groove joint between upper and lower units, unless otherwise shown in the Plans or required by the seismic designed completed in accordance with Section 7- 02.3(6)A1. 7- 02.3(6)C3 Erection This section is revised to read: PRCBC and PRCSBC shall be erected and backfilled in accordance with the erection sequence specified in the Working Drawing submittal, and the construction equipment restrictions specified in Section 6- 02.3(25)0. The Contractor shall install a continuous strip of butyl rubber sealant within all tongue and groove joints prior to connecting the precast elements together. The butyl rubber sealant shall have a minimum cross section of 1/2-inch by 11/2 -inch, unless otherwise shown in the Plans. After connecting the joints with weld -tie anchors, the Contractor shall paint the exposed metal surfaces with one coat of field primer conforming to Section 9- 08.1(2)F. Keyways shall be filled with grout conforming to Section 9- 20.3(2). The Contractor shall wrap all exterior joints along the top and sides of the PRCBC and PRCSBC with a 12 -inch wide strip of external sealing band centered about the joint and adhesively bonded to the concrete surface. Backfill beside the PRCBC and PRCSBC shall be brought up in sequential layers, compacted concurrently. The difference in backfill height on opposing sides of the Structure shall not exceed 2 -feet. 7 -02.4 Measurement This section is supplemented with the following: Culvert bedding material will be measured by the cubic yard of material placed. 7 -02.5 Payment This section is supplemented with the following: "Culvert Bedding Material ", per cubic yard. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 7- 08.AP7 Section 7 -08, General Pipe Installation Requirements January 3, 2017 7- 08.3(1)A Trenches The second sentence of the last paragraph is revised to read: • The embankment material shall be compacted to 95 percent of maximum density and the moisture content at the time of compaction shall be between optimum and 3 percentage points below optimum as determined by the Compaction Control Tests specified in Section 2- 03.3(14)D. 8- 01.AP8 Section 8 -01, Erosion Control and Water Pollution Control August 1, 2016 8 -01.2 Materials This section is supplemented with the following new paragraph: Recycled concrete, in any form, shall not be used for any Work defined in Section 8 -01. 8- 01.3(7) Stabilized Construction Entrance The last sentence of the first paragraph is revised to read: Material used for stabilized construction entrance shall be free of extraneous materials that • may cause or contribute to track out. 8- 01.3(8) Street Cleaning This section is revised to read: Self- propelled street sweepers shall be used to remove and collect sediment and other debris from the Roadway, whenever required by the Engineer. The street sweeper shall effectively collect these materials and prevent them from being washed or blown off the Roadway or into waters of the State. Street sweepers shall not generate fugitive dust and shall be designed and operated in compliance with applicable air quality standards. Material collected by the street sweeper shall be disposed of in accordance with Section 2- 03.3(7)C. Street washing with water will require the concurrence of the Engineer. 8- 09.AP8 Section 8 -09, Raised Pavement Markers January 3, 2017 8 -09.5 Payment In the last paragraph, "flaggers and spotters" is revised to read "flaggers ". AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • • 8- 10.AP8 Section 8 -10, Guide Posts January 4, 2016 8 -10.3 Construction Requirements The last sentence of the second paragraph is deleted. 8- 11.AP8 Section 8 -11, Guardrail August 1, 2016 8- 11.3(1)F Removing and Resetting Beam Guardrail The last sentence of the first paragraph is deleted. 8 -11.5 Payment The paragraph following the Bid item "Removing and Resetting Beam Guardrail ", per linear foot is revised to read: The unit Contract price per linear foot for "Removing and Resetting Beam Guardrail" shall be full payment for all costs to perform the Work as described in Section 8- 11.3(1)F, except for replacement posts and blocks. The paragraph following the Bid item "Raising Existing Beam Guardrail ", per linear foot is revised to read: The unit Contract price per linear foot for "Raising Existing Beam Guardrail" shall be full payment for all costs to perform the Work as described in Section 8- 11.3(1)E. except for replacement posts and blocks. 8- 20.AP8 Section 8 -20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical January 3, 2017 8- 20.1(1) Regulations and Code The second paragraph is revised to read: Wherever reference is made in these Specifications or in the Special Provisions to the Code, the rules, or the standards mentioned above, the reference shall be construed to mean the code, rule, or standard that is in effect on the Bid advertisement date. 8- 20.3(5)A General The last paragraph is revised to read: Immediately after the sizing mandrel has been pulled through, install an equipment grounding conductor if applicable (see Section 8- 20.3(9)) and any new or existing wire or cable as specified in the Plans. Where conduit is installed for future use, install a 200- AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 pound minimum tensile strength pull string with the equipment grounding conductor. The pull string shall be attached to duct plugs or caps at both ends of the conduit. 8- 20.3(5)A1 Fiber Optic Conduit The last paragraph is deleted. 8- 20.3(5)B Conduit Type The second and third paragraphs are deleted and replaced with the following new paragraph: PVC and HDPE conduits shall be Schedule 80 unless installed as innerduct. 8- 20.3(5)D Conduit Placement Item number 2 is revised to read: 2. 24- inches below the top of the untreated surfacing on a Roadbed. 8- 20.3(9) Bonding, Grounding The following two new paragraphs are inserted after the first paragraph: • Install an equipment grounding conductor in all new conduit, whether or not the equipment grounding conductor is called for in the wire schedule. For each new conduit with innerduct install an equipment grounding conductor in only one of the innerducts unless otherwise required by the NEC or the Plans. The fourth paragraph (after the preceding Amendments are applied) is revised to read: Bonding jumpers and equipment grounding conductors meeting the requirements of • Section 9- 29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC. Where existing conduits are used for the installation of new circuits, an equipment grounding conductor shall be installed unless an existing equipment ground conductor, which is appropriate for the largest circuit, is already present in the existing raceway. The equipment ground conductor between the isolation switch and the sign lighter fixtures shall be minimum #14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the equipment - grounding conductor shall be sized by the largest overcurrent device serving any circuit contained within the conduit. The second sentence of the fifth paragraph (after the preceding Amendments are applied) is revised to read: A non - insulated stranded copper conductor, minimum #8 AWG with a full circle crimp on connector (crimped with a manufacturer recommended crimper) shall be connected to the junction box frame or frame bonding stud, the other end shall be crimped to the equipment bonding conductor, using a "C" type crimp connector. The last two sentences of the sixth paragraph (after the preceding Amendments are applied) are revised to read: For light standards, signal standards, cantilever and sign bridge Structures the supplemental grounding conductor shall be #4 AWG non - insulated stranded copper conductor. For steel sign posts which support signs with sign lighting or flashing beacons AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • the supplemental grounding conductor shall be #6 AWG non insulated stranded copper conductor. The fourth to last paragraph is revised to read: Install a two grounding electrode system at each service entrance point, at each electrical service installation and at each separately derived power source. The service entrance grounding electrode system shall conform to the "Service Ground" detail in the Standard Plans. If soil conditions make vertical grounding electrode installation impossible an alternate installation procedure as described in the NEC may be used. Maintain a minimum of 6 feet of separation between any two grounding electrodes within the grounding system. Grounding electrodes shall be bonded copper, ferrous core materials and shall be solid rods not less than 10 feet in length if they are 1/2 inch in diameter or not less than 8 feet in length if they are % inch or larger in diameter. 8- 20.3(13)A Light Standards The first sentence in the second to last paragraph is revised to read: All new and relocated metal light standards shall be numbered for identification using painted 4 inch block gothic letters (similar to series C highway lettering) and numbers installed 3 feet above the base facing the Traveled Way. The numbered list in the second to last paragraph is deleted and replaced with the following: NN CC -SSSS VVV Where: NN — Is the pole number as identified in the Plans. May be one or more characters. CC — Is the circuit letter as identified in the Plans. May be one or more characters. SSSS — Is he service cabinet number as identified in the Plans. Do not include the two or three letter prefix. Up to four digits - do not include leading zeros. VVV — Is the operating voltage of the luminaire. Always three digits. 8- 20.3(13)C Luminaires The first paragraph is revised to read: The Contractor shall mark the installation date on the inside of the luminaire ballast or driver housing using a permanent marking pen. 8- 22.AP8 Section 8 -22, Pavement Marking January 4, 2016 8 -22.4 Measurement The first two sentences of the fourth paragraph are revised to read: The measurement for "Painted Wide Lane Line ", "Plastic Wide Lane Line ", "Profiled Plastic Wide Lane Line ", "Painted Barrier Center Line ", "Plastic Barrier Center Line ", "Painted Stop Line ", "Plastic Stop Line ", "Painted Wide Dotted Entry Line ", or "Plastic Wide Dotted AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Entry Line" will be based on the total length of each painted, plastic or profiled plastic line installed. No deduction will be made for the unmarked area when the marking includes a broken line such as, wide broken lane line, drop lane line, wide dotted lane line or wide dotted entry line. 8 -22.5 Payment The following two new Bid items are inserted after the Bid item "Plastic Crosshatch Marking ", per linear foot: "Painted Wide Dotted Entry Line ", per linear foot. "Plastic Wide Dotted Entry Line ", per linear foot. 9- 01.AP9 Section 9 -01, Portland Cement January 3, 2017 This section's title is revised to read: Cement 9 -01.1 Types of Cement This section is revised to read: Cement shall be classified as portland cement, blended hydraulic cement, or rapid hardening hydraulic cement. 9- 01.2(2) Vacant This section, including title, is revised to read: 9- 01.2(2) Rapid Hardening Hydraulic Cement Rapid hardening hydraulic cement shall meet the requirements of ASTM C 1600. 9- 01.2(3) Low Alkali Cement This section is renumbered as follows: 9- 01.2(1)A Low Alkali Cement 9- 01.2(4) Blended Hydraulic Cement This section is renumbered as follows: 9- 01.2(1)B Blended Hydraulic Cement In the first paragraph, the last two sentences of item number 3 are revised to read: Separate testing of each source of fly ash at each proposed replacement level shall be conducted in accordance with ASTM C1012 at the storage temperature prescribed in Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less. In the first paragraph, the last two sentences of item number 4 are revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Separate testing of each source of slag at each proposed replacement level shall be conducted in accordance with ASTM C1012 at the storage temperature prescribed in Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less. In the first paragraph, the last two sentences of item number 5 are revised to read: Separate testing of each source of fly ash or slag at each proposed replacement level shall be conducted in accordance with ASTM C1012 at the storage temperature prescribed in Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less. 9 -01.3 Tests and Acceptance The second paragraph is revised to read: Cement producers /suppliers that certify portland cement or blended hydraulic cement shall participate in the Cement Acceptance Program as described in WSDOT Standard Practice QC 1. Rapid hardening hydraulic cement producers /suppliers are not required to participate in WSDOT Standard Practice QC 1. 9- 03.AP9 Section 9 -03, Aggregates January 3, 2017 9- 03.1(1) General Requirements In this section, each reference to "Section 9- 01.2(3)" is revised to read "Section 9- 01.2(1)A ". This first paragraph is supplemented with the following: Reclaimed aggregate may be used if it complies with the specifications for Portland Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from plastic concrete by washing away the cementitious materials. 9- 03.1(2) Fine Aggregate for Portland Cement Concrete This section is revised to read: Fine aggregate shall consist of natural sand or manufactured sand, or combinations thereof, accepted by the Engineer, having hard, strong, durable particles free from adherent coating. Fine aggregate shall be washed thoroughly to meet the specifications. 9- 03.1(2)A Deleterious Substances This section is revised to read: The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 6 and not exceed the following values: Material finer than No. 200 Sieve Clay lumps and friable particles Coal and lignite Particles of specific gravity less than 2.00 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 2.5 percent by weight 3.0 percent by weight 0.25 percent by weight 1.0 percent by weight. RFB #17 -001 January 2017 Organic impurities shall be tested in accordance with AASHTO T 21 by the glass color standard procedure and results darker than organic plate no. 3 shall be rejected. A darker color results from AASHTO T 21 may be used provided that when tested for the effect of organic impurities on strength of mortar, the relative strength at 7 days, • calculated in accordance with AASHTO T 71, is not less than 95 percent. 9- 03.1(4) Coarse Aggregate for Portland Cement Concrete This section is revised to read: Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or combinations thereof having hard, strong, durable pieces free from adherent coatings. Coarse aggregate shall be washed to meet the specifications. 9- 03.1(4)A Deleterious This section, including title, is revised to read: 9- 03.1(4)A Deleterious Substances The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 80 and not exceed the following values: Material finer than No. 200 1.01 percent by weight Clay lumps and Friable Particles 2.0 percent by weight Shale 2.0 percent by weight Wood waste 0.05 percent by weight Coal and Lignite 0.5 percent by weight Sum of Clay Lumps, Friable Particles, and Chert (Less Than 2.40 specific gravity SSD) 3.0 percent by weight 'If the material finer than the No. 200 sieve is free of clay and shale, this percentage may be increased to 1.5. 9- 03.1(4)C Grading The following new sentence is inserted at the beginning of the last pargraph: Where coarse aggregate size 467 is used, the aggregate may be furnished in at least two separate sizes. 9- 03.1(5) Combined Aggregate Gradation for Portland Cement Concrete This section is revised to read: As an alternative to using the fine aggregate sieve grading requirements in Section 9- 03.1(2)B, and coarse aggregate sieve grading requirements in Section 9- 03.1(4)0, a combined aggregate gradation conforming to the requirements of Section 9- 03.1(5)A may be used. 9- 03.1(5)A Deleterious Substances This section is revised to read: The amount of deleterious substances in the washed aggregates 3/s inch or larger shall not exceed the values specified in Section 9- 03.1(4)A and for aggregates smaller than % inch they shall not exceed the values specified in Section 9- 03.1(2)A. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 9- 03.1(5)B Grading The first paragraph is deleted. 9- 03.8(2) HMA Test Requirements In the table in item number 3, the heading "Statistical and Nonstatistical" is revised to read "Statistical ". 9- 03.8(7) HMA Tolerances and Adjustments In the table in item number 1, the column titled "Nonstatistical Evaluation" is deleted. In the table in item 1, the last column titled "Commercial Evaluation" is revised to read "Visual Evaluation ". 9- 03.11(1) Streambed Sediment The following three new sentences are inserted after the first sentence of the first paragraph: Alternate gradations may be used if proposed by the Contractor and accepted by the Engineer. The Contractor shall submit a Type 2 Working Drawing consisting of 0.45 power maximum density curve of the proposed gradation. The alternate gradation shall closely follow the maximum density line and have Nominal Aggregate Size of no less than 11/2 inches or no greater than 3 inches. 9- 03.12(4) Gravel Backfill for Drains The following new sentence is inserted at the beginning of the second paragraph: As an alternative, AASHTO grading No. 57 may be used in accordance with Section 9- 03.1(4)C. 9- 03.12(5) Gravel Backfill for Drywells The following new sentence is inserted at the beginning of the second paragraph: As an alternative, AASHTO grading No. 4 may be used in accordance with Section 9- 03.1(4)C. 9- 03.21(1)B Concrete Rubble This section, including title, is revised to read: 9- 03.21(1)B Recycled Concrete Aggregate Recycled concrete aggregates are coarse aggregates manufactured from hardened concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate shall meet all of the requirements for coarse aggregate contained in Section 9- 03.1(4) or 9- 03.1(5). In addition to the requirements of Section 9- 03.1(4) or 9- 03.1(5), recycled concrete shall: 1. Contain an aggregated weight of Tess than 1 percent of adherent fines, vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other deleterious substance(s) not otherwise noted; 2. Be free of harmful components such as chlorides and reactive materials unless mitigation measures are taken to prevent recurrence in the new concrete; AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 3. Have an absorption of less than 10 percent when tested in accordance with AASHTO T 85. Recycled concrete aggregate shall be in a saturated condition prior to mixing. Recycled concrete aggregate shall not be placed below the ordinary high water mark of any water of the State. 9- 03.21(1)D Recycled Steel Furnace Slag This section title is revised to read: Steel Slag 9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material In the Hot Mix Asphalt column, each value of "20" is revised to read "25 ". The last column heading "Steel Furnace Slag" is revised to read "Steel Slag ". The following new row is inserted after the second row: • Coarse Aggregate for Commercial Concrete 9- 03.1(4) 0 100 0 0 9- 04.AP9 Section 9 -04, Joint and Crack Sealing Materials January 3, 2017 This section is supplemented with the following two new subsections: 9 -04.11 Butyl Rubber Sealant Butyl rubber sealant shall conform to ASTM C 990. 9 -04.12 External Sealing Band External sealing band shall by Type III B conforming to ASTM C 877. 9- 04.1(2) Premolded Joint Filler for Expansion Joints This section is supplemented with the following: As an alternative to the above, a semi - rigid, non - extruding, resilient type, closed -cell polypropylene foam, preformed joint filler with the following physical properties as tested to AASHTO T 42 Standard Test Methods may be used. Closed -Cell Polypropylene Foam Preformed Joint Filler Physical Property Requirement Test Method Water Absorption < 1.0% AASHTO T 42 Compression Recovery > 80% AASHTO T 42 Extrusion < 0.1 in. AASHTO T 42 Density > 3.5 lbs. /cu.ft. AASHTO T 42 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Water Boil (1 hr.) No expansion AASHTO T 42 Hydrochloric Acid Boil (1 hr.) No disintegration AASHTO T 42 Heat Resistance °F 392 °F± 5 °F ASTM D 5249 9- 04.2(1) Hot Poured Joint Sealants This section's content is deleted and replaced with the following new subsections: 9- 04.2(1)A Hot Poured Sealant Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in accordance with ASTM D5329. 9- 04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement Hot poured sealant for cement concrete pavement shall meet the requirements of ASTM D6690 Type IV, except for the following: 1. The Cone Penetration at 25 °C shall be 130 maximum. 2. The extension for the Bond, non - immersed, shall be 100 percent. 9- 04.2(1)A2 Hot Poured Sealant for Bituminous Pavement Hot poured sealant for bituminous pavement shall meet the requirements of ASTM D6690 Type I or Type II. 9- 04.2(1)B Sand Slurry for Bituminous Pavement Sand slurry is mixture consisting of the following components measured by total weight: 1. Twenty percent CSS -1 emulsified asphalt, 2. Two percent portland cement, and 3. Seventy -eight percent fine aggregate meeting the requirements of 9- 03.1(2)B Class 2. Fine aggregate may be damp (no free water). 9- 04.2(2) Poured Rubber Joint Sealer The last paragraph is deleted. 9- 04.4(1) Rubber Gaskets for Concrete Pipes and Precast Manholes "AASHTO M 198" is revised to read "ASTM C 990 ". 9- 04.4(3) Gaskets for Aluminum or Steel Culvert or Storm Sewer Pipe In the last sentence, "AASHTO M 198" is revised to read "ASTM C 990 ". 9- 06.AP9 Section 9 -06, Structural Steel and Related Materials January 3, 2017 9- 06.5(3) High- Strength Bolts In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ", "ASTM A490" is revised to read "ASTM F3125 Grade A490 ", and "ASTM F1852" is revised to read "ASTM F3125 Grade F1852 ". AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 In the fifth paragraph, "ASTM -A325" is revised to read "ASTM F3125 ". 9 -06.12 Bronze Castings In this section, "AASHTO M107" is revised to read "ASTM B22 ". 9 -06.16 Roadside Sign Structures In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ". 9- 07.AP9 Section 9 -07, Reinforcing Steel August 1, 2016 9- 07.1(1)A Acceptance of Materials The first sentence of the first paragraph is revised to read: Reinforcing steel rebar manufacturers shall comply with the National Transportation Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar) Manufacturers. The first sentence of the second paragraph is revised to read: Steel reinforcing bar manufacturers use either English or a Metric size designation while stamping rebar. 9- 07.1(2) Bending The first two sentences of the first paragraph are deleted and replaced with tie following two new sentences: Steel reinforcing bars shall be cut and bent cold to the shapes shown on the Plans. Fabrication tolerances shall be in accordance with ACI 315. 9- 10.AP9 Section 9 -10, Piling August 1, 2016 9 -10.3 Cast -In -Place Concrete Piling This section is revised to read: Reinforcement for cast -in -place concrete piles shall conform to Section 9 -07.2. 9- 11.AP9 Section 9 -11, Waterproofing January 3, 2017 This section (and all subsections), including title, is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 9 -11 Waterproof Membrane 9 -11.1 Asphalt for Waterproofing Waterproof membrane shall be a sheet membrane conforming to ASTM D 6153 Type III, the puncture capacity specified below, and either the thin polymer sheet tensile stress or the geotextile and fabric grab tensile strength specified below: Performance Properties Test Method Specification Requirements Tensile Stress (for Thin Polymer Sheets) ASTM D 882 75 pounds per inch min. Grab Tensile Strength (for Geotextiles and Fabrics) ASTM D 4632 (Woven or Nonwoven) 200 pounds min. Puncture Capacity (For Thin Polymer Sheets, Geotextiles and Fabrics) ASTM E 154 200 pounds min. Waterproofing membrane will be accepted based on a Manufacturer's Certificate of Compliance with each lot of waterproof membrane. 9 -11.2 Primer for Waterproof Membrane The primer for the waterproof membrane shall be appropriate for bonding the sheet membrane to the bridge deck surface and shall be compatible with the membrane in accordance with the waterproof membrane manufacturer's recommendations. 9- 20.AP9 Section 9 -20, Concrete Patching Material, Grout, and Mortar January 3, 2017 This section is supplemented with the following new subsection: 9 -20.5 Bridge Deck Repair Material Bridge deck repair material shall be either an ultra -low viscosity, two -part liquid, polyurethane- hybrid polymer concrete, or a pre - packaged cement based repair mortar, conforming to the following requirements: 1. Minimum compressive strength of 2,500 psi, in accordance with ASTM C 109. 2. Total soluble chloride ion content by mass of product shall conform to the limits specified in Section 6- 02.3(2) for reinforced concrete. 3. Permeability of less than 2,000 coulombs at 56 -days in accordance with AASHTO T 277. If pre - packaged deck repair material does not include coarse aggregate, the Contractor shall extend the mix with coarse aggregate as recommended by the manufacturer. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 9- 23.AP9 Section 9 -23, Concrete Curing Materials and Admixtures January 3, 2017 9 -23.9 Fly Ash The first paragraph is revised to read: Fly ash shall conform to the requirements of AASHTO M295 Class C or F including supplementary optional chemical requirements as set forth in Table 2. The last sentence of the last paragraph is revised to read: The supplementary optional chemical limits in AASHTO M295 Table 2 do not apply to fly ash used in Controlled Density Fill. 9 -23.12 Metakaolin This section, including title, is revised to read: 9 -23.12 Natural Pozzolan Natural Pozzolans shall be either Metakaolin or ground Pumice and shall conform to the requirements of AASHTO M295 Class N, including supplementary optional chemical requirements as set forth in Table 2. 9- 29.AP9 Section 9 -29, Illumination, Signal, Electrical January 3, 2017 9 -29.2 Junction Boxes, Cable Vaults, and Pull Boxes This section is supplemented with the following new subsections: 9- 29.2(5) Testing Requirements The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes. Junction boxes, cable vaults and pull boxes shall be tested by an independent materials testing facility, and a test report issued documenting the results of the tests performed. • For each junction box, vault and pull box type, the independent testing laboratory shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet shall have the Professional Engineer's original signature, date of signature, original seal, and registration number. One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for that box type, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • • 4. All load deflection and failure data. 5. Weight of box and cover tested. 6. Upon completion of the required test(s) the box shall be loaded to failure or to the maximum load possible on the testing machine (70,000 pounds minimum). 7. A brief description of type and location of failure or statement that the testing machine reached maximum load without failure of the box. 9- 29.2(5)A Standard Duty Boxes and Vaults Standard Duty Concrete Junction Boxes, Cable Vaults, and Pull Boxes shall be load tested to 22,500 pounds. The test load shall be applied uniformly through a 10 by 10 by 1 -inch steel plate centered on the lid. The test load shall be applied and released ten times, and the deflection at the test load and released state shall be recorded for each interval. At each interval the junction box shall be inspected for lid deformation, failure of the lid /frame welds, vertical and horizontal displacement of the lid /frame, cracks, and concrete spalling. Concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 inches that extend 12 inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. 9- 29.2(5)B Retrofit Security Lids for Standard Duty Concrete Junction Boxes Security lids used to retrofit existing Standard Duty Concrete Junction Boxes shall be tested as follows: 1. The security lid shall be installed on any appropriately sized box that is currently approved on the Qualified Products List. 2. The security lid and box assembly shall be load tested in accordance with Section 9- 29.2(5)A. After the ten load cycles but before loading to failure, the security lid shall be fully opened and removed to verify operability. 3. The locking mechanism(s) shall be tested as follows: a. The locking mechanism shall be cycled 250 times (locked, then unlocked again) at room temperature (60- 80 °F). If there is more than one identical locking mechanism, only one needs to be cycled in this manner. b. Temperature changes should be limited to no more than 60 °F per hour. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 c. The security lid shall be cooled to and held at -30 °F for 15 minutes. The locking mechanism shall then be cycled once to verify operation at this temperature. d. The security lid shall be heated to and held at 120 -122 °F for 15 minutes The locking mechanism shall then be cycled once to verify operation at this temperature. e. The security lid shall be temperature adjusted to and held at 110 °F and 95% humidity for 15 minutes. The locking mechanism shall then be cycled once to verify operation at this temperature and humidity. 9- 29.2(5)C Standard Duty Non - Concrete Junction Boxes Non - concrete Junction Boxes shall be tested as defined in the ANSI /SCTE 77 Tier 15 test method using the test load of 22,500 pounds (minimum) in place of the design load during testing. In addition, the Contractor shall provide a Manufacturer Certificate of Compliance for each non - concrete junction box installed. 9- 29.2(5)D Heavy -Duty Boxes and Vaults Heavy -Duty Junction Boxes, Cable Vaults, and Pull Boxes shall be Toad tested to 46,000 pounds. The test load shall be applied vertically through a 10 by 20 by 1 -inch steel plate centered on the lid with an orientation both on the long axis and the short axis of the junction box. The test load shall be applied and released ten times on each axis. The deflection at the test load and released state shall be recorded for each interval. At each interval the test box shall be inspected for lid deformation, failure of the lid or frame welds, vertical and horizontal displacement of the lid frame, cracks, and concrete spalling. After the twentieth loading interval the test shall be terminated with a 60,000 pound load being applied vertically through the steel plate centered on • the lid and with the long edge of steel plate orientated parallel to the long axis of the box. Heavy -Duty Junction Boxes will be considered to have withstood the 46,000 pound test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 inches that extend 12 inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Heavy -Duty Junction Boxes will be considered to have withstood the 60,000 pound test if all of the following conditions are exhibited: 1. The lid is operational. 2. The lid is securely fastened. 3. The welds have not failed. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 5. No buckling or collapse of the box. 9- 29.2(1) Standard Duty and Heavy Duty Junction Boxes This section, including title, is revised to read: 9- 29.2(1) Junction Boxes For the purposes of this Specification concrete is defined as portland cement concrete and non - concrete is all others. The Contractor shall provide shop drawings for all components, hardware, lid, frame, reinforcement, and box dimensions. The shop drawings shall be prepared by (or under the supervision of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural. Each sheet shall carry the following: 1. Professional Engineer's original signature, date of signature, original seal, and registration number. If a complete assembly drawing is included which references additional drawing numbers, including revision numbers for those drawings, then only the complete assembly drawing is required to be stamped. 2. The initials and dates of all participating design professionals. 3. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision. Design calculations shall carry on the cover page, the Professional Engineer's original signature, date of signature, original seal, and registration number. For each type of junction box, or whenever there is a change to the junction box design, a proof test, as defined in this Specification, shall be performed and new shop drawings submitted. 9- 29.2(1)A Standard Duty Junction Boxes This section is revised to read: Standard Duty Junction Boxes are defined as Type 1, 2 and 8 junction boxes and shall have a minimum load rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(5). A complete Type 8 Junction Box includes the spread footing shown in the Standard Plans. All Standard Duty Junction Boxes placed in sidewalks, walkways, and shared use paths shall have slip resistant surfaces. Non -slip lids and frames shall be hot dip galvanized in accordance with AASHTO M111. 9- 29.2(1)A1 Concrete Junction Boxes The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3, or hot -dip galvanized in accordance with AASHTO M 111. Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6,000 psi when reinforced with a welded wire hoop, or 4,000 psi when AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding headed studs % by 3 inches long, as specified in Section 9- 06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the following: Materials Requirement Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Fiber Reinforcing ASTM C1116, Type III Lid ASTM A786 diamond plate steel Slip Resistant Lid ASTM A36 steel Frame ASTM A786 diamond plate steel or ASTM A36 steel Slip Resistant Frame ASTM A36 steel Lid Support ASTM A36 steel, or ASTM A1011 SS Grade 36 (or higher) Handle & Handle support ASTM A36 steel, or ASTM A1011 CS (Any Grade) or SS (Any Grade) Anchors (studs) Section 9 -06.15 Bolts, Studs, Nuts, Washers ASTM F593 or A193, Type 304 or 316, or Stainless Steel grade 302, 304, or 316 steel in accordance with approved shop drawing Locking and Latching Mechanism Hardware and Bolts In accordance with approved shop drawings 9- 29.2(1)A2 Non - Concrete Junction Boxes Material for the non - concrete junction boxes shall be of a quality that will provide for a similar life expectancy as portland cement concrete in a direct burial application. Type 1, 2, and 8 non - concrete junction boxes shall have a Design Load of 22,500 pounds and shall be tested in accordance with Section 9- 29.2(5). Non - concrete junction boxes shall be gray in color and have an open bottom design with approximately the same inside dimensions, and present a load to the bearing surface that is less than or equal to the loading presented by the concrete junction boxes shown in the Standard Plans. Non - concrete junction box lids shall include a pull slot and embedded 6 by 6 by % -inch steel plate, and shall be secured with two 1/2 inch stainless steel Penta -head bolts recessed into the cover. The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F593, stainless steel. 9- 29.2(1)B Heavy -Duty Junction Boxes The first paragraph is revised to read: Heavy -Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and shall be concrete and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9- 29.2(5). AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • 9- 29.2(1)C Testing Requirements This section is deleted in its entirety. 9- 29.2(2) SmaII Cable Vaults, Standard Duty Cable Vaults, Standard Duty Pull Boxes, and Heavy Duty Pull Boxes This section, including title, is revised to read: 9- 29.2(2) Cable Vaults and Pull Boxes Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The lids for Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. The Contractor shall provide shop drawings for all components, including concrete box, Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings shall show placement of reinforcing steel, knock outs, and any other appurtenances. The shop drawing shall be prepared by or under the direct supervision of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural. Each sheet shall carry the following: 1. Professional Engineer's original signature, date of signature, original seal, and registration number. If a complete assembly drawing is included which references additional drawing numbers, including revision numbers for those drawings, then only the complete assembly drawing is required to be stamped. 2. The initials and dates of all participating design professionals. 3. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision. Design calculations shall carry on the cover page, the Professional Engineer's original signature, date of signature, original seal, and registration number. For each type of box or whenever there is a change to the Cable Vault or Pull box design, a proof test, as defined in this Specification, shall be performed and new shop drawings submitted. 9- 29.2(2)A Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes This section's title is revised to read: 9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes The first paragraph is revised to read: Standard Duty Cable Vaults and Pull Boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(5). For the purposes of this Section, SmaII Cable Vaults are considered a type of Standard Duty Cable Vault. The first sentence of the second paragraph is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 Concrete for Standard Duty Cable Vaults and Pull Boxes shall have a minimum compressive strength of 4,000 psi. The first sentence of the third paragraph is revised to read: All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and shared -use paths shall have slip- resistant surfaces. The fourth paragraph (up until the colon) is revised to read: Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: 9- 29.2(2)B Heavy -Duty Cable Vaults and Pull Boxes The first paragraph is revised to read: Heavy -Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9- 29.2(5). 9- 29.2(3) Structure Mounted Junction Boxes The first and second paragraphs are revised to read: Surface mounted junction boxes and concrete embedded junction boxes installed in cast - in -place structures shall be stainless steel NEMA 4X. • Concrete embedded junction boxes installed in structures constructed by slip forming shall be stainless steel NEMA 3R and shall be adjustable for depth, with depth adjustment bolts, which are accessible from the front face of the junction box with the lid installed. 9- 29.3(1) Fiber Optic Cable This section is revised to read: All fiber optic cables shall be single mode fiber optic cables unless otherwise specified in the Contract. All fiber optic cables shall meet the following requirements: a. Compliance with the current version of ANSI /ICEA S -87 -640. A product data specification sheet clearly identifying compliance or a separate letter from manufacturer to state compliance shall be provided. b. Cables shall be gel free, loose tube, low water peak, and all dielectric with no metallic component. c. Cables shall not be armored unless specified in the Contract. d. Cables shall be approved for mid -span entries and be rated by the manufacturer for outside plant (OSP) use, placement in underground ducts, and aerial installations. e. Fiber counts shall be as specified in the Contract. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 • f. Fibers and buffer tubes shall be color coded in accordance with the current version of EIA /TIA -598. 9. Fibers shall not have any factory splices. h. Outer Jacket shall be Type M (Medium Density Polyethylene). Outer jacket shall be free from holes, splits, blisters, or other imperfections and must be smooth and concentric as is consistent with the best commercial practice. 1. A minimum of one (1) rip cord is required for each cable. j. Cable markings shall meet the following additional requirements: 1. Color shall be white or silver. 2. Markings shall be approximately 3 millimeters (118 mils) in height, and dimensioned and spaced to produce good legibility. 3. Markings shall include the manufacturer's name, year of manufacture, the number of fibers, the words "OPTICAL CABLE ", and sequential length marks. 4. Sequential length markings shall be in meters or feet, spaced at intervals not more than 1 meter or 2 feet apart, respectively. 5. The actual cable length shall not be shorter than the cable length marking. The actual cable length may be up to 1`)/0 longer than the cable length marking. 6. Cables with initial markings that do not meet these requi ements will not be accepted and may not be re- marked. Short term tensile strength shall be a minimum of 600 pounds (1 bs). Long term tensile strength shall be a minimum of 180 pounds (1 bs). Tensile strength shall be achieved using a fiberglass reinforced plastic (FRP) central member and / or aramid yarns. I. All cables shall be new and free of material or manufacturing defects and dimensional non - uniformity that would: 1. Interfere with the cable installation using accepted cable installation practices; 2. Degrade the transmission performance or environmental resistance after installation; 3. Inhibit proper connection to interfacing elements; 4. Otherwise yield an inferior product. m. The fiber optic cables shall be shipped on reels with a drum diameter at least 20 times the diameter of the cable, in order to prevent damage to the cable. The AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 reels shall be substantial and constructed so as to prevent damage during shipment and handling. Reels shall be labeled with the same information required for the cable markings, with the exception that the total length of cable shall be marked instead of incremental length marks. Reels shall also be labeled with the type of cable. This section is supplemented with the following new subsection: 9- 29.3(1)B Multimode Optical Fibers Where multimode fiber optic cables are specified in the Contract, the optical fibers shall be one of the following types, as specified in the Contract: a. Type OM1, meeting the requirements of EIA /TIA 492 - AAAA -A or ISO /IEC 11801. The fiber core diameter shall be 62.5 pm. b. Type 0M2, meeting the requirements of EIA /TIA 492 - AAAB -A or ISO /IEC 11801. The fiber core diameter shall be 50 pm. All multimode optical fibers shall have a maximum attenuation of 3.0 dB /km at 850nm and 1.0 dB /km at 1300nm. Completed cable assemblies shall be rated for 1000BaseLX Ethernet communications. 9- 29.3(1)A Singlemode Fiber Optic Cable This section is revised to read: Single -Mode optical fibers shall be EIA /TIA 492 -CAAB or ISO /IEC 11801 Type 0S2, low water peak zero dispersion fibers, meeting the requirements of ITU -T G.652.D. 9 -29.6 Light and Signal Standards The third paragraph is revised to read: Light standard, signal standards, slip base hardware and foundation hardware shall be hot dip galvanized in accordance with AASHTO M 111 and AASHTO M 232. Where colored standards are required, standards shall be powder- coated after galvanizing in accordance with Section 6- 07.3(11). The standard color shall be as specified in the Contract. 9- 29.6(1) Steel Light and Signal Standards In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ". 9- 29.6(2) Slip Base Hardware In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ". 9- 29.7(2) Fused Quick- Disconnect Kits The table is supplemented with the following new row: LED* 10A 10A 20A The following footnote is inserted after the table: Applies to all LED luminaires, regardless of wattage. Fuses for LED luminaires shall be slow blow. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 9 -29.10 Luminaires The first sentence of the third paragraph is revised to read: All luminaires shall be provided with markers for positive identification of light source type and wattage in accordance with ANSI C136.15 -2011, with the exception that LED luminaires shall be labeled with the wattage of their conventional luminaire equivalents — the text "LED" is optional. The table in the fourth paragraph is revised to read: Conventional Lamp Wattage Conventional Wattage Legend Equivalent LED Legend 70 7 7E 100 10 10E 150 15 15E 175 17 17E 200 20 20E 250 25 25E 310 31 31E 400 40 40E 700 70 70E 750 75 75E 1,000 X1 X1 E 9 -29.25 Amplifier, Transformer, and Terminal Cabinets Item 2C is revised to read: c. Transformer up to 12.5 KVA 20" 48" 24" Transformer 12.6 to 35 KVA 30" 60" 32" The following new sentence is inserted before the last sentence of item number 10: There shall be an isolation breaker on the input (line) side of the transformer, and a breaker array on the output (load) side. 9- 35.AP9 Section 9 -35, Temporary Traffic Control Materials August 1, 2016 9 -35.12 Transportable Attenuator The second sentence of the first paragraph is revised to read: The transportable attenuator shall be mounted on, or attached to, a host vehicle that complies with the manufacturer's recommended weight range. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/3/17 RFB #17 -001 January 2017 SPECIAL PROVISIONS • • • • • SPECIAL PROVISIONS INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2016 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (May 1, 2013 City of Federal Way GSP) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Constructi current edition • National Electric Code, current edition • King County Road Standards — 2007 • City of Federal Way Public Works Development Standards Highways, currently on, WSDOT /APWA, Contractor shall obtain copies of these publications, at Contractor's own expense. City of Federal Way South 356th Street Improvements Page 1 RFB # 17 -001 January 2017 SPECIAL PROVISIONS DIVISION 1: GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provide for the improvement of South 356th Street and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. SCHEDULE A — Roadway Improvements. This contract provides for the improvement of South 356th Street from Pacific Hwy S to Enchanted Parkway S including construction of new asphalt concrete pavement, curb, gutter, sidewalk and planters, drainage improvements, retaining walls, utility undergrounding, traffic signal modifications, illumination, landscaping and other work, all in accordance with the attached Contract Plans, these Special Provisions, and the 2016 Standard Specifications. SCHEDULE B— Lakehaven Water and Sewer The work in this schedule includes water relocation work required for the improvements in Schedule A, includes removal and relocations of, and modifications and improvements to Lakehaven's water system and appurtenant facilities, and adjustments to water system valves and sewer manholes to match the improvements in Schedule A. The work includes but is not limited to removal of inactive water mains and appurtenances, including asbestos cement pipe, installation of new 8 -inch water mains, fire hydrant assemblies, water service connections, temporary water services, together with associated facility improvement. Lakehaven Water & Sewer District will supply any necessary frames and covers for manhole adjustments. SCHEDULE C — Puget Sound Energy (PSE) Undergrounding The work in this section includes the installation of conduit, handholes and vaults for the conversion of PSE's overhead utilities to underground facilities. PSE will supply all conduits, handholes and vaults, and the Contractor will install them in this contract. Excavation, backfill and compaction of the utility trench is paid for in Schedule A. SCHEDULE D — Comcast Undergrounding The work in this section includes the installation of conduit, handholes and vaults for the conversion of COMCAST overhead utilities to underground facilities. COMCAST will supply all conduits, handholes and vaults, and the Contractor will install them in this contract. Excavation, backfill and compaction of the utility trench is paid for in Schedule A. Schedules A, C, and D The Contractor is advised that all work performed under these schedules of the contract shall conform to the 2016 Standard Specifications for Road, Bridge and Municipal Construction (English), together with the APWA Division 1 General Special Provisions as issued by the Washington State Department of Transportation and American Public Works Association, Washington State Chapter. The following Special Provisions supersede any conflicting provisions of the 2016 Standard Specifications for Road, bridge and Municipal Construction (English), together with the APWA Division 1 General Special Provisions as City of Federal Way RFB # 17 -001 South 356"' Street Improvements January 2017 Page 2 • • SPECIAL PROVISIONS issued by the Washington State Chapter and the foregoing Amendments to the aforementioned Standard Specifications. Schedule B The Contractor is advised that all work performed under Schedule B shall conform to the Lakehaven Water & Sewer District Standards provided in Appendix E and that the Lakehaven Water & Sewer District Standards supersede any conflicting provisions of the 2016 Standard Specifications for Road, Bridge and Municipal Construction (English), together with the APWA Division 1 General Special Provisions as issued by the Washington State Chapter and the foregoing Amendments to the aforementioned Standard Specifications. This work will be performed for Lakehaven Water & Sewer District to their standard specifications included herein. Schedules B, C, or D or any combination may be deleted by the City of Federal Way with no penalty or additional compensation. Cumulative Schedules Bidding This Bid Proposal requires the bidder to bid cumulative Schedules as part of the bid. As such the bidder is required to submit a Base Bid (Schedule A) and a bid for each of the cumulative Schedule(s) Bid Proposal The bid proposal is composed of the following parts: 1. Base Bid The base bid shall include constructing all items included in the proposal except those items contained in the Schedule(s) B, C, & D. 2. Schedule(s) B, C, & D. a. Schedule B Based on constructing Lakehaven Water & Sewer District facilities The bid items for Schedule B are as listed in the bid proposal. b. Schedule C Based on constructing PSE Undergrounding The bid items for Schedule C are as listed in the bid proposal. c. Schedule D Based on constructing Comcast Undergrounding The bid items for Schedule D are as listed in the bid proposal Bidding Procedures To be considered responsive the bidder shall submit a price on each and every item of work included in the Base Bid and all Schedule(s.) Bid Evaluation City of Federal Way South 356th Street Improvements Page 3 RFB # 17 -001 January 2017 SPECIAL PROVISIONS The successful bidder will be the bidder submitting the lowest responsible bid for the Base Bid (Schedule A) plus Schedule B plus Schedule C plus Schedule D. The award will be subject to the requirements of Section 1 -03. 1 -01 DEFINITIONS AND TERMS 1 -01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary ", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". City of Federal Way South 356'h Street Improvements Page 4 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS All references to the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1 -08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract ". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. City of Federal Way South 356th Street Improvements Page 5 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1 -02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17 ") 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award. Large plans (e.g., 22" x 34 ") 2 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1 -02.4 Examination of Plans, Specifications, and Site of Work 1- 02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. City of Federal Way South 356th Street Improvements Page 6 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS 1 -02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M /WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1 -02.6 Preparation of Proposal Section 1 -02.6 is supplemented with the following: A minimum bid of * ** $5,000 * ** lump sum has been established for the item "Type ' " B * ** Progress Schedule." The Contractor's bid shall equal or exceed that amount. If the Contractor's bid is less than the minimum specified amount, the Contracting Agency will unilaterally revise the bid amount to the minimum specified amount and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the Contracting Agency for award purposes and to fix the amount of the contract bond. (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). City of Federal Way South 356'h Street Improvements Page 7 RFB # 17 -001 January 2017 SPECIAL PROVISIONS A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M /WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. (May 7, 2012 WSDOT GSP) The fourth paragraph of Section 1 -02.6 is revised to read: The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise (DBE) Utilization Certification, when required by the Special Provisions. For each and every DBE firm listed on the Bidder's completed Disadvantaged Business Enterprise Utilization Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is in agreement with the DBE participation commitment that the Bidder has made in the Bidder's completed Disadvantaged Business Enterprise Utilization Certification. WSDOT Form 422 031 EF (Disadvantaged Business Enterprise Written Confirmation Document) is to be used for this purpose. Bidder must submit good faith effort documentation only in the event the bidder's efforts to solicit sufficient DBE participation have been unsuccessful. Directions for delivery of the Disadvantaged Business Enterprise Written Confirmation Documents and Disadvantaged Business Enterprise Good Faith Effort documentation are included in Sections 1 -02.9. 1- 02.6(1) Recycled Materials Proposal (January 4, 2016 APWA GSP) Add the following new section: The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. 1 -02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1 Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; City of Federal Way South 356`" Street Improvements Page 8 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1 -02.9 Delivery of Proposal (August 15, 2016 APWA GSP, Option A) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. If the project has FHWA funding and requires DBE Written Confirmation Document(s) or Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder shall submit written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272 -056 EF, as required by Section 1 -02.6. The DBE Written Confirmation Document(s) and /or GFE (if any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The document(s) shall be received no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed envelope labeled the same as for the Proposal, with "DBE Supplemental Information" added. All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any DBE confirmations or GFE documentation proposal that is received after the time specified above, or received in a location other than that specified in the Call for Bids. 1 -02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and City of Federal Way RFB # 17 -001 South 356`h Street Improvements January 2017 Page 9 SPECIAL PROVISIONS 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1 -02.12 Public Opening Of Proposal Section 1 -02.12 is supplemented with the following: Date of Opening Bids Sealed bids are to be received at one of the following locations prior to the time Specified: 1. At City of Federal Way Purchasing Office, 33325 8th Avenue South, Federal Way, WA 98003 -6325. The City will consider notification of bid receipt by the Post Office as the actual receipt of the bid. 2. In the City of Federal Way Purchasing Office, 33325 8th Avenue South, Federal Way, WA 98003 -6325, until 10:00 A.M. of the bid opening date. Bids delivered in person will be received only in the Bid Room on the bid opening date. The bid opening date for this project is Thursday, January 26, 2017. Bids received will be publicly opened and read after 10:10 A. M. on this date. 1 -02.13 Irregular Proposals (January 4, 2016 APWA GSP) Delete this section and replace it with the following: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; City of Federal Way South 356`h Street Improvements Page 10 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1 -02.6; The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1 -02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1 -02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or More than one proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1 -02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option B) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the following Supplemental Criteria: 1. Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website: http: / /dor.wa.gov/ content / fileandpaytaxes /latefiling /dtlwest.aspx , or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. City of Federal Way South 356th Street Improvements Page 11 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Prevailing Wages A. Criterion: The Bidder shall not have a record of prevailing wage violations as determined by WA Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved. The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required. 5. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are City of Federal Way South 356"' Street Improvements Page 12 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and /or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 6. Public Bidding Crime A. Criterion: The Bidder and /or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and /or its owners have not been convicted of a crime involving bidding on a public works contract. 7. Termination for Cause / Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. 8. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that City of Federal Way South 356th Street Improvements Page 13 RFB # 17 -001 January 2017 SPECIAL PROVISIONS the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third - parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such City of Federal Way South 356th Street Improvements Page 14 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1 -02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1- 03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then City of Federal Way RFB # 17 -001 South 356th Street Improvements January 2017 Page 15 SPECIAL PROVISIONS the tie - breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie - breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful ". The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled m aterials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 1 -03.2 Award Of Contract Section 1 -03.2 is supplemented with the following: ( * * * * * *) The contract will be awarded on the basis of the total of Schedule A plus the Schedules selected from Schedules B, C, and D. Should the Contracting Agency exercise the option to delete the work in one or more of the schedules listed above and shown on the Bid Schedule prior tc contract award, then Section 1 -04.6 will not apply to the items that are deleted. 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the City of Federal Way South 356' Street Improvements Page 16 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Contracting Agency may grant up to a maximum of 5 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency- furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1 -03.7 Judicial Review (July 23, 2015 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, City of Federal Way South 356th Street Improvements Page 17 RFB # 17 -001 January 2017 SPECIAL PROVISIONS provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. 1 -04 SCOPE OF THE WORK 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 -04.4 Changes (WSDOT GSP) Section 1- 04.4(2) is added as follows: 1- 04.4(2) Unexpected Site Changes (New Section) Unanticipated site Work, as ordered by the Engineer, shall consist of Work not otherwise provided for in the Contract and paid in accordance with Section 1 -09.6. Such Work may include: 1. Design changes to address field conflicts or adjustments needed to complete the Work; 2. Miscellaneous Work, directed by the Contracting Agency, not covered in the Contract and not exceeding $15,000 per change; 3. Removal of unexpected Structures or obstructions. Measurement No specific unit of measurement will apply to the force account item "Unexpected Site Changes ". Payment "Unexpected Site Changes ", by force account as provided in Section 1 -09.6. To provide a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the Contractor's total Bid. City of Federal Way South 356th Street Improvements Page 18 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS 1 -04.6 Variation in Estimated Quantities (July 23, 2015 APWA GSP, Option B) Revise the first paragraph to read: Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. When the accepted quantity of Work performed under a unit item varies from the original Proposal quantity, payment will be at the unit Contract price for all Work unless the total accepted quantity of any Contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original Proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than 10 percent of the total contract price at time of award. In that case, payment for contract work may be adjusted as described herein: 1 -05 CONTROL OF WORK 1 -05.4 Conformity With and Deviations from Plans and Stakes (April 4, 2011 WSDOT GSP) Contractor Surveying - Structure Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of bridges, noise walls, and retaining walls. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work by the Contractor shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of City of Federal Way South 356th Street Improvements Page 19 RFB # 17 -001 January 2017 SPECIAL PROVISIONS secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, by placing hubs and /or marked stakes, the location with offsets of foundation shafts and piles. 3. Establish offsets to footing centerline of bearing for structure excavation. 4. Establish offsets to footing centerline of bearing for footing forms. 5. Establish wing wall, retaining wall, and noise wall horizontal alignment. 6. Establish retaining wall top of wall profile grade. 7. Establish elevation benchmarks for all substructure formwork. 8. Check elevations at top of footing concrete line inside footing formwork immediately prior to concrete placement. 9. Check column location and pier centerline of bearing at top of footing immediately prior to concrete placement. 10. Establish location and plumbness of column forms, and monitor column plumbness during concrete placement. 11. Establish pier cap and crossbeam top and bottom elevations and centerline of bearing. 12. Check pier cap and crossbeam top and bottom elevations and centerline of bearing prior to and during concrete placement. 13. Establish grout pad locations and elevations. 14. Establish structure bearing locations and elevations, including locations of anchor bolt assemblies. 15. Establish box girder bottom slab grades and locations. 16. Establish girder and /or web wall profiles and locations. 17. Establish diaphragm locations and centerline of bearing. 18. Establish roadway slab alignment, grades and provide dimensions from top of girder to top of roadway slab. Set elevations for deck paving machine rails. 19. Establish traffic barrier and curb profile. 20. Profile all girders prior to the placement of any deadload or construction live load that may affect the girder's profile. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with the following primary survey and control information: 1. Descriptions of two primary control points used for the horizontal and vertical control. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates City of Federal Way South 3561h Street Improvements Page 20 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. 2. Horizontal coordinates for the centerline of each bridge pier. 3. Computed elevations at top of bridge roadway decks at one -tenth points along centerline of each girder web. All form grades and other working grades shall be calculated by the Contractor. The Contractor shall give the Contracting Agency three weeks notification to allow adequate time to provide the data outlined in Items 2 and 3 above. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal ±0.02 feet ±0.02 feet 1. Stationing on structures 2. Alignment on structures 3. Superstructure elevations 4. Substructure ±0.01 feet variation from plan elevation ±0.02 feet variation from Plan grades. The Contracting Agency may spot -check the Contractor's surveying. These spot - checks will not change the requirements for normal checking by the Contractor. When staking the following items, the Contractor shall perform independent checks from different secondary control to ensure that the points staked for these items are within the specified survey accuracy tolerances: Piles Shafts Footings Columns The Contractor shall calculate coordinates for the points associated with piles, shafts, footings and columns. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the survey work. The Contracting Agency will require up to seven calendar days from the date the data is received to issuing approval. Contract work to be performed using contractor - provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Primary survey control data provided by the Contracting Agency is indicated on the Plans. All costs associated with Structure Surveying shall be measured and paid under the item "Construction Suveying" per 1 -05.4 herein. City of Federal Way RFB # 17 -001 South 356th Street Improvements January 2017 Page 21 SPECIAL PROVISIONS (April 1, 2013 WSDOT GSP) Contractor Surveying - Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and Pls) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor City of Federal Way South 356'h Street Improvements Page 22 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10- foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to existing pavement. The Contractor shall submit these changes to the Project Engineer for review and approval 10 days prior to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: City of Federal Way South 356`h Street Improvements Page 23 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Slope stakes Subgrade grade stakes set 0.04 feet below grade Vertical Horizontal ±0.10 feet ±0.10 feet ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot -check the Contractor's surveying. These spot - checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor - provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Primary survey control data provided by the Contracting Agency is indicated on the Plans. All costs associated with Roadway Surveying shall be measured and paid under the item "Construction Suveying" per 1 -05.4 herein. 1 -05.4 Conformity With and Deviations from Plans and Stakes ( * * * * * *) Section 1 -05.4 is supplemented with the following: City of Federal Way South 356`h Street Improvements Page 24 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS Major items of work shall be defined to include the following items: Manholes Catch Basins and Inlets Valves Vertical and Horizontal Bends Junction Boxes Cleanouts Side Sewers Illumination Systems Hydrants Major Changes in Design Grade(s) Vaults Culverts Curb, Gutter and Sidewalk Signal Systems and Equipment Retaining Walls Curb lines and sidewalks Irrigation Sleeves under Roadways After the completion of the work covered by this contract, the Contractor's surveyor shall provide to the City the hard cover field book(s) containing the construction staking and as -built notes, and one set of white prints of the construction drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the construction drawings upon which he has plotted the as -built location of the new work as recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right -of -way locations, and obtain, review and analyze deeds and records as necessary to determine these boundaries. The Contracting Agency will provide "rights of entry" as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right -of -way lines as designated by the Engineer. When required, the Contractor shall prepare and file a Record of Survey map in accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting Agency will provide all existing base maps, existing horizontal and vertical control, and other material available with Washington State Plane Coordinate information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and /or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. In accordance with RCW 58.24.040(8), No cadastral or geodetic survey monument may be disturbed without a valid permit to remove or destroy a survey monument, issued by the Washington State Department of Natural Resources. Permit applications can be obtained by calling the Public Land Survey Office at (360)902 -1194. The permit application must be stamped by a registered Washington State land Surveyor. City of Federal Way South 356`h Street Improvements Page 25 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Project Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. Surveying for Pavement Planing The Contractor shall field verify existing pavement elevations at 25 ft intervals to determine required depths of pavement planing. The Contractor shall perform a cross section survey at 25 ft intervals and verify actual locations of the existing pavement at centerline, at grade breaks and at the lip of new gutter. The field notes from this survey shall be reduced and compared with finish grade elevations to determine pavement overlay thickness. The Contractor shall submit planing limit cut - sheets or spreadsheets showing same to the Engineer for approval prior to construction staking. The Engineer will review the cut -sheet data for irregularities in the finished pavement and direct the Contractor to modify as necessary. Surveying for pavement planning is considered incidental and included in the unit contract price for Construction Surveying, Audio/Video Taping Furnish a continuous color audio -video DVD recording of the sensitive areas within fifty (50) feet of construction. A. Complete coverage shall include all surface features within 50' of the work area to be utilized by the Contractor, and shall be supported by appropriate audio description made simultaneously with video coverage. Such coverage shall include, but not be limited to, all existing driveways, sidewalks, curbs, ditches, roadways, landscaping, trees, culverts, headwalls, and retaining walls, equipment, structures, pavements, manholes, vaults, handrails, etc. located within the aforementioned work zone. Video coverage shall extend to the maximum height of all structures within this zone. B. All taping shall be done during times of good visibility. No taping shall be done during periods of visible precipitation, or when more than ten percent of the ground area is covered with standing water, unless otherwise authorized by Owner. City of Federal Way South 356th Street Improvements Page 26 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS As -Built Survey and Record Drawings After construction has been completed the Contractor shall perform an as -built survey and provide the information in (1) full -size paper copy and AutoCAD 2011 or later version file to the Engineer. This as -built survey shall consist of the following: Survey of rim elevation, sump elevations, and invert elevations of all storm drainage structures installed, modified or left in place within the limits of this contract. Storm pipe diameter and material; drainage structure type, size, lid type (solid cover or grate, standard or heavy duty), and lid shape; model No. of CB water quality treatment inserts installed, flowline of open channel conveyance systems at 50 -foot max. intervals, and retaining wall footing drains, including cleanouts. Finished grade shots on all utility appurtenances within the limits of this contract, including, but not limited to vaults, handholes, valves, fire hydrants, water meters, junction boxes, signal poles, etc. Appurtenances with round covers should have one survey shot in the center of the manhole or valve cover, or at the center of the fire hydrant. Utility handholes and boxes shall have two shots on opposite corners of the cover. • Final curb elevations, with a minimum of 5 shots at each curb return. Also, final shots along all curb and gutter, block curb, integral curb and extruded curb installed in this contract (at flowline of the curbs). • Final elevations at the front and back of walk throughout the project limits. • Final wall elevations at the face and top of all walls installed in this contract. • Shots of all signs, trees, illumination and signal equipment installed as part of this contract. • Shots to delineate all channelization installed in this contract. Throughout construction, the Contractor shall keep a set of redline drawings that record as -built information at the project site. This set of drawings shall be provided to the Engineer at the end of the project. This record drawing information shall, at a minimum, consist of the following: • All changes to the Contract Plans. • Pothole information gathered by the Contractor. • Actual location of utility trenches, including depth to top of conduits at a minimum of 100' spacing. • Existing utility information not included in the Contract Plans, or that differs from the Contract Plans. City of Federal Way South 356th Street Improvements Page 27 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Construction Surveying ", lump sum. The lump sum contract price for "Construction Surveying" shall be full pay for all labor equipment, materials, and supervision utilized to perform the work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, structure surveying, roadway surveying and coordination efforts. "As -Built Survey and Record Drawings ", lump sum. The lump sum contract price for "As -Built Survey and Record Drawings " shall be full pay for all labor, equipment, materials, and supervision utilized to perform the work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. City of Federal Way South 356th Street Improvements Page 28 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. City of Federal Way South 356th Street Improvements Page 29 RFB # 17 -001 January 2017 SPECIAL PROVISIONS This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. There fore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date can not be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1- 05.12(1) One -Year Guarantee Period (March 8, 2013 APWA GSP) Add the following new section: City of Federal Way South 356th Street Improvements Page 30 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1 -05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1 -05.14 Cooperation with Other Contractors (March 13, 1995 WSDOT GSP) Section 1 -05.14 is supplemented with the following: Other Contracts or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: 1. Puget Sound Energy — PSE will install wiring, transformers, service cutovers, existing, pole and aerial wire remoal, etc. within 60 working days following complete installation and approval of vaults and conduits by the Contractor. 2. Comcast — PSE will install wiring, transformers, service cutovers, existing, pole and aerial wire remoal, etc. within 60 working days following complete installation and approval of vaults and conduits by the Contractor. 3. CenturyLink — Coordinate for adjustments and relocations of existing facilities. 4. Lakehaven Water & Sewer District 5. Pacific Highway S Phase V HOV Lanes Project - Improvements to Pacific Highway South between S 340th Street and S 356th Street will be ongoing for the duration of the S 356th Street project. City of Federal Way RFB # 17 -001 South 356th Street Improvements January 2017 Page 31 SPECIAL PROVISIONS 1- 05.14(A) Notifications Relative to Contractor's Activities Section 1- 05.14(A) is a new section: Notification shall be written, with a copy delivered to the Engineer within a minimum of ten (10) working days prior to the commencement of work, including any work impacting utilities, and must be in such detail as to give the time of the commencement and completion of work, names of streets to be closed, schedule of operations, routes of detours where possible. The Contractor shall also notify the agencies listed below of the name(s) of the construction superintendent in responsible charge or other individuals having full authority to execute the orders or direction of the Engineer, in the event of an emergency. Failure to comply with this requirement will result in a stop work order. City of Federal Way Police Department 33325 8th Ave S Federal Way, WA 98003 -6325 Telephone: 253 - 835 -6701 (To schedule officer T.C. support); 253 - 835 -6767 (For traffic /road closure issues) King County Metro 1270 Sixth Avenue South, Bldg. 2, MS:QS Seattle, WA 98134 Telephone: 206 - 684 -2732 Email: construction.coord©metrokc.gov Comcast Cable Communication 410 Valley Ave NW, Suite 12 -Bldg C Puyallup, WA 98371 Attn: Bill Walker Telephone: 253 - 288 -7538 CenturyLink 23315 66th Avenue S Kent, WA 98032 Attn: Jason Tesdal Telephone: 206 - 345 -3488 Alex Harb Telephone: 206 - 345 -4476 Dale Sacksteder Telephone: 206 - 344 -7606 City of Federal Way South 356th Street Improvements Page 32 South King Fire & Rescue 31617 1st Ave. South Attn.: Tony Parise Federal Way, WA 98003 Telephone: 253 - 946 -7308 Email:Toni. Parise(a�SouthKingFire.orq Federal Way School District Transportation Department Attn: Jo Boyer 1066 South 320th Street Federal Way, WA 98003 Telephone: 253 - 945 -5969 Email: jboyer @fwps.org Puget Sound Energy (Gas) 6905 South 228th St. Kent, WA 98032 Attn: Chang Pak Telephone: 253 - 395 -6988 Puget Sound Energy (Power) 6905 S 228th St Kent, WA 98032 Attn: Dennis Booth Telephone: 425 - 417 -9188 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS Lakehaven Water & Sewer District 31623 First Avenue South P. O. Box 4249 Federal Way, WA 98063 Attn: Wes Hill ZAYO Group 22651 83rd Ave S Kent, WA 98032 Attn: Scott Morrison Area Director - Operations Email: scott.morrison(a�zayo.com Telephone: 206 - 596 -7988 Add the following new Sections: King County Traffic Operations 155 Monroe Avenue NE Renton, WA 98056 Attn: Mark Parrett Tel: 206 - 296 -8152 1- 05.14(B) Coordination of Work with City ( * * * * * *) At least a three (3) working days written notification shall be required on all requests for engineering services other than inspection. All requests shall be coordinated with the Engineer. The Contractor will not be responsible for overtime pay to the City's Engineer for work performed at night. All costs resulting from delays in which requests were not coordinated with the Engineer shall be the sole responsibility of the Contractor. 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. City of Federal Way South 356th Street Improvements Page 33 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 1 -05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1 -05.18 Contractor's Daily Diary The Contractor and subcontractors, as additional consideration for payment for this contract work, hereby agree to maintain and provide to the Owner and the Engineer a Daily Diary Record of this Work. This diary will be created by pen and ink entries in a hardbound diary book of the type that is commonly available by the commercial outlets. The diary must be kept and maintained by the Contractor's designated project superintendent. 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: • The day and date. • The weather conditions, including changes throughout the day. • A complete description of work accomplished during the day with adequate references to the Plans and Specifications so that the reader can easily and accurately identify said work on the Plans. • An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contract, Owner, or any third party in any manner. • Listing of any materials received and stored on or off -site by the Contractor for future installation, to include the manner of storage and protection of the same. • Listing of materials installed during each day. • List of all subcontractors working on -site during each day. • Listing of the number of Contractor's employees working during each day by category of employment. • Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. • Notations to explain inspections, testing, stake -out, and all other services furnished to the Contractor by the Owner or other during each day. • Entries to verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. • Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of the Contractor's progress on each day. • Summary of total number of working days to date, and total number of delay days to date. All pages of the diary must be numbered consecutively with no omissions in page numbers. City of Federal Way South 356th Street Improvements Page 34 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS The Contractor shall utilize additional sheets separate from the diary book, if necessary, to provide a complete diary record. However, the Owner's senior representative must sign separate sheets on each day and a copy furnished at the time of signing to the Owner. The Contractor must provide a copy of the diary to the Owner and the Engineer each morning for the preceding workday. All copies must be legible. IT IS EXPRESSLY AGREED BETWEEN THE CONTRACTOR AND THE OWNER THAT THE DAILY DIARY MAINTAINED BY THE CONTRACTOR SHALL BE THE "CONTRACTOR'S BOOK OF ORIGINAL ENTRY" FOR THE DOCUMENTATION OF ANY POTENTIAL CLAIMS OR DISPUTES THAT MIGHT ARISE DURING THIS CONTRACT. FAILURE OF THE CONTRACTOR TO MAINTAIN THIS DIARY IN THE MANNER DESCRIBED ABOVE WILL CONSTITUTE A WAIVER OF ANY SUCH CLAIMS OR DISPUTES BY THE CONTRACTOR. THE DAILY DIARY MAINTAINED BY THE CONTRACTOR DOES NOT CONSTITUTE THE OFFICIAL RECORD OF THE PROJECT. THE OFFICIAL RECORD OF THE PROJECT IS PREPARED AND MAINTAINED EXCLUSIVELY BY THE ENGINEER. All costs associated with Contractor's Daily Diary shall be included in the related item of work and no additional payment will be made. 1 -05.19 Defects Arising in One Year and Remedies Section 1 -05.19 is a new section: The Contractor shall be responsible for correcting all defects in workmanship and material within one year after acceptance of this work by the City of Federal Way. When corrections of defects are made, the Contractor shall be responsible fcr correcting all defects in workmanship and /or materials in the corrected work for one year after acceptance of the corrections by the Owner. The Contractor shall start work to remedy such defects within seven (7) calendar days of mailing notice of discovery thereof by the Owner and shall complete such work within a reasonable time. In emergencies, where damage may result from delay or where loss of services may result, such corrections may be made by the Owner, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. These actions will be pursuant to the provisions of Section 1 -05.8 of the Standard Specifications. The Contractor shall be liable for any costs, losses, expenses, or damages, including consequential damages suffered by the Owner resulting from defects in the Contractor's work including, but not limited to, cost of materials and labor extended by Owner in making emergency repairs and cost of engineering, inspection and supervision by the Owner or the Engineer. The Contractor shall hold the Owner harmless from any and all claims which may be made against the Owner as a result of any defective work, and the Contractor shall defend any such claims at his own expense. The Contractor agrees the above one -year limitation shall not exclude or diminish the Owner'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 City of Federal Way South 356`h Street Improvements Page 35 RFB # 17 -001 January 2017 SPECIAL PROVISIONS the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. 1 -06 CONTROL OF MATERIAL 1 -06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9- 03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on -site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350 -075 Recycled Materials Reporting. 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied City of Federal Way RFB # 17 -001 South 356th Street Improvements January 2017 Page 36 • • SPECIAL PROVISIONS duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. (April 3, 2006 WSDOT GSP) Section 1 -07.1 is supplemented with the following: Confined Space Confined spaces are known to exist at the following locations: ** *Existing storm drainage, sanitary sewer, and other utility systems, vaults, and structures, along with all new similar new construction items that meet the requirements of WAC 296- 809 - 100. * ** The Contractor shall be fully responsible for the safety and health of all on -site workers and compliant with Washington Administrative Code (WAC 296 -809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 30 days prior to the contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Project Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 1 -07.2 State Taxes Delete this section, including its sub - sections, in its entirety and replace it with the following: 1 -07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of City of Federal Way South 356`h Street Improvements Page 37 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(1) State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(2) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). City of Federal Way South 356th Street Improvements Page 38 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS 1 -07.4 Sanitation 1- 07.4(2) Health Hazards ( * * * * * *) Supplement this subsection with the following: Work on this project will involve exposure to asbestos cement pipe. The Contractor shall be responsible to ensure that all work in the vicinity of, and the removing, handling, processing, hauling and disposing of asbestos cement pipe conforms to the rules, regulations, and recommended practices of the jurisdictional agencies, at a minimum. 1 -07.5 Environmental Regulations Section 1 -07.5 is supplemented with the following: (August 3, 2009 WSDOT GSP) The intentional bypass of stormwater from all or any portion of a stormwater treatement system is prohibited without the approval of the Engineer. 1- 07.5(3) State Department of Ecology Section 1- 07.5(3) is supplemented with the following: (April 6, 2016 WSDOT GSP) 9. Should a violation of the CSWGP occur (also reffered to as a noncompliance event), the Contractor shall immediately notify the Engineer and WSDOT Form 422 -011 Contractor ECAP Repart shall be submitted to the Engineer within 48 hours of violation. 10. Once Physical Completion has been given the Contractor shall prepare a Notice of Termination (Ecology form ECY 020 -87). The Contractor shall submit the Notice of Termination electronically to the Engineer in a PDF format a minimum of 7 calendar days prior to submitting the Notice of Termination to Ecology. 11. The Contractor shall submit copies of all correspondence with Ecology electronically to the Engineer in a PDF format within four calendar days. 1- 07.5(4) Air Quality ( * * * * * *) Addendum # 2 Supplement the first paragraph of this subsection with the following: The local air pollution authority for work in the vicinity of, and the removing, handling, processing, hauling and disposing of, ACM and AC pipe is the Puget Sound Clean Air Agency. The agency responsible for worker and public safety relative to work with asbestos in, and in the vicinity of, the work area is the State of Washington Department of Labor and Industries. City of Federal Way South 356th Street Improvements Page 39 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 1 -07.6 Permits and Licenses (August 3, 2015 WSDOT GSP) Section 1 -07.6 is supplemented with the following: The Contracting Agency has obtained the below - listed permit(s) for this project. A copy of the permit(s) is attached as an appendix for informational purposes. Copies of these permits and a copy of the Transfer of Coverage form submitted to Ecology for the Contruction Stormwater General Permit are required to be onsite at all times. Contact with the permitting agencies, concerning the below - listed permit(s), shall be made through the Engineer with the exception of the Construction Stormwater General Permit where direct communication with the Ecology is allowed. The Contractor shall be responsible for obtaining Ecology's approval for any Work requiring additional approvals (e.g. Request for Chemical Treatment Form). The Contractor shall obtain additional permits as necessary. All costs to obtain and comply with additional permits shall be included in the applicable Bid items for the Work involved. * ** Construction Stormwater General Permit ( * * * * * *) Construction Stormwater General Permit Prior to the Notice to Proceed, the Contractor shall fill out, execute and submit a Transfer of Coverage to the Department of Ecology to transfer the Construction Stormwater General Permit (NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity) from the City to the Contractor. In addition, upon physical completion, the Contractor shall fill out, execute and submit a Notice of Termination form to the Department of Ecology. Copies of the completed Transfer of Coverage and the completed Notice of Termination shall be sent to the Engineer. See section 8 -01 for related SWPP and stormwater monitoring requirements. See Appendix B for a copy of the City's Construction Stormwater General Permit, for a copy of the City's Notice of Intent application, and for blank copies of the Transfer of Coverage, and the Notice of Termination. Survey Monuments In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may be disturbed without a valid permit to remove or destroy a survey monument, issued by the Washington State Department of Natural Resources. Permit applications can be obtained by calling the Public Land Survey Office at (360) 902 -1194. The permit application must be stamped by a registered Washington State Land Surveyor. Asbestos Handling and Disposal (Addendum # 2) The Contractor shall coordinate with the Contracting Agency in completing the applications and preparing plans as applicable for, and shall be responsible to secure and comply with the provisions of, the following: Puget Sound Clean Air Agency: Asbestos / Demolition Notification for Contractors and Property City of Federal Way South 356`h Street Improvements Page 40 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Owners The Contractor is advised that the provisions of Regulation III, Part 4(d) of the Puget Sound Clean Air Agency are not applicable to this project. All asbestos containing or contaminated materials designated for removal as shown on the Plans, specified in these Special Provisions, or generated by the Contractor's operations shall be removed from the work area, and hauled to and disposed at a waste disposal site in the State of Washington authorized to receive such waste. State of Washington Department of Labor and Industries: Notice of Asbestos Abatement Project Sample notification forms, and supplemental agency- furnished information are included in Appendix I. The Contractor shall be responsible to review, amend as necessary, complete, and submit the notification forms. Within three (3) working days of submitting the notifications, the Contractor shall provide a copy of each such notification for the Engineer's review, and shall be responsible to make such corrections as may be requested by the Engineer, and to resubmit the corrected notification(s) within the prescribed advance time frame as provided by the jurisdictional agency. Under no circumstances shall the notifications be submitted under the emergency notification provisions for the associated work identified to be performed within these contract documents. All costs to prepare and submit the notifications, and subsequent costs to coordinate with the jurisdictional agencies in accordance with the respective agency requirements, shall be included in the applicable Bid items for the Work involved. III 1 -07.7 Load Limits (March 13, 1995 WSDOT GSP) Section 1 -07.7 is supplemented with the following: • If the source of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1 -07.13 Contractor's Responsibility for Work (August 6, 2001 WSDOT GSP) 1- 07.13(4) Repair of Damage Section 1- 07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2) or 1- 07.13(3), payment will be made in accordance with Section 1 -04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. City of Federal Way South 356th Street Improvements Page 41 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 1 -07.15 Temporary Water Pollution / Erosion Control 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan Payment will be made under the following bid item(s) when it appears in the Proposal: "SPCC Plan ", per lump sum. 1 -07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP) Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: * ** Comcast Cable Communication Puget Sound Energy (Gas) 410 Valley Ave NW, Suite 12 -Bldg 6905 South 228th St C Kent, WA 98032 Puyallup, WA 98371 Attn: Chang Pak Attn: Bill Walker Telephone: 253 - 395 -6988 Telephone: 253 - 288 -7538 CenturyLink Puget Sound Energy (Power) 23315 66th Avenue S 6905 South 228th St Kent, WA 98032 Kent, WA 98032 Attn: Jason Tesdal Attn: Dennis Booth 206 - 345 -3488 Telephone: 425 - 417 -9188 Alex Harb Telephone: 206 - 345 -4476 Dale Sacksteder Telephone: 206 - 344 -7606 Lakehaven Water & Sewer District King County Traffic Operations 31623 First Avenue South 155 Monroe Avenue NE P. O. Box 4249 Renton, WA 98056 Federal Way, WA 98063 Attn: Mark Parrett Attn: Wes Hill Tel: 206 - 296 -8152 Telephone: 253 - 941 -1516 ZAYO Group 22651 83rd Ave S Kent, WA 98032 Attn: Scott Morrison Email: scott.morrison @zayo.com Telephone: 206 - 596 -7988 City of Federal Way South 356th Street Improvements Page 42 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS * ** Section 1 -07.17 is supplemented with the following: ( * * * * * *) Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. Removal of the existing utility poles cannot take place until PSE and Comcast have completed the installation of the new wiring, energized the underground system, and all service conversions are complete. The Contractor shall schedule his operations such that work impacted by the location of existing poles is not on the critical path. Costs to shore, relocate or remove existing utility poles to facilitate the Contractors operations shall be incidental to and included in the other items of the contract. Interruptions in power transmission or distribution service are dependent on the status of the power grid and may not be available when requested. 60 day notice shall be provided to the Puget Sound Energy Load Office prior to scheduled outages. The Contractor shall be prepared to reschedule impacted work if outages are unavailable. Parcel 2 (1215 South 356th Street): The Contractor shall protect the existing UG service connection until the underground conversion for the project is completed. Portions of Wall 4 cannot be completed prior to this conversion. • 1 -07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1 -07.18 Insurance (January 4, 2016 APWA GSP) • 1- 07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1 -07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A -: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims - made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the City of Federal Way RFB # 17 -001 South 356th Street Improvements January 2017 Page 43 SPECIAL PROVISIONS Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non - contributory insurance as respects the Contracting Agency's insurance, self- insurance, or self- insured pool coverage. Any insurance, self- insurance, or self- insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency H. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. I. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1- 07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • KPG Inc, P.S. and its officers, employees, agents, and subconsultants. The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1- 07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor - provided insurance as set City of Federal Way RFB # 17 -001 South 356th Street Improvements January 2017 Page 44 SPECIAL PROVISIONS forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1- 07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1- 07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1- 07.18(4) Verification of Coverage. 1- 07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self - insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self- insured retention, said deductibles or self- insured retention shall be the responsibility of the Contractor. City of Federal Way South 356th Street Improvements Page 45 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 1- 07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products - completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 $2,000,000 $2,000,000 $1,000,000 $1,000,000 Each Occurrence General Aggregate Products & Completed Operations Aggregate Personal & Advertising Injury each offence Stop Gap / Employers' Liability each accident 1- 07.18(5)B Automobile Liability Automobile Liability shall cover owned, non - owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1- 07.18(5)D Excess or Umbrella Liability (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $$1$$ million each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance All entities listed under 1- 07.18(2) of these Specilal Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. City of Federal Way South 356th Street Improvements Page 46 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1- 07.18(5)J Pollution Liability (January 4, 2016 APWA GSP) The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following: 1. Contractor's operations related to this project. 2. Remediation, abatement, repair, maintenance or other work with lead -based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1- 07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. Such Pollution Liability policy shall provide the following minimum limits: $1,000,000 each Toss and annual aggregate 1 -07.23 Public Convenience and Safety 1- 07.23(1) Construction under Traffic Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contractor's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not City of Federal Way RFB # 17 -001 South 356th Street Improvements January 2017 Page 47 SPECIAL PROVISIONS require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. (January 2, 2012 WSDOT GSP) Section 1- 07.23(1) is supplemented with the following: Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10 * 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk City of Federal Way South 356`h Street Improvements Page 48 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS Minimum Work Zone Clear Zone Distance Section 1- 07.23(1) is supplemented with the following: Pedestrian Access The Contractor shall keep all pedestrian routes and access points (including sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan. (February 14, 2005 NWR GSP) Section 1- 07.23(1) is supplemented with the following: Signs and Traffic Control Devices All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs, if placed earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists. Hours of Darkness The Contractor shall, at no additional cost to the Contracting Agency, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150 -watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from, or shielded from, residences and oncoming traffic. (March 6, 2000 NWR GSP) Section 1- 07.23(1) is supplemented with the following: Night Work Working at night (10:00 p.m. to 7:00 a.m. weekdays, 10:00 p.m. to 9:00 a.m. weekends and holidays) is not mandated by the Contracting Agency. Should the Contractor schedule project work during the nighttime closure hours allowed in section 1- 10.2(2), it shall be the Contractor's responsibility to obtain any required noise variance or exemption for such work. (March 6, 2000 NWR GSP) Section 1- 07.23(1) is supplemented with the following: Closure Restrictions The traffic closures listed in section 1- 10.2(2) will not be allowed during the following time periods: Holidays - from noon the day prior to a holiday or holiday weekend through noon the day following a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday, or Monday are considered a holiday weekend. City of Federal Way South 356th Street Improvements Page 49 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 1 -07.24 Rights Of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. (* * * * * *) City of Federal Way South 356th Street Improvements Page 50 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS The Contracting Agency has secured rights of entry on adjacent private property for the purpose of construction of driveways, slope restoration, drainage, utilities, irrigation, property tie -in and restoration. The Contractor is expressly forbidden from using right of entry areas for vehicle or equipment storage, or material stockpiling without first receiving written approval from the property owner. A copy of the written approval shall be provided to the Engineer before the Contractor stores any equipment or material. Written permission from property owners does not relieve the Contractor of their obligation to receive permission from the Community Development Department for the use of sites as staging areas as set forth in Section 1 -09.7. Owners of certain properties have placed limitations on their rights of entry as described below: Parcel 3 (Donald B. Murphy Contractors): Contractor shall coordinate in advance with the property owner for any work that disrupts driveway access to the property or affects security fencing. Unreasonable disruptions to the DBM operations will not be permitted. Should there be a need to breach security fencing during construction, the site shall be secured by end of shift. Access to the property shall be to the minimum extents necessary to construct the improvements shown on the Plans and be in accordance with the right of entry secured by the City. Trees removed in excess of 5- inches in diameter on this parcel shall be cut and stacked in accordance with Section 2 -01 herein. Parcel 5 (Lowe's Home Centers, LLC): Contractor shall coordinate with Lowe's on -site manager to doordinate delivery schedules to the driveway within the project limits. Contractor shall provide a minimum 30 day notice to Lowe's on -site manager and corporate real estate department prior to driveway closure. A full closure of the driveway will be permitted for a maximum of three (3) weeks to allow for driveway reconstruction, utility connections, wall construction, and all required restoration. The Contractor shall procure and maintain at the contractor's expense, during the duration of the on -site work at Lowe's Home Centers, LLC, liability insurance with an insurance company authorized to do business in the State of Washington, for damages as required by law. The insurance shall cover all operations under this contract, whether performed by the contractor or by subontractors. Before commencing work on or adjacent to the Lowe's Home Center parcel, the contractor shall furnish certificates of insurance, certifying that the policies will not be changed or cancelled until 30 days written notice has been given to the City. Add the following New Section: 1 -07.28 Communication with Businesses and Property Owners City of Federal Way South 356th Street Improvements Page 51 RFB # 17 -001 January 2017 SPECIAL PROVISIONS The Contractor will be responsible for communicating all work activities with the property owners. The Contractor, along with the City's inspector, shall have one formal meeting with the managers of the business corridor. It will be the Contractor's responsibility to initiate and set up the meeting. Thereafter, the Contractor shall keep the businesses informed of their general work locations and activities for the upcoming two (2) months by distributing a monthly status /schedule memo to the businesses. The memo shall be approved by the Engineer prior to distribution. Payment for said meetings and communication shall be considered incidental to the unit contract price paid for Mobilization and no additional payment will be made. 1 -08 PROSECUTION AND PROGRESS Add the following new sections: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1- 08.0(2) Hours of Work (December 8, 2014 APWA GSP) City of Federal Way South 356th Street Improvements Page 52 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon on the working day prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non - Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. 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. 4. If a 4 -10 work schedule is requested and approved the non working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1 -08.1 Subcontracting (October 12, 1998 WSDOT GSP) Section 1 -08.1 is supplemented with the following: Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also City of Federal Way South 356th Street Improvements Page 53 RFB # 17 -001 January 2017 SPECIAL PROVISIONS guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421 -012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. (August 24, 2016 APWA GSP) Delete the eighth paragraph and replace it with the following: On all projects funded with federal assistance the Contractor shall submit "Monthly Report of Amounts Credited as DBE Participation" (form 422 -103 EF) on a monthly basis, in which DBE Work is accomplished, for every month in which the Contract is active or upon completion of the project, as appropriate. The monthly reports are due on the 20th of the month following the end of the previous month. 1- 08.1(1) Subcontract Completion and Return of Retainage Withheld (August 4, 2014 WSDOT GSP) Section 1- 08.1(1) is revised to read: The following procedures shall apply to all subcontracts entered into as a part of this Contract: Requirements 1. The Prime Contractor or Subcontractor shall make payment to the Subcontractor not later than ten days after receipt of payment from the Contracting Agency for work satisfactorily completed by the Subcontractor, to the extent of each Subcontractor's interest therein. 2. Prompt and full payment of retainage from the Prime Contractor to the Subcontractor shall be made within 30 days after Subcontractor's Work is 1 satisfactorily completed. 3. For purposes of this Section, a Subcontractor's work is satisfactorily completed • when all task and requirements of the Subcontract have been accomplished and including any required documentation and material testing. City of Federal Way South 356th Street Improvements Page 54 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS 4. Failure by a Prime Contractor or Subcontractor to comply with these requirements may result in one or more of the following: a. Withholding of payments until the Prime Contractor or Subcontractor complies b. Failure to comply shall be reflected in the Prime Contractor's Performance Evaluation c. Cancellation, Termination, or Suspension of the Contract, in whole or in part d. Other sanctions as provided by the subcontract or by law under applicable prompt pay statutes. Conditions This clause does not create a contractual relationship between the Contracting Agency and any Subcontractor as stated in Section 1 -08.1. Also, it is not intended to bestow upon any Subcontractor, the status of a third -party beneficiary to the Contract between the Contracting Agency and the Contractor. Payment The Contractor will be solely responsible for any additional costs involved in paying retainage to the Subcontractors. Those costs shall be incidental to the respective Bid Items. 1 -08.3 Progress Schedule 1- 08.3(2)B Type B Progress Schedule (March 13, 2012 APWA GSP) Revise the first paragraph to read: The Contractor shall submit a preliminary Type B Progress Schedule at or prior to the preconstruction conference. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1- 08.3(1), except that it may be limited to only those activities occurring within the first 60- working days of the project. Revise the first sentence of the second paragraph to read: The Contractor shall submit 5 copies of a Type B Progress Schedule depicting the entire project no later than 21- calendar days after the preconstruction conference. 1- 08.3(5) Payment ( * * * * * *) Section 1- 08.3(5) is supplemented with the following: "Type B Progress Schedule (Min. Bid $5,000) ", lump sum. 1 -08.4 Prosecution of the Work Delete this section in its entirety, and replace it with the following: City of Federal Way South 356th Street Improvements Page 55 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 1 -08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1- 10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1 -08.5 Time For Completion Section 1 -08.5 is supplemented with the following: ( * * * * * *) This project shall be physically completed within 150 working days. The working days includes time to accomplish all force account work in the bid schedules. 1 -08.5 Time for Completion (September 12, 2016 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved 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 City of Federal Way South 356`h Street Improvements Page 56 RFB # 17 -001 January 2017 • • • SPECIAL PROVISIONS 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. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1- 07.9(5)). b. Material Acceptance Certification Documents c. Final Contract Voucher Certification d. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors e. Property owner releases per Section 1 -07.24 1 -08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1 -09 MEASUREMENT AND PAYMENT 1 -09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the City of Federal Way South 356th Street Improvements Page 57 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 -09.7 Mobilization Section 1 -09.7 is supplemented with the following: ( * * * * * *) Obtaining a site for the Contractor's mobilization, field office(s), storage of materials, and other general operations shall be the responsibility of the Contractor. All costs associated with securing sites shall be included in the other bid items on the project and no other compensation will be made for this item. The Contractor will provide City with copy(s) of agreement(s). Payment is made under the following bid item: "Mobilization" per lump sum. When the bid item for 'Mobilization' appears on the proposal, the lump sum contract price for 'Mobilization' shall include all mobilization costs associated all Bid Schedules.. The lump sum bid price for 'Mobilization" shall include, but not limited to, the following items: the movement of the Contractor's personnel, equipment, supplies and incidentals to the project site; the establishment of the Contractor's office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for the Contractor's personnel; obtaining permits or licenses required to complete the project not furnished by the Owner; and other work and operations which must be performed or costs that must be incurred. 1- 09.7(1) Field Office Building Section 1- 09.7(1) is a new section: ( * * * * * *) Description This work shall consist of furnishing and setting -up a temporary office building for the sole use of the Contracting Agency. Construction Requirements The building shall be set -up, at the location designated by the Engineer, within the first 10 working days, unless the Engineer has approved a different schedule. The Contractor shall provide a secure minimum 400 square foot office suitable for use by the Engineer and resident inspection staff for the duration of the project. This office shall be separate from the Contractor's field office and be for the exclusive use of the Engineer and inspection staff. Prior to commencing physical construction, the Contractor shall provide the following minimum items: Field Office 400 square feet office space City of Federal Way South 356th Street Improvements Page 58 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS Above ground floor Parking for four vehicles on crushed gravel or equivalent surface Stairs shall have handrails Weekly janitorial service Solid waste removal service Heating and air conditioning Electric lights, including two desk lamps Operable windows with security bars Two, 6 sf. shelving units One 4- drawer filing cabinet (legal sized) Cork bulletin board (24 sf min.) Dry erase white board (24 sf min.) Plan layout table (3 ft x 6 ft min.) Drafting table (3 ft x 6 ft min.) with adjustable tilting top Copy machine with extra toner and service as required Two conference tables (4 ft x 8 ft each) Twenty stackable chairs Two desks (3 ft x 6 ft min) with drawers along one side and pencil drawer Two desk chairs and one drafting chair with adjustable heights and backs Front door deadbolt or padlock with six keys Five gallon bottled water dispenser with full service Single serve coffee maker with tea, coffee, and disposable cups provided as needed. Sanitary facilities within 25 ft of office Hand washing facilities Communications Broadband communication line with minimum 50mbps upload /download connection. All in one printer / copy machine / scanner with automatic feed, and capacity to copy /scan 11x17 sheets with extra toner and service as required. The printer /coprier /scanner shall have the capability to scan to email. The Contractor shall include costs for office utilities and broadband service in this item. The building and contents shall remain the property of the Contractor and shall be removed from the site thirty (30) calendar days after physical completion of the contract, or when designated by the Engineer. The Contractor shall arrange and provide the construction equipment staging area. This area must be approved by the City of Federal Way, Community Development City of Federal Way South 356th Street Improvements Page 59 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Department. Sites chosen near residential properties can expect severe restrictions on noise and allowable work hours. Payment Payment will be made in accordance with Section 1 -04.1, for the following bid item: "Field Office Building ", lump sum. The lump sum contract price for "Field Office Building" shall be full pay for furnishing, installing, maintaining, and removing the facility, including all costs associated with all required utility hook -ups and disconnects, and monthly utility /broadband charges for all utilities.. 1 -09.8 Payment for Material on Hand (August 3, 2009 WSDOT GSP) Payment For Material On Hand The last paragraph of Section 1 -09.8 is revised to read: The Contracting Agency will not pay for material on hand when the invoice cost is less than $2,000. As materials are used in the work, credits equaling the partial payments for them will be taken on future estimates. Each month, no later than the estimate due date, the Contractor shall submit a letter to the Project Engineer that clearly states: 1) the amount originally paid on the invoice (or other record of production cost) for the items on hand, 2) the dollar amount of the material incorporated into each of the various work items for the month, and 3) the amount that should be retained in material on hand items. If work is performed on the items and the Contractor does not submit a letter, all of the previous material on hand payment will be deducted on the estimate. Partial payment for materials on hand shall not constitute acceptance. Any material will be rejected if found to be faulty even if partial payment for it has been made. 1 -09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. City of Federal Way South 356th Street Improvements Page 60 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1), on non FHWA- funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 -05.1. 1- 09.11(3) Time Limitation and Jurisdiction (July 23, 2015 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1- 05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising City of Federal Way South 356'h Street Improvements Page 61 RFB # 17 -001 January 2017 SPECIAL PROVISIONS from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1 -09.13 Claims Resolution 1- 09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1 -09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1- 09.13(3)A Administration of Arbitration (July 23, 2015 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1 -10 TEMPORARY TRAFFIC CONTROL 1 -10.1 General Revise the first paragraph to read: The Contractor shall provide traffic control plans to the City of Federal Way for review and approval a minimum of ten (10) working days prior to implementation. These plans shall supplement Construction Staging Plans. The plans as provided by the Contractor shall include and not be limited to the following information: • Stop line locations with station and offset to verify safety of intersection turning radius for vehicles. • Minimum lane widths provided for vehicular travel. • Turn pocket length, gap, and tapers in conformance with the City of Federal Way Standard Detail DWG 3 -19A, and WSDOT standard plans. City of Federal Way South 356`h Street Improvements Page 62 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Business Open During Construction Signs The Contractor shall provide a minimum of six (6) Business Open During Construction signs for the project. The Business Open During Construction signs shall be per the detail in the plans. City of Federal Way Project Signs City of Federal Way Project signs shall be considered Construction Signs Class A. The Contractor shall provide two (2) project signs per the standard detail within the Appendix. Signs shall include funding partners as provided by the City. 1 -10.2 Traffic Control Management (December 1, 2008 WSDOT GSP) Section 1- 10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone: (540) 368 -1701 1- 10.2(2), Traffic Control Plans Section 1- 10.2(2) is supplemented with the following: ( * * * * * *) City of Federal Way South 356th Street Improvements Page 63 RFB # 17 -001 January 2017 SPECIAL PROVISIONS The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. The Contractor shall maintain continuous two lane, two -way traffic along streets throughout the project site. 2. Work requiring interruption of two lane, two -way traffic shall be performed at night, between the hours of 8:00 pm and 5:00 am when approved by the Engineer. During these times, the Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two -way traffic to allow one -way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A momentary interruption shall be defined as a period of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. 3. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks and driveways. 4. All business driveways shall remain open except as necessary to permit curing of construction materials or for short periods of time as required for excavations. However, at least one (1) driveway per business shall remain open to vehicular traffic at all times unless otherwise approved by the Engineer and affected property owner in writing. If a business has only one driveway, then that driveway must be constructed one -half at a time to allow the passage of vehicles. The amount of time that a driveway can be closed will be limited. Business owners shall be notified in writing at least 48 hours in advance of any planned driveway closures. 5. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. 6. Any asphalt concrete pavement, crushed surfacing, or gravel base for maintaining traffic during the life of this contract shall be placed by the Contractor immediately upon request by the Engineer. In addition, cuts made in the traveled lanes or on walkways that are paved will be temporarily patched with hot mix and maintained daily until such time as a permanent patch can be made. Payment for crushed surfacing, gravel and asphalt will be paid at their respective bid items, as included in the contract. 7. Detours will not be allowed except as noted herein or Section 1- 07.23(2) as amended. 8. Drivers of motor vehicles used in connection with the construction shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for the drivers of private vehicles. 9. The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is City of Federal Way RFB # 17 -001 South 356`h Street Improvements January 2017 Page 64 • • SPECIAL PROVISIONS being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. See Section 1- 07.23(1) for additional driveway closure requirements. 10. The Contractor shall provide traffic cones, barricades and drums, with warning lights in sufficient number and in good condition as required to protect the work and the public throughout the length of the job. Traffic Safety Drums with flashers in addition to temporary striping will be used to channelize traffic through construction zones. Opposing lanes of traffic will be separated by pylons when clearance for drums is not adequate. All signing and channelization shall be per current MUTCD standards. 11. Temporary paint striping, reflective marking tape, and /or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and /or retroreflective tubular markers as required at the direction of the Engineer. Paint, reflective marking tape, and /or retroreflective tubular markers used for temporary striping shall meet the requirement of Section 8 -23 of these Special Provisions. 12. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, shall contain accurate dimensions and legends and shall be signed by the preparer. Special Conditions South 356th Street Traffic Requirements • Left turn lanes at the intersections at Pacific Highway South and South 356th Street and SR 161 and South 356th Street shall remain open at all times. • All utility crossings or other work requiring interruption of two lane, two -way traffic shall be performed at night between the hours 8:00 PM and 5:00 AM. • A minimum of one access to each business will remain open at all times. • The existing lighting system shall remain operational until the new system is functioning. The Engineer may approve partial interruptions required because of staging. • No more than one shift may be worked per day without approval of the Engineer. • Pedestrians must have access to pedestrian push buttons at all times. • The Contractor shall maintain at least one continuous ADA accessible pedestrian walkway throughout the project at all times. • The Contractor shall provide minimum 30 days notice to Lowe's on site manager and corporate real estate department as to the potential schedule for driveway closure. The contractor shall coordinate semi -truck deliveries with potential driveway closures and repairs. The Contractor shall limit the closure of Lowe's driveway to a maximum of 3 total weeks during construction. City of Federal Way RFB # 17 -001 South 356th Street Improvements January 2017 Page 65 SPECIAL PROVISIONS 1 -10.3 Traffic Control Labor, Procedures and Devices 1- 10.3(1) Traffic Control Labor Section 1- 10.3(1) is supplemented with the following: Off Duty Uniformed Police Officer The City shall reimburse the Contractor for the use of off duty uniformed police officers at the invoiced cost with no mark -up per Standard Specifications 1 -09.6 Force Account. The Contractor shall request uniformed off-duty police officers from the City of Federal Way Police Department, (253) 835 -6701. The request shall be made forty -eight (48) hours before the use of the off-duty police officers on the project site. A minimum of three (3) hours call out time shall be paid for each request for off -duty police officers. It shall be the Contractors responsibility to arrange a work schedule to minimize any additional costs incurred by the minimum three (3) hour call out requirement. No reimbursement of any portion of the minimum callout will be allowed where Contractor - made schedule revisions occur after an off duty officer has been procured. No reimbursement of any portion of the minimum callout will be allowed where Contractor - made schedule revisions occur after an Off -Duty Police Officer has been procured. Off -Duty Uniformed Police Officer will be required only when the signal system is in flashing mode or is not operational or otherwise approved by the Project Engineer. ( * * * * * *) The last sentence of the second paragraph of Section 1- 10.3(1) is revised to read: The Contractor shall furnish the flashing stop /slow paddles for the flagging stations. The use of conventional flagging paddles will only be allowed in the case of an emergency, or temporary use while a failed FSSP is replaced or repaired. 1- 10.3(3) Traffic Control Devices Section 1- 10.3(3) is supplemented with the following: ( * * * * * *) The following devices are deemed compliant with the crashworthiness requirements of NCHRP 350 and are approved for use on the project: Approved Category II Devices Type I & II Barricades Manufacturer Model Number WLI Industries Safety Cade Type II Bent Manufacturing Unicade Bent Manufacturing Waffle Barricade Bent Manufacturing Type II Plywood or Plastic Panel City of Federal Way South 356th Street Improvements Page 66 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS Eastern Metal Plasticade Products Plasticade Products Dicke Tool Company TrafFix Devices, Inc. The Roadmaker Company Three D Traffic Works, Inc. Protection Services, Inc. Flex -O -Lite United Rentals Highways Bureau of Highway Safety The Cortina Companies Type 111 Barricades Manufacturer Bent Manufacturing Recycled Plastic Products Yodock Wall Company Cantel of Medford, Inc. Davidson Plastics Corp. Approved Portable Signs and Stands Manufacturer Montana DOT WLI Texas DOT Reflexite /Eastern Metals Type I & II Barricades Fibercade Type II Plasticade Type II Type I Plastic Barricade Plastic Folding Type I Barricade Type II Plastic Barricade TD2000 Works Barricade Type I & II Barricades Type I Barricade Type I & II Barricades Penn. Type III Barricade Type I Plastic Barricades Model Number Type III Barricade Hollow Core Plastic Barricade Yodock 2001m Type III Barricade EZ -UP Type III Barricade T3B Type III Barricade Model Number DWG# 618 -02 (Plywood) SafetyCor Sign System (Plastic) Skid Mounted Sign Support (Plywood) DF 400 & DF 4700 TX (Endurance plastic) (Aluminum signs are not approved for use with the above listed stands at this time Wood Sign Posts Use the below charts to determine post size for Class A construction signs. One Post Installation Min. Sign Sq. Ft. Post Size 4x4 4x6 6x6 6x8 4x4 4x6 6x6 6x8 City of Federal Way South 356th Street Improvements 17.0 21.0 26.0 Max. Sign Sq. Ft. 16.0 20.0 25.0 31.0 Two Post Installation (For signs 5 feet or greater in width) 17.0 37.0 47.0 Page 67 16.0 36.0 46.0 75.0 * RFB # 17 -001 January 2017 SPECIAL PROVISIONS * The Engineer shall determine post size for signs greater than 75 square feet. 1- 10.3(3) Traffic Control Devices Section 1- 10.3(3) of the Standard Specifications are revised to read as follows: ( * * * * * *) All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All non - applicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. All orange background signs shall utilize materials, and be fabricated in accordance with, Section 9 -28. All new orange background signs and all W20 -7a "Flagger Ahead" signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting. All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. There shall be no intermixing of signs with non - fluorescent orange reflective sign sheeting and signs with fluorescent orange reflective sign sheeting on the same sign post. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi - permanent nature. Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Payment for setup and take down of Class B signs will be limited to the labor cost to do the work described in Section 1- 10.3(1), and for transportation described in Section 1- 10.3(2). Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. City of Federal Way RFB # 17 -001 South 356th Street Improvements January 2017 Page 68 • • SPECIAL PROVISIONS Traffic Safety Drums used to delineate driveways and access locations to private properties within the work zone shall be yellow in color. 1- 10.3(7) Temporary Pavement Marking Section 1- 10.3(7) is a new section: All costs in connection with the use of reflective traffic tape as temporary pavement markings shall be incidental to other bid items. All costs for paint lines and reflective pavement markers used for temporary traffic control shall be paid under other bid items. Description The Contractor shall install and remove approved 4- inch -wide reflective traffic tape, paint line, RPMs and pavement markings per City of Federal Way Standard Details DWG - 3 -17, DWG - 3 -18, and DWG - 3 -19, as shown on the Plans, specified in the Special Provisions for this Contract, or as directed by the Engineer. Temporary pavement markings shall be removed after the installation of permanent lane marking is approved in writing by the Engineer. Materials Materials for temporary pavement markings shall be selected from approved materials listed in the Special Provisions of this Contract. Preliminary Spotting The Contractor is responsible for preliminary spotting (layout work) of the lines before marking begins. The City may provide pavement marking layout work for the Contractor if existing work loads permit, but all costs incurred by the City in providing layout work at the Contractor's request shall be charged to the Contractor. Temporary Pavement Markings Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or roadways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of the temporary pavement markings. The temporary pavement markings shall be installed and maintained to the satisfaction of the Engineer until the permanent pavement markings are installed and approved in writing by the Engineer. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. Appropriately colored 4- inch -wide reflective traffic tape shall be installed with a skip pattern based on a 10 -foot unit consisting of a 1 -foot line of tape and a 9 -foot gap, unless otherwise specified on the Plans or in the Special Provisions for this Contract. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement City of Federal Way South 356th Street Improvements Page 69 RFB # 17 -001 January 2017 SPECIAL PROVISIONS markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. The Contractor shall provide paint lines per sections 8 -22 and 9 -34, and RPMs per sections 8 -09 and 9 -21, at the direction of the Engineer for temporary pavement markings for construction staging. Paint lines shall be provided for temporary pavement markings for any conditions not applicable for reflective tape. Paint lines for temporary pavement markings shall be paid under "Paint Line ", "Raised Pavement Marker Type 1", and Raised Pavement Marker Type 2 ". 1- 10.4(2) Item Bids with Lump Sum for Incidentals (August 2, 2004 WSDOT GSP) Section 1- 10.4(2) is supplemented with the following: The bid proposal does not contain the item "Project Temporary Traffic Control," lump sum. The provisions of section 1- 10.4(2) shall apply. ( * * * * * *) A new pay item is added: Off -Duty Uniformed Police Officer will be paid at actual invoice cost. 1 -10.5 Payment ( * * * * * *) Payment will be made under the following bid item(s) when appearing in the Proposal: "Off -Duty Uniformed Police Officer ", per force account. The City shall reimburse the Contractor for the use of off -duty uniformed police officers at the invoiced cost with no mark -up per Standard Specifications 1 -09.6 Force Account. "Traffic Control Supervisor ", lump sum "Flaggers and Spotters ", per hour "Other Traffic Control Labor ", per hour "Other Temporary Traffic Control ", per lump sum "Construction Signs Class A ", per square foot "Sequential Arrow Sign ", per hour "Portable Changeable Message Sign ", per hour "Business Access Sign ", per each END OF DIVISION 1 City of Federal Way South 356`h Street Improvements Page 70 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.1 Description (Special Provision) Section 2 -01.1 is supplemented with the following: Clearing and grubbing on this project shall be performed within the limits shown in the plans. "Timber Processing" means falling, de- limbing felled timber, cutting and stacking timber larger than 5" in diameter on the DBM parcels. 2 -01.3 Construction Requirements 2- 01.3(3) Timber Processing (Special Provision) Section 2- 01.3(3) is a new section: ( * * * * * *) Timber processing, as ordered by the Engineer, consists of work not otherwise provided for in the contract. Such work may include: 1. Fell trees noted on the plans for processing 2. Remove and dispose of tree stumps. Fill in void left by stumps with gravel borrow or suitable native material per 2 -03. 3. Remove all limbs from tree. Limbs shall be cut off at the connection to the tree. 4. Cut and stack trees. Coordinate with property owner of parcels 292104 -9049 & 292104 -9002 for stacking location. 2 -01.4 Measurement (Special Provision) Section 2 -01.4 is supplemented with the following: "Timber Processing ", shall shall not be measured for payment. 2 -01.5 Payment (Special Provision) Section 2 -01.5 is supplemented with the following: ( * * * * * *) City of Federal Way South 356th Street Improvements Page 71 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Payment will be made in accordance with Section 1 -04.1 for the following bid item(s) when included in the proposal: "Clearing and Grubbing ", per lump sum "Roadside Cleanup ", force account "Timber Processing ", per lump sum 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.1 Description (September 30, 1996 WSDOT GSP) Section 2 -02.1 is supplemented with the following: The Contractor is advised that asbestos may be present on this project. 2 -02.1 Description (Special Provision) Section 2 -02.1 is supplemented with the following: Removal of Structures and Obstructions The Contractor shall remove and dispose of all items shown on the site preparation plans and other minor items necessary to complete the work. The following partial list of items to be removed and disposed of is provided for the convenience of the contractor. The contractor shall review the plans, specifications and project site to verify other items to be removed: Sheet Station /Offset Structure /Obstruction Quantity SCHEDULE A 22 218 +72, 40' LT Ecoblock 2 EA 22 217 +97, 24' LT Guard Post 2 EA SCHEDULE B Concrete Thrust Blocks As Required (March 18, 2002 NWR) Section 2 -02.1 is supplemented with the following: Roadside Restoration The Contractor shall restore, repair or correct all portions of the roadside or adjacent landscapes that were unavoidably damaged due to the performance or installation of the specified work. Unavoidable damage shall be determined only by the Engineer. RFB # 17 -001 January 2017 City of Federal Way South 356th Street Improvements Page 72 • • SPECIAL PROVISIONS All materials utilized shall be in accordance with Sections 9 -14 and 9 -15 and other applicable sections of the Standard Specifications or Special Provisions, whichever may apply. All work shall be performed in accordance with Sections 8 -02 and 8 -03 and other applicable sections of the Standard Specifications. The Contractor shall review the work with the Engineer and receive approval to proceed prior to commencing roadside restoration work. 2 -02.3 Construction Requirements (Special Provision) Section 2 -02.3 is supplemented with the following: Asbestos Cement Pipe Removal, Handling and Disposal (*****k) The Contractor shall remove all asbestos - cement pipe where such pipe is designated for removal on the Plans, as may be required where out -of- service asbestos - cement water main intrudes or may intrude into or otherwise interfere with the Work, and /or as may be directed by the Engineer. The work under this section also includes handling and disposing the asbestos - cement pipe, together with any asbestos containing waste materials such as pipe fragments, protective clothing, HEPA filters, decontamination rinse water, asbestos - contaminated containers and debris. For the purposes of this contract, and regulatory compliance, asbestos - cement pipe shall be considered nonabsorbent, friable asbestos - containing material. For the purposes of Chapters 296 -62 and 296 -65 WAC, the work under this section shall be classified as "Class II asbestos work." Asbestos is classified as a Class 9 hazardous material, Identification Number NA 2212, under CFR Title 49 "Transportation." (Addendum # 2) This contract provides for the removal of all AC water main within the project limits. Should the Contractor elect to sequence work such that it is necessary to excavate beneath existing AC pipe prior to the main replacement being completed, the Contractor shall be responsible to adequately support and protect the AC water main from damage at no additional cost. This may include structural support blocking, repair band clamps, temporary pipe replacement and /or CDF backfill under the pipe to allow continued function of the existing water main until the replacement water main is in service. No excavation shall occur beneath AC water mains unless support and protection provisions have been approved by the Engineer. Providing support and protection provisions to protect the AC water main from damage during excavation shall be considered incidental to the work and no additional payment will be made. Asbestos Handling and Disposal The Contractor shall ensure that the removal, handling including haul, and disposal of the waste asbestos meets the requirements of EPA regulation 40 CFR Part 61, local health department regulations, Federal Motor Carrier Safety Act, all other applicable regulations, and these contract provisions. City of Federal Way South 356`h Street Improvements Page 73 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Prior to performing any contract work, the Contractor shall obtain all permits from, and provide notification to, the Washington State Department of Labor and Industries, the Puget Sound Air Pollution Control Authority (PSCAA), and other permitting and regulatory agencies with jurisdiction over the work involving asbestos as the law requires. Prior to commencing asbestos related work, the Contractor shall provide the Engineer with written verification, including copies, of approvals and notifications that have been given and /or obtained from the required jurisdictional agencies, and the Contractor's schedule for all work involving asbestos removal, handling including haul, or disposal. The schedule shall include the sequencing and scheduling of asbestos related work, and identify the proposed waste disposal site. The proposed waste disposal site shall be located in the State of Washington, and shall be permitted to accept asbestos waste material. If any portion of the Work under this section will not be performed by the Contractor, the Contractor shall submit a subcontract request as provided in Section 1 -08.1, including any proposed independent or commercial hauling companies. Subject to the provisions of State law and interpretation by the Washington State Department of Labor and Industries, a certificate of registration in compliance with RCW 39.27 may not be necessary for independent or commercial hauling companies. However, in all cases, independent and commercial hauling companies are required to file Statements of Intent to Pay Minimum Prevailing Wages and Affidavits of Wages Paid in accordance with the requirements of State law as administered by the Department of Labor and Industries, and the provisions of RCW 39.12 may be applicable as noted in Section 1 -08.1. The Contractor shall designate a Washington State Certified Asbestos Supervisor (CAS) to personally supervise the removal, handling, and disposal of the asbestos, and to ensure that the Work involving the asbestos is accomplished by certified asbestos workers pursuant to the requirements of the Washington State Department of Labor and Industries, and federal law. The CAS shall be on -site during removal and handling of the asbestos, including cutting the pipe, placing and sealing the asbestos in containers, labeling the containers for transport and disposal, and loading the containers into the transport vehicle(s) that will remove the material from the site. Prior to commencing asbestos related work, the Contractor shall furnish the Engineer with copies of the current certifications for the CAS and asbestos workers. The Contractor shall ensure the safety of all workers, visitors to the site, and the general public in accordance with all applicable laws, rules, and regulations. Work areas involving asbestos, including areas of removal and handling asbestos - cement and associated materials, shall be controlled, clearly marked with barrels and asbestos warning signs, and have access restrictions as set forth in Section 4.05(b) of the PSCAA's Regulation III. Wet methods using appropriate equipment, wetting agents and methods as set forth in Section 4.05(b) of the PSCAA's Regulation III and not prohibited under WAC 296 -62- 07712(4), are the presumed standard engineering controls and practices for the work. More specifically, following the work procedures described in Appendices A and C in the "Evaluation of Asbestos Exposures During Selected Procedures Involving City of Federal Way South 356'h Street Improvements Page 74 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS Underground Asbestos Containing Pipe" (by Schumacher and Associates under contract with the Snohomish County PUD, as published by the Washington Education Training and Resource Center, WETRC) for cutting pipe with a carbide wheel, cutting pipe with a hand saw, installing a repair band onto a pipe, cutting pipe with a snap cutter, and installing a tap while the pipe is under pressure has been evaluated and determined to keep asbestos exposure below the permissible exposure limits. Use of alternative engineering controls and practices as recognized in Chapter 296 -62 WAC, or that may result in time - weighted average or excursion concentrations exceeding permissible exposure limits, will require initial and subsequent air monitoring, exposure assessments, supplemental control measures, establishment of regulated area, and associated actions as provided in WAC 296- 62- 07712(10)(f) and WAC 296 -62- 07711. All asbestos - cement water pipe designated for removal as shown on the Plans, that has been determined to potentially or actually interfere with the Work, or as may be directed by the Engineer for removal, and any asbestos containing waste materials, including pipe fragments, protective clothing, HEPA filters and asbestos - contaminated containers and debris, shall be sealed in a leak tight container or containers as soon as possible after removal, but no later than the end of each work shift. If disposal bags are used to contain and transport the removed asbestos cement materials, the bags shall be: specifically formulated and approved for asbestos material removal, haul and disposal; a minimum thickness of 6 -mil.; and yellow in color. All containers shall be labeled, including asbestos warning, in accordance with regulatory requirements. Immediately followirg placement and sealing of the asbestos containing materials in a bag or bags, the sealed bags shall be placed and sealed in a second bag. Each leak - tight container shall be permanently marked with the name of the waste generator (e.g., Lakehaven Water & Sewer District), date, location (address) of the generated waste, and quantity of material within the container. Properly sealed and labeled containers of removed asbestos shall be hauled from the site and disposed at a waste site permitted to accept such waste. Such containers of removed asbestos may be temporarily stored in an on -site location agreed to by the Contractor, Contracting Agency, and jurisdictional road agency provided that the location is secured and signed in accordance with applicable rules and regulations. In the event that a mutually acceptable on -site location for the secure, temporary storage of the containers cannot be determined, the Contractor shall remove the containers from the site no later than the end of each work shift. In no event shall the Contractor allow the removed asbestos and containers to remain on private property, or to be transshipped to an intermediate off -site storage area, or comingled with other materials. The Contractor shall dispose asbestos within 10 days of removal in accordance with the provisions of Section 4.07 of the PSCAA's Regulation III. Transportation vehicles and drivers that move the asbestos waste material from the project to the disposal site shall comply with federal and state labeling, shipment record - keeping, and licensing requirements. The Contractor shall be responsible to track the removed asbestos using the Contracting Agency's prescribed Waste Shipment Record form, and to ensure that the requisite signatures are obtained of the material transfer and disposal process. The material information on the form shall provide a direct correlation between the removed asbestos, City of Federal Way South 356th Street Improvements Page 75 RFB # 17 -001 January 2017 SPECIAL PROVISIONS the sealed and labeled containers of removed asbestos, and the transported and disposed containers of removed asbestos. The Contractor shall provide the original copy of the completed Waste Shipment Record form(s) to the Engineer within 10- calendar day following disposal. 2- 02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters (Special Provision) Section 2- 02.3(3) is supplemented with the following: ( * * * * * *) Prior to removal of pavement, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Add the following New Section: 2- 02.3(4) Removal of Drainage Structures Where shown in the Plans or where designated by the Engineer, the Contractor shall remove existing catch basins, manholes, pipes, and other drainage features in accordance with Section 2 -02 of the Standard Specifications. Removal shall be conducted in such a manner as to prevent damage to surrounding facilities including any existing storm sewers, sanitary sewers, electrical conduits or other facilities to remain. All remaining facilities including but not limited to storm sewers, sanitary sewers, monuments, valves, vaults, and electrical conduits damaged due to the Contractor's operations shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Contracting Agency. Catch basins, manholes, and other drainage structures designated for removal, including all debris, shall be completely removed. All removed catch basins, manholes, and other drainage structures shall become the property of the Contractor and shall be disposed of in accordance with Section 2 -02 of the Standard Specifications. All undamaged frames, grates, and solid covers in a re- useable condition shall become the property of the City of Federal Way and shall be delivered to a location specified by the Engineer. Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb and gutter surrounding the structure required for removal will be considered incidental to the removal of the catch basin, manhole, or other drainage structures. Sawcuts shall be in accordance with Section 2 -02 of these Special Provisions. Backfilling of catch basins, manholes, pipes and other drainage structures to be removed and replaced shall not be performed until the new structure is installed and shall be in accordance with Section 7 -05. Backfilling of a structure to be replaced shall be considered incidental to the construction and installation of the new catch basin, manhole, or other drainage structure. Backfilling of catch basins, manholes, pipes and other drainage structures to be completely removed shall be performed using gravel borrow paid in accordance with the Bid Schedule. City of Federal Way South 356th Street Improvements Page 76 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS Prior to backfilling any voids, the Contractor shall remove pipe as noted in the plans. Pipe shown to be abandoned or ordered by the Engineer to be abandoned shall be filled with CDF in accordance with Section 2- 09.3(1)E of the Standard Specifications. Material, labor, tools, and equipment necessary to remove and /or fill any abandoned pipe shall be paid in accordance with the Bid Schedule. The Contractor shall maintain existing drainage, where designated by the Engineer, until the new drainage system is completely installed and functioning. 2- 02.3(5) Removing Existing Water Facilities (Special Provision) ( * * * * * *) Section 2- 02.3(5) is a new section: The Contractor shall remove the existing water facilities, including mains, hydrants, hydrant laterals, hydrant assemblies, hydrant bollards,valves, valve boxes, concrete valve pads, fittings, thrust blocks, water service connections, and other appurtenances as shown and noted in the Plans, as may be directed by the Engineer, and as set forth in these contract provisions. Removal shall be conducted in such a manner as to prevent damage to other facilities, including existing water facilities, storm sewers, sanitary sewers, power poles, underground utilities, or other improvements that are to remain. Any facilities not designated for removal, including but not limited to water facilities, storm sewers, sanitary sewers, power poles, underground utilities, or other improvements, damaged due to the Contractor's operations, shall be repaired or replaced by the Contractor to the satisfaction of the Engineer at no additional expense to the Contracting Agency. Water main removal shall include the pipe and associated valves (except where gate valves are noted for salvaging), fittings, corporation stops, saddles, repair bands, spools, sleeves, couplings, and thrust blocks, if a separate contract bid item is not included for removal of structures and obstructions or for one or more specifically identified components. (Addendum # 2) Hydrant assemblies shall be removed to the branch of the hydrant tee at the water main. See section 7- 14.3(7) "Removing Existing Hydrant Assemblies" for additional construction requirements when removing hydrants and hydrant assemblies. The unit contract price for `Removing Existing Hydrant Assembly' shall include removal of associated guide posts / bollards when present and no additional payment will be made. Water service connections shall be removed to the corporation stop at a minimum, including saddle and shutoff valve (if present), service line and fittings, meter box and lid, setter, individual service pressure reducing valve (if present and designated for removal on the Plans), including box and lid. Water service connection removal shall also include removal of the portion of customer supply line in right -of -way or easement either shown in the Plans for removal or that conflicts with installation of a new water service connection, including reconnection to the remaining portion of the customer water supply City of Federal Way South 356th Street Improvements Page 77 RFB # 17 -001 January 2017 SPECIAL PROVISIONS line. In the event that remnant portions of existing water service lines cannot be removed at the corporation stop due to unacceptable disturbance of existing improvements as determined by the Contracting Agency, the service line shall be removed to the maximum extent practical without such disturbance, and the exposed end of the remnant portion of the existing water service line shall be plugged with mortar. Where the water main is to remain in service and the corporation stop of a removed water service connection will not be used, the corporation stop shall be removed, together with the pipe saddle if necessary. A brass plug with rubber grommet or gasket with either the existing or new saddle shall be used to seal the pipe penetration as directed by the Contracting Agency's Inspector. All removed water facilities shall become the property of the Contractor and shall be processed, hauled, and salvaged or disposed in accordance with the contract provisions. If designated on the Plans or Special Provisions, removed hydrants, valves, fittings, and /or special water facility components shall be salvaged to the Contracting Agency, and shall be delivered to a location as specified in the Contract or as may be directed by the Contracting Agency's inspector. Cast iron, ductile iron, or steel pipe may be salvaged by the Contractor, or disposed by the Contractor at a permitted site. Asbestos cement pipe shall only be disposed at a permitted site. Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb and gutter, as required for water pipe removal will be considered incidental to the removal of the water main. Sawcuts shall be in accordance with Section 2- 02.3(3). (Addendum # 2) Trench excavation for the removal of water facilities (water mains, hydrant assemblies, valves, services, etc.) shall not be measured for payment, but shall be included in the unit contract price for the removal. Where excavations for removal of water facilities exceed 4 feet in depth, all required shoring shall be included in the lump sum contract price for `Trench Safety Systems' in accordance with Section 7- 09.3(7)D. Prior to backfilling the excavation, the remaining portion of existing pipe that is to remain out of service or abandoned in place, shall be decommissioned as set forth in Subsection 2- 02.3(10). Where the remaining portion of the existing water main is to remain in service following removal of the designated water main, hydrant assembly, or water service connection, the Contractor shall perform one or more of the following as applicable and as may be directed by the Engineer: Water Main: • Install permanent cast iron or ductile iron cap or plug with associated fittings, and thrust block if shown on the Plans; or • Install temporary blowoff in accordance with District Standard Plan 10; or • Install temporary blind flange or restrained MJ plug at exposed run or branch of tee to remain if temporary blowoff will not be necessary as determined by the Engineer. Hydrant Assembly: Install temporary or permanent blind flange, or appropriate cap or plug on the branch of the hydrant tee as may be directed by the Engineer. City of Federal Way RFB # 17 -001 South 356'h Street Improvements January 2017 Page 78 • • SPECIAL PROVISIONS Water Service Connection: Install temporary cap on the corporation stop or permanent plug as specified, or as may be directed by the Engineer. (Addendum # 2) Following satisfactory removal of the water facilities, and water facility decommissioning as applicable, the vacant trench or excavation shall be backfilled with gravel base for trench backfill. Trench backfill shall be placed, compacted in accordance with Method C compaction as provided in Section 2 03,3(14)C, and graded to provide a firm, smooth and uniform surface for placement of subsequent surfacing materials to finish grade. Native excavated material shall be removed, hauled, and disposed at a permitted site. Excavation, haul and disposal of native material shall be included in the unit contract price per linear foot for Remove _ Water Main. Backfill shall be measured and paid per cubic yard at the unit contract price for Gravel Base for Trench Backfill. Completion of the trench backfill and surfacing shall be in accordance with the trench detail included or referenced in the Plans and Contract provisions. Trench backfill may be partially or completely deferred pending complete installation of the new water main subject to the Contractor's coordination in advance with and approval by the Engineer, and the requirements of the jurisdictional road agency. In areas subject to traffic, and /or in areas designated to remain accessible, the Contractor shall be responsible to complete the trench backfill, install temporary steel plates, or otherwise ensure safe access for traffic as provided in the contract provisions and required by the jurisdictional road agency. Following satisfactory testing, or the permitted duration for the temporary surfacing as may be allowed by the jurisdictional road agency in coordination with Engineer, the Contractor shall remove temporary backfill, steel plates or other temporary provisions, and complete the trench backfill and surfacing. In areas where new water main is placed in the same trench where the existing water main has been removed, pipe removal shall not be considered complete until the new main has been placed, the trench backfilled, and surfacing placed or restored. A Puget Sound Energy representative shall be present during work in the vicinity of power or light poles, and gas main. The Contractor shall coordinate with Puget Sound Energy's designated representative a minimum of two (2) business days in advance of any such work and adjust work hours as necessary to accommodate the representative's schedule. 2 -02.4 Measurement Section 2 -02.4 is supplemented with the following: Sawcutting will be measured by the square foot. Remove Existing Catch Basin by each. Remove Existing Storm Sewer Pipe will be measured by the linear foot. City of Federal Way South 356`" Street Improvements Page 79 RFB # 17 -001 January 2017 SPECIAL PROVISIONS "Remove [Material] Water Main" or variations thereof, will be measured by the linear foot along the centerline of the water main pipe removed, including valves except where noted for salvaging, fittings, and associated corporation stops and saddles for service lines, and processed, hauled, and disposed, trench backfilled and area restored as specified. If the bid item does not designate either the material or the pipe diameter, measurement of the Work under that item shall be irrespective of the material, diameter, or pressure class rating for the pipe. If the bid item does not designate the pipe diameter, measurement of the Work under that item shall be irrespective of the diameter or pressure class rating for the pipe. If the bid item includes one or more pipe diameters or a range of pipe diameters, measurement of the Work shall be for the designated pipe diameter(s) irrespective of the pressure class rating of the pipe. Filling the exposed ends of pipe to remain with concrete, or permanently or temporarily capping or plugging the exposed ends of water main to remain in service, as specified, shall be incidental to the Work and no separate measurement will be made. 2 -02.5 Payment Section 2 -02.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Removal of Structures and Obstructions, Schedule ", lump sum. When the bid item for `Removal of Structures and Obstructions, Schedule ' appears on the proposal, the lump sum contract price for `Removal of Structures and Obstructions, Schedule ' shall include all costs for work associated with the Bid Schedule indicated. "Sawcutting ", per square foot "Remove Existing Catch Basin ", per each. "Remove Existing Storm Sewer Pipe ", per linear foot. "Remove Fence ", per linear foot. The unit contract price per linear foot of fence removed includes the removal and disposal of the fence and all associated appurtenances including, but not limited to fence fabric, posts, connectors, and foundations. "Remove [Material] Water Main," per linear foot. The unit contract price for "Remove [Material] Water Main," per linear foot shall be full payment for removal and salvaging (as specified in the plans) to Lakehaven Water & Sewer District. Structure excavation, backfilling the trench and any shoring necessary for the removal of the watermain shall be considered incidental to the contract bid item "Remove [Material] Water Main," "Remove Existing Gate Valve," per each. City of Federal Way South 356' Street Improvements Page 80 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS "Remove Existing Hydrant Assembly," per each. The unit Contract price per each for the above remove items shall be full payment for removal and salvage (as specified in the plans) to the Lakehaven Water & Sewer District as specified. No measurement or payment will be made for the items to be salvaged that are lost, or damaged by the Contractor's operations. 2 -03 ROADWAY EXCAVATION AND EMBANKMENT 2- 03.3(10) Selected Material (Special Provision) Section 2- 03.3(10) is supplemented with the following: Selected Material shall be Gravel Borrow conforming to Section 9- 03.14(1) or suitable native material at the sole discretion of the Engineer. Native material meeting the requirements of Section 9- 03.14(3) for Common Borrow may be considered for re -use on the project. 2- 03.3(14)C Compacting Earth Embankments (Special Provision) Change this section as follows under heading "Moisture Content" : ( * * * * * *) The moisture ccntent shall not vary more than 1 percent wet to 3 percent dry of optimum as determined by the tests described in Section 2- 03.3(14)D. 2- 03.3(14)D Compaction and Moisture Control Tests (Special Provision) Change this section as follows under heading item 1. : ( * * * * * *) Materials with less than 30 percent by weight retained on the U.S. No. 4 sieve shall be determined using FOP for AASHTO T180, Method D. 2- 03.3(14)E Unsuitable Foundation Excavation (Special Provision) Section 2- 03.3(14)E is supplemented with the following: ( * * * * * *) All embankments shall be founded on dense, non - yielding granular foundation soil as approved by the engineer. Remove all organic materials and debris, trash, and all other deleterious material prior to beginning construction of new embankments. Proof roll the foundation to verify dense non - yielding conditions. City of Federal Way South 356th Street Improvements Page 81 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 2- 03.3(14)G Backfilling Section 2- 03.3(14)G is supplemented with the following: Remove all water and non - compatible materials from excavations prior to backfilling or attempting to compact embankment soil. Place native soils or provide import Gravel Borrow as required to complete the work. Backfill all embankments in accordance with 2- 03.3(14)C, Compacting Earth Embankments, Method C. 2 -03.4 Measurement (March 13, 1995 WSDOT GSP) Section 2 -03.4 is supplemented with the following: Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. Control stakes will be set during construction to provide the Contractor with all essential information for the construction of excavation and embankments. If discrepancies are discovered in the ground elevations, which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross - section notes will be available for the bidder's inspection, before the opening of bids, at the City of Federal Way and Project Engineer's office. Upon award of the contract, copies of the original ground cross - sections will be furnished to the successful bidder on request to the Project Engineer. Section 2 -03.4 is supplemented with the following: ( * * * * * *) Roadway Excavation shall not be measured for payment for the removal of "Temporary Pavement" to required subgrade depth per the provisions of 5- 04.3(22) herein. "Gravel Borrow for Trench Backfill Incl. Haul" shall be measured and paid when backfilling subsequent to Structure Excavation Class B for Bid Schedule A work only. Backfill for Bid Schedules B thru D shall be measured and paid under the items indicated in the Proposal. Gravel backfill subsequent to the removal of structures and obstructions shall be measured and paid under the "Gravel Borrow for Trench Backfill Incl. Haul" bid item. City of Federal Way South 356th Street Improvements Page 82 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 0 2 -03.5 Payment (Special Provision) Section 2 -03.5 is supplemented with the following: • Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Gravel Borrow Incl. Haul ", per ton. "Gravel Borrow for Trench Backfill Incl. Haul ", per ton. "Roadway Excavation Incl. Haul ", per cubic yard. "Unsuitable Foundation Excavation Incl. Haul ", per cubic yard. (March 13, 1995 WSDOT GSP) Section 2 -03.5 is supplemented with the following: All costs in connection with the preparation of waste sites and waste deposits shall be included in the Mobilization. 2 -09 STRUCTURE EXCAVATION 2 -09.3 Construction Requirements 2- 09.3(2) Classification of Structure Excavation (Special Provision) Section 2- 09.3(2) is supplemented with the following: ( * * * * * *) 3: Class B for Undergrounding Overhead Utilities. Excavation and backfilling required for undergrounding of overhead utilities including trench excavations for utility conduit, utility vaults and utility handholes. 2- 09.3(3)B Excavation Using Open Pits- Extra Excavation (Special Provision) Section 2- 09.3(3) B is supplemented with the following: ( * * * * * *) Extra excavation for the construction portions of the structural earth walls will not be permitted at the following locations: City of Federal Way South 356th Street Improvements Page 83 RFB # 17 -001 January 2017 SPECIAL PROVISIONS • Wall 1 — the area behind wall 1 is a berm supporting a stormwater pond. Contractor shall provide shoring as required to maintain the integrity of the berm during wall construction. • Wall 3 — Contractor shall provide shoring as /if required to protect existing pole and emergency pre - emption device (approx. Sta 206 +50 RT) until new device is installed and operational. • Wall 4 - Contractor shall provide shoring as /if required to protect existing utility pole and (approx. Sta 214 +90 RT) until underground system is energized and operational. Prior to excavation, the Contractor shall design and provide shoring plans for the construction at these locations for the Engineer for review and approval. Shoring shall preserve and protect existing facilities. 2 -09.4 Measurement The second sentence of the eleventh paragraph of Section 2 -09.4 is replaced with the following: Shoring or Extra Excavation Class B will be measured for payment only when structure excavation is four -feet (4') or deeper measured from existing ground surface to the bottom of pipe zone bedding. Shoring or Extra Excavation Class B will measured and paid per square foot based upon the following calculation: Depth: Actual trench depth from existing ground to bottom of pipe zone bedding, only when this dimension is four -feet (4') or greater. Length: Linear foot of trench excavated to a depth of four -feet (4') or greater along the centerline of the structure installed. Depth shall be measured only once, not for both sides of the excavation. Area (sf): Depth x Length Section 2 -09.4 is supplemented with the following: ( * * * * * *) "Structure Excavation Class B Incl. Haul for Structural Earth Walls" shall be measured according to the neat lines shown in the Structural Earth Wall details in the plans. Structure Excavation Class B Incl. Haul for Undergrounding Overhead Utilities shall be measured by the cubic yard. No measurement of material excavated beyond the limits indicated below will be made. City of Federal Way South 356th Street Improvements Page 84 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS (Addendum # 2) "Structure Excavation Class B incl. Haul for Schedule B" shall be measured per the neat line cubic yard to the limits described in Section 7- 09.3(7). If the Contract includes a pay item for grading to remove materials, the upper limit will be the neat lines of the grading section shown in the Plans. For underground utility conduits the limits shall be as follows: Horizontal: Duct Bank Width + Minimum Separation + 6 inches Lower: Three inches below the bottom of the lowest duct bank within the trench. Upper: The top surface of the ground when the structure excavation work begins. A duct bank shall be defined as an array of closely spaced conduits. For vaults and handholes the limits shall be as follows: Horizontal: 18 inches outside the perimeter of the vault or handhole. Lower: 6 inches below the bottom of the vault Upper: The top surface of the ground when the structure excavation begins. Shoring or Extra Excavation Cl. A will not be measured. 2 -09.5 Payment Paragraphs nine, ten, and eleven of Section 2 -09.5 are replaced with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Shoring or Extra Excavation Class B ", per linear foot of trench excavated to a depth of 4 feet or more. The unit contract price per linear foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. "Controlled Density Fill ", per cubic yard placed. Section 2 -09.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: City of Federal Way South 3561h Street Improvements Page 85 RFB # 17 -001 January 2017 SPECIAL PROVISIONS All costs for "Structure Excavation Class B ", except for "Shoring or Extra Excavation Class B ", shall be included in the unit contract price for the installation of each type and size of culvert, pipe, structure, or conduit as specified. "Structure Excavation Class B Incl. Haul for Undergrounding Overhead Utilities ", per cubic yard. "Structure Excavation Class B Incl. Haul for Structural Earth Walls ", per cubic yard. "Structure Excavation Class B Incl. Haul for Schedule B," per cubic yard. The unit contract price per cubic yard for Structure Excavation Class B Incl. Haul for Undergrounding Overhead Utilities, Structural Earth Walls, or Schedule B shall be full pay for all labor, materials, tools, equipment required to sawcut, excavate, dewater, backfill with native materials, and compact trenches for installation of utility conduits, utility vaults, utility handholes, and water mains and appurtenances. Sawcutting, removing of surfacing and paving within the limits of structure excavation will be included in the unit price of "Structure Excavation Class B Incl. Haul for Undergrounding Overhead Utilities ". "Shoring or Extra Excavation for Structural Earth Walls" per Lump Sum. The lump sum payment for the Shoring or Extra Excavation for Structural Earth Walls shall full pay for furnishing all labor, tools, equipment, and materials necessary to design and submit the Shoring Plan, construct, maintain, and remove the shoring systems as specified. (Addendum# 2) "Shoring or Extra Excavation Class B for Water Main ", per linear foot of trench excavated to a depth of 4 feet or more in accordance with the description for Shoring or Extra Excavation Class B in Section 2 -09.4. The unit contract price per linear foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. This bid item is applicable to water main and hydrant assembly installation only. Trench protection for removal of water facilities, service line installation, manhole adjustments, and other work in Schedule B shall be included in the lump sum price for `Trench Safety System' in accordance with Section 7- 09. City of Federal Way South 356th Street Improvements END OF DIVISION 2 Page 86 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS DIVISION 3: PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3 -01 PRODUCTION FROM QUARRY AND PIT SITES 3 -01.2 Material Sources, General Requirements (March 13, 1995 WSDOT GSP) Section 3 -01.2 is supplemented with the following: Permits for Pit Operations in King County The Contractor is advised that King County may require the Contractor to meet any or all of the following listed conditions before considering issuance of a temporary permit for pit operations within King County: 1. Security fences and locking gates shall be installed where deemed necessary by the King County Department of Building. Cable or wire gates are not acceptable. 2. Hours of operation shall be limited to: 7:00 a.m. to 7:00 p.m. 3. Access roads shall be improved and maintained to the satisfaction of the King County Department of Public Works. A haul road agreement for County road maintenance may be required. All roads shall be swept, washed, or both, by the Contractor at the Contractor's expense as often as the Department of Building deems necessary. Property shall have functional access to an arterial level street. 4. All operations will have to be approved by King County Flood Control for drainage plans, Washington State Department of Ecology, and Puget Sound Air Pollution Control Authority. Those properties near or adjacent to any water body shall have written approval from the State of Washington Department of Fish and Wildlife. The Contractor shall obtain a mining reclamation permit from the State of Washington Department of Natural Resources for sites of over three acres in size of disturbed land or resulting in pit walls more than thirty feet high and steeper than one to one slope. 5. No stockpiling of foreign excavated material is permitted on the site except for those materials to be used in the land rehabilitation of the subject property. 6. No signs other than signs required by Chapter 24.42, King County Zoning Code are authorized as a result of the temporary permit. 7. Plans required: City of Federal Way South 356'h Street Improvements Page 87 RFB # 17 -001 January 2017 SPECIAL PROVISIONS a. Scale of Plot Plans Site Size: less than 10 acres 10 to 100 acres over 100 acres b. Contours 1 inch = 50 feet 1 inch = 100 feet 1 inch = 200 feet Show existing and proposed contours at 5 -foot intervals. If existing and proposed contours are superimposed upon one another it must be clear as to which is which. Plans which incorporate a screening process may be required by the County to distinguish said contours. Finished contours must show how the property can be used under the existing zoning. Plans showing daylighting of property to road grade or below with high 2:1 slope walls will no longer be permitted within the R, S, or G zones. The plans must contain large terraces which will permit the lot sizes and roads that are permitted within the zone. c. Sections Show a minimum of two sections in each direction. d. Maximum Slope Cuts shall not be steeper in slope than two horizontal to one vertical unless the owner furnishes a soils engineering or an engi -leering geology report certifying that the site has been investigated and indicating that the proposed deviation will not endanger any private property or result in the deposition of debris on any public way or interfere with any existing drainage course. e. Fill Slopes No fill shall be made which creates an exposed surface steeper in slope than two horizontal to one vertical. f. Benches on Slopes There shall be a 10 foot wide bench sloped into the hillside for every 50 feet in height. g. Setbacks Material and vegetation shall be left in its natural state: 50 feet from any FP, A, G, S, or R zoned property; 20 foot setback which includes a 6 foot high planted berm along any public right -of -way; 20 feet from M, B, or CG zoned property; 10 feet from QM or FR zoned property. Plans shall show type of vegetation existing within the buffer zones. City of Federal Way South 356th Street Improvements Page 88 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS h. Drainage All drainage facilities shall be designed to carry surface waters to the nearest practical street, storm drain, or natural water- course. Adequate provision shall be made to prevent any surface waters from damaging the face of an excavation or fill. All slopes shall be protected from surface water runoff from above by berms or swales. The Contractor is further advised that King County may require conditions which are in addition to the foregoing list and that the County may reject permit applications at its discretion because of the proposed operations proximity to schools, residential neighborhoods, hospitals, arterials, or for other environmental conditions. When there are discrepancies between the requirements of the State and the County the more stringent specifications shall apply. Should the Contractor fail to comply with any requirements of a temporary permit obtained in the Contracting Agency's name, the Contracting Agency will take the necessary action to meet these requirements and any costs incurred by the Contracting Agency will be deducted from monies due or to become due the Contractor. City of Federal Way South 356th Street Improvements END OF DIVISION 3 Page 89 RFB # 17 -001 January 2017 SPECIAL PROVISIONS DIVISION 4: BASES 4 -04 BALLAST AND CRUSHED SURFACING 4 -04.1 Description (Special Provision) Section 4 -04.1 is supplemented with the following: ( * * * * * *) Crushed Surfacing shall be placed where shown in the Plans, as a base for sidewalks, driveways, and pavement, at existing driveways to provide temporary access, as backfill for unsuitable foundation excavation at mailbox supports, or for any other purposes deemed necessary by the Engineer. 4 -04.3 Construction Requirements 4- 04.3(4) Placing and Spreading (Special Provision) Item 2 of Section 4- 04.3(3) and Section 4- 04(4), is replaced with the following: ( * * * * * *) 2. Road Mix Method. The road mix method of mixing surfacing material will not be allowed. 4 -04.5 Payment (Special Provision) Section 4 -04.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Crushed Surfacing Base Course ", per ton. The unit contract price per ton for "Crushed Surfacing Base Course" shall also include compacting, and removing and hauling to waste when required by the Engineer. City of Federal Way South 356`h Street Improvements END OF DIVISION 4 Page 90 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS DIVISION 5:SURFACE TREATMENTS AND PAVEMENTS 5 -04 HOT MIX ASPHALT 5 -04.1 Description Section 5 -04.1 is supplemented with the following: ( * * * * * *) Asphalt concrete pavement shall be used at the following locations on the project: 1. HMA CI 1 ", PG 64 -22 and HMA CI 1/2 ", PG 64 -22: For all asphalt concrete roadway construction, prelevel, overlay, and reconstruction per the Typical Roadway section details on the Plans. 2. Commercial HMA: For all asphalt concrete construction or reconstruction behind back of curb where such construction is shown on the Plans or directed by the Engineer. 3. Temporary Pavement: For all temporary asphalt concrete construction and patching as directed by the Engineer. 5 -04.3 Construction Requirements 5- 04.3(5)A Preparation Of Existing Surfaces Section 5- 04.3(5)A is supplemented with the following: ( * * * * * *) In accordance with Section 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan (SPCC), as part of the SPCC the Contractor shall address the mitigating measures to be taken in the event that the paving operation is suspended or terminated prior to the asphalt for tack coat being fully covered. 5- 04.3(7)A2 Statistical or Nonstatistical Evaluation Delete this section and replace it with the following: 5- 04.3(7)A2 Nonstatistical Evaluation (January 16, 2014 APWA GSP) Mix designs for HMA accepted by Nonstatistical evaluation shall; • Be submitted to the Project Engineer on WSDOT Form 350 -042 • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9- 03.8(2) and 9- 03.8(6). • Have anti -strip requirements, if any, for the proposed mix design determined in accordance with WSDOT Test Method T 718 or based on historic anti -strip and aggregate source City of Federal Way South 356'h Street Improvements Page 91 RFB # 17 -001 January 2017 SPECIAL PROVISIONS compatibility from WSDOT lab testing. Anti -strip evaluation of HMA mix designs utilized that include RAP will be completed without the inclusion of the RAP. At or prior to the preconstruction meeting, the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The proposed mix design indicated on a WSDOT mix design /anti -strip report that is within one year of the approval date • The proposed HMA mix design submittal (Form 350 -042) with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The proposed mix design by a qualified City or County laboratory mix design report that is within one year of the approval date. The mix design will be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L -A -B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO Material Reference Laboratory (AMRL) program. At the discretion of the Engineer, agencies may accept mix designs verified beyond the one year verification period with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 5- 04.3(8)A1 General (January 16, 2014 APWA GSP) Delete this section and replace it with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and must be made in accordance with Section 9- 03.8(7). Commercial evaluation may 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 of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certificate of compliance letter stating the material meets the HMA requirements defined in the contract. 5- 04.3(8)A4 Definition of Sampling Lot and Sublot (January 16, 2014 APWA GSP) Section 5- 04.3(8)A4 is supplemented with the following: City of Federal Way South 356`h Street Improvements Page 92 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS For HMA in a structural application, sampling and testing for total project quantities less than 400 tons is at the discretion of the engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed: If test results are found to be within specification requirements, additional testing will be at the engineers discretion. ii. If test results are found not to be within specification requirements, additional testing as needed to determine a CPF shall be performed. 5- 04.3(8)A5 Test Results (January 16, 2014 APWA GSP) The first paragraph of this section is deleted. 5- 04.3(8)A6 Test Methods (January 16, 2014 APWA GSP) Delete this section and replace it with the following: Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. 5- 04.3(12) Joints (January 5, 2004 WSDOT GSP) Section 5- 04.3(12) is supplemented with the following: HMA utilized in the construction of joint wedges shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. 5- 04.3(13) Surface Smoothness (January 5, 2004 WSDOT GSP) The second sentence of Section 5- 04.3(13) is revised to read: The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. 5- 04.3(14) Planing Bituminous Pavement (January 5, 2004 WSDOT GSP) Section 5- 04.3(14) is supplemented with the following: The Contractor shall perform the planing operations no more than ' three (3) * ** calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the Engineer in writing. City of Federal Way South 356'h Street Improvements Page 93 RFB # 17 -001 January 2017 SPECIAL PROVISIONS (August 3, 2009 WSDOT GSP) Section 5- 04.3(14) is supplemented with the following: Beveled Edge Planing A beveled edge shall be constructed in areas that will not be paved during the same work shift. The Contractor shall use a beveled cutter on the mandrel of the planing equipment, or other approved method(s), to eliminate the vertical edge(s). The beveled edge(s) shall be constructed at a 4:1 slope. Section 5- 04.3(14) is supplemented with the following: Equipment For traveled lane areas, the Contractor shall use asphalt concrete planing equipment with a Triple Wrap Head or an approved equal. The milling head shall be a minimum 72 inches in width, with a maximum tooth spacing of 5/8 inch or as approved by the Engineer. Transverse Joints The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5- 04.3(12) across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. The Contractor shall remove the wedge immediately prior to paving. 5- 04.3(16) Weather Limitations (August 3, 2009 WSDOT GSP) The first sentence of Section 5- 04.3(16) is revised to read: HMA for wearing course shall not be placed on any traveled way from * ** October 15 * ** and through March 31st of the following year without written approval from the Engineer. Add the following New Section: 5- 04.3(22) Temporary Pavement ( * * * * * *) Temporary pavement is required to open areas to traffic during construction. These areas include the voids created by the removal of existing traffic islands and curbing, paving over excavated roadway and utility trenches to provide paved access to private properties, and ramps for property access during cement concrete approach construction. Temporary pavement shall be hot mix asphalt concrete pavement. All temporary paving shall be placed with a minimum thickness of 2 inches. All temporary paving shall be approved by the Engineer before placement. Any areas of temporary pavement to be removed and replaced shall be approved by the Engineer before placement. This work shall also include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. City of Federal Way South 356`h Street Improvements Page 94 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Temporary Pavement, Hot mix asphalt will be used for any trench restoration within the traveled way. Whether temporary or permanent, saw cut and treat edges with CSS -1 asphalt emulsion and apply a minimum 3 -inch pavement depth or match existing, whichever is greater. Also, fill voids created by the removal of existing traffic islands and curbing, paving over excavated roadway to temporary access to adjacent properties, and ramps for property access during concrete approach construction. Temporary Pavement, cold mix asphalt is allowed for any temporary paving outside the traveled way. The cold mix shall be approved by the Engineer and placed in a 2 -inch minimum thickness. Placement of temporary pavement without prior approval of the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced require prior approval by the Engineer. This work shall include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. The Contractor shall excavate and remove temporary pavement to the required subgrade depth to construct and install the proposed pavement section. Excavation and removal of temporary pavement, to subgrade depth, shall be considered included in the unit cost for "Temporary Pavement." 5 -04.4 Measurement Section 5 -04.4 is supplemented with the following: Temporary Pavement will be measured by the ton of material actually placed, with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Temporary Pavement is defined as pavement placed and subsequently removed prior to the final hot mix asphalt and base course required by the typical sections on the Plans. 5 -04.5 Payment Section 5 -04.5 is supplemented with the following: (* * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Temporary Pavement ", per ton. Included in the cost per ton for "Temporary Pavement" shall be placement & compaction of hot mix asphalt, cold mix asphalt, roadway excavation to proposed subgrade depths and disposal of temporary pavement. "HMA Cl. 1/2" PG 64 -22 ", per ton. "HMA for Preleveling Cl. 1/2" PG 64 -22 ", per ton. "HMA Cl. 1" PG 64 -22 ", per ton. "Commercial HMA PG 64 -22 ", per ton. City of Federal Way South 356th Street Improvements Page 95 RFB # 17 -001 January 2017 SPECIAL PROVISIONS "Planing Bituminous Pavement ", per square yard. 5 -05 CEMENT CONCRETE PAVEMENT 5 -05.5 Payment Section 5 -05.5 is supplemented as follows: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the proposal: "Cement Conc. Pavement ", per cubic yard. The unit Contract price per cubic yard for "Cement Conc. Pavement" shall include sawcutting and sealing joints, furnishing and installing tie bars, and installing casting boxouts where necessary or as noted in the Plans. City of Federal Way South 356`h Street Improvements END OF DIVISION 5 Page 96 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS DIVISION 6:STRUCTURES 6 -13 STRUCTURAL EARTH WALLS 6 -13.1 Description Section 6 -13.1 is supplemented with the following: The work also consists of constructing Modular Block Walls in accordance with the details in the plans. Modular block walls are defined as SEW walls constructed of standard unit blocks, less than 4' in height, without geogrid reinforcing. 6 -13.2 Materials Section 6 -13.2 is supplemented with the following: (April 6, 2015 WSDOT GSP) Concrete Block Faced Structural Earth Wall Materials General Materials Concrete Block Acceptability of the blocks will be determined based on the following: 1. Visual inspection. 2. Compressive strength tests, conforming to Section 6- 13.3(4). 3. Water absorption tests, conforming to Section 6- 13.3(4). 4. Manufacturer's Certificate of Compliance in accordance with Section 1 -06.3. 5. Freeze -thaw tests conducted on the lot of blocks produced for use in this project, as specified in Section 6- 13.3(4). 6. Copies of results from tests conducted on the lot of blocks produced for this project by the concrete block fabricator in accordance with the quality control program required by the structural earth wall manufacturer. The blocks shall be considered acceptable regardless of curing age when compressive test results indicate that the compressive strength conforms to the 28- day requirements, and when all other acceptability requirements specified above are met. Testing and inspection of dry cast concrete blocks shall conform to ASTM C 140, and shall include block fabrication plant approval by WSDOT prior to the start of block production for this project. Mortar Mortar shall conform to ASTM C 270, Type S, with an integral water repellent admixture as approved by the Engineer. The amount of admixture shall be as City of Federal Way South 356`^ Street Improvements Page 97 RFB # 17 -001 January 2017 SPECIAL PROVISIONS recommended by the admixture manufacturer. To ensure uniform color, texture, and quality, all mortar mix components shall be obtained from one manufacturer for each component, and from one source and producer for each aggregate. Metallic Soil Reinforcement Reinforcing strips shall be composed of welded wire fabric strips conforming to AASHTO M 55 with wire conforming to AASHTO M 32, and attached to block connector plates conforming to ASTM A 36. Reinforcing strips and block connector plates shall be galvanized after fabrication in accordance with AASHTO M 111. Damage to galvanizing shall be repaired with one coat of paint conforming to Section 9- 08.1(2)B. Geosynthetic Soil Reinforcement Geogrid reinforcement shall conform to Section 9 -33.1, and shall be a product listed in Appendix D of the current WSDOT Qualified Products List (QPL). The values of Tai and Tan as listed in the QPL for the products used shall meet or exceed the values required for the wall manufacturer's reinforcement design as specified in the structural earth wall design calculation and working drawing submittal. The minimum ultimate tensile strength of the geogrid shall be a minimum average roll value (the average test results for any sampled roll in a lot shall meet or exceed the values shown in Appendix D of the current WSDOT QPL). The strength shall be determined in accordance with ASTM D 6637, for multi -rib specimens. The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall be a minimum of 70 percent strength retained after 500 hours in the weatherometer. The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to the wall or slope face) ribs that make up the geogrid shall be perpendicular to one another. The maximum deviation of the cross -rib from being perpendicular to the longitudinal rib (skew) shall be no more than 1 inch in 5 feet of geogrid width. The maximum deviation of the cross -rib at any point from a line perpendicular to the longitudinal ribs located at the cross -rib (bow) shall be 0.5 inches. The gap between the connector and the bearing surface of the connector tab cross - rib shall not exceed 0.5 inches. A maximum of 10 percent of connector tabs may have a gap between 0.3 inches and 0.5 inches. Gaps in the remaining connector tabs shall not exceed 0.3 inches. The Engineer will take random samples of the geogrid materials at the job site. Approval of the geogrid materials will be based on testing of samples from each lot. A "lot" shall be defined as all geogrid rolls sent to the project site produced by the same manufacturer during a continuous period of production at the same manufacturing plant having the same product name. The Contracting Agency will require 14 calendar days maximum for testing the samples after their arrival at the WSDOT Materials Laboratory in Tumwater, WA. The geogrid samples will be tested for conformance to the specified material properties. If the test results indicate that the geogrid lot does not meet the specified City of Federal Way South 356`h Street Improvements Page 98 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS properties, the roll or rolls which were sampled will be rejected. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the specified properties, the entire lot will be rejected. If the test results from all the rolls retested meet the specified properties, the entire lot minus the roll(s) which failed will be accepted. All geogrid materials which have defects, deterioration, or damage, as determined by the Engineer, will be rejected. All rejected geogrid materials shall be replaced at no expense to the Contracting Agency. Except as otherwise noted, geogrid identification, storage and handling shall conform to the requirements specified in Section 2 -12.2. The geogrid materials shall not be exposed to temperatures less than —20F and greater than 122F. Drainage Geosynthetic Fabric Drainage geosynthetic fabric shall be a non -woven geosynthetic conforming to the requirements in Section 9 -33.1, for Construction Geotextile for Underground Drainage, Moderate Survivability, Class B. Proprietary Materials Allan Block Wall Wall backfill material placed in the open cells of the precast concrete blocks and placed in the one to three foot zone immediately behind the precast concrete blocks shall be crushed granular material conforming to Section 9- 03.9(3). KeySystem I Wall Block alignment pins shall be fiberglass conforming to the requirements of Keystone Retaining Wall Systems, Inc. Block connector pins shall conform to AASHTO M 32, and shall be galvanized after fabrication in accordance with AASHTO M 111. Landmark Retaining Wall Lock bars shall be made of a rigid polyvinyl chloride polymer conforming to the following requirements: Property Value Specification ASTM D 792 Specific Gravity 1.4 minimum Tensile Strength at yield 2,700 psi minimum ASTM D 638 Lock bars shall remain sealed in their shipping containers until placement into the wall. Lock bars exposed to direct sunlight for a period exceeding two months shall not be used for construction of the wall. City of Federal Way South 356th Street Improvements Page 99 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Mesa Wall Block connectors for block courses with geogrid reinforcement shall be glass fiber reinforced high- density polypropylene conforming to the following minimum material specifications: Property Polypropylene Fiberglass Content Carbon Black Specific Gravity Tensile Strength at yield Melt Flow Rate Specification ASTM D 4101 Group 1 Class 1 Grade 2 ASTM D 2584 ASTM D 4218 STM D 792 ASTM D 638 ASTM D 1238 Value 73 ± 2 percent 25 ± 3 percent 2 percent minimum 1.08 ± 0.04 8,700 ± 1,450 psi 0.37 ± 0.16 oz. /10 min. Block connectors for block courses without geogrid reinforcement shall be glass fiber reinforced high- density polyethylene (HDPE) conforming to the following minimum material specifications: Property HDPE Fiberglass Content Carbon Black Specific Gravity Tensile Strength at yield Melt Flow Rate Specification ASTM D 1248 Type III Class A Grade 5 ASTM D 2584 ASTM D 4218 ASTM D 792 ASTM D 638 Value 68 ± 3 percent 30 ± 3 percent 2 percent minimum 1.16 ± 0.06 8,700 ± 725 psi ASTM D 1238 0.11 ± 0.07 oz. /10 min. Section 6 -13.2 is supplemented with the following: Backfill for Structural Earth Walls shall meet the requirements of Section 9- 03.14(4). UNIT FILL Unit Fill shall consist of clean 1" minus crushed stone meeting the following gradation tested in accordance with ASTM D -422. The percent fracture requirement shall be 75% minimum. The fracture requirement shall be at least one fractured face and will apply to combined aggregate retained on the U.S. No. 4 sieve in accordance with FOP for AASHTO PT 61. Sieve Size Percent Passing 1 inch 3/4 inch No. 4 No. 50 City of Federal Way South 356`" Street Improvements 100 75 -100 0 -10 0 -5 Page 100 RFB # 17 -001 January 2017 SPECIAL PROVISIONS A minimum of one (1) cubic foot of Unit Fill shall be used for each square foot of wall face. Unit fill shall be placed within cores of, between, and behind units to meet this requirement. 6 -13.3 Construction Requirements Section 6 -13.3 is supplemented with the following: If an alternate wall system is proposed by the Contractor and accepted by the Engineer, the Contractor shall be responsible for identifying the limits of excavation for the proposed wall substitution. All costs associated with the expanded excavation limits, including but not limited to shoring for maintenance of driveways, roadway, business signs, luminaires, building foundations, backfill of the expanded excavation area, and restoration shall be included in the unit price for Modular Block Wall or Structural Earth Wall. Only one style of precast concrete block shall be allowed on the project. Once approved, all precast concrete blocks shall be of the same manufacture and style for all modular block and structural earth walls. Contractor shall complete wall terminations using finished face units such that no unfinished edges of block units are visible. This may be accomplished by stepping the wall down to below finish grade with finished face units or creating a small return into the existing grade. These termination features will be measured and paid per square foot at the unit price bid for Structural Earth Wall or Modular Block Wall as applicable. 6 -13.3 Construction Requirements (April 6, 2015 WSDOT GSP) Concrete Block Faced Structural Earth Wall Concrete block faced structural earth walls shall be constructed of only one of the following wall systems. The Contractor shall make arrangements to purchase the concrete blocks, soil reinforcement, attachment devices, joint filler, and all necessary incidentals from the source identified with each wall system: Allan Block Wall Allan Block Wall is a registered trademark of the Allan Block Corporation Allan Block Corporation 7424 W 78th Street Bloomington, MN 55439 (800) 899 -5309 FAX (952) 835 -0013 www.allanblock.com Mesa Wall Mesa Wall is a registered trademark of Tensar Corporation Tensar Corporation 2500 Northwinds Parkway Suite 500 Atlanta, GA 30009 City of Federal Way South 356'h Street Improvements Page 101 RFB # 17 -001 January 2017 SPECIAL PROVISIONS (770) 334 -2090 FAX (678) 281 -8546 www.tensarcorp.com Landmark Retaining Wall System Landmark Retaining Wall System is a registered trademark of Anchor Wall Systems, Inc. Anchor Wall Systems, Inc. 5959 Baker Road, Suite 390 Minnetonka, MN 55345 -5996 (877) 295 -5415 FAX (952) 979 -8454 www.anchorwall.com KeySystem I Wall KeySystem I is a registered trademark of Keystone Retaining Wall Systems, Inc. Keystone Retaining Wall Systems, Inc. 4444 West 78th Street Minneapolis, MN 55435 (952) 897 -1040 FAX (952) 897 -3858 www.keystonewalls.com 6- 13.3(2) Submittals Section 6- 13.3(2) is supplemented with the following: (January 3, 2011 WSDOT GSP) The following geotechnical design parameters shall be used for the design of the structural earth wall(s): Wall Name or No.: All Walls Soil Properties Unit Weight (pcf) Friction Angle (deg) Cohesion (psf) Wall Backfill Retained Soil Foundation Soil Cut /Fill Cut /Fill 130 125/125 125/125 36 30/33 30/33 0 0 0 For the Service Limit State, the wall shall be designed to accommodate a differential settlement of * ** 1/2 inch * ** per 100 feet of wall length. City of Federal Way South 356'h Street Improvements Page 102 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS For the Extreme Event I Limit State, the wall shall be designed for a horizontal seismic acceleration coefficient kh of * ** 0.41 * ** g and a vertical seismic acceleration coefficient k, of * ** $$0$$ * ** g. 6- 13.3(5) Precast Concrete Facing Panel and Concrete Block Erection Section 6- 13.3(5) is supplemented with the following: (April 2, 2012 WSDOT GSP) Specific Erection Requirements for Precast Concrete Block Faced Structural Earth Walls Landmark Retaining Wall When placing each course of concrete blocks, the Contractor shall pull the blocks towards the front face of the wall until the male key of the bottom face of the upper block contacts and fits into the female key of the top face of the supporting block below. A maximum gap of 1/8 -inch is allowed between adjacent concrete blocks, except for the base course set of concrete blocks placed on the leveling pad. A maximum gap of 1 -inch is allowed between adjacent base course concrete blocks, provided geosynthetic reinforcement for drains is in place over the gap at the back face of the concrete blocks. Lock bars shall be installed in the female key of the top face of all concrete block courses receiving geogrid reinforcement. Gaps between adjacent'ock bars in the key shall not exceed 3- inches. The lock bar shall be installed flat side up, with the angled side to the back of the concrete block, as shown in the shop drawings. Geogrid reinforcement shall be placed and connected to concrete block courses specified to receive soil reinforcement. The leading edge of the geogrid reinforcement shall be maintained within 1 -inch of the front face of the supporting concrete blocks below. Geogrid panels shall be abutted for 100 percent backfill coverage with less than a 4 -inch gap between adjacent panels. Backfill shall be placed and compacted level with the top of each course of concrete blocks, and geogrid reinforcement placed and connected to concrete block courses specified to receive soil reinforcement, before the Contractor may continue placing the next course of concrete blocks. Mesa Wall For all concrete block courses receiving geogrid reinforcement, the fingers of the block connectors shall engage the geogrid reinforcement apertures, both in the connector slot in the block, and across the block core. For all concrete block courses with intermittent geogrid coverage, a #3 steel reinforcing bar shall be placed, butt end to butt end, in the top block groove, with the butt ends being placed at a center of a concrete block. 6 -13.4 Measurement Section 6 -13.4 is supplemented with the following: ( * * * * * *) City of Federal Way South 356th Street Improvements Page 103 RFB # 17 -001 January 2017 SPECIAL PROVISIONS The modular block wall will be measured by the square foot of completed wall in place. The vertical limits for measurement are from the top of the base leveling pad (or bottom of wall if no base leveling pad is present) to the top of the top course of blocks of the exposed finished face. The horizontal limits for measurement are from the end of wall to the end of wall along the length of the exposed finished face. Unit Fill will not be measured for payment. 6 -13.5 Payment Section 6 -13.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Structural Earth Wall ", per square foot "Modular Block Wall ", per square foot The unit contract price per square foot for Modular Block Wall shall be full compensation for the complete construction of the retaining wall as shown in the Plans. This includes all other items as may be required to complete the work as specified including but not limited to modular block units, shoring, unit fill, shear connectors, cap units, base leveling pad, backfill, haul and underdrain. The unit contract price per square foot for the Structural Earth Wall shall be full compensation for the complete construction of the retaining wall as shown in the Plans. This includes all other items as may be required to complete the work as specified including but not limited to modular block units, unit fill, shear connectors, cap units, base leveling pad, and underdrain. See Section 2 -09 for shoring requirements. "Backfill for Structural Earth Wall Incl. Haul ", per cubic yard. 6 -16 SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 6 -16.3 Construction Requirements (Special Provision) 6- 16.3(3) Shaft Excavation Section 6- 16.3(3) is supplemented with the following Groundwater was generally observed in the geotechnical explorations completed for this project. Perched groundwater may be encountered within the areas of shaft excavation and deeper excavations may encounter groundwater. The contractor should be prepared to handle groundwater seepage into the drilled shaft during excavation and subsequent backfill operations. Such measures shall be included in the unit price bid for Shaft — 30 -inch diameter. City of Federal Way South 3561h Street Improvements Page 104 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 6- 16.3(8) Concrete fascia panel (Special Provision) Section 6- 16.3(8) is supplemented with the following: The Contractor shall construct cement concrete fascia as detailed in the Plans utilizing a formliner in accordance with Section 6 -02 of these Special Provisions. Contractor shall apply a solvent -based sealer with matte finish, per the manufacturer's directions, to the entire concrete fascia. Anti - graffiti coating shall be a non - sacrificial, clear, UV stable, anti - graffiti sealer suitable for vertical and horizontal concrete and rough stone surfaces and shall have the following characteristics: Meet or exceeding ASTM D6578 Graffiti test Non - reactive, zero VOC, AQMD and CARB compliant Allow moisture vapor to escape while not allowing moisture to penetrate Contractor shall submit product data and manufacturer for Anti - graffiti Coating to the Engineer for approval at least 14 calendar days prior to beginning construction of the Concrete Fascia Panels. 6 -16.5 Payment (Special Provision) Section 6 -16.5 is supplemented with the following: "Shaft - 30 Inch Diameter," per linear foot "Furnishing Soldier Pile — W14x48 Wide Flange Beams," per linear foot "Timber Lagging," per square foot "Prefabricated Drainage Mat," per square yard "Concrete Fascia Panel ", per square foot. All costs in connection with constructing the concrete fascia panels as specified shall be included in the unit Contract price per square foot for "Concrete Fascia Panel ", including all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint sealant, underdrain pipe and connection to drain pipe, exterior surface finish, pigmented sealer, formliner, and anti - graffiti coating. "Removing Soldier Pile Shaft Obstructions ", estimated. City of Federal Way South 356`h Street Improvements Page 105 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Payment for removing obstructions, as defined in Sections 6- 16.3(3), will be made for the changes in shaft construction methods necessary to remove the obstruction. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the equipment and employees utilized, and the number of hours involved for each. Once these cost items and their duration have been agreed upon, the payment amount will be determined using the rate and markup methods specified in Section 1 -09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for the item "Removing Soldier Pile Shaft Obstructions" in the bid proposal to become a part of the total bid by the Contractor. If the shaft construction equipment is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then standby payment for the idled equipment will be added to the payment calculations. If labor is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then all labor costs resulting from Contractor labor agreements and established Contractor policies will be added to the payment calculations. The Contractor shall perform the amount of obstruction work estimated by the Contracting Agency within the original time of the contract. The Engineer will consider a time adjustment and additional compensation for costs related to the extended duration of the shaft construction operations, provided: 1. the dollar amount estimated by the Contracting Agency has been exceeded, and 2. the Contractor shows that the obstruction removal work represents a delay to the completion of the project based on the current progress schedule provided in accordance with Section 1 -08.3. City of Federal Way South 356`h Street Improvements END OF DIVISION 6 Page 106 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS DIVISION 7:DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -01 DRAINS 7 -01.1 Description (Special Provision) Section 7 -01.1 is supplemented with the following: This work consists of reconnecting existing roof leaders, underdrains and footing drains from adjacent development or buildings to the nearest catch basin or suitable outfall point and connecting stormwater media filters, trench drains and wall drains to the storm drainage system. 7 -01.2 Materials (Special Provision) Section 7 -01.2 is supplemented with the following: The only acceptable material for drain pipe shall be Polyvinyl Chloride (PVC) Drain Pipe Drain Pipe, Couplings, and Fittings, meeting the requirements of ASTM D3034 SDR 35 or Corrugated Polyethylene (PE) Drain Pipe, Couplings and Fittings (up to 10 inch) The only acceptable material for underdrain pipe shall be Perforated Polyvinyl Chloride (PVC) Underdrain Pipe, or Perforated Corrugated Polyethylene (PE) meeting the requriements of the Standard Specifications. 7 -01.4 Measurement (Special Provision) Section 7 -01.4 is supplemented with the following: ( * * * * * *) No specific unit of measurement applies to the bid item "Reconnect Existing Misc. Drainage ". 7 -01.5 Payment (Special Provision) Section 7 -01.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: City of Federal Way South 356th Street Improvements Page 107 RFB # 17 -001 January 2017 SPECIAL PROVISIONS "Drain Pipe 6 In. Diam ", per linear foot. The unit contract price per linear foot of drain pipe of the type and size specified shall be full pay for furnishing all labor, tools, equipment, and materials necessary for its complete installation, including, laying pipe, pipe bedding, backfill (with native material), compaction, connection to new or existing storm sewers or drainage structures, surface restoration, haul and disposal of trench material to be wasted including unsuitable material, and cleaning. "Reconnect Existing Misc. Drainage" shall be paid per force account and shall include all labor, tools, equipment, and materials necessary to re- establish miscellaneous drainage connections from existing roof leaders, underdrains and footing drains to suitable outfall point.. Connections shall be made to the nearest catch basin as indicated on the plans or as approved by the Engineer. 7 -04 STORM SEWERS 7 -04.2 Materials (Special Provision) Section 7 -04.2 is supplemented with the following: Storm sewer used in this project includes reinforced concrete storm sewer pipe and class 50 ductile iron storm sewer pipe as called for in the Contract Plans. Concrete pipe material, gaskets, and couplings shall be in accordance with Section 9 -05.7 of the Standard Specifications and as modified in these special provisions. Class 50 ductile iron storm sewer pipe shall conform to the requirements of 9- 05.13. The Contractor shall require the pipe suppliers to furnish certificates signed by their authorized representatives stating the specifications to which the materials or products were manufactured. Certificates indicating non - conformance with these Specifications shall be sufficient evidence for rejection. Precast concrete materials shall not be shipped until pipe suppliers have provided documentation that materials have been properly cured. Approval of certificates shall be considered only as tentative acceptance of the materials or products, and such action by the Engineer will not relieve the Contractor of its responsibility to perform field tests and to replace or repair faulty materials, equipment, and /or workmanship. 7 -04.3 Construction Requirements (Special Provision) Section 7 -04.3 is supplemented with the following: ( * * * * * *) Pipe Joints: All concrete pipe joints shall be rubber gasketed; except connections made between dissimilar existing and new pipe materials shall be made utilizing WSDOT Standard Plan B- 60.20 -00 connection collar. City of Federal Way South 356th Street Improvements Page 108 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Backfill and compaction: Water settling will not be permitted. Backfill shall be compacted by mechanical tampers in accordance with Section 2- 03.3(14)C "Method B" of the Standard Specifications. Existing storm sewer facilities: The Contractor shall field verify the location of existing storm sewer facilities. All facilities shown on the plan but not noted for removal shall be protected and remain operational throughout construction. 7- 04.3(1) Cleaning and Testing (Special Provision) Section 7- 04.3(1) is supplemented with the following: Cleaning and testing of storm sewer pipe shall be in accordance with Section 7- 04.3(1) of the Standard Specifications, except as modified herein: Prior to testing, storm sewers will be visually inspected by the Engineer's representative either by external physical observation before backfilling, by physical observation from inside the pipe, or by video inspection methods, at the discretion of the Engineer. The contractor shall provide all necessary video inspection and /or safety equipment, including mechanical ventilation, as requested by the Engineer, with all related costs to be included in the unit bid price of the related item. Any departures from the best construction practices, such as pipe line misalignment, presence of foreign matter in the pipes or catch basins, poor catch basin construction, etc., shall be corrected by the Contractor at the Contractor's own expense. Testing will not be authorized until such corrections have been made to the satisfaction of the Engineer. Should high groundwater conditions be encountered, the completed storm sewers may be required to be infiltration tested. Infiltration testing shall be utilized only when ordered by the Engineer. Add the following New Section: 7- 04.3(2)Coordination with Utility Companies ( * * * * * *) It is anticipated that minor adjustments will need to be made by the utility companies to avoid the proposed storm drainage system. Known relocations not to be performed by the Contractor have been shown on the Plans to be performed "by others ". The Contractor shall identify any additional utility crossings that may conflict with the storm drainage system and notify the Engineer immediately prior to construction in vicinity of conflicts. The Contractor is responsible for coordinating anticipated relocation work with the respective utility companies. This coordination shall include contacting the utility company representative listed in Section 1- 05.14(A) of these Special Provisions at least fifteen (15) working days prior to installing storm drain pipe that may conflict with the utility companies' respective facilities; and coordinating the construction of the storm drainage system with the respective utility construction crews. City of Federal Way South 356th Street Improvements Page 109 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Coordination with utility companies shall be considered incidental to the Contract and no additional compensation will be made. 7 -04.4 Measurement (Special Provision) Section 7 -04.4 is supplemented with the following: "Ductile Iron Storm Sewer Pipe _ In. Diam. ", shall be measured per linear foot. "Class IV Reinf. Conc. Storm Sewer Pipe _ In. Diam. ", shall be measured per linear foot. Excavation, backfill, pipe zone bedding, compaction of the pipe trench backfill (with native material), connections between dissimilar existing and new pipe materials, and testing will not be measured as these items are incidental to the drainage pipe pay items. 7 -04.5 Payment Section 7 -04.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Ductile Iron Storm Sewer Pipe In. Diam ", per linear foot. "Class IV Reinf. Conc. Storm Sewer Pipe _ In. Diem.", per linear foot. The unit contract price per linear foot of storm sewer pipe of the type and size specified shall be full pay for furnishing all labor, tools, equipment, and materials necessary for its complete installation, including, but not limited to, all pavement removal, trench excavation, dewatering (if required), temporary flow bypass, laying pipe, pipe bedding, backfill (with native material), compaction, connection to new or existing storm sewers or drainage structures, surface restoration, haul and disposal of trench material to be wasted including unsuitable material, cleaning and testing costs related to maintaining existing drainage system during construction or to provide temporary drainage systems, and temporary patching hot mix to allow for the passage of traffic. If the Engineer determines that the native material is not satisfactory for trench backfill, Gravel Borrow For Trench Backfill Including Haul shall be used and paid for under Section 2 -03 in these Special Provisions. 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7 -05.1 Description Section 7 -05.1 is supplemented with the following: City of Federal Way South 356`h Street Improvements Page 110 RFB # 17 -001 January 2017 SPECIAL PROVISIONS In the first paragraph, replace "Standard Plans" with "City of Federal Way Standard Drawings" Type 1 Catch Basins shall be constructed per City of Federal Way Standard Dwg 4 -1. Type 1L Catch Basins shall be constructed per City of Federal Way Standard Dwg 4 -2. Type 2 Catch Basins shall be constructed in accordance with City of Federal Way Standard Dwgs 4 -3 and 4 -4. Where shown on the plans and as detailed, or as designated by the Engineer, the Contractor shall adjust catch basins to grade, install solid cover and frame on existing catch basin, install round solid cover with conversion riser as required on existing catch basins, and install heavy duty hinged -style manhole frame and lids. All lids and frames shall be locking unless shown as non - locking on plans or directed otherwise by the Engineer. Vaned grates and associated frame (Federal Way Dwgs. 4 -6 and 4 -10) shall be used for all catch basins unless noted in the plans or directed otherwise by the Engineer. Storm drain cleanouts shall be provided for retaining wall drainage and connected to the storm drainage system at the locations specified on the plans. The cleanout configuration and connection shall be per the plan detail. Place anti -seize compound on all locking lid bolts prior to the final project punch list inspection. 7 -05.2 Materials Section 7 -05.2 is supplemented with the following: Trench Drain Systems Trench drains channels shall be manufactured from polyester polymer concrete with minimum properties as follows: Compressive strength: 14,000 psi Flexural strength: 4,000 psi Water absorption: 0.07% Frost proof: Yes Salt proof: Yes The nominal clear opening shall be 4 ", with an overall width of 6.3 ". Pre -cast units shall be manufactured with either an invert slope of 0.5% or with neutral invert and have a wall thickness of at least 0.67 ". Each trench unit shall have a partial radius in the trench bottom and an interconnecting end profile. Units shall have horizontal cast in anchoring keys on the outside walls for anchoring in surrounding concrete. The trench drain channel shall have an integral ductile iron edge rail with a minimum thickness of 1/4 ". Grates for trench drains shall have longitudinal opening conforming to ADA standards and shall be manufactured from ductile iron. Ductile iron shall be ASTM 536 -84 — Grade 65- 45 -12. City of Federal Way South 356th Street Improvements Page 111 RFB # 17 -001 January 2017 SPECIAL PROVISIONS In -line catch basin shall be at the downstream end of the trench drain at the pipe connection point. In -line catch basin shall have the same manufacturer as the connecting trench drain and shall have the same grate type. Section 7 -05.2 is supplemented with the following: Heavy -duty hinged style ductile iron frame and cover shall meet the requirements for metal castings found in Section 9 -05.15 of the Standard Specifications and Section 9- 05.15(4) of these Special Provisions. High impact multi - purpose rubber composite adjustment riser: High impact adjustment risers shall be minimum 80% by weight recycled rubber and minimum 10% by volume recycled RFL fiber. Adjustment risers shall be of uniform quality and free from cracks, holes and any other surface defects. Adjustment risers shall be designed for heavy duty street traffic and shall meet or exceed minimum Toad capacity requirements of AASHTO. Manufacturer certification shall be furnished upon request stating that the product meets the requirements of this specification. Risers shall be available in standard thicknesses from 1/2 - inch to 3- inches, available flat or tapered and in round, square and rectangular shapes. 7 -05.3 Construction Requirements Section 7 -05.3 is supplemented with the following: ( * * * * * *) Backfill around catch basins shall be compacted by mechanical tampers in accordance with Section 2- 03.3(14)C "Method B" of the Standard Specifications. Catch basin cover frames shall be installed on precast rings or as directed by the Engineer. All bricks shall be installed with full mortar coverage and shall be plastered to a depth of 3/4 inch on the outer surface. Catch basin covers shall be adjusted to the rim elevations depicted on the storm profile drawings. A locking vaned grate and associated frame shall be installed on manholes and catch basins located where they will accept runoff. Bi- directional locking vaned grates shall be installed at all roadway sag locations and at low points along curb returns. (Reference City of Federal Way Standard Drawings No. 4 -10 for standard vaned grate and 4 -6 for standard frame). All structures not receiving surface runoff shall include round solid locking lids; except rectangular solid locking lids shall be used where indicated on the plans or directed by the Engineer. Catch basins shall include conversion risers to accommodate round lids where indicated in the plans or directed by the Engineer. (Reference City of Federal Way Standard Drawing 4 -18 for Conversion Riser). All structures, new or existing, located within the proposed wheel path shall utilize heavy duty hinged -style round solid locking lids. A standard solid locking manhole cover and associated frame shall be installed on manholes and catch basins where they will not accept concentrated runoff and are not located in the travelled roadway. (Reference City of Federal Way Standard Drawings No. 4 -12 for solid cover and 4 -13 for standard frame.). City of Federal Way South 356th Street Improvements Page 112 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS 7- 05.3(1) Adjusting Manholes Valve Boxes and Catch Basins to Grade Section 7- 05.3(1) is supplemented with the following: ( * * * * * *) Manholes, valve boxes, catch basins, and other structures shall not be adjusted to final grade until the adjacent pavement is completed, at which time the center of each structure shall be carefully relocated from references previously established by the Contractor. The asphalt concrete pavement shall be removed to a neat circular shape for manholes and catch basin conversion risers and a neat rectangular shape for catch basins that collect runoff. The edge of the cut shall be 1.5 feet from the outside edge of the cast iron frame of the structure. The base materials and crushed rock shall be removed to the full depth of adjustment plus 2 inches. The manhole and catch basin frames shall be lifted and reset to the final grade, plumb to the roadway, and shall remain operational and accessible. (Reference City of Federal Way Standard Drawing 3 -55 for Utility Adjustment). The Contractor shall adjust the manholes and catch basins with pre -cast grade rings, and mortar and /or high impact adjustment risers with a maximum 2 -inch thickness where required for heavy -duty frames and covers within the travelled roadway (see Section 7- 05.3(6)). Metal adjustment rings shall not be used. If more than three grade rings are required to adjust a manhole to final grade, including existing grade rings, the Contractor shall remove the existing cone section or top slab, install a pre -cast manhole section of sufficient height to limit the number of grade rings to a maximum of three, and reinstall the cone section or top slab prior to paving operations. Grade adjustment rings and high impact riser installation shall be inspected by the Engineer prior to frame installation. Cover and grate frames shall be securely grouted to the structure. Where existing structures are located within the wheel path of a proposed travel lane, catch basins adjusted to grade shall also include conversion risers and heavy duty locking frames and covers and high- impact risers per Section 7- 05.3(6). Following frame installation, the edges of the removed asphalt pavement and the outer edge of the reset frame shall be painted with asphalt for tack coat. The entire void around the adjustment shall then be be filled with Commercial HMA, placed and compacted in maximum 3- inch lifts, to match the adjacent pavement surface. The joint between the patch and existing pavement shall then be painted with asphalt for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. See Section 7 -05.3 of these special provisions for ring & cover and frame & grate requirements as applicable to both existing and proposed structures. 7- 05.3(3) Connections to Existing Manholes Section 7- 05.3(3) is supplemented with the following: ( * * * * * *) The requirements of this section shall also apply to connections to existing catch basins. Section 7 -05.3 is supplemented by adding the following Sections: City of Federal Way South 356th Street Improvements Page 113 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 7- 05.3(5) Connection to Existing Pipe ( * * * * * *) The contractor shall connect (or reconnect) existing pipes to the new manholes or catch basins without obstructing flow from upstream locations. 7- 05.3(6) Catch Basin Type 2 with Flow Restrictor Catch basin Type 2 with flow restrictor shall be installed as detailed on the Plans. 7- 05.3(7) Heavy Duty Frame and Cover with High Impact Riser ( * * * * * *) Heavy duty hinged style frame and covers with high- impact adjustment risers, shall be installed in accordance with the requirements of Section 7- 05.3(1) and manufacturer installation instructions, for all solid -lid drainage structures located within the traveled roadway as noted in the plans. Install a rectangular to round conversion riser per Section 7- 05.3(7) of these Special Provisions and City of Federal Way Standard Drawing 4 -18 for existing or proposed Type 1 or Type 1L catch basins where required by the plans. High impact adjustment risers with a maximum 2 -inch thickness shall be used for all heavy -duty frames and covers withir the travelled roadway. 7- 05.3(8) Reconstructing Storm Drainage Structures ( * * * * * *) Reconstruction of existing storm drainage structures shall consist of adjustments to existing Type 2 catch basins that require replacement of the top slab to either (1) install or remove manhole sections below the top slab to adjust the height of the manhole, (2) rotate the top slab to adjust the horizontal location of the access opening, (3) replace the top slab with a new top slab having a different access hole location or shape, or (4) replace an existing debris cage with a standard top slab, as indicated on the Plans. In cases where the reconstruction requires rotating the top slab, a new ladder shall be installed to align with the new access riser. The completed storm drainage structure reconstruction shall result in a drainage structure that conforms to Federal Way Standard Drawing Nos. 4 -03 and 4 -04 for Type 2 catch basins or as detaied on the Plans. If the reconstructed storm drainage structure is located within the traveled roadway, install heavy duty frame and cover with high impact riser in accordance with Section 7- 05.3(6) of these Special Provisions. Final adjustment to grade shall be in accordance with Section 7- 05.3(1) of the Standard Specifications and these Special Provisions. 7- 05.3(9) Relocate Existing Stormwater Treatment Vault ( * * * * * *) Where shown on the Plans, an existing Contech Stormfilter vault shall be relocated to a new location. This work includes disconnecting pipes and removing the existing stormwater City of Federal Way South 356'h Street Improvements Page 114 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS treatment vault, cleaning the unit, and reinstalling where shown on the plans, including new pipe connections. 7 -05.4 Measurement Section 7 -05.4 is supplemented with the following: "Catch Basin Type 1", will be measured per each. "Catch Basin Type 1 L ", will be measured per each. "Catch Basin Type 2, 48 In. Diam. ", will be measured per each. "Catch Basin Type 2, 60 In. Diam with Flow Restrictor ", will be measured per each. "Adjust Existing Storm Drainage Structure ", will be measured per each. "Connection to Existing Drainage Structure ", will be measured per each. "Install Solid Cover on Existing Structure ", will be measured per each. "Reconstruct Drainage Structure ", will be measured per each. "Relocate Existing Stormwater Treatment Vault ", will be measured per each. 7 -05.5 Payment Section 7 -05.5 is supplemented with the following: Controlled Density Fill (CDF), per Special Provision 2- 09.3(1)E, shall be placed where depicted in the plans, and where authorized by the Engineer, as described in these specifications. Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Catch Basin Type 1", per each. "Catch Basin Type 1 L ", per each. "Catch Basin Type 2, 48 In. Diam. ", per each. "Catch Basin Type 2, 60 In. Diam. with Flow Restrictor ", per each. The unit contract price per each for all bid items above shall be full pay for furnishing all labor, tools, equipment, and materials necessary to complete each unit according to the Plans and Specifications. This includes all pavement removal and disposal, excavation, dewatering (if required), temporary flow bypass, connections to existing and new pipe, foundation material, bedding, backfill, compaction, surface restoration, testing, and furnishing and placing of all accessories such as traps, steps or ladders, control orifice risers, debris cages, weirs, orifice plates, shear gates, temporary patching hot mix to allow for the passage of traffic, and other items as applicable. Frames and grates (standard, vaned or beehive) or rings and covers City of Federal Way South 356th Street Improvements Page 115 RFB # 17 -001 January 2017 SPECIAL PROVISIONS (standard duty or heavy duty where called for on the Plans), grade rings and adjustment risers (concrete or high- impact) shall be considered incidental to this bid item and will not be measured for separate payment. "Adjust Existing Storm Drainage Structure ", per each. The bid item "Adjust Storm Drainage Structure ", per each, applies to existing storm drainage catch basins and storm drainage manholes that require adjustment to grade by addition or removal of adjustment risers. The unit contract price for "Adjust Existing Storm Drainage Structure," per Each, includes all labor, tools, equipment, and materials necessary to adjust drainage structures to finished grade, temporary patching hot mix to allow for the passage of traffic, restoration of the area around the adjusted structure, and providing new rings and covers or frames and grates. Grade rings and adjustment risers (concrete or high- impact) shall be considered incidental to this bid item and will not be measured for separate payment. Payment for "Adjust Storm Drainage Structure ", shall include one (1) adjustment to final grade and shall not include interim adjustments. "Connection to Existing Drainage Structure ", per each. The unit contract price for "Connection to Existing Drainage Structure ", per each, applies to connecting new storm drain pipe to existing storm drainage catch basins and manholes and includes all labor, tools, equipment, and materials necessary to core drill the existing drainage structure and provide the necessary pipe connection. "Install Solid Cover on Existing Structure ", per each. The unit contract price for "Install Solid Cover on Existing Structure ", per each, includes all labor, tools, equipment, and materials necessary to install a new frame with solid cover on an existing drainage structure. Heavy -duty hinged style rings and covers, high- impact risers, and conversion risers required for installing a round cover on a Type 1 catch basin, and adjustment to grade, shall be considered incidental to this bid item and will not be measured for separate payment. "Reconstruct Drainage Structure ", per each. The bid item "Reconstruct Storm Drainage Structure ", per each, applies to existing Type 2 catch basins that require replacement of the structure top slab to adjust the height of the structure below the top slab, to provide a top slab with a round rather than rectangular opening„ remove an existing debris cage, and /or to reposition the access opening. The unit contract price for "Reconstruct Storm Drainage Structure ", per each, includes all labor, tools, equipment, and materials necessary to remove the structure top slab or debris cage, install structure risers, install new ladder or replace existing ladder, sealing cracks, replace existing top slab or install new top slab, adjust structure to finished grade, temporary patching hot mix to allow for the passage of traffic, restoration of the area around the adjusted structure, and providing new rings and covers or frames and grates. Rings and covers (whether standard duty or heavy duty as called for on the profile drawings) as well as frames and grates, grade rings and adjustment risers (concrete or high- impact) shall be considered incidental to this bid item and will not be measured for separate payment. "Relocate Existing Stormwater Treatment Vault ", per each. The unit contract price per each for "Relocate Existing Stormwater Treatment Vault" shall be full pay for removing and resetting the existing stormwater treatment vault where shown and as detailed on the Plans, including removing, cleaning and protecting the existing stormwater City of Federal Way South 356th Street Improvements Page 116 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS treatment vault, excavation, subgrade preparation, gravel bedding, placement of the existing vault at the new location, connecting storm drain pipes, adjusting the top to grade, and installing new riser sections if needed. Add the following New Section ( * * * * * *) 7 -06 STORMWATER DETENTION POND 7 -06.1 Description The work to be performed shall consist of the construction of the Stormwater Detention Pond as shown on the Plans and as described in these specifications. Work includes, but is not limited to site grading, earthwork, and compaction, installation of emergency overflow spillway, construction of access roads, control of water, compliance with permit conditions, and all other work necessary to complete pond construction. 7 -06.2 Materials Materials shall meet the requirements of the following sections: Aggregates 9 -03 Shoulder Ballast 9- 03.9(2) Crushed Surfacing 9- 03.9(3) Quarry SpaIls 9 -13 Rock Lining 9 -13.8 Chain Link Fence and Gates 9 -16.1 Construction Geotextile 9 -33 7 -06.3 Construction Requirements The limits of construction for the stormwater detention pond are shown on the Plans. The pond site may be used for staging and storage of construction materials per Specification Section 1- 04.12. If the Contractor elects to use the site for staging, it shall be the Contractor's responsibility for protection and /or stabilization of subgrade and to establish and maintain adequate erosion control facilities to meet downstream turbidity limitations as documented in an approved TESC plan and SPCC plan. The limits of clearing and grading for staging and storage of construction materials shall not exceed what is required and delninated on the Plans for construction of the pond. The construction of the pond shall be completed, including all plantings unless otherwise approved by the Engineer, within one construction season. No stormwater shall be released into the pond until written acceptance has been provided by the Engineer. City of Federal Way South 356'h Street Improvements Page 117 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 7- 06.3(1) Removal and Exclusion of Water The Contractor shall remove and exclude water, including stormwater, groundwater, and surface water from all excavations per the provisions of 7 -08 herein. 7- 06.3(2) Earthwork The pond site shall be cleared and grubbed only as necessary to complete the work shown on the Plans. Clearing and grubbing shall be in accordance with Section 2 -01.3. The Contractor shall grade the pond to the lines and grades shown on the Plans. Earthwork shall be in accordance with Section 2 -03.3. Clearing, grubbing, and excavation as part of the Lump Sum Bid Item shall include the removal of any materials of whatever nature encountered, including all structures and obstructions that would interfere with the proper execution and completion of the work. The Contractor shall furnish, place, and maintain all supports and shoring that may be required for the sides of excavations to protect adjacent items to remain. The Contractor shall perform a site visit of the detention pond site as specified in the Standard Specifications Section 1 -02.4. Any items encountered during construction requiring removal /disposal shall be the responsibility of the Contractor. No additional compensation will be made by the Contracting Agency for the removal of surface or subsurface materials or obstacles encountered. All excavated material shall be removed from the project site. Copies of permits for waste sites shall be furnished to the Engineer by the Contractor. 7- 06.3(3) Access Roads Access roads shall be constructed as shown on the Plans and in accordance with Sections 2 -03.3, 4 -04.3, and 5 -04.3. Surfacing for access roads shall be as Shoulder Ballast under the applicable specification section. 7- 06.3(4) Emergency Overflow Spillway The emergency overflow spillway shall be constructed as shown on the Plans. The full width of the emergency overflow spillway shall be armored with Rock Lining, beginning at a point midway across the top of the berm embankment and extending beyond the tow of the pond embankment as shown on the Plans. After placement, the rock lining shall be compacted to be uniformly dense and unyielding. 7- 06.3(5) Chain Link Fence The chain link fence around the pond site shall be constructed in accordance with 8 -12, herein and per the Plans. The access gate shall be 14 foot minimum clearance width. Chain link fabric shall consist of 9 -guage wire with black vinyl coating. 7- 06.3(6) Pond Sign A stormwater pond sign shall be installed where shown on the plans and in accordance with City of Federal Way Standard Drawing 4 -19. City of Federal Way South 356' Street Improvements Page 118 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS 7- 06.3(7) Detention Pond Planting and Irrigation The pond site shall be planted and maintained throughout the establishment period as shown on the Plans and in accordance with Section 8 -02. Measurement and payment for detention pond planting, topsoil, soil amendments, seeding and plant establishment shall be in accordance with Section 8 -01 and 8 -02. Measurement and payment for irrigation shall be in accordance with Section 8 -03 "Automatic Irrigation System ". 7- 06.3(6) Tapered End Sections Tapered end sections for pipes connected to the detention pond shall per WSDOT Standard Plan B- 80.40.00 with Type 4 Safety Bars. The maximum spacing between safety bars shall be 5- inches. 7 -06.4 Measurement No measurement will be made for the construction of the stormwater detention pond; all costs are incidental to the lump sum bid item. 7 -06.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Stormwater Detention Pond ", per lump sum The lump sum contract price for Stormwater Detention Pond shall be full pay for all materials, equipment, and labor necessary to complete the Stormwater Detention Pond in accordance with the Plans and Specifications, including clearing & grubbing, excavation, for fill, control of water, compaction of pond facility to finished grade, support and protection of existing utilities, dewatering, emergency overflow spillway, pipe tapered end sections with safety bars, access road, pond sign, and material disposal, in accordance with the details to provide a complete installation as shown on the Plans and specified herein. No additional compensation will be made by the Contracting Agency for the removal of surface or subsurface materials or obstacles encountered. Haul and disposal of materials encountered shall be considered included in the lump sum price. Payment for items associated with the "Stormwater Detention Pond, but not included in the Lump Sum bid item, indude the following items included in the Bid Proposal: Chain Link Fence will be paid for by the "Chain Link Fence" bid item. The cost of the detention pond control structure will be paid for by the "Catch Basin Type 2, 60 In. Diam. with Flow Restrictor" bid item. The cost of catch basins within the pond area will be paid for by the various Catch Basin bid items. The pipe within the pond construction area will be paid for by the various Storm Sewer Pipe bid items. City of Federal Way South 356'h Street Improvements Page 119 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Landscaping and irrigation associated with the Detention Pond will be paid for by the various planting and irrigation bid items included in the Proposal. 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.3 Construction Requirements Section 7 -08.3 is supplemented with the following: ( * * * * * *) Dewatering Where water is encountered in the trench and other excavations for structures, it shall be removed during pipe - laying and backfilling operations and the trench and /or excavation so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe, or the structure is placed or constructed and provisions are made to prevent it from floating. Trench water or other deleterious materials shall not be allowed to enter the pipe at any time. 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, or damage or cause deterioration of existing improvements or natural features. 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 adjacent structures or property are endangered or damaged. 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 disturbances of backfill and prevent movement of structures and pipelines. Discharge to existing storm sewer facilities, storm drain system, or containment and discharge of such collected groundwater shall be in accordance with the TESC Plan as reviewed by the Engineer. 7- 08.3(3) Backfilling Section 7- 08.3(3) is supplemented with the following: ( * * * * * *) Initial backfilling shall be performed only after inspection and approval of the installed pipe. Backfill shall be accomplished in such a manner that the pipe is not damaged by impact or overloading. All backfill for pipe trenches shall be mechanically compacted by a power operated mechanical tamper(s) as specified in Sections 7- 08.3(3) of the Standard Specifications or other mechanical compaction device approved by the Engineer. If there is an excess of acceptable backfill material obtained from trench excavation at one location on the project, it shall be used at other locations on the project as directed by the Engineer. Native backfill stockpiles shall be protected to prevent excessive wetting. The cost of transporting the excess backfill material shall be considered incidental to the pipe or structure backfilled. City of Federal Way South 356`h Street Improvements Page 120 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS 7 -09 WATER MAINS 7 -09.1 Description ( * * * * * *) Revise this section to read: This Work consists of installing water main and appurtenances in accordance with the Plans, these Standard Specifications, and the Special Provisions, at the locations and depths shown and noted in the Plans, and as may be directed by the Engineer. 7 -09.2 Materials ( * * * * * *) Revise this section to delete any references to steel, polyvinyl chloride (PVC), and Polyethylene pipe for permanent water supply facilities. Pipe for water main shall only be ductile iron pipe Special Thickness Class 52, or such thicker - walled pipe as shown in the Plans. Revise the "Aggregates:" section to read Aggregates: Foundation Material Gravel Backfill for Pipe Zone Bedding Pipe Zone backfill Trench Backfill 111 7 -09.3 Construction Requirements ( * * * * * *) Supplement and revise this section with the following: 9- 03.17, 9 -03.18 9- 03.12(3) 9- 03.12(3) 9- 03.12(3) All construction within public road rights -of -way shall be in conformance with the requirements of the City, County, or State governmental agency having jurisdiction in which the work is performed, as herein specified and as directed by the Engineer. All trench excavation required for the installation of water mains and appurtenances shall be unclassified. All material excavated from trenches and piled adjacent to the trench, or in a roadway or public thoroughfare, shall be piled and maintained so that the toe of the slope of the spoil material is at least two feet (2') from the edge of the trench. It shall be piled in a manner to prevent surface water from flowing into the excavation and in a manner that will cause a minimum of inconvenience to public travel. Free access shall be provided to all fire hydrants, water valves and meters; and clearance shall be left to enable the free flow of storm water in all gutters, conduits and natural water courses. All public traffic shall be permitted to pass through the Work with as little inconvenience and delay as possible. The Contractor shall keep existing roads and streets adjacent to or within the limits of the Project open to and maintained in a good and safe condition for traffic at all times. The Contractor shall remove any deposits or debris and shall repair any damage resulting from its operations. City of Federal Way South 356th Street Improvements Page 121 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Construction shall be conducted so as to cause as little inconvenience as possible to abutting property owners. Additionally, convenient access to each facility's driveways and buildings along the line of Work shall be maintained at all times. Upon completion of rough grading or placing any subsequent layer thereon, the surface of any road bed disturbed shall be brought to a smooth, even condition, free of bumps and depression, and satisfactory for the use of public traffic. Roadways, streets and appurtenances, including driveways and sidewalks, shall be cleaned at the conclusion of each day's operations and at such other times as deemed necessary by the Engineer to ensure the safety of the traveling and pedestrian public and to prevent inconvenience to the Contracting Agency, the public and owners of private property adjacent to the Project. The Contracting Agency reserves the right to restrict the Contractor to various sites and times of construction during the entire Project. All costs to comply with this Section are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. On its own responsibility and expense, the Contractor shall provide adequate safeguards, safety devices and protective equipment, and take any other needed actions, on its own responsibility or as the Engineer may determine reasonably necessary to protect the life, health and safety of the public and to protect property in connection with the performance of the Work covered by the Contract. Where shown on the Plans or otherwise directed by the Contracting Agency, or City, County, or State governmental agency having jurisdiction, the Contractor shall install silt fences meeting the requirements of the Standard Plans where runoff from areas disturbed by construction activities could impact adjacent undisturbed property. All costs to install silt fences are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. The types of gravel material which shall be used in trenches or other excavations are divided into several classifications. The descriptions of the materials, the locations where they shall be used, and the method for computing pay quantities are set forth in the following Sections and are shown on the Contract Plans. Garden areas shall not be disturbed until after the end of the growing season. The Contractor shall comply with all covenants, requirements and stipulations of easement documents which provide the right of the Contracting Agency to perform the Work on private property. 7- 09.3(5) Grade and Alignment ( * * * * * *) Revise this subsection, including title, to read: 7- 09.3(5) Grade, Depth and Alignment The Contractor shall verify the locations and establish the depth of existing water mains at the points where connections are to be made prior to trenching for the pipelines. A separate contract pay item "Connection to Existing Water Main In. Diam" has been provided for this purpose under the current project. City of Federal Way South 356th Street Improvements Page 122 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS The profile shall be adjusted so neither a high spot nor a low spot is created adjacent to the connection to the existing water mains. The depth of trenching for water mains shall be such as to provide a minimum cover of fourty two inches (42 ") over the top of the pipe, or twelve (12) inches over all valve nuts, whichever is deeper, or as otherwise shown on the Plans. Deeper excavation may be required due to localized breaks in grade, or to install the new main under existing culverts or other utilities where necessary. To provide for future street /road widening, this standard minimum cover shall be measured from the ground surface where the proposed water main is to be located, or the adjacent edge of pavement, whichever provides the lower water main elevation. Where the profile of the pipeline and ground surface is shown on the Plans, the pipeline shall be laid to the elevation shown regardless of depth. 7- 09.3(6) Existing Utilities ( * * * * * *) Supplement this subsection with the following: In addition to those facilities exposed above the ground surface, certain underground utility facilities exist, both known and of record, and unknown. Existing underground utility facilities, where known, are shown on the Plans for convenience only, and the Engineer and Contracting Agency assume no responsibility for proper locations or failure to show utility locations on the Plans. Among others, these utilities include: telephone, telegraph and power lines; natural gas and petroleum product pipelines; sanitary sewer, storm drain /ditches and structures and water lines; traffic and street lighting and signing systems. The locations of the underground utility facilities shown on the Plans have been provided from available records, and may not reflect the exact location of the underground utility facility. The proposed water facilities constituting the Work have been designed to minimize potential conflicts with the existing known underground utility facilities. If the Plans so indicate, certain existing underground utility facilities shall require removing or relocating the underground utility facility by the utility owner before the Contractor begins Work. If said utility owner has not done so by the time Work begins, the Contractor shall immediately notify the Engineer and Contracting Agency in writing. The Contractor shall advise the Utilities Underground Location Center of the commencement of the Work by calling 1- 800 - 424 -5555 or 811, providing the proposed construction area and the proposed schedule of work sequence, so the respective participating utilities may field -mark their underground utility facilities, as provided for in RCW 19.122. The Contractor shall also individually advise those utilities and private parties not participating in said one number locator service. The Contractor shall, by letter and copies thereof, demonstrate to the Contracting Agency its efforts to fully inform both the non - participating utilities and private parties and the Utilities Underground Location Center of its activities. Furthermore, the Contractor shall demonstrate full cooperation with each utility and private party involved in the Project. The Contractor shall conform to all other provisions of RCW 19.122. City of Federal Way South 356`h Street Improvements Page 123 RFB # 17 -001 January 2017 SPECIAL PROVISIONS As provided for in RCW 19.122, "reasonable accuracy" in field - locating (marking) underground utility facilities means a field mark within twenty -four (24) inches of the outside dimensions of both sides of an underground utility facility. The minimum horizontal spacing between water mains and storm drains, gas mains, power cable, telephone cable, cable TV, and other underground utility facilities, except sanitary sewers, shall be three (3) feet, measured horizontally. The minimum vertical clearance /spacing between walls of water main pipelines and pipeline /cable /conduits of other utility facilities, except sanitary sewers, shall be six (6) inches. The minimum horizontal spacing between water mains and sanitary sewers shall be ten (10) feet, measured horizontally, unless a closer spacing is shown on the Plans, in which case certain pipe protection provisions are shown. For water mains crossing over sanitary sewers, a minimum vertical clearance /spacing between the walls of these pipelines shall be eighteen (18) inches, as measured at the intersection thereof, unless a narrower clearance /spacing is shown on the Plans, in which case certain pipe protection measures shall be shown. If these horizontal spacing and /or vertical clearance /spacing requirements cannot be met and are not already provided for in the Plans, the Contractor shall immediately notify the Engineer and Contracting Agency in writing. Certain alterations in alignment and grade of the proposed water system may be required if an existing underground utility facility, by field - location, is found to occupy that corridor indicated on the Plans to be reserved for construction of the proposed water system, or if the standard spacing cannot otherwise be achieved. The Contractor shall do all necessary excavation and potholing to expose such underground utility facilities to prevent damage to them which may otherwise result from the Work. The Contractor shall protect all existing underground utility facilities from damage resulting from the Work. The alignment and grade of the proposed water system shown on the Plans shall only be altered upon the written express approval of the Engineer. The Contractor shall also notify those owners of underground utility facilities within close proximity of the proposed water system, within a reasonable period of time prior to construction at a particular location, so said owner and the Contractor can coordinate the precautions necessary to facilitate construction of the proposed water system and protect that particular underground utility facility. Any damages or disruptions to underground utility facilities resulting from the Contractor's operation shall be reported to the owner of said underground utility facility and to the Contracting Agency. Repairs to the damaged or disrupted underground utility facility shall immediately be made by the owner of said underground utility facility or by the Contractor, at the sole discretion of the owner of said underground utility facility. The cost for repairs to damaged or disrupted underground utility facilities shall be borne by the Contractor, unless the underground utility facility was not field- marked within "reasonable accuracy" defined by RCW 19.122. Whenever existing drainage channels, ditches, culverts, storm drains or structures are disturbed, the Contractor shall provide suitable means for diverting and maintaining all flows during construction in that area. After construction has been completed in that area, all channels, ditches, culverts, storm drains or structures shall be returned to their original location and functional use. City of Federal Way South 356`h Street Improvements Page 124 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Where the proposed water system is in close proximity of existing utility poles, the Contractor shall coordinate construction procedures with the owners of the affected utility poles. The Contractor shall give to the owners of affected utility poles reasonable advance notice so that the Contractor and owners of affected utility poles can properly protect the integrity of the utility poles by temporarily holding or moving the utility poles during construction of the proposed water system. To efficiently perform the Work, the Contractor shall be fully responsible to coordinate the Work and make the necessary arrangements, including permits and payment of any associated charges, with the respective owner of underground utility facilities to relocate, move, remove, or alter their underground utility facilities to attempt to minimize or eliminate conflicts during construction of the proposed water system in ways not otherwise shown on the Plans. Any authorized agent of the Contracting Agency or owners of underground utility facilities may enter the site of the water system improvements at any time to repair, rearrange, alter, or connect their facilities. The Contractor shall cooperate with such efforts and shall avoid creating delays or hindrances to those doing the work. As needed, the Contractor shall arrange to coordinate work schedules. All utility facilities, including, but not limited to, water main valve boxes, gas main valve boxes, water meter boxes, and the like, shall remain accessible and marked by the Contractor at all times during construction. All costs to comply with this Section, including any repair and /or restoration of facilities necessitated by the Contractor's operations, are incidental to the Contract and are the responsibility of the Contractor, except as otherwise provided in RCW 19.122. The Contractor shall include all related costs in the Contract bid prices. 7- 09.3(7) Trench Excavation ( * * * * * *) Revise this subsection to read: Excavation for water mains shall be measured and paid as `Structure Excavation CI B incl Haul for Schedule B' in accordance with Section 2 -09. Excavation for water services and removal of water facilities will not be measured for payment, but shall be included in the applicable unit price item contained in the proposal. Excavation limits for applicable contract bid items are shown on the water trench section detail. The Contractor shall perform all excavation of every description and of whatever materials encountered to the depth indicated on the Plans. All excavations shall be made by open cut unless provided for otherwise. All trenches shall be excavated to true and smooth bottom grades and in accordance with the lines given by the Engineer. The trench bottom shall provide uniform bearing and support for each length of pipe. Bell holes shall be excavated to the extent necessary to permit accurate work in making and inspecting the joints. The banks of the trenches shall be kept as nearly vertical as soil conditions will permit. Where required to control trench width or to protect adjacent structures, the trench shall be sheeted and braced. Trench widths to one (1) foot above the top of the pipe shall not exceed thirty (30) inches maximum or one and one -half (1 1/2) times the outside diameter of the pipe plus eighteen (18) inches, whichever is greater. Standard excavating equipment shall be adjusted so as to excavate the narrowest trench possible. City of Federal Way South 356h Street Improvements Page 125 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Trench excavation shall be not more than two hundred (200) linear feet ahead of the pipe laying and backfilling operation and all trenches shall be closed up and fully backfilled, leveled, and temporarily patched or graveled, or protected with an anchored steel plate at the end of each day as provided in Section 1- 07.23(1). In certain circumstances such as high -risk of trench sidewall cave -in, paralleling in close proximity with another utility which could slough into the open trench, critical street crossings, etc., this distance shall be shortened accordingly by the Contractor. The Contractor shall exercise sound engineering and construction practices in excavating the trench and maintaining it so that no damage will occur to any foundation, structure, utility pole or anchor, pipeline, or other facility because of sloughing or slopes, or from any other cause. If, as a result of the excavation, there is disturbance of the ground which may endanger other property, the Contractor shall immediately take remedial action. No act, representation, or instruction of the Engineer or Contracting Agency shall in any way relieve the Contractor from liability for damages or costs that result from trench excavation. Care shall be taken not to excavate below the depth specified. Excavation below that depth shall be backfilled with select backfill material and compacted as specified herein. The Contractor shall prevent damage to major tree roots, particularly those equal to or larger than two inches (2 ") in diameter. 7- 09.3(7)A Dewatering of Trench Revise this subsection to read: Where water is encountered in the trench and other excavations for structures, it shall be removed during pipe - laying and backfilling operations and the trench and /or excavation so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe, or the structure is placed or constructed and provisions are made to prevent it from floating. Trench water or other deleterious materials shall not be allowed to enter the pipe at any time. 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, or damage or cause deterioration of existing improvements or natural features. 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 adjacent structures or property are endangered or damaged. 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 disturbances of backfill and prevent movement of structures and pipelines. Discharge to existing storm sewer facilities, storm drain system, or containment and discharge of such collected groundwater shall be in accordance with the TESC Plan as reviewed by the Engineer. 7- 09.3(7)B Rock Excavation Revise this subsection to read: City of Federal Way South 356th Street Improvements Page 126 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Rock excavation shall cover the removal and disposal of rock that requires systematic drilling and blasting for its removal, and also boulders exceeding two (2) cubic yards in volume. Ledge rock, stone larger than and one -half (11/2) inches, or boulders, shall be removed to provide a minimum clearance of four inches (4 ") under the pipe, with additional clearance required for pipe bells as necessary to provide uniform bearing and support for each length of pipe and permit accurate Work in making and inspecting the joints. Hardpan, hard clay, glacial till, sandstone, silt stone, shale, or other sedimentary rocks which are soft, weathered, or extensively fissured will not be classified as rock excavation, even though it may be advantageous to use explosives in its removal. Rock is defined as one which has a modulus of elasticity of more than 200,000 psi or unconfined compressive strength at field moisture content of more than 2,000 psi. Materials removed shall be replaced with selected native materials from adjacent trenches or from imported bedding or backfill as designated by the Engineer. It is anticipated that solid rock will not be encountered. When such material is anticipated to be encountered, it will be paid for through an established bid item. 7- 09.3(7)C Extra Trench Excavation Revise this subsection to read: Changes in grades of new water main, including hydrant laterals, from those shown on the Plans may be necessary because of unmarked or unknown utilities or for other reasons. If, in the opinion of the Engineer, it is necessary to adjust, correct, relocate or in any way change the line and grade, such changes shall be made by the Contractor as specified herein. When pipeline grade is lowered in excess of one foot (1') below the grade indicated on the Plans, the Contractor shall make extra excavation as necessary. When the pipeline horizontal alignment is changed by more than one foot (1') from the line indicated on the Plans, after the trench has been excavated, the Contractor shall excavate the trench at the changed location and backfill and compact the previous trench. Additional excavation so required will be classified as extra trench excavation. 7- 09.3(7)D Trench Safety Systems ( * * * * * *) Addendum # 2 Add the following new subsection: The work described in this section shall be specifically for removal of water facilities and installation of service lines. Shoring or Extra Excavation CI B for Water Mains shall be measured and paid per square foot in accordance with Section 2 -09. The Contractor shall provide all materials, labor, and equipment necessary to shore trenches to protect the Work, and existing improvements and natural features not designated for removal, and to provide safe working City of Federal Way South 356th Street Improvements Page 127 RFB # 17 -001 January 2017 SPECIAL PROVISIONS conditions in the trench. The Contractor may elect to use any combination of shoring and overbreak, tunneling, boring, sliding trench shield, or other method of accomplishing the Work consistent with applicable local, State, or Federal safety codes. If workers enter any trench four (4) feet or more in depth that does not meet the open pit requirements of Section 2- 09.3(3)B, the excavation shall be shored as provided in Section 2- 09.3(4). The Contractor alone shall be responsible for worker safety, and the Contracting Agency assumes no responsibility. Upon completing the Work, the Contractor shall remove all shoring unless the Plans or the Engineer direct otherwise. Shoring to be removed, or moveable trench shields or boxes, shall be located at least two and one -half (21/2) pipe diameters away from metal or thermoplastic pipe if the bottom of the shoring, shield, or box extends below the top of the pipe, unless a satisfactory means of reconsolidating the bedding or side support material disturbed by shoring removal can be demonstrated. Damages resulting from improper shoring or failure to shore shall be the sole responsibility of the Contractor. The furnishing by the Contracting Agency of resident project representation and inspection shall not make the Contracting Agency responsible for the enforcement of such laws, rules, regulations, or procedures, nor shall such make the Contracting Agency responsible for construction means, methods, techniques, sequences, procedures, or for the Contractor's failure to properly perform the Work necessary for proper trench excavation safety. 7- 09.3(8) Removal and Replacement of Unsuitable Materials ( * * * * * *) Addendum # 2 Replace the first two paragraphs in this section to read: When so directed by the Engineer, excavation shall be extended below the structure or pipeline grades to permit the placing of foundation gravel. Whenever in excavating a trench for water mains the bottom of the trench exposes peat, soft clay, quicksand, or other unsuitable foundation material, such material shall be removed to the depth directed by the Engineer and backfilled with foundation material. When determined by the Engineer that such unsuitable foundation material has been encountered and the Contractor has removed said material to the depth as directed by the Engineer, The Contractor shall furnish and place a layer of quarry spalls followed by a nominal three inch deep layer of CSBC, or a layer of CSBC as directed by the Engineer. 7- 09.3(9) Bedding the Pipe Revise this subsection, including title, to read: 7- 09.3(9) Pipe Zone Bedding and Backfill Gravel backfill for pipe zone bedding shall be placed to depths shown on the Plans, and shall be rammed and tamped around the pipe to 95 percent of maximum density by the use of City of Federal Way South 356`h Street Improvements Page 128 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS shovels or other approved hand -held tools, so as to provide firm and uniform support for the full length of the pipe, valves, and fittings. Care shall be taken to prevent any damage to the pipe or its protective coating. (Addendum # 2) Gravel backfill for pipe zone bedding shall be used for pipe zone backfill and shall be placed in uniform lifts on each side of and above the pipe as shown on the Plans, and shall be compacted to 90 percent of maximum density. The use of recycled material as pipe zone bedding or backfill shall not be permitted. 7- 09.3(10) Backfilling Trenches ( * * * * * *) Revise this subsection to read: Trench backfill material, placement and compaction for ductile iron pipe shall be as shown in the Plans. When all pipe, fittings, valves, valve boxes and other appurtenances have been properly installed and inspected, the trench shall be backfilled. Prior to backfilling, all shoring or other trench safety system components, and debris shall be removed from the trench. Shoring and trench safety system components used by the Contractor shall be removed just ahead of the backfilling operation. Backfill up to twelve (12) inches over the top of the pipe shall be evenly and carefully placed. Materials capable of damaging the pipe or its coating, including, but not limited to, large rocks, stumps, logs, brush, broken concrete, frozen dirt clumps, pavement pieces, and other deleterious material, shall be removed from the backfill material. The remainder of the material shall be continually placed from the end of the trench. The use of ' ecycled material as trench backfill shall not be permitted. A neoprene pad or high- density polyethylene foam) shall be placed between the water main and existing pipelines, conduits, or other facilities when encountered during construction and as directed by the Engineer. 7- 09.3(11) Compaction of Backfill ( * * * * * *) Revise this subsection to read: Unless the density of the trench backfill within a road right -of -way is required to be greater by the jurisdictional road agency, the trench backfill material shall be compacted to at least ninety -five percent (95 %) of the maximum density as specified in Section 2- 03.3(14)D "Compaction and Moisture Control Tests," for the purposes of this project, the trench backfill materials and compaction shall be as shown on the Plans." Maximum density and optimum moisture for non - granular materials will be determined using WSDOT Test Method No. 609. Maximum density and optimum moisture for granular materials will be determined using WSDOT Test Method No. 606. In -place density and moisture content will be determined using the Washington Densometer method or Nuclear Gauge as outlined in the WSDOT Construction Manual. City of Federal Way South 356' Street Improvements Page 129 RFB # 17 -001 January 2017 SPECIAL PROVISIONS The backfill material shall be placed in successive layers not exceeding twelve inches (12 ") in loose thickness, and each layer shall be mechanically compacted to the density specified herein as the trench is backfilled. At locations where paved streets, roadway shoulders, driveways, or sidewalks will be constructed or reconstructed over the trench, the backfill shall be spread in layers and be compacted by mechanical tampers. In such cases, the backfill material shall be placed in successive layers not exceeding six inches (6 ") in loose thickness, and each layer shall be compacted with mechanical tampers to the density specified herein. Mechanical tampers shall be of the impact type as approved by the Engineer. The Contractor shall provide the proper size and type of mechanical compaction equipment and select the proper method of utilizing said equipment to attain the required compaction density. The thickness of layers and the number of passes shall be adjusted to the extent necessary to attain the required compaction density. Impact compactors shall be operated with the least practical amount of pressure or weight applied, and vibratory compactors shall be operated with no more weight applied than the unsupported weight of the machine's pad and boom, all to achieve the required compaction density without overloading the pipe or structure. Moisture content of the backfill material may be adjusted to achieve the required compaction density. This adjustment may be attained by sprinkling the backfill material, or by adding and mixing dry backfill material, or by windrowing the backfill material and allowing it to dry prior to placement in the trench. Contracting Agency, at its sole discretion, may perform compaction tests on the compacted backfill material at any time. Areas to be tested shall be at the direction of the Engineer. The Contractor shall perform all work necessary to allow compaction tests to be conducted. The compaction tests shall be performed by a testing consultant /laboratory selected by the Contracting Agency, and the costs expended for the services of said testing consultant/ laboratory shall be borne by the Contracting Agency. The Contractor at its sole expense, shall remove and recompact material that does not meet the specified compaction requirements; shall promptly and properly refill, regrade, restore, or otherwise repair any trench settlement; and shall otherwise remedy any defects that appear in the backfill. Where the required compaction density cannot be achieved on the existing backfill material, the Contractor shall remove and replace said backfill with material able to meet said compaction densities. 7- 09.3(12) General Pipe Installation Supplement this subsection with the following new subsections: 7- 09.3(12)A Laying Ductile Iron Pipe, Fittings and Appurtenances Ductile iron pipe shall be laid in accordance with AWWA C -151 and the recommendations of the pipe manufacturer. The pipe shall be laid to the line and grade shown on the Plans, in the Standard Plans, and as may be directed by the Engineer. All pipe, fittings and appurtenances shall be carefully checked by the Contractor upon delivery to the project site, as well as just prior to their installation and placement in the trench. City of Federal Way South 356th Street Improvements Page 130 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS The bottom of the trench shall be finished to grade in such a manner that the pipe will have bearing along the entire length of the barrel. The pipe, fittings and appurtenances shall be carefully bedded, joined, and protected. The pipe interior at all times shall be kept free from dirt, gravel, water, and all other deleterious material. The open ends of the pipe, fittings, and appurtenances shall be closed by a watertight plug or by other means approved by the Contracting Agency to ensure cleanliness inside the pipe. Except where necessary to make connections with other pipelines, and where otherwise authorized by the Engineer, ductile iron pipe shall be laid with bells facing the direction of laying. The bells shall face upward where pipelines are laid on an appreciable slope, as authorized by the Engineer. A non -toxic pipe lubricant, as recommended by the pipe manufacturer and approved for use in potable -water applicatgions, shall be applied to the gasket and pipe mating surfaces. Bolts on mechanical joint and flanged pipe, fittings, spools, and appurtenances shall be tightened uniformly to the torque recommended by the manufacturer. All joints in the pipe, fittings, valves, flexible couplings, etc., shall be fully seated with small clearances allowed for pipe expansion. Where flexible couplings are required, the space between pipe ends shall not exceed one quarter inch (1/4 ") to prevent pipe movement. When the space between pipe ends is excessive, short sections of pipe may be inserted as a spacer ring to limit such pipe movement within the coupling or mechanical joint sleeve fitting, to obtain the one quarter inch (1/4 ") spacing limitation provided herein. All fittings and pipe which will come in contact with cement concrete, such as from concrete pipe encasement and thrust blocking, shall be protected by a layer of heavy building paper or plastic sheeting. The material shall be wrapped loosely around the pipe and need not be water tight, but no part of the pipe or fittings shall be exposed to the cement concrete. Care shall be exercised during backfilling to prevent the plastic film wrap from becoming punctured or otherwise damaged. The Contractor shall comply with other requirements for placing concrete thrust blocking provided in Section 7- 09.3(21) "Concrete Thrust Blocking." Only mechanical joint sleeve fittings shall be used to connect plain ends of ductile iron pipe and /or spools; flexible couplings shall not be used for this purpose. Fittings shall not be backfilled until first approved by the Engineer for compliance with the Plans and Specifications. Where shown on the Plans or otherwise directed by the Engineer, the Contractor shall install pipe anchor blocks, sacked slope retainer and timber baffles meeting the requirements of the Standard Plans in the backfilled trench where water mains are installed on slopes twenty percent (20 %) or greater. 7- 09.3(12)B Taste and Odor No water main pipe, fitting, or other appurtenances will be accepted by the Contracting Agency in which an objectionable taste and /or odor is detected in water which has been in contact with the interior surface(s) of said material, either before or after the material has been installed. Taste and odor testing, if determined necessary by the Contracting Agency, shall be conducted through Lakehaven Water & Sewer District in accordance with the Lakehaven Water & Sewer District's testing procedures and requirements. Such testing shall be subject to the Lakehaven City of Federal Way South 356'^ Street Improvements Page 131 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Water & Sewer District's schedule. All such testing by Lakehaven Water & Sewer District, and resulting corrective actions required by the Contracting Agency to remedy a defect or defects as may be determined by such testing, shall be at the Contractor's sole expense. 7- 09.3(13) Handling of Pipe ( * * * * * *) Supplement this subsection with the following: Each pipe, fitting, or other accessory shall be carefully inspected and thoroughly cleaned of any dirt or deleterious material which might be present on the inside prior to its installation. Such cleaning shall be accomplished prior to lowering the pipe or other accessories into the trench; and after the materials are placed in the trench, care shall be taken to keep them internally clean. To minimize risks and expedite the Work, it is suggested that the open ends of stockpiled pipe be plugged, or sealed with a polyethylene bag or equivalent mechanism to prevent the introduction of dirt or deleterious material, and that the pipe be cleaned using, and /or swabbed with a clean foam cube designed for that purpose and saturated in, a one percent (1 %) hypochlorite solution. The Contractor shall exercise particular care to guard against the entrance of stormwater or sewage into the trench during the course of construction. All sanitary sewers and storm drain lines, house side sewers, and /or other subsurface drains shall be located prior to excavation. The Contractor shall employ provisions to protect the Work from contamination by deleterious liquids. 7- 09.3(14) Cutting Pipe ( * * * * * *) Revise this subsection to read: Whenever it becomes necessary to cut a length of pipe, the cut shall be made by abrasive saw or by special pipe cutter. All pipe ends shall be square with the longitudinal axis of the pipe and shall be reamed or otherwise smoothed so that good connections can be made. Threads shall be cleanly cut. Oxyacetylene torch cutting of ductile iron pipe shall not be allowed. Flaring of copper tubing shall be accurately and smoothly performed with tools designed specifically for this task. 7- 09.3(15) Laying of Pipe on Curves 7- 09.3(15)A Ductile Iron Pipe ( * * * * * *) Revise this subsection to read: Long radius curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved on 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 the manufacturer's printed recommended deflections. For the purposes of this project, the maximum allowable deflection shall be three (3) degrees or the manufacturer's recommendation, whichever is least. City of Federal Way South 356th Street Improvements Page 132 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Where field conditions require deflection or curves not anticipated by the Plans, the Engineer will determine the methods to be used. No additional payment will be made for laying pipe on curves as shown on the Plans, nor for field changes involving standard lengths of pipe deflected at the joints. When special fittings not shown on the Plans are required to meet field conditions, additional payment will be made for special fittings. When rubber - gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches shall be made wider on curves for this purpose. 7- 09.3(16) Cleaning and Assembling Joints ( * * * * * *) Revise this subsection to read: Joints shall be "made -up" in accordance with the manufacturer's recommendations. Standard joint materials, including rubber ring gaskets, shall be furnished with the pipe. Materials shall be suitable for the specified pipe sizes and pressures. All parts of the pipe ends, coupling, fittings, and appurtenances shall be cleaned to remove oil, grit, or other foreign matter from the joint. Care shall be taken to keep the joint from contacting the ground. Pipe not furnished with a depth mark shall be marked before assembly to ensure visual observation of the work. 7- 09.3(19) Connections 7- 09.3(19)A Connections to Existing Mains ( * * * * * *) Revise this subsection to read: No connection to the existing water system shall be made until all provisions for hydrostatic pressure testing, as required in Section 7- 09.3(23) "Hydrostatic Pressure Test," and disinfection, as required in Section 7- 09.3(24) "Disinfection of Water Mains," have been met. At least one connection to the existing water system shall be made within ninety -six (96) consecutive hours of the time that written acceptable results of the most recent bacteriological sampling are available as provided in Section 7- 09.3(24)W. "Subsequent Bacteriological Sampling." If at least one connection is not made within the specified time period, additional sampling meeting the requirements of Section 7- 09.3(24)0. "Repetition of Flushing and Testing" shall be conducted. Connections to the existing system shall not be made without first making the necessary arrangements with the Contracting Agency at least twenty -four (24) hours in advance. Work shall not be started until all of the materials, equipment and labor necessary to properly complete the work, including that for temporary surface repair, are assembled on the site. When work is once started on a connection, it shall proceed continuously without interruption and as rapidly as possible until completed and under continuous observation by Contracting City of Federal Way South 356th Street Improvements Page 133 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Agency. All existing mains shall be restored to service overnight and on weekends and holidays. The Contractor shall coordinate its work on connections to the existing system with that of Contracting Agency's main cleaning efforts as provided for in Section 7- 09.3(24)X. "Main cleaning." In certain cases, foam rubber cubes used for main cleaning must be inserted into the new system prior to its connection to the existing system. If the connection to the existing system involves temporarily discontinuing water service to customers, the Contractor shall be responsible for notifying the customers affected by the service interruption, as well as the fire protection authority having jurisdiction, per 7- 10.3(3). Contracting Agency shall advise the Contractor as to which customers are affected by the service interruption, and shall provide the forms ( "door- hangers ") to be used for said notification efforts. The Contractor shall fill in the appropriate spaces in said forms. The Engineer may, under certain special circumstances, require this connection work to be performed during times other than normal working hours, at no additional expense to Contracting Agency. Valves in the existing system, or between the existing system and the new system, shall be operated only by Contracting Agency personnel or by others under the Engineer's specific direction. The work anticipated for each connection to the existing system is detailed on the Plans. If conditions are subsequently found to differ from those shown on the Plans, revisions to the connections to the existing system must first be approved by the Engineer. The interior of all pipe and fittings used to make confections to the existing system shall be cleaned of all deleterious material and swabbed and /or sprayed with a clean, one (1) percent hypochlorite solution, mixed in a clean container, before they are installed. If any portion of the new system becomes contaminated during the connection work by the inadvertent entry of ditch water or any other reason, the new system shall again be disinfected in accordance with the provisions of Section 7- 09.3(24) "Disinfection of Water Mains" before said connection work is continued. When 1) the existing water system is extended with new pipe to connect to a new system; 2) the new water system has successfully passed the hydrostatic pressure and disinfection tests; 3) connection is approved by the Contracting Agency; and 4) the length of pipe from the existing water system to the new water system is sixty feet (60') or less, this section of new pipe shall be cleaned of all deleterious material and swabbed and /or sprayed with a clean, one (1) percent hypochlorite solution before they are installed. If the length of pipe from the existing water system to the new water system is longer than ten (10) feet, but no longer than sixty (60) feet, this section of new pipe shall be subject to bacteriological testing as specified in Section 7- 09.3(24) "Disinfection of Water Mains." The Contractor shall install temporary blowoff assemblies as necessary to conduct these tests. Tapping sleeves and tapping gate valve assemblies shall first be tested by air or water at a minimum pressure of one hundred pounds per square inch (100 psi), with no perceptible loss after at least two (2) minutes, after placement onto the existing main and before cutting into the existing main. City of Federal Way South 356th Street Improvements Page 134 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS All pipe and fittings exposed by the excavation for a connection to an existing asbestos cement water main shall be bedded with pea gravel meeting the requirements of Section 9 -03.25 "Pea Gravel for Asbestos - Cement Pipe Connections." Where shown on the Plans or directed by the Engineer, and after completion of connection(s) to existing main(s), the Contractor shall excavate and remove any existing gate valves and other fittings from water mains scheduled for removal, or decommissioning. Where shown on the Plans, gate valves and other fittings removed shall be replaced with blind flange(s). Where asbestos - cement water main pipe is encountered and removal of a section thereof is required, the Contractor shall comply with all applicable statutes, regulations, and requirements for disposal of said removed section of asbestos - cement pipe promulgated by the Puget Sound Air Pollution Control Agency and any other City, County, State, or Federal governmental agency having jurisdiction. For the purposes of the current project, the Contractor shall comply with the requirements of these Special Provisions for the removal and disposal of asbestos cement pipe. All costs to comply with this Section are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. 7- 09.3(23) Hydrostatic Pressure Test ( * * * * * *) Revise this subsection to read: All water mains and appurtenances, including, but not limited to, water service connection taps, service saddles, corporation stops, and service pipe and fittings, shall be tested in sections of convenient length under a hydrostatic pressure equal to 250 pounds per square inch (250 psi), or 150 pounds per square inch (150 psi) in excess of the normal operating pressure, whichever is greater. Sections to be tested shall normally be limited to 1,500 feet in length. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the Contractor's working crews, be tested in order to qualify the crew and the material. Pipe - laying shall not be continued more than an additional 1,000 feet until the first section has been tested successfully. Prior to requesting the Engineer to witness the "official" pressure test, the Contractor shall have all equipment set up, completely ready for operation, and shall have successfully performed an acceptable "pre- test" to assure that the pipe is in a satisfactory condition. All costs to comply with this Section are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. 7- 09.3(23)A Testing Extensions from Existing Mains ( * * * * * *) Revise this subsection to read: When 1) the existing water system is extended with new pipe to connect to a new system; 2) the new water system has successfully passed the hydrostatic pressure and disinfection City of Federal Way South 356th Street Improvements Page 135 RFB # 17 -001 January 2017 SPECIAL PROVISIONS tests; 3) connection is approved by the Contracting Agency; and 4) the length of pipe from the existing water system to the new water system is sixty feet (60') or less, this section of new pipe and fittings shall require no hydrostatic test. However, all pipe and fittings required to effect this connection shall be disinfected according to Section 7- 09.3(19)A. "Connections to Existing Mains." Where the length of pipe between the existing water system and the new water system exceeds sixty feet (60'), this section of new pipe shall pass the hydrostatic pressure test and undergo the disinfection procedure, all as specified herein. The Contractor shall install temporary blowoff assemblies as necessary to conduct these tests. Any visible leakage detected from pipe, valves, and fittings required to effect the connection shall be corrected by the Contractor and witnessed by the Contracting Agency, at no additional expense to the Contracting Agency. 7- 09.3(23)C Testing Hydrants Installed on Existing Mains Revise this subsection to read: For hydrants installed and connected to existing water mains, and the connection /lateral pipe is sixty (60) feet or less, the hydrant assembly including hydrant tee, connection /lateral pipe, auxiliary gate valve and other fittings, shall not be subject to a hydrostatic pressure test. All pipe, fittings, and appurtenances for the fire hydrant assembly shall be disinfected using the same procedure provided in Section 7- 09.3(19)A. "Connections to Existing Mains." Any visible leakage detected from the pipe, valves and fittings for the hydrant assembly shall be corrected by the Contractor and witnessed by the Contracting Agency, at no additional expense to the Contracting Agency, when subjected to the normal working pressure of the existing water system. Where the confection /lateral pipe exceeds sixty feet (60'), the connection /lateral pipe and fittings between the auxiliary gate valve and main hydrant valve shall be subjected to the hydrostatic pressure test and disinfection procedures as specified in Section 7- 09.3(24) "Disinfection of Water Mains" and Section 7- 09.3(23) "Hydrostatic Pressure Test." 7- 09.3(23)D Equipment for Hydrostatic Pressure Test ( * * * * * *) Add the following new subsection: 7- 09.3(23)D Equipment for Hydrostatic Pressure Test All pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor and witnessed by the Engineer. A clean container of water from which the pressure pump suction shall draw shall be provided while pumping pressure into the water system being tested. This "make -up" water shall contain a minimum concentration of approximately fifty parts per million (50 ppm) of free chlorine by the addition of a twelve percent (12 %) hypochlorite solution. All pumps and other equipment used for this hydrostatic pressure test shall be properly disinfected to prevent the introduction of contamination to the section being tested. Gauges used in the test shall be accompanied with certifications of accuracy from a laboratory approved by the Contracting Agency. If the gauge proposed for use by the Contractor by its City of Federal Way South 356th Street Improvements Page 136 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS appearance could possibly provide erroneous test results, the Contracting Agency will provide its own gauge for use during the hydrostatic pressure test(s). The quantity of water required to restore the pressure (the "make -up" water) shall be accurately determined by pumping through a positive displacement water meter with a sweep unit hand registering one gallon per revolution. The meter shall be approved by the Engineer. As an alternative, the Contractor may provide a volumetric graduated container approved by the Engineer to accurately record the quantity of the "make -up" water. 7- 09.3(23)E Hydrostatic Pressure Test Procedure Add the following new subsection: 7- 09.3(23)E Hydrostatic Pressure Test Procedure The section of pipeline to be tested shall be backfilled sufficiently to prevent movement of the pipe under test pressure. All thrust blocks shall be in place and time allowed for the concrete to sufficiently cure before testing. Where permanent blocking is not otherwise required, the Contractor shall furnish and install temporary blocking and remove it after testing is complete. The water system to be tested shall be filled with a chlorinated water solution in accordance with Section 7- 09.3(24)S. "Filling Procedure." The chlorinated water solution shall be allowed to stand in the water system to be tested a sufficient length of time (approximately twenty - four (24) hours) to allow the escape of air and allow the lining of the pipe to absorb water, all before hydrostatic pressure testing is conducted. The test shall be accomplished by pumping the water system to be tested up to the required test pressure, stopping the pump for fifteen (15) minutes, and then pumping the water system to be tested up to the beginning test pressure again. During the test, the water system being tested shall be observed to detect any visible leakage. Acceptability of the hydrostatic pressure test shall be determined by two (2) factors: 1. The quantity of chlorinated water solution required to restore the pressure (the "make- up" water) shall not exceed the volume as determined by the formula: L = ND(P)o.s 29,600 in which: L = allowable leakage / "make -up" water volume within a fifteen (15) minute period in gallons N = number of joints in the length of pipeline tested D = nominal inside diameter of the pipe in inches P = average test pressure during the leak test in pounds per square inch (gauge) (PSIG) City of Federal Way South 356th Street Improvements Page 137 RFB # 17 -001 January 2017 SPECIAL PROVISIONS ( Table 7- 09.3(12) -A provides the solution to this formula for different diameters and lengths of water main assuming an average test pressure of 250 psig and an assumed number of joints per 100 feet of water main of seven (7). ) There shall be no appreciable or abrupt loss in pressure during the fifteen (15) minute test period. The hydrostatic pressure test shall be conducted with the hydrant auxiliary gate valve(s) opened and the main hydrant valve(s) closed. At the acceptable conclusion of this hydrostatic pressure test, and when the water system is placed into service, each hydrant will be inspected for visible leakage under working pressure conditions while the hydrant ports are capped and the main hydrant valve is fully opened (to close the hydrant barrel drain valve). Any visible leakage or defects discovered from this visual inspection shall be corrected by the Contractor. City of Federal Way South 356`h Street Improvements Page 138 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS TABLE 7- 09.3(23)E MAXIMUM ALLOWABLE LEAKAGE / "MAKE -UP" WATER VOLUME (L) FOR 15- MINUTE HYDROSTATIC PRESSURE TEST L = ND(P)o.s 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 4 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE -UP" WATER VOLUME DEPTH IN GARBAGE CAN * (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 50 0.007 0.030 0.060 1.728 0.006 0.103 100 0.015 0.060 0.120 3.455 0.013 0.206 150 0.022 0.090 0.179 5.183 0.019 0.308 200 0.030 0.120 0.239 6.910 0.026 0.411 250 0.037 0.150 0.299 8.638 0.032 0.514 300 0.045 0.179 0.359 10.365 0.039 0.617 350 0.052 0.209 0.419 12.093 0.045 0.720 400 0.060 0.239 0.479 13.820 0.051 0.823 450 0.067 0.269 0.538 15.548 0.058 0.925 500 0.075 0.299 0.598 17.275 0.064 1.028 550 0.082 0.329 0.658 19.003 0.071 1.131 600 0.090 0.359 0.718 20.730 0.077 1.234 650 0.097 0.389 0.778 22.458 0.084 1.337 700 0.105 0.419 0.838 24.185 0.090 1.440 750 0.112 0.449 0.897 25.913 0.096 1.542 800 0.120 0.479 0.957 27.640 0.103 1.645 850 0.127 0.509 1.017 29.368 0.109 1.748 900 0.135 0.538 1.077 31.095 0.116 1.851 950 0.142 0.568 1.137 32.823 0.122 1.954 1000 0.150 0.598 1.197 34.550 0.129 2.057 1050 0.157 0.628 1.256 36.278 0.135 2.159 1100 0.165 0.658 1.316 38.005 0.141 2.262 1150 0.172 0.688 1.376 39.733 0.148 2.365 1200 0.179 0.718 1.436 41.460 0.154 2.468 * For a 32- gallon garbage can with a top diameter equaling approximately 18.5 inches. City of Federal Way South 356th Street Improvements Page 139 RFB # 17 -001 January 2017 SPECIAL PROVISIONS TABLE 7- 09.3(23)E MAXIMUM ALLOWABLE LEAKAGE / "MAKE -UP" WATER VOLUME (L) FOR 15- MINUTE HYDROSTATIC PRESSURE TEST L = ND(P)o.5 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 6 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE -UP" WATER VOLUME DEPTH IN GARBAGE CAN * (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 50 0.011 0.045 0.090 2.591 0.010 0.154 100 0.022 0.135 0.179 5.183 0.019 0.308 150 0.034 0.202 0.269 7.774 0.029 0.463 200 0.045 0.269 0.359 10.365 0.039 0.617 * For a 32- gallon garbage can with a top diameter equaling approximately 18.5 inches. TABLE 7- 09.3(23)E MAXIMUM ALLOWABLE LEAKAGE/ "MAKE -UP" WATER VOLUME (L) FOR 15- MINUTE HYDROSTATIC PRESSURE TEST L = ND(P)o.5 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 8 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE -UP" WATER VOLUME DEPTH IN GARBAGE CAN * (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 50 0.015 0.060 0.120 3.455 0.013 0.206 100 0.030 0.120 0.239 6.910 0.026 0.411 150 0.045 0.179 0.359 10.365 0.039 0.617 200 0.060 0.239 0.479 13.820 0.051 0.823 250 0.075 0.299 0.598 17.275 0.064 1.028 300 0.090 0.359 0.718 20.730 0.077 1.234 350 0.105 0.419 0.838 24.185 0.090 1.440 400 0.120 0.479 0.957 27.640 0.103 1.645 City of Federal Way South 356th Street Improvements Page 140 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE -UP" WATER VOLUME DEPTH IN GARBAGE CAN * (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 450 0.135 0.538 1.077 31.095 0.116 1.851 500 0.150 0.598 1.197 34.550 0.129 2.057 550 0.165 0.658 1.316 38.005 0.141 2.262 600 0.179 0.718 1.436 41.460 0.154 2.468 650 0.194 0.778 1.555 44.915 0.167 2.673 700 0.209 0.838 1.675 48.370 0.180 2.879 750 0.224 0.897 1.795 51.825 0.193 3.085 800 0.239 0.957 1.914 55.280 0.206 3.290 850 0.254 1.017 2.034 58.735 0.219 3.496 900 0.269 1.077 2.154 62.190 0.231 3.702 950 0.284 1.137 2.273 65.645 0.244 3.907 1000 0.299 1.197 2.393 69.100 0.257 4.113 1050 0.314 1.256 2.513 72.555 0.270 4.319 1100 0.329 1.316 2.632 76.010 0.283 4.524 1150 0.344 1.376 2.752 79.465 0.296 4.730 1200 0.359 1.436 2.872 82.920 0.308 4.936 1250 0.374 1.496 2.991 86.375 0.321 5.141 1300 0.389 1.555 3.111 89.830 0.334 5.347 1350 0.404 1.615 3.231 93.285 0.347 5.553 1400 0.419 1.675 3.350 96.740 0.360 5.758 1450 0.434 1.735 3.470 100.195 0.373 5.964 1500 0.449 1.795 3.590 103.650 0.386 6.170 1550 0.464 1.855 3.709 107.105 0.398 6.375 1600 0.479 1.914 3.829 110.560 0.411 6.581 1650 0.494 1.974 3.949 114.015 0.424 6.787 1700 0.509 2.034 4.068 117.470 0.437 6.992 1750 0.523 2.094 4.188 120.925 0.450 7.198 1800 0.538 2.154 4.308 124.380 0.463 7.404 1850 0.553 2.214 4.427 127.835 0.476 7.609 1900 0.568 2.273 4.547 131.290 0.488 7.815 1950 0.583 2.333 4.666 134.745 0.501 8.020 2000 0.598 2.393 4.786 138.200 0.514 8.226 2050 0.613 2.453 4.906 141.655 0.527 8.432 2100 0.628 2.513 5.025 145.110 0.540 8.637 2150 0.643 2.573 5.145 148.565 0.553 8.843 2200 0.658 2.632 5.265 152.020 0.566 9.049 2250 0.673 2.692 5.384 155.475 0.578 9.254 2300 0.688 2.752 5.504 158.930 0.591 9.460 City of Federal Way South 356th Street Improvements Page 141 RFB # 17 -001 January 2017 SPECIAL PROVISIONS LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE -UP" WATER VOLUME DEPTH IN GARBAGE CAN * (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 2350 0.703 2.812 5.624 162.385 0.604 9.666 2400 0.718 2.872 5.743 165.840 0.617 9.871 2450 0.733 2.932 5.863 169.295 0.630 10.077 2500 0.748 2.991 5.983 172.750 0.643 10.283 * For a 32- gallon garbage can with a top diameter equaling approximately 18.5 inches. City of Federal Way South 356th Street Improvements Page 142 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS TABLE 7- 09.3(23)E MAXIMUM ALLOWABLE LEAKAGE/ "MAKE -UP" WATER VOLUME (L) FOR 15- MINUTE HYDROSTATIC PRESSURE TEST L = ND(P)o.5 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 12 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE -UP" WATER VOLUME DEPTH IN GARBAGE CAN * (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 50 0.022 0.090 0.179 5.183 0.019 0.308 100 0.045 0.179 0.359 10.365 0.039 0.617 150 0.067 0.269 0.538 15.548 0.058 0.925 200 0.090 0.359 0.718 20.730 0.077 1.234 250 0.112 0.449 0.897 25.913 0.096 1.542 300 0.135 0.538 1.077 31.095 0.116 1.851 350 0.157 0.628 1.256 36.278 0.135 2.159 400 0.179 0.718 1.436 41.460 0.154 2.468 450 0.202 0.808 1.615 46.643 0.174 2.776 500 0.224 0.897 1.795 51.825 0.193 3.085 550 0.247 0.987 1.974 57.008 0.212 3.393 600 0.269 1.077 2.154 62.190 0.231 3.702 650 0.292 1.167 2.333 67.373 0.251 4.010 700 0.314 1.256 2.513 72.555 0.270 4.319 750 0.337 1.346 2.692 77.738 0.289 4.627 800 0.359 1.436 2.872 82.920 0.308 4.936 850 0.381 1.526 3.051 88.103 0.328 5.244 900 0.404 1.615 3.231 93.285 0.347 5.553 950 0.426 1.705 3.410 98.468 0.366 5.861 1000 0.449 1.795 3.590 103.650 0.386 6.170 1050 0.471 1.885 3.769 108.833 0.405 6.478 1100 0.494 1.974 3.949 114.015 0.424 6.787 1150 0.516 2.064 4.128 119.198 0.443 7.095 1200 0.538 2.154 4.308 124.380 0.463 7.404 1250 0.561 2.244 4.487 129.563 0.482 7.712 1300 0.583 2.333 4.666 134.745 0.501 8.020 1350 0.606 2.423 4.846 139.928 0.521 8.329 1400 0.628 2.513 5.025 145.110 0.540 8.637 1450 0.651 2.602 5.205 150.293 0.559 8.946 City of Federal Way South 356th Street Improvements Page 143 RFB # 17 -001 January 2017 SPECIAL PROVISIONS LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE -UP" WATER VOLUME DEPTH IN GARBAGE CAN * (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 1500 0.673 2.692 5.384 155.475 0.578 9.254 1550 0.695 2.782 5.564 160.658 0.598 9.563 1600 0.718 2.872 5.743 165.840 0.617 9.871 1650 0.740 2.961 5.923 171.023 0.636 10.180 1700 0.763 3.051 6.102 176.205 0.656 10.488 1750 0.785 3.141 6.282 181.388 0.675 10.797 1800 0.808 3.231 6.461 186.570 0.694 11.105 1850 0.830 3.320 6.641 191.753 0.713 11.414 1900 0.853 3.410 6.820 196.935 0.733 11.722 1950 0.875 3.500 7.000 202.118 0.752 12.031 2000 0.897 3.590 7.179 207.300 0.771 12.339 2050 0.920 3.679 7.359 212.483 0.790 12.648 2100 0.942 3.769 7.538 217.665 0.810 12.956 2150 0.965 3.859 7.718 222.848 0.829 13.265 2200 0.987 3.949 7.897 228.030 0.848 13.573 2250 1.010 4.038 8.077 233.213 0.868 13.882 2300 1.032 4.128 8.256 238.395 0.887 14.190 2350 1.054 4.218 8.436 243.578 0.906 14.499 2400 1.077 4.308 8.615 248.760 0.925 14.807 2450 1.099 4.397 8.795 253.943 0.945 15.116 2500 1.122 4.487 8.974 259.125 0.964 15.424 * For a 32- gallon garbage can with a top diameter equaling approximately 18.5 inches. City of Federal Way South 356th Street Improvements Page 144 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS TABLE 7- 09.3(23)E MAXIMUM ALLOWABLE LEAKAGE / "MAKE -UP" WATER VOLUME (L) FOR 15- MINUTE HYDROSTATIC PRESSURE TEST L = ND(P)o.5 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 16 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE -UP" WATER VOLUME DEPTH IN GARBAGE CAN * (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 50 0.030 0.120 0.239 6.910 0.026 0.411 100 0.060 0.239 0.479 13.820 0.051 0.823 150 0.090 0.359 0.718 20.730 0.077 1.234 200 0.120 0.479 0.957 27.640 0.103 1.645 250 0.150 0.598 1.197 34.550 0.129 2.057 300 0.179 0.718 1.436 41.460 0.154 2.468 350 0.209 0.838 1.675 48.370 0.180 2.879 400 0.239 0.957 1.914 55.280 0.206 3.290 450 0.269 1.077 2.154 62.190 0.231 3.702 500 0.299 1.197 2.393 69.100 0.257 4.113 550 0.329 1.316 2.632 76.010 0.283 4.524 600 0.359 1.436 2.872 82.920 0.308 4.936 650 0.389 1.555 3.111 89.830 0.334 5.347 700 0.419 1.675 3.350 96.740 0.360 5.758 750 0.449 1.795 3.590 103.650 0.386 6.170 800 0.479 1.914 3.829 110.560 0.411 6.581 850 0.509 2.034 4.068 117.470 0.437 6.992 900 0.538 2.154 4.308 124.380 0.463 7.404 950 0.568 2.273 4.547 131.290 0.488 7.815 1000 0.598 2.393 4.786 138.200 0.514 8.226 1050 0.628 2.513 5.025 145.110 0.540 8.637 1100 0.658 2.632 5.265 152.020 0.566 9.049 1150 0.688 2.752 5.504 158.930 0.591 9.460 1200 0.718 2.872 5.743 165.840 0.617 9.871 1250 0.748 2.991 5.983 172.750 0.643 10.283 1300 0.778 3.111 6.222 179.660 0.668 10.694 1350 0.808 3.231 6.461 186.570 0.694 11.105 1400 0.838 3.350 6.701 193.480 0.720 11.517 1450 0.867 3.470 6.940 200.390 0.745 11.928 City of Federal Way South 356th Street Improvements Page 145 RFB # 17 -001 January 2017 SPECIAL PROVISIONS LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE -UP" WATER VOLUME DEPTH IN GARBAGE CAN * (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 1500 0.897 3.590 7.179 207.300 0.771 12.339 1550 0.927 3.709 7.419 214.210 0.797 12.750 1600 0.957 3.829 7.658 221.120 0.823 13.162 1650 0.987 3.949 7.897 228.030 0.848 13.573 1700 1.017 4.068 8.136 234.940 0.874 13.984 1750 1.047 4.188 8.376 241.850 0.900 14.396 1800 1.077 4.308 8.615 248.760 0.925 14.807 1850 1.107 4.427 8.854 255.670 0.951 15.218 1900 1.137 4.547 9.094 262.580 0.977 15.630 1950 1.167 4.666 9.333 269.490 1.003 16.041 2000 1.197 4.786 9.572 276.400 1.028 16.452 2050 1.226 4.906 9.812 283.310 1.054 16.864 2100 1.256 5.025 10.051 290.220 1.080 17.275 2150 1.286 5.145 10.290 297.130 1.105 17.686 2200 1.316 5.265 10.530 304.040 1.131 18.097 2250 1.346 5.384 10.769 310.950 1.157 18.509 2300 1.376 5.504 11.008 317.860 1.183 18.920 2350 1.406 5.624 11.247 324.770 1.208 19.331 2400 1.436 5.743 11.487 331.680 1.234 19.743 2450 1.466 5.863 11.726 338.590 1.260 20.154 2500 1.496 5.983 11.965 345.500 1.285 20.565 * For a 32- gallon garbage can with a top diameter equaling approximately 18.5 inches. 7- 09.3(23)F Repetition of Pressure Test Procedure Add the following new subsection: 7- 09.3(23)F Repetition of Pressure Test Procedure Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage specified above. Should the water system being tested fail to successfully meet the hydrostatic pressure test as specified, the Contractor shall, at no expense to the Contracting Agency, locate and repair the defects and then re -test the water system as herein specified. The Contracting Agency shall witness said repairs of the defects found. Defective materials or workmanship, discovered as a result of the hydrostatic pressure test, shall be replaced by the Contractor at no expense to the Contracting Agency. Whenever it is necessary to replace defective material or correct the workmanship, the hydrostatic pressure test procedure shall be repeated by the Contractor at its own expense until a satisfactory hydrostatic pressure test is obtained. City of Federal Way South 356`h Street Improvements Page 146 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS 7- 09.3(24) Disinfection of Water Mains ( * * * * * *) Revise this subsection to read: All new water mains, water service connection pipelines and appurtenances thereof, and repaired portions of existing water mains, or extensions thereto, shall be filled, flushed, and disinfected using this procedure. All costs to comply with this Section 7- 09.3(24) are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. 7- 09.3(24)M Chlorinating Connections to Existing Water Mains and Water Service Connections ( * * * * * *) Revise this subsection to read: The disinfection procedure for connections to existing mains shall be as specified in Section 7- 09.3(19)A. "Connections to Existing Mains." The disinfection procedure for service connections shall be as specified in Section 7- 15.3(5) "Pressure Testing and Disinfection of Water Service Connections." 7- 09.3(24)N Final Flushing and Testing ( * * * * * *) Revise this subsection to read: When satisfactory results of the intermediate chlorine residual test(s) have been achieved, the disinfection solution shall be thoroughly flushed and expelled from all parts of the water system to be tested, including from the water service connection pipelines. Replacement water shall be fed into the water system to be tested through a flushing box obtained and connected by the Contractor. To ensure expulsion of the solution, chlorine residual tests shall be conducted at the designated non - source sample points, and at the end of each water service connection pipeline, and the tests shall show a residual not in excess of that carried in the Contracting Agency's system in the vicinity of the "feed point(s)." Due to the restricted capacity of the flushing box, low flushing velocities should be anticipated. Before flushing has commenced, the hydrant barrel and the flushing box and its appurtenances shall be disinfected using the procedure as that provided in Section 7- 09.3(24)S. "Filling Procedure." Flushing overnight will not be permitted. 7- 09.3(24)0 Repetition of Flushing and Testing ( * * * * * *) Revise this subsection to read: Should the first disinfection procedure (consisting of the initial and subsequent bacteriological tests constituting one "round" of tests) yield unsatisfactory bacteriological test results, the City of Federal Way South 356th Street Improvements Page 147 RFB # 17 -001 January 2017 SPECIAL PROVISIONS disinfection procedure shall be repeated by the Contractor at its own expense until satisfactory results are obtained. Failure to obtain satisfactory test results shall be considered as failure by the Contractor to keep the pipe clean before and during construction, and /or failure to properly disinfect the water system. 7- 09.3(24)P Sequence of Hydrostatic Pressure Testing and Water for Testing ( * * * * * *) Add the following new subsection: 7- 09.3(24)P Sequence of Hydrostatic Pressure Testing and Water for Testing The hydrostatic pressure test shall be performed after the water system to be tested has been initially filled, but before bacteriological sampling is conducted. The Contractor shall comply with the requirements for this procedure provided in Section 7- 09.3(23) "Hydrostatic Pressure Test." The Contracting Agency shall provide a reasonable quantity of water for the testing procedures described herein. The Contracting Agency shall first provide approval to the Contractor for use of said water, based upon its determination whether supply in excess of normal domestic demands is available at that particular time. Excessive wasting of water shall not be permitted. The cost for water in excess of a quantity deemed reasonable by the Engineer shall be borne by the Contractor in accordance with the Contracting Agency's latest fee schedule. 7- 09.3(24)Q Equipment for Main Filling, Flushing and Disinfection Add the following new subsection: 7- 09.3(24)Q Equipment for Main Filling, Flushing and Disinfection In order to prevent possible contamination of the water system and to reduce wasting of water, the Contracting Agency shall provide to the Contractor one of two devices each time the Contractor requests water to be supplied to the water system to be tested. For the filling procedure hereinafter detailed in Section 7- 09.3(24)S. "Filling Procedure," the Contracting Agency shall provide a backflow prevention device (hereinafter referred to as a "chlorinator box ") for this purpose. For the chlorine residual testing, flushing and sampling procedures hereinafter detailed in Section 7- 09.3(24)T. "Intermediate Chlorine Residual Test," Section 7- 09.3(24)N. "Final Flushing and Testing," Section 7- 09.3(24)V. "Initial Bacteriological Sampling," and Section 7- 09.3(24)W. "Subsequent Bacteriological Sampling," the Contracting Agency shall provide a different backflow prevention device, hereinafter referred to as the "flushing box." The chlorinator box is equipped with an electrically- driven chemical feed pump which can be adjusted to provide a free chlorine concentration of approximately fifty parts per million (50 ppm) at a variety of flow rates. The chlorinator box is also provided with a short section of two and one -half (21/2) inch diameter inlet hose adaptable to a two and one -half (21/2) diameter NST hose thread, and is equipped with a meter and double check valve assembly. A power source with a minimum capacity of one hundred ten (110) volts A.C. and five hundred (500) watts shall be supplied by the Contractor to operate the pump. The flushing box is also provided with a short section of two and one -half (21/2) diameter inlet hose adaptable to a two and one -half inch (21/2) NST hose thread, and is equipped with a meter and double check valve assembly, but has no chemical feed pump. Both the chlorinator box and flushing box shall be checked out by the Contractor at the Contracting Agency's Water Operations Building on an "as- available" basis, upon execution of an agreement holding the Contracting Agency harmless from any City of Federal Way South 356Th Street Improvements Page 148 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS damage to either device while in the Contractor's custody. Other sections of two and one -half (21/2) diameter hose to be used for connecting either device to the water system to be tested can also be provided to the Contractor on an "as- available" basis. The Contractor shall supply all labor and equipment necessary to load and unload either device at the Water Operations Building. The chlorinator box shall be returned to the Water Operations Building after each day's use by the Contractor. No other method of disinfection /chlorine solution injection will be acceptable, unless, prior to use, the Contractor obtains written approval from the Engineer. The use of dry chlorine compounds inserted into the water system during installation is prohibited and deemed an unacceptable disinfection procedure by the Contracting Agency. To provide access at all extremities of the water system to be tested and in the absence of a permanent blowoff assembly or fire hydrant assembly necessary for filling, disinfecting, and hydrostatically testing the water, the Contractor shall furnish temporary blowoff assemblies meeting the requirements of the Standard Plans, including provisions for temporary thrust restraint. During testing procedures, the Contractor shall furnish a standpipe assembly for permanent blowoff assemblies as that shown for temporary blowoff assemblies in the Plans. All hoses used for connecting the chlorinator box or flushing box will be furnished by the Contracting Agency at the Water Operations Shop buiding. The Contractor shall furnish all hoses, dechlorination equipment and materials, velocity dissipaters, and /or containment vessels for flushing, draining, and disposing the disinfection solution from the water main. In addition, the Contractor shall furnish containers of twelve percent (12 %) hypochlorite solution and a chlorine residual testing kit (capable of detecting a range from 0 to no more than 250 ppm free chlorine residual) required for the disinfection procedure. 7- 09.3(24)R Sample Collection and Bacteriological Testing Results ( * * * * * *) Add the following new subsection: 7- 09.3(24)R Sample Collection and Bacteriological Testing Results Bacteriological samples shall remain in the custody of the Contracting Agency at all times. Sample bottles will be brought to the Project site and samples collected and delivered to the laboratory by the Contracting Agency or an authorized agent thereof. Lakehaven Collections of the first sample shall be limited to Monday, Tuesday and Wednesday between 8:00 a.m.. and 2:00 p.m., excluding holidays. Second day samples shall be limited to Tuesday, Wednesday, and Thursday. between 8:00 a.m.. and 2:00 p.m., excluding holidays. Copies of the written reports of bacteriological tests shall be obtained from the laboratory only by employees of the Contracting Agency or an authorized agent thereof. 7- 09.3(24)S Filling Procedure ( * * * * * *) Add the following new subsection: 7- 09.3(24)S Filling Procedure Each extremity of the water main system to be tested shall be equipped with a fire hydrant assembly or permanent blowoff assembly, as shown on the Plans. Other pipe extremities shall be equipped with a temporary blowoff assembly meeting the requirements of the Standard City of Federal Way South 356'h Street Improvements Page 149 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Plans. The end of each water service connection pipeline shall be equipped with a temporary valve to be used during this main filling, flushing, disinfection, and hydrostatic pressure testing procedure, if the meter setter has not been installed. The water system to be tested, including water service connection pipelines, shall be filled with a chlorinated water solution by use of the chlorinator box, so that all parts of the water system to be tested shall have an initial free chlorine residual of at least fifty parts per million (50 ppm), but not more than one hundred parts per million (100 ppm). The Contractor shall connect the chlorinator box between the existing water system and a point on the water system to be tested, which is selected by the Contractor and approved by the Engineer. Representatives of the Contracting Agency shall observe this filling process. If water is drawn from a fire hydrant on the existing water system, the flow shall be regulated from said hydrant by use of the auxiliary gate valve, with the main hydrant valve fully opened (to close the hydrant barrel drain valve). The Contractor shall disinfect the hydrant barrel and the chlorinator box and its appurtenances by infusing a one percent (1 %) hypochlorite solution into a hydrant port after the auxiliary gate valve is closed and after the main hydrant valve is opened. This solution shall be discharged from the hydrant barrel through the chlorinator box before it is connected to the water system to be tested. The initial chlorine content shall be tested at pipe extremities and other representative points, the number of which is a function of the size of the water system to be tested, and shall be determined by and at the direction of the Engineer, and witnessed by representatives of the Contracting Agency. These points shall hereinafter be referred to as the "designated non - source sample points." During the filling process, all valves and other appurtenances to the water system to be tested shall be operated by the Contractor. The hydrostatic pressure test shall be undertaken at this time, before proceeding further, in accordance with Section 7- 09.3(23) "Hydrostatic Pressure Test ". 7- 09.3(24)T Intermediate Chlorine Residual Test Add the following new subsection: 7- 09.3(24)T Intermediate Chlorine Residual Test The disinfection solution shall be retained in the water system to be tested for a period of at least twenty -four (24) hours. After this period, the Contractor shall obtain and connect a flushing box from the existing system to the water system to be tested in order to conduct a test for free chlorine residual. This test shall be performed by the Contractor and witnessed by the Engineer. The test will be deemed acceptable if the residual measured at the designated non - source sample points is no lower than forty parts per million (40 ppm) less than the initial free chlorine residual recorded during the filling procedure. If this residual is not achieved, the Contractor shall clean and /or disinfect the water system by use of the chlorinator box to refill the system with more disinfection solution and provide for a further retention period. The hydrant barrel and flushing box and its appurtenances shall be disinfected using the procedure as that provided in Section 7- 09.3(24)S. "Filling Procedure." City of Federal Way South 356`h Street Improvements Page 150 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 7- 09.3(24)U Discharge of Disinfection Solution ( * * * * * *) Add the following new subsection: 7- 09.3(24)U Discharge of Disinfection Solution The environment to which the chlorinated water disinfection solution is to be discharged shall be inspected by the Contractor and if there is any question that the chlorinated discharge will cause damage to the environment, a reducing agent shall be applied to the water to be wasted to neutralize the chlorine residual remaining in the water (such as sodium thiosulfate in burlap sacks placed across the water stream). Disposal may be made to any available sanitary sewer, provided the rate of disposal does not overload the sewer and the disposal is approved by the sewer agency having jurisdiction. Where necessary, Federal, State, and local regulatory agencies should be contacted to determine special provisions for the disposal of heavily chlorinated water. 7- 09.3(24)V Initial Bacteriological Sampling ( * * * * * *) Add the following new subsection: 7- 09.3(24)V Initial Bacteriological Sampling Bacteriological samples shall be collected by the Contracting Agency from the source(s) and the designated non - source sample points, using the flushing box obtained and connected by the Contractor. The hydrant barrel and the flushing box and its appurtenances shall be disinfected using the procedure as provided in Section 7- 09.3(24)S "Filling Procedure." The Contractor shall not disconnect the box nor its appurtenances nor otherwise cause any disturbance prior to the collection of the samples. At least fifteen (15) minutes prior to the scheduled time for collection of the samples, the flow from the source tap(s) and the designated non - source sample points shall be regulated by the Contractor to a flow conducive to the collection of the samples. Bacteriological samples will be analyzed for total coliform bacteria, and for heterotrophic bacteria by the heterotrophic plate count (HPC) analysis. The maximum allowable coliform content of the flushed sample shall be zero (0). The maximum allowable HPC population count in all source samples shall be eighty counts per milliliter (80 /m1). The maximum allowable HPC population count for samples from any of the designated non - source sample points shall be no greater than twenty counts per milliliter (20 /m1) above the highest HPC population count from a source sample. The HPC population count from any source sample that exceeds eighty counts per milliliter (80 /m1) shall be deemed as an indeterminate test and the Contractor shall obtain and connect a flushing box to allow new samples to be drawn for initial bacteriological testing in accordance with the procedures provided herein. 7- 09.3(24)W Subsequent Bacteriological Sampling ( * * * * * *) Add the following new subsection: City of Federal Way South 356th Street Improvements Page 151 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 7- 09.3(24)W Subsequent Bacteriological Sampling A subsequent bacteriological sample shall be collected by the Contracting Agency at each point where an initial bacteriological sample was collected, again using a flushing box obtained and connected by the Contractor. The hydrant barrel and the flushing box and its appurtenances shall be disinfected using the procedure as provided in Section 7- 09.3(24)S. "Filling Procedure." The Contractor shall not disconnect the box nor its appurtenances nor otherwise cause any disturbance prior to the collection of the samples. At least fifteen (15) minutes prior to the scheduled time for collection of the samples, the flow from the source tap(s) and the designated non - source sample points shall be regulated by the Contractor to a flow conducive to the collection of the samples. These subsequent bacteriological samples shall be collected at least twenty -four (24) hours, but no longer than forty -eight (48) hours after the initial bacteriological samples were collected. However, the subsequent bacteriological samples may be collected later than forty -eight (48) hours after the initial bacteriological samples were collected upon concurrence of the Contractor. The results of the tests performed by the laboratory on these samples shall meet the same criteria as those allowed for the initial bacteriological samples. No flushing of the water system to be tested will be allowed between initial and subsequent bacteriological sampling procedures. The Contractor may charge the system with the flushing box and run no more than sixty (60) seconds of flow at each designated non - source sample point to purge the sample station prior to collecting the test sample. The water system shall be deemed disinfected when written results of both the initial and subsequent bacteriological tests, constituting one "round" of tests, meet the criteria herein set forth. Before placing the water system into service, a satisfactory written report shall be received by the Contracting Agency from the certified laboratory evidencing successful tests. The Contractor's attention is directed to Section 7- 09.3(19)A. "Connections to Existing Mains," which provides for the maximum allowable period when a connection to the existing system is to be made by the Contractor after the water system has been deemed disinfected. 7- 09.3(24)X Main Cleaning ( * * * * * *) Add the following new subsection: 7- 09.3(24)X Main Cleaning The Contractor shall flush and drain the section of new main as directed by the Contracting Agency's on -site representative immediately following satisfactory completion of all bacteriological testing. After the main has been flushed to the satisfaction of the Contracting Agency's on -site representative, the Contractor shall connect the new water main improvements to the existing water system and the new water main improvements will be placed into service as approved, and as may be directed, by the Contracting Agency's representative. In the event that the new water system improvements fail pass two (2) "rounds" of initial and subsequent bacteriological tests, the Contractor may request to have the Contracting Agency perform main cleaning. The Contractor must notify the Contracting Agency one (1) week in advance of the time such main cleaning is desired to be performed. The Contractor shall cooperate with the main cleaning efforts. City of Federal Way South 356`h Street Improvements Page 152 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS The main cleaning procedure will require the furnishing and installation by the Contractor at its own expense, temporary cube launch facilities at the extremities of the water system to be tested. For water mains less than or equal to 8 -inch diameter, permanent blowoff assemblies meeting the requirements of Section 7- 09.3(22) "Blowoff Assemblies," temporary blowoff assemblies meeting the requirements of Section 7- 09.3(24)Q. "Equipment for Main Filling, Flushing and Disinfection," and fire hydrants are acceptable for use as cube launch facilities. For water mains larger than 8 -inch diameter, the temporary cube launch facility shall consist of ductile iron pipe and fittings connected to each end of the water main, extended to a point between one (1) and three (3) feet above the ground surface with a blind flange tapped two -inch (2 ") and providing the minimum size as follows: 12 -inch water main — 8 -inch cube launch facility 16 -inch and 24 -inch water main — 12 -inch cube launch facility The interior of all pipe and fittings used for temporary cube launch facilities shall be cleaned of all deleterious material and swabbed and /or sprayed with a clean, one percent (1 %) hypochlorite solution mixed in a clean container, before they are installed. At the conclusion of main cleaning, the Contractor shall remove and dispose the temporary cube launch facilities, and restore the water system and ground surface to meet the requirements of the Plans and these Specifications, all at its own expense. The Contractor shall repair and restore at its own expense, any damage caused by the main cleaning procedure, including, but not limited to, erosion caused by water flow from blowoffs, fire hydrants, and cube launch facilities. This main cleaning procedure shall not relieve the Contractor of its responsibility for ensuring the proper disinfection of the water system it installed. 7- 09.3(26) Placing New Water Facilities Into Operation ( * * * * * *) Add the following new subsection: 7- 09.3(26) Placing New Water Facilities Into Operation Subsequent to satisfactory completion of hydrostatic pressure testing, disinfection, and bacteriological testing, and taste and odor testing, the Contracting Agency will allow the new water facilities to be directly connected to the existing Contracting Agency's water supply system. The Contractor shall complete any remaining connections between the new water facilities and existing water facilities, and the new facilities placed into active service, within 72- hours of the satisfactory completion of the water quality testing. Opening of new or existing valves to place the new water facilities into operation shall only be performed by the Contracting Agency. Before final acceptance, the new water facilities shall remain in operation for a period of at least ten (10) calendar days. Any leaks or other defects in the Work detected in that period shall be promptly corrected by the Contractor to the satisfaction of the Contracting Agency, at the sole expense of the Contractor. 7- 09.3(28) Concrete Thrust Blocking ( * * * * * *) Add the following new subsection: City of Federal Way South 356th Street Improvements Page 153 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 7- 09.3(28) Concete Thrust Blocking Conform to The Lakehaven Water & Sewer District standard details for general blocking, and vertical blocks herein. All fittings to be blocked as shown on the plans 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. Blocking shall be commercial concrete (hand mixed concete is now allowed) and poured in place. 7- 09.3(29) Relocate Reduced Pressure Backflow Device ( * * * * * *) Add the following new subsection: 7- 09.3(29) Relocate Reduced Pressure Backflow Device Preserve and protect existing reduced pressure backflow device during relocation. Reconnect backflow device as shown on the contract plans. 7- 09.3(30) Tapping Sleeve and Tapping Gate Valve Installation ( * * * * * *) Add the following new subsection: Tapping sleeves and tapping gate valve assemblies shall be installed on existing water mains at points of water main connections (normally denoted as "wet taps" or "tapping tees ") shown on the Plans. Tapping sleeves and tapping gate valves shall be installed in accordance with the manufacturer's recommendations using tools and equipment specifically designed for this work. Tapping sleeves and tapping gate valve assemblies shall first be tested by air or water at a minimum pressure of one hundred (100) pounds per square inch, with no perceptible loss after at least two (2) minutes, after installation onto the existing main and before cutting into the existing main. Bedding and backfill material shall be carefully compacted around the assembly after it is installed. The Contractor shall also comply with applicable provisions of Section 7- 09.3(19)A "Connections to Existing Mains." 7 -09.4 Measurement ( * * * * * *) Revise this section to read: Measurement for payment of pipe for water mains will be by the linear foot of pipe laid and tested, and shall be measured along the pipe through fitting, valves, and couplings. No separate measurement or payment will be made for restrained joints as shown on the Plans. If the Contractor over - excavates the pipe trench, or if otherwise the width of the pipe trench becomes wider than the payment limit shown in the Contract Plans, all material removed and placed outside the excavation payment limit shall be at the Contractor's sole expense. The payment limits shown in the Contract Plans shall be considered for payment purposes only, and are not a warranty that the trenches can be excavated and backfilled to those limits. If a separate bid Proposal item is included, measurement for gravel base for trench backfill shall be based on computed volume within the excavated neat line trench width and depth, not City of Federal Way South 356th Street Improvements Page 154 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS to exceed the neat -line payment limits as shown on the Water Main Trench Detail, and for the length measured horizontally along the pipeline where the material is used, as directed by the Engineer. Otherwise, all such Work, including materials as designated on the Plans or necessary to complete the trench backfill to subgrade or finish grade as applicable, shall be considered incidental to the bid Proposal items for water facility installation. No separate measurement or payment will be made for furnishing, placing, and compacting pipe zone bedding or backfill as shown in the Plans. All costs for the Work shall be included in and be incidental to the bid Proposal items(s) for installation of the respective water facilities. (Addendum #2) Trench Safety System will not be measured for payment. A separate bid Proposal item is included for shoring and extra excavation. The bid Proposal item for trench safety system shall apply to all shoring or equivalent trench stabilization and worker protection methods and materials required for work in Schedule B and not included under the bid Proposal item for Shoring or Extra Excavation CI B for Water Main as described in Section 2 -09. Measurement for payment of pipe for water mains will be by the linear foot of pipe laid and tested and shall be along the pipe through fittings, valves, and couplings, and shall be measured on a horizontal plane. Measurement for concrete thrust blocking or concrete thrust restraint will be per cubic yard for all concrete installed for thrust blocking in conformance with the contract documents. 7 -09.5 Payment ( * * * * * *) Revise this section to read: Payment will be made in accordance w th Section 1 -04.1 for each of the following Bid items that are included in the Proposal: "Ductile Iron Pipe for Water Main In. Diam.," per linear foot. The unit Contract price per linear foot for each size of "Ductile Iron Pipe for Water Main In. Diam." shall be full payment for all costs of the Work to complete the installation of the water main as specified in this Section. In the absence of separate bid Proposal items, the following shall be incidental to and included in the unit Contract price(s) for water main as included in the Proposal: ; sawcutting; removing surface improvements including pavement; furnishing and installing neoprene /polyethlene separation pad; protecting existing surface and subsurface improvements that are to remain; excavating the trench including extra trench excavation; removing and replacing unsuitable foundation material; dewatering the trench; furnishing and installing restrained joints, cast iron fittings as shown on the plans; couplings; concrete thrust blocking, and /or polyethylene encasement as shown on the Plans or as may be required for the Work; furnishing and installing pipe zone bedding and backfill; stockpiling including haul and protecting stockpiled excavated trench materials if designated for trench backfill; backfilling the trench with suitable excavated trench materials or classified aggregates materials as shown on the Plans; furnishing and installing supplemental trench backfill; hauling and disposing removed or excess materials, compacting and grading the bedding and backfill; furnishing, installing, maintaining, and removing temporary surfacing; repairing and /or restoring surface and subsurface improvements; furnishing, installing and maintaining temporary erosion and sediment prevention; filling, flushing, draining, hydrostatic pressure testing, disinfecting, City of Federal Way South 356th Street Improvements Page 155 RFB # 17 -001 January 2017 SPECIAL PROVISIONS bacteriological testing, taste and odor testing, and connecting the new pipeline to the existing water system; sequencing of the Work; furnishing, installing, maintaining, and removing temporary water mains and service connection and other associated Work not otherwise specified that will result in complete restoration of the construction area to its original or better condition, and all other incidental costs necessary for a complete installation in full working order, all as herein specified and otherwise shown in the Plans. Furnishing, maintaining, and removing temporary caps, flanges, and blowoffs, and sequencing, notifications, and coordinating with water service customers as necessary shall be incidental to the Work. "Additional Cast Iron Fittings," per pound. The unit Contract price per pound for "Additional Cast Iron Fittings" shall be full payment for all costs of the Work to furnish and install additional cast iron fittings not shown on the Plans, but required by the Engineer to provide a complete system, and shall include all costs necessary for a complete installation in full working order, tested and disinfected, as herein specified and otherwise shown on the Plans, including associated thrust or restraint blocks, or restrained joint(s). No additional payment shall be made for fittings and couplings which would be normally anticipated in the Work shown on the Plans, even though said fittings and couplings were not specifically shown on the Plans. "Connect to Existing Water Main In. Diam.," per each. The unit contract price per each for "Connect to Existing Water Main _ In. Diam." shall be full pay for all work, including labor, materials, tools, and equipment to expose the existing water main, install, adjust, provide temporary blowoffs and blocking, and to complete the connections of new water main to existing water main as specified herein and as shown and noted in the Plans. Connections made to the main using tapping sleeves shall be paid and included under the "Connect to Existing Water Main In. Diam.," bid item except where connecting to a hydrant or hydrant assembly and shall include the furnishment, installation and live -tap connection to the main. Tapping sleeves and valve assemblies used for 8 In. or 6 In. hydrant assemblies shall be included in pay item "Hydrant Assembly, _ In." "Removal and Replacement of Unsuitable Foundation Material," per cubic yard. The unit Contract price per cubic yard for "Removal and Replacement of Unsuitable Foundation Material" shall be full payment for all costs for the Work to remove unsuitable material and to furnish, place and compact suitable foundation material as specified in Section 7- 09.3(8) "Removal and Replacement of Unsuitable Materials." "Gravel Base for Trench Backfill," per cubic yard. The unit Contract price per cubic yard for "Gravel Base for Trench Backfill" shall be full payment for all cost for the Work to furnish, place, and compact gravel base for trench backfill in supplement to native trench backfill, as shown and noted in the Plans, including "Water Main Trench Detail," and as authorized in advance by the Engineer. "Concrete for Thrust Blocking," per cubic yard. City of Federal Way South 356th Street Improvements Page 156 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Payment for concrete thrust blocking shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans. (Addendum # 2) "Trench Safety System," lump sum. The lump sum Contract price for "Trench Safety System" shall be full payment for all costs for the Work as specified in this Section. "Shoring or Extra Excavation CI B for Water Main" shall be in accordance with Section 2 -09. 7 -10 VACANT Revise this section, including heading, to read: 7 -10 TEMPORARY WATER MAINS AND WATER SERVICE CONNECTIONS 7 -10.1 Description This work consists of constructing, operating, maintaining, and removing temporary water mains and service connections in support of permanent water system improvements in accordance with the Plans and Specifications. 7 -10.2 Materials Materials shall meet the requirements of the following sections: Pipe 9 -30.1 Ductile Iron Pipe 9- 30.1(1) Steel Pipe (4" and Under) 9- 30.1(4)B Polyvinyl Chloride (PVC) Pressure Pipe (under 4 inches) 9- 30.1(5)B Polyethylene Pressure Pipe (under 4 inches) 9- 30.2(10) Temporary Water Mains 9- 30.9(1) Fittings 9 -30.2 Ductile Iron Pipe 9- 30.2(1) Steel Pipe (4" and Under) 9- 30.2(4)B Restrained Joints 9- 30.2(6) Transition, Reducing and Flexible Couplings 9- 30.2(12) For Temporary Water Mains 9- 30.9(1) Valves 9- 30.3(2) Tapping Sleeve and Valve Assembly 9- 30.3(8) End Connections 9- 30.3(9) Gate Valves (2" - 12 ") 9- 30.3(10) Bronze Gate Valves (Under 3 ") 9- 30.3(15) Ball Valves for Temporary Water Main and Service Connections 9- 30.9(1) Water Service Connections (2- inches and Smaller) 9 -30.6 Saddles 9- 30.6(1) Corporation Stops 9- 30.6(2) Polyethylene Tubing 9- 30.6(3)B Service Fittings 9- 30.6(4) City of Federal Way South 356th Street Improvements Page 157 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Brass Nipples and Fittings Insulating Service Couplings Temporary Water Service Connections Temporary Pipe and Hose Ramps 9- 30.6(6) 9- 30.6(8) 9- 30.9(2) 9 -37.2 The Contractor shall provide to the Engineer the names of the manufacturer(s) of the water distribution materials proposed for inclusion in the Work, which materials shall conform in every respect to these Specifications, and shall provide the Manufacturer's Certificate of Compliance meeting the provisions of the General Conditions, for the materials proposed for inclusion in the Work. As used in this Specification, the term "lot of material delivered to the Work" shall mean a shipment of the water distribution materials as it is delivered to the job site. The Engineer shall have free access to all testing and records pertaining to material to be delivered to the job site. The Engineer may elect to be present at any or all material testing operations. 7 -10.3 Construction Requirements The Contractor shall furnish and install temporary water facilities, including a protected connection or connections to active water facilities, temporary water mains and service connections, and other temporary improvements as described in this Section and Appendix H when and as shown on the Plans, in accordance with a proposed plan for Temporary Water Service as approved by the Engineer, and as necessary to maintain water service and prevent water service disruptions exceeding the threshold time limits set forth in subsections 7- 10.3(3) "Allowable Water Service Disruption and Notice," and 7- 10.3(4) "Temporary Water Service." Prior to commencing the Work under this Section, the Contractor shall prepare and submit for the Engineer's review a proposed plan for temporary water service.. At a minimum, the Plans shall include the proposed general configuration and location of the temporary water mains, specific configuration for a typical temporary water service connection, and provisions for: • Protecting the temporary facilities from damage due to traffic, weather, and vandalism. • Accommodating the safe movement of vehicular and pedestrian traffic. • Controlling discharges without damage to public or private improvements. • Responding to temporary water main and service connection issues during work and non - work hours. Generally, temporary water facilities shall be installed in protected areas outside of traffic areas. Where necessary to facilitate the safe movement of vehicles and pedestrians, and to protect the temporary water facilities from damage or disruption, temporary pipe or hose ramps shall be installed. Temporary pipe or hose ramps across traveled public roadways shall be aligned on a slight diagonal from perpendicular to centerline of the roadway to allow for staggered wheel and impact loadings. Any such installation shall be subject to the review and approval of the jurisdictional agency and such supplemental conditions as may be imposed, and shall be accompanied by temporary traffic control signs as shown on the Plans, or reviewed Traffic Control Plan. A Plan or proposed Plan for Temporary Water Service shall limit the number of roadway crossings to the maximum practical extent. City of Federal Way South 356th Street Improvements Page 158 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS The design and installation of the temporary pipe or hose ramps shall provide for the safe movement of traffic across the surface of the ramp, and protect the pipe or hose without displacement, or damage to the pipe, or pavement under the temporary ramp. Open cutting of driveways, roadways, or other paved surface for temporary water facilities will not be allowed except in locations as shown on the Plans for removal and replacement of existing surfacing. In lieu of temporary ramps, the Contractor may pneumatically bore and install temporary water facilities under paved surfaces. The depth of the pneumatic bore shall be sufficient to protect the temporary water facilities and surface improvements from damage, and shall otherwise be aligned both horizontally and vertically to avoid damaging other subsurface or surface facilities or other improvements. Water in the temporary water mains shall be used only to provide temporary water service to Contracting Agency water service accounts. Disruptions of water service shall conform to the coordination and notification requirements of Section 7- 10.3(3) "Allowable Water Service Disruption and Notice." Following satisfactory completion of the new water main and /or restoration of water service, the Contractor shall remove, dispose and /or salvage the used temporary water facilities, including temporary pipe and hose ramps, and restore any improvements disturbed by such temporary facilities. 7- 10.3(1) Temporary Water Mains Connection to the existing active water main or main shall be protected by an approved backflow prevention device, whether a chlorination or flush box, as furnished by the Contracting Agency. The connection configuration shall be in accordance with the "Temporary Water Main Assembly" detail as shown in the Plans and described in this subsection. The Contractor shall be responsible to apply for and obtain the chlorination or flush box from the Contracting Agency at the Water Operations building, including payment of the standard deposit. No rental charge will be applied for water use through either the chlorination or flush boxes when used in conjunction with Contracting Agency projects. The backflow device shall either be connected to an available fire hydrant or temporary blowoff as identified in the Plans, or approved Temporary Water Service Plan. The Contractor shall furnish and install security measures to ensure the integrity of the temporary connection and water mains. At a minimum, the backflow prevention device shall be installed outside the traffic clear zone, and be secured to one or more ecology or equivalent concrete blocks with stainless steel aircraft cable and high- strength steel padlock(s). Temporary anchors and insulation shall be placed along the temporary water mains as necessary to secure the pipe, and minimize the potential for freezing or other damage. The Contractor shall furnish and install manifolds, fabricated or cut -in tees, control valves, and temporary water main blowoff assembly as shown on the Plans or the approved Temporary Water Service Plan to isolate and control flow to, and drainage form or flushing of the main or mains. Temporary water main blowoff assemblies shall be placed and secured in a similar manner as the backflow prevention device. City of Federal Way South 356th Street Improvements Page 159 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Handling of temporary water main materials shall be in accordance with Section 7 -09 and AWWA C651. Prior to placing the temporary water main and connected temporary water service connection stubs into service, the water main shall be hydrostatically tested to a minimum pressure of 150 psi, and disinfected and subjected to bacteriological testing as otherwise provided in Section 7 -09. If authorized by the Contract Agency inspector, the method for chlorination as provided in Section 4.5 of AWWA C615 -14, modified to include use of a flushing cube as furnished by the Contracting Agency, may be used to disinfect the temporary water main. 7.10.3(2) Temporary Water Service Connections The Contractor shall furnish and install temporary water service connections as shown on the Plans, or the approved Temporary Water Service Plan, as necessary to maintain water service to customers in accordance with subsections 7- 10.3(3) "Allowable Water Service Disruption and Notice," and 7- 10.3(4) "Temporary Water Service," and as provided in this subsection. Temporary water service lines shall have a minimum nominal diameter of one (1) inch, or the dimension shown on the Plans, whichever is larger. The temporary water service line shall be connected to the temporary water main at a fabricated tee, or corporation stop and saddle. If connected at a fabricated tee, a ball valve or curb stop valve shall be installed after the tee to control the flow to the service line. The temporary water service lines shall be terminated with a temporary cap pending confirmation of sound connections, and flushing to clear and disinfect the temporary service lines prior to connection to the back (customer) side of the meter setter. A 90- degree street el or swing joint shall be used with short segment of pipe and appropriate connector as shown on the Plans or as necessary to complete the connection to the meter setter. The meter will be removed in advance by the Contracting Agency. Following confirmation of sound connections, and completion of disinfection and flushing to the satisfaction of the Contracting Agency inspector, the Contractor shall complete the temporary connection to the back (customer) side of the meter setter. The Contractor shall perform and coordinated with the Contracting Agency inspector any subsequent flushing of the temporary service connection and customer supply line as determined by the Contracting Agency inspector. 7- 10.3(3) Allowable Water Service Disruption and Notice For single family residential properties and irrigation service - the contractor shall coordinate and confirm with the engineer a minimum of 48 -hours (2 business days) in advance of any anticipated water service disruption less than 4 -hours during a calendar day or 24 -hour period, and prepare and hand - deliver lakehaven- furnished notification forms to each affected water system customer a minimum of 24 -hours prior to such disruption as may be authorized by lakehaven. The contractor shall coordinate and confirm with the engineer a minimum of 72- hours (3 business days) in advance of any anticipated water service disruption exceeding 4- hours during a calendar day or 24 -hour period, and prepare and hand - deliver lakehaven - furnished notification forms to each affected water system customer a minimum of 48 -hours prior to such disruption as may be authorized by lakehaven. For multi family and commercial properties - for service connections other than single - family residential and irrigation, water service shall not be disrupted during business hours unless the City of Federal Way South 356Th Street Improvements Page 160 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS contractor has coordinated with the potentially affected property and business owners a minimum of five -(5) business days in advance of the proposed water service disruption, and obtains written agreement to allow such water service disruption from those same property and business owners a minimum of (3) days in advance of the proposed water service disruption Water service disruptions of a maximum of one (1) hour may be allowed during business hours, exclusive of restaurant and food preparations businesses, for service transfers or connections, and subject to the following advance coordination and notifications requirements. The contractor shall coordinate and confirm with the engineer a minimum of 72 -hours (3 business days) in advance of water main shut -off or service disruption in accordance with the schedule submitted to and reviewed by the engineer, and subject to the city of federal way's authorization(s) as applicable. The contractor shall prepare and hand - deliver district furnished notification forms ( "door hangers ") a minimum 48 -hours (2 business days) in advance of such authorized water service disruption. The notices shall include the anticipated timing of the water service disruption. In the absence of such written authorization(s), the contractor shall perform the work requiring water service disruption(s) during non - business hours, and /or install temporary water service(s), as necessary to complete the work. The Contracting Agency will provide the locations or addresses of the affected buildings and premises. 7- 10.3(4) Temporary Water Service The Contractor shall be responsible to develop a proposed plan to provide temporary water service for any scheduled work requiring a water main or meter shutoff exceeding the limitations set forth in 7- 10.3(3). Such plan, as a prerequisite for performing the scheduled work, shall be submitted for the Engineer's review a minimum of (7 business days) prior to the time that the Contractor needs to commence work to complete the proposed temporary service(s). Acceptance of a proposed plan for temporary water service shall be at the sole discretion of the Engineer and the Contractor shall not presume that a proposed plan will be accepted. 7 -10.4 Measurement If included as bid Proposal item, no specific unit of measurement shall apply to the lump sum item for "Construction Sequencing and Temporary Water Service." 7 -10.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following Bid item when it is included in the Proposal: "Construction Sequencing and Temporary Water Service," lump sum. The lump sum Contract price for "Construction Sequencing and Temporary Water Service" shall be full payment for all costs of the Work to sequence the Work as provided in Section 7 -10, and to furnish, install, maintain, remove the temporary water facilities as set forth in this Section. Additionally, the lump sum price shall include full payment to perform work at night as City of Federal Way South 356th Street Improvements Page 161 RFB # 17 -001 January 2017 SPECIAL PROVISIONS necessary, work multiple crews at once and to coordinate with and notify water service customers and the jurisdictional and use agency as applicable.. 7 -12 VALVES FOR WATER MAINS 7 -12.1 Description Revise the first paragraph to read: Valves for water mains shall be suitable for a public potable water system environment, and for installation in a plumb (vertical position) position andntended to be installed in a normal position on buried and non - buried pipelines for water distribution and transmission systems. 7 -12.2 Materials Revise the first paragraph to read: Materials shall meet the requirements of the following Sections: Concrete Blocks Concrete Brick Valves Valve Boxes Valve Marker Posts Combination Air Release /Air Vacuum Valves Tapping Sleeve and Valve Assembly End Connecticns Resilient- Seated Gate Valves (4" - 12 ") Gate Valves (14 " -24 ") Bronze Gate Valves Check Valves Pressure Reducing and Pressure Relief Valves Precast Concrete Vaults Steel Casing for Boring, Jacking and Direct Burial Flow Strainers Pressure Gauges Precast Concrete Vaults 7 -12.3 Construction Requirements Supplement this section with the following: 9 -12.1 9 -12.2 9 -30.3 9- 30.3(4) 9- 30.3(5) 9- 30.3(7) 9- 30.3(8) 9- 30.3(9) 9- 30.3(10) 9- 30.3(11) 9- 30.3(15) 9- 30.3(16) 9- 30.3(17) 9- 30.8(1) 9- 30.8(2) 9- 30.8(3) 9- 30.8(4) 9- 30.8(5) Trench excavation, bedding and backfill materials and requirements shall conform to the provisions of Section 7 -09 "Water Mains." 7- 12.3(1) Installation of Valve Marker Post Revise this section to read: Valve marker posts shall be furnished and installed at the locations shown on the Plans and in accordance with the Standard Plans. Valve marker posts shall be placed at the edge of the City of Federal Way South 356`h Street Improvements Page 162 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS right -of -way opposite the valve and be set with twenty (20) inches of the post exposed above grade. The exposed portion of the valve marker post shall be painted with two (2) coats of Sherwin- Williams industrial enamel paint, Gloss Safety Yellow No. B54Y37. The Contractor shall then note the size of the valve, and the distance in feet and inches to the valve from the valve marker post, with black paint on the face of the post, using stencils which will produce letters two (2) inches high. 7- 12.3(2) Valve Installation Add the following new subsection: Gate valves shall be resilient -seat gate valves unless otherwise shown on the Plans. All valves shall be inspected upon delivery in the field to ensure proper working order before installation. They shall be set and connected to the pipe in the manner as set forth in the AWWA standard for the type of connecting ends furnished. The valves shall be carefully inspected for injury to the outer protective coatings. At all places where the coating has been ruptured or scraped off, the damaged area shall be cleaned to expose bare metal, and the area cleaned shall then be recoated with two (2) or more field coats of approved protective coating. Upon delivery to the Project, all valves shall be opened to prevent the collection of water in the valve while being stored. The interiors of the valves shall be cleaned of all deleterious material and shall be carefully inspected in both the open and closed position prior to installation. The valve operating stem shall be set plumb when installed, unless otherwise shown in the Plans. As provided for in Section 7- 09.3(5) "Grade, Depth and Alignment," the depth of trench excavation shall be such that the minimum cover over any valve operating nut is one (1) foot. No valve shall be placed in such a location as to be within any roadside ditch, drainage ditch, drainage channel, or other low area that collects intermittent drainage water. Valves not flanged to fitting groups shall be provided with concrete thrust blocking meeting the requirements of the Standard Plans. Backfilling and compaction around the valves shall be as specified in Section 7- 09.3(10) "Backfilling Trenches" and Section 7- 09.3(11) "Compaction of Backfill." After installation, all valves shall be subjected to hydrostatic pressure testing and disinfection procedures as specified in Section 7- 09.3(24) "Disinfection of Water Mains" and Section 7- 09.3(23) "Hydrostatic Pressure Test." Should any defects in the design, materials, or workmanship appear during these tests, the Contractor shall correct such defects with the least possible delay and to the satisfaction of the Contracting Agency. 7- 12.3(3) Valve Box Installation Add the following new subsection: Valve boxes shall be set plumb and centered over the valve or valve operator where the axis of the valve box is common with the projected axis of the valve stem, in a manner that the valve box does not transmit shock or stress to the valve. The valve box bottom section shall be installed in a manner as to be supported by an Ethafoam® collar not less than two (2) inches in thickness. The bottom section shall not rest directly upon the body of the valve or the water pipeline. Backfill shall be carefully tamped around the valve box bottom and top sections to a distance of three (3) feet on all sides of it or to the undisturbed trench wall, if it is closer. The valve box City of Federal Way South 356th Street Improvements Page 163 RFB # 17 -001 January 2017 SPECIAL PROVISIONS cover shall be set flush with the existing or proposed finished grade for streets, sidewalks, driveways, and or other flexible or rigid pavement surface, whichever is applicable, with the lug slots oriented such that the lugs of the cover are parallel with the water main. Where valves are located in sections designated to receive more than one surfacing course of either aggregate or pavement, and the intermediate surface courses will be opened to traffic prior to placement of the final lift of surfacing material; the Contractor shall install the valve box extension to allow adjustment to match the grade and surface of each intermediate and the final layer, and shall adjust the valve box extension to match each such intermediate and final grade and surface. See the contract plans for gate valve box detail. 7- 12.3(4) Asphalt Valve Box Protective Pad Installation Add the following new subsection: All valves with valve boxes located outside a paved surface shall be provided with an asphalt valve box protective pad. The asphalt valve box protective pad shall be constructed to the dimensions shown and otherwise in accordance with the Standard Plans. Valve boxes shall be adjusted to match the finish grade and surface without depressions. 7- 12.3(5) Air Vacuum Valve Assembly Installation Add the following new subsection: Combination air release and vacuum valve assemblies shall be installed at locations shown on the Plans and in accordance with the Standard Plans. The actual tap on the water main shall be at the actual high point of the constructed water main. The standpipe and the box which contains the valve shall be located outside the traveled portion of the roadway, preferably behind the curb and sidewalk at property line intersections. All piping shall be continuously sloped to permit escape of any entrapped air within the water mains. 7 -12.4 Measurement Revise this section to read: Measurement of valves shall be per each for each type and size installed as specified in this Section, except those gate valves, resilient- seated gate valves, check valves, pressure reducing valves, and pressure relief valves which are specifically included in other items of work. 7 -12.5 Payment Revise this section to read: Payment will be made in accordance with Section 1 -04.1 for each of the following Bid items that are included in the Proposal: "Gate Valve, In.," per each. The contract bid price for "Gate Valve _ In." shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents and details, including the valve box and all incidental work. City of Federal Way South 356th Street Improvements Page 164 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS 7 -14 HYDRANTS 7 -14.2 Materials Revise this section to read: Materials shall meet the requirements of the following Sections: Hydrants End Connections Hydrant Dimensions Hydrant Extensions Hydrant Restraints Traffic Flanges Guard Posts Hydrant Nozzles Operating Nuts Pipe for Water Main Ductile Iron Pipe Fittings Ductile Iron Pipe Restrained Joints Bolted, Sleeve -Type Couplings for Plain End Valves Gravel Backfill for Drywells Construction Geotextile for Underground Drainage Low - density Polyethylene Foam 7 -14.3 Construction Requirements Supplement this section with the following: 9 -30.5 9- 30.5(1) 9- 30.5(2) 9- 30.5(3) 9- 30.5(4) 9- 30.5(5) 9- 30.5(6) 9- 30.5(7) 9- 30.5(8) 9 -30.1 9- 30.1(1) 9 -30.2 9- 30.2(1) 9- 30.2(6) Pipe 9- 30.2(7) 9- 30.3(11) 9- 03.12(5) 9 -33 9- 30.8(5) Trench excavation, bedding, and backfill materials and requirements shall conform to the provisions of Section 7 -09 "Water Mains." Following completion of the installation, relocation, reconnecting, extending or removing a fire hydrant or fire hydrant assembly, the surface or surfacing in the area affected by the Work shall be constructed in accordance with the Plans, and /or restored to pre- construction conditions. Hydrant laterals shall be constructed with six -inch (6 ") or eight -inch (8 ") diameter ductile iron pipe Special Thickness Class 52 and have restrained joints. See contract plans for hydrant lateral sizes. A thrust block shall be placed at the hydrant tee as shown in the plans; tie rods or shackle rods shall not be used to provide thrust restraint for the hydrant lateral. The lateral shall be extended perpendicular from the connecting main at the hydrant tee to the fire hydrant, and be constructed with as few joints as possible. Where the distance between the hydrant tee and the hydrant is Tess than an integral number of standard minimum standard laying lengths of pipe from the pipe manufacturer, the number of joints between the hydrant valve and the hydrant shall be limited to the next larger integral number of laying lengths minus one (1), except where the Plans show or the Contracting Agency inspector determines that bends are necessary. Where more than one segment of pipe is required such as at bends, the City of Federal Way South 356th Street Improvements Page 165 RFB # 17 -001 January 2017 SPECIAL PROVISIONS minimum pipe length between fittings shall be two (2) feet. The length of the hydrant lateral shall not exceed fifty (50) linear feet, unless otherwise shown on the Plans, or approved by the Engineer. 7- 14.3(1) Setting Hydrants Revise this subsection to read: Fire hydrants shall be installed at the locations shown on the Plans and in accordance with the Standard Plans. Hydrants shall not be installed within three (3) feet of the traveled portion of the travelled way. In addition, a minimum three -foot (3') radius unobstructed, level working area shall be provided around all hydrants. Hydrants shall be installed plumb (vertical) with the hydrant pumper (steamer) port facing the street, or the most likely approach and location of a fire truck while pumping at the hydrant, and as may be directed by the Contracting Agency's Inspector. The hydrant bury depth, defined by AWWA C502 -14 as the distance to the nearest six (6) inches from the finished ground surface to the bottom of the connecting pipe, shall be a nominal 3.5 to 4.5 feet, except as otherwise shown on the Plans or directed by the Contracting Agency's Inspector. The bottom of the traffic safety flange shall be set between three (3) inches and six (6) inches above the finished grade at the base of the fire hydrant. The level of the clear zone around the fire hydrant shall match the back edge of sidewalk, or outside edge of pavement for the travelled way in rural road sections. All hydrants shall be set on a concrete block as shown in the Standard Plans. The hydrant barrel drain shall waste into a pit of porous gravel material meeting requirements of Section 9- 08.12(5) "Gravel Backfill for Drywells." The Contractor shall ensure that the drain is not covered or otherwise constrained from draining. The gravel shall be separated from the backfill material by construction geotextile for underground drainage. Fire hydrants installed in unimproved areas not shown in the Plans to be surfaced with flexible or rigid paving materials shall have a concrete collar as shown in the Standard Plans and as specified hereunder. Concrete shall be Class 3000 as specified in subsection 6- 02.3(2)B, and shall be a minimum of two (2) feet in diameter, centered on the hydrant, by 0.5 -foot thick. The concrete shall be placed against and separated from the hydrant barrel by a 3/8 -inch thick premolded joint filler conforming to subsection 9- 04.1(2). In areas adjacent to paved roadway shoulder, sidewalks, or walkways, and the fire hydrant is less than five (5) feet from the edge of such paved surface, the concrete collar shall be installed as a rectangular section with minimum two (2) feet from the center of the hydrant to the edge of the concrete, and extended to the meet the edge of the paved surface. When the collar is placed adjacent to Portland cement concrete pavement, a 3/8 -inch premolded joint filler conforming to subsection 9- 04.1(2) shall be installed between the two vertical surfaces. Concrete finishing shall be in accordance with subsection 8- 04.3(1) at a minimum, or shall match the adjoining finished concrete surface. All fire hydrants shall be inspected upon delivery in the field to ensure proper working order before installation. After installation, auxiliary gate valves, fittings, other appurtenances, and fire hydrants up to the main hydrant valve shall be subjected to the hydrostatic pressure test as specified in Section 7- 09.3(23) "Hydrostatic Pressure Test." The fire hydrant itself shall be subjected to the normal working pressure of the water system after it is placed into service and City of Federal Way South 356`h Street Improvements Page 166 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS any detectable leakage from any portion of the hydrant assembly shall be corrected by the Contractor at its own expense. After installation, fire hydrants, auxiliary gate valves, and other appurtenances thereto shall be subjected to disinfection procedures as specified in Section 7- 09.3(24) "Disinfection of Water Mains." If the fire hydrant itself is not subject to disinfection as a designated non - source sample point, the fire hydrant shall be filled with a clean, one percent (1%) hypochlorite solution with the auxiliary gate valve closed and the main hydrant valve fully opened (to close the hydrant barrel drain valve). Fire hydrants shall not be backfilled until first approved by the Engineer for compliance with the Plans and Specifications. Standard hydrant bury depth shall be 3.5 to 4.5 feet. A non - standard bury depth may be allowed. After all installation and testing procedures are satisfactorily completed, the exposed portion of the fire hydrant, except the Storz adapter, shall be painted with two (2) coats of Sherwin /Williams industrial enamel paint, Gloss Safety Yellow No. B54Y37. Any fire hydrant not in service shall be so identified by covering with a burlap or plastic bag properly secured. 7- 14.3(2) Hydrant Connections Revise this subsection to read: Fire hydrant connections or laterals shall consist of six -inch (6 ") or eight -inch (8 ") ductile iron pipe from the water main to the fire hydrant, and shall include an auxiliary gate valve set vertically and placed in the connection or lateral in accordance with the Standard Plans. The ductile iron pipe shall be Special Thickness Class Class 52, or the thickness class used for the adjacent water mains, whichever is greater. 7- 14.3(2)A Hydrant Restraints Revise this subsection to read: The thrust created in the fire hydrant connection or lateral shall be restrained at the joints using a thrust restraint system provided for in Section 9- 30.5(4) "Hydrant Restraints" and as shown in the Standard Plans. Shackle or tie rods or thrust blocks shall not be used to restrain thrust. 7- 14.3(2)B Auxiliary Gate Valves and Valve Boxes Revise this subsection read: The auxiliary gate valve and valve box shall be installed in accordance with Section 7- 12.3(2) "Valve Installation" and Section 7- 12.3(3) "Valve Box Installation." The auxiliary gate valve shall be installed in a manner compatible with the hydrant connection /lateral thrust restraint system. An asphalt valve box protective pad shall also be installed where required in accordance with Section 7- 12.3(4) "Asphalt Valve Box Protective Pad Installation." A valve marker post for the auxiliary gate valve shall not be installed. 7- 14.3(2)C Hydrant Guard Posts Revise this subsection to read: Fire hydrant guard posts shall be constructed at the locations shown on the Plans and in accordance with the Standard Plans. The exposed portion of each fire hydrant guard post shall City of Federal Way South 356' Street Improvements Page 167 RFB # 17 -001 January 2017 SPECIAL PROVISIONS be painted with two (2) coats of Sherwin /Williams industrial enamel paint, Gloss Safety Yellow No. B54Y37. 7- 14.3(5) Reconnecting Existing Hydrants Revise this subsection to read: Existing fire hydrants shall be reconnected where shown on the Plans. The location and elevation of the existing fire hydrant shall remain unchanged, but the existing fire hydrant connection is changed to connect with a new hydrant lateral tee installed in a new water main. Fire hydrant reconnections shall meet the requirements of Section 7- 14.3(1) "Setting Hydrants" through Section 7- 14.3(2)C "Hydrant Guard Posts," as applicable. The existing hydrant lateral tee shall be left in place or removed in accordance with the criteria set forth in Section 7- 14.3(7) "Removing Existing Hydrant Assemblies." Thrust restraint systems as provided for in Section 9- 30.5(4) "Hydrant Restraints" shall be used to restrain thrust in the fire hydrant connection /lateral where possible. Any other method for thrust restraint shall be expressly approved by the Engineer prior to its installation. 7- 14.3(6) Hydrant Extensions Revise this subsection to read: The Contractor shall furnish and install fire hydrant vertical barrel extensions where required due to an unanticipated greater- than - normal water main depth, or the surface grade is raised or lowered. The fire hydrant barrel extensions, operating stems for the hydrant main valve, and traffic flanges shall conform to AWWA C502 in design, material, and workmanship. After installation, the extended fire hydrant shall be painted as specified in Section 7- 14.3(1) "Setting Hydrants," and shall be subjected to a hydrostatic pressure test and disinfection procedure as specified in Section 7- 09.3(24) "Disinfection of Water Mains" and Section 7- 09.3(23) "Hydrostatic Pressure Test." The bottom of the traffic safety flange shall be set between three (3) inches and six (6) inches above the finished grade at the base of the fire hydrant 7- 14.3(7) Removing Existing Hydrant Assemblies Add the following new subsection: (NEW SUBSECTION) 7- 14.3(7) Removing Existing Hydrant Assemblies Existing fire hydrant assemblies shall be removed and /or decommissioned where shown on the Plans, or as may be directed by the Engineer. The existing hydrant lateral tee shall be left in place or removed in accordance with the below criteria. 1. If the water main to which the tee is connected is to remain active, and a flange connection exists on the branch of the tee, all pipe, fittings, valves, etc., connected to the tee shall be removed from the branch of the tee. A blind flange shall then be installed on the exposed branch of the tee. 2. If the main to which the tee is connected is to remain active, and a flange connection does not exist on the branch of the tee, the tee shall be removed from the water main which will City of Federal Way South 356`h Street Improvements Page 168 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS remain in service. Then a new section of pipe shall be inserted into the water main in place of the removed tee. 3. If the main to which the tee is connected is scheduled to remain in place and out -of- service (deactivated), the tee shall not be disturbed unless otherwise required by adjacent work, and the hydrant lateral and valve shall be removed. 4. If the main to which the tee is connected is scheduled for temporary reactivation for a short duration (such as until all water service connections and fire hydrants are transferred to a new water main), the branch of the tee shall be plugged or capped, and the hydrant lateral and valve shall be removed after the fire hydrant is removed from service 5. If the main to which the tee is connected is scheduled to be removed, the tee shall be disconnected from the hydrant lateral and removed with the main. The remaining portion of the hydrant lateral and valve shall either be removed or decommissioned as provided in `6' below. 6. If a portion of the hydrant assembly is designated on the Plans, or directed by the Contracting Agency inspector, to not be removed, the following shall apply for decommissioning components to remain: • An open branch of the hydrant tee shall be terminated as provided above, or decommissioned with a plug of concrete if connected to a permanently deactivated water main. • A hydrant valve shall have the valve box removed or a mud plug installed. • An open (exposed) end of the hydrant lateral shall be decommissioned using a concrete plug a minimum of three (3) pipe diameters in the exposed end of the pipe. The Contractor shall remove, dispose, or salvage the existing fire hydrant, auxiliary gate valve, and valve box. Fire component designated on the Plans shall be salvaged to the Contracting Agency. The Contractor shall be responsible to load and haul the salvaged component to the location designated by the Contracting Agency, and to coordinate with the Contracting Agency inspector the timing of such haul, access to the designated site, and off - loading of the salvaged component by the Contracting Agency. 7- 14.3(8) Hydrant Assemblies Add the following subsection: Where shown on the Plans, or as may be directed by the Engineer, the Contractor shall furnish and install a hydrant assembly in accordance with these Specifications, and the Standard and Contract Plans. Installation of the hydrant tee fitting, auxiliary valve, and lateral main, and the hydrant shall be in accordance with the respective sections of the specifications. All such work shall be incidental to "Hydrant Assembly, _ In. ", and no separate measurement or payment will be made. When a separate bid Proposal item is included, all costs for furnishing and installing one or more restrained joint fittings, as determined necessary by the Contracting Agency's inspector to avoid conflicts with other utilities or obstructions not shown on the Plans, shall be included in and incidental to the lump sum or unit price per pound for "Additional Cast Iron Fittings ". City of Federal Way South 356th Street Improvements Page 169 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 7- 14.3(9) Hydrants, _ In. Diam Add the following subsection: Where shown on the Plans, or as may be directed by the Engineer, the Contractor shall furnish and install a hydrant in accordance with these Specifications, and the Standard and Contract Plans. Installation of the hydrant auxiliary valve (no tee), reducers /increasers, hydrant pipe, blocking and the hydrant shall be in accordance with the respective sections of the specifications. The existing tee to the main shall be preserved and connected to. All such work shall be incidental to "Hydrant, _ In. ", and no separate measurement or payment will be made. When a separate bid Proposal item is included, all costs for furnishing and installing one or more fittings, as determined necessary by the Contracting Agency's inspector to avoid conflicts with other utilities or obstructions not shown on the Plans, shall be included in and incidental to the lump sum or unit price per pound for "Additional Cast Iron Fittings ". 7 -14.4 Measurement Revise this section to read: Measurement for setting hydrant assemblies or hydrants„ reconnecting existing hydrant assemblies, and abandoning existing hydrant assemblies will be made per each. If a bid item is included in the Proposal, measurement of a vertical hydrant extension will be made per linear foot or portion thereof exceeding either the standard bury depth, or the bury depth shown on the Plans and as directed by the Contracting Agency's inspector. If a bid Proposal item is not included for "Hydrant Extension" all costs to perform the Work as specified shall be considered incidental to the bid Proposal items for fire hydrants and water main installation. 7 -14.5 Payment Revise this section to read: Payment will be made in accordance with Section 1 -04.1 for the following Bid items that are included in the Proposal: "Hydrant Assembly, _ In.," per each. The unit Contract price per each for "Hydrant Assembly, _ In." shall be full pay for all work to furnish and install a fire hydrant assembly as described in this Section and on the contract plans, including, but not limited to, excavating; installing the hydrant assembly components, placing and compacting pipe zone bedding and backfill, asphalt valve box protective pad, and fire hydrant guard posts (if required); testing, disinfecting, and ensuring the satisfactory operation of the installed hydrant assembly; painting, and restoring the surface in areas not scheduled to receive other surface improvements. Payment shall also include bends, reducers and associated restrained joints, and pipe segments as identified in the Plans, or as may be determined necessary by the Contracting Agency inspector to avoid conflicts with other utilities or objects. If included as a unit Proposal item, all costs for the Work to furnish and install additional fittings and associated restrained joints shall be incidental to and included in unit Proposal price per pound for "Additional Cast Iron Fittings." No separate measurement or payment will be made for the connecting segments of ductile iron pipe. City of Federal Way South 356th Street Improvements Page 170 RFB # 17 -001 January 2017 SPECIAL PROVISIONS (Addendum # 2) For this Contract, `Structure Excavation CI B incl. Haul for Schedule B' and `Gravel Base for Trench Backfill' and `Shoring or Extra Excavation CI B for Water Main' associated with Hydrant Assembly installation shall be measured and paid separately under the bid items provided in the Proposal. 7 -15 SERVICE CONNECTIONS 7 -15.1 Description Revise this section to read: This work consists of installing water service connections from the Contracting Agency water main to and including a meter box or vault with lid, meter setter, and connection to the customer supply line for the premise or purpose served. Service connections shall be constructed at the locations shown on the Plans and in accordance with the Standard Plans.. 7 -15.2 Materials Revise this section to read: Materials shall meet the requirements of the following Sections: Water Service Connections 9 -30.6 Saddles 9- 30.6(1) Corporation Stops 9- 30.6(2) Polyethylene Tubing 9- 30.6(3)B Service Fittings 9- 30.6(4) Meter Setters 9- 30.6(5) Bronze Nipples and Fittings 9- 30.6(6) Meter Boxes 9- 30.6(7) Insulating Service Couplings 9- 30.6(8) "U" Branch Connections 9- 30.6(9) Service line bedding and backfill 9 -03.13 7 -15.3 Construction Requirements Revise this section to read: 7 -15.3 Construction Requirements (NEW SUBSECTION) 7- 15.3(1) Installing Water Service Connections All service connections to water mains shall be made using saddles as specified, and be of the size and type as shown on the Plans and compatible with the water main pipe. Service pipelines (lines) shall be installed perpendicular to the main unless shown otherwise in the Plans. Locate wire shall be installed with water service lines that are not installed perpendicular to the water main. City of Federal Way South 356th Street Improvements Page 171 RFB # 17 -001 January 2017 SPECIAL PROVISIONS The depth of trenching for the water service line shall be a minimum of three (3) feet of cover over the top of the pipe, or the depth of the water main to which the service line is connected, whichever is deeper, and except in the immediate vicinity of and at transitions to the water main or meter setter. Additional depth may be necessary to avoid obstructions and /or to meet jurisdictional agency requirements. Particular care shall be exercised to ensure that the main is not damaged by the Work undertaken to install the service connection. Excavating and backfilling for service connections shall be as specified in Section 7 -09, except that the service line shall be installed under pavement, curbs, gutters, and sidewalks by boring or other methods approved by the jurisdictional road agency. Where applicable, existing service lines shall be used to pull new service lines in order to avoid disturbing existing roadway pavement, curbs, gutters, or sidewalks. Open cut trenching of pavement, curbs, gutters, or sidewalks will not be allowed unless the Plans provide for removal, reconstruction or overlay of the pavement, or removal or reconstruction of the curb, gutter and sidewalk at that location, and approval is obtained from the jurisdictional agency. The Contractor shall be solely responsible for compliance with such terms and conditions as may be imposed by the jurisdictional agency as prerequisite for allowing open trenching of such surfaces in areas not otherwise shown on the Plans for removal or improvement. In areas outside the limits of pavement, curbs, gutters or sidewalks that are to remain, and in the absence of other surface or subsurface constraints, or in the event that the Contractor is unable to complete installation of a replacement water service line that is under pavement, curb, gutter, or sidewalk by pulling the new line concurrently with removal of the existing (disconnected) service line, or by boring, open trench excavation may be allowed subject to the review of the jurisdictional road agency and Engineer. The trench section shall be as shown in the Standard Plans for water mains except that the neat -line trench width shall be eight (8) inches wide, or the outside diameter of the water service line (or lines) plus two (2) inches, plus an additional one (1) inch separation between each service line when placed in a single trench, whichever is larger. Service lines shall be cut using a tool or tools specifically designed to leave a smooth, even, and square end on the piping material to be cut. Cut ends shall be reamed to the full inside diameter of the pipe. Pipe ends to be connected using couplings which seal to the outside surface of the pipe shall be cleaned to a sound, smooth finish before the couplings are installed. The meter box shall be adjusted to the finished grade after the surface has been acceptably restored. Where shown in the Plans, existing service connections shall be reconnected to the new main. Where only the service line is being renewed, the existing corporation stop and service saddle may be used subject to the Engineer's review. In the event that a service connection is abandoned at the main, and the water main is to remain in service, and the corporation stop will not be used, the corporation stop shall be removed, together with the pipe saddle if necessary. A brass plug with rubber grommet or gasket with either the existing or new saddle shall be used to seal the pipe penetration as directed by the Engineer. The location of existing service lines and customer supply lines shall be verified in the field by the Contractor. The Contractor shall notify affected customers of the service interruption in accordance with Section 1- 08.4(3). City of Federal Way South 356^ Street Improvements Page 172 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Pipe to extend or replace an existing customer supply line beyond the meter box (setter) shall be polyethylene pipe, except as necessary for the transition to the remaining portion of the customer supply line beyond the point of connection. Insulating couplings shall be used at any connection between galvanized or iron pipe and copper pipe. All fittings, appurtenances, and other miscellaneous materials on the sections of existing pipe that have been removed shall become the property of the Contractor. Typically, water meters shall only be furnished and installed by the Contracting Agency. At locations shown on the Plans or where directed by the Engineer, the Contractor shall install a Contracting Agency- furnished water meter within the meter setter. Furnishing of meters for installation, whether by the Contracting Agency or the Contractor, shall be contingent on satisfactory completion of the water main and service connection, and submittal of a satisfactory service application where applicable for new installations. Where shown on the Plans, or approved by the Engineer, "double meter installation" may be allowed consisting of a single tap and service line connecting to two (2) separate meter setters, boxes, and supply line connections, including associated fittings. All piping and fittings for the water service connections shall be left exposed until they have been inspected by the Contracting Agency and approval for backfill has been expressly provided by the Contracting Agency. After the meter setter is installed, the Contractor shall flush water through the new water service connection pipeline and meter setter to remove sediment and debris, a minimum of two (2) minutes, or longer if necessary to achieve clean water acceptable to the Engineer and to ensure the service connection has full - flowing capacity. Typical meter box locations are outside of vehicle or pedestrian traffic areas and in an accessible area of the right -of -way or easement side of the connecting water main. In the event that a meter box is shown on the Plans to be installed in a traffic area, or a non - traffic area is not available for installation of the meter box as determined by the Engineer, a meter box and lid rated for HS20 -44 axle loadings shall be installed in accordance with the Standard Plan detail for traffic meter box and lid. as shown in the Standard Plans. The Contractor shall adjust the meter box to the finished grade after the surface has been acceptably completed or restored. (NEW SUBSECTION) 7- 15.3(3) Replacing Existing Service Connections This work consists of furnishing and installing a new service saddle, corporation stop, service line, fittings, meter setter, meter box, reconnecting to the customer supply line downstream of the meter box, and decommissioning and removing the old service connection tap, service line, setter, meter box and exposed portion thereof, where shown on the Plans and in accordance with the Standard Plans. This work shall conform to applicable provisions of Section 7- 15.3(1) "Installing Water Service Connections." The Contractor shall provide notification of service disruption to the affected customers as specified in Section 1- 08.4(3)A . The Contractor shall install a new water service connection prior to disrupting service to the affected customer. The Contractor shall flush water through the new water service connection pipeline and meter setter inlet to remove sediment and debris. Flushing velocities shall be sustained for a minimum of two (2) minutes, or longer if necessary to achieve clean water City of Federal Way South 356th Street Improvements Page 173 RFB # 17 -001 January 2017 SPECIAL PROVISIONS acceptable to the Contracting Agency and to ensure the service connection has full - flowing capacity. The Contractor shall then reconnect the new water service connection to the customer supply line downstream of the old meter box location, installing the pipeline in a route approved by the Contracting Agency to a depth necessary to provide at least two (2) feet of cover over the pipe. Pipe material used to extend and effect the reconnection of the customer supply line shall be the same as that used for the service line. The new pipe size shall be one -inch (1 ") or the size of the existing customer supply line, whichever is greater. Insulating couplings shall be used at any connection between dissimilar metal pipelines. Compression couplings can be used to connect pipes of the same material. The Contracting Agency's inspector, or the Contractor as may be directed by the Contracting Agency's inspector, shall then relocate the water meter from the existing meter setter to the new meter setter. In certain circumstances the Contracting Agency will furnish a new meter to be used for the new water service connection. Removed water meters shall remain the property of the Contracting Agency. All costs for removing and installing water meters as may be directed by the Contracting Agency inspector shall be incidental to the other bid Proposal items. If the existing water service connection is on a water main which will remain in service, the existing water service connection pipeline shall be severed at the existing corporation stop, the corporation stop removed from the service saddle, and the tap on the service saddle plugged with a brass pipe plug. If the existing water service connection is on a water main which will not remain in service, the existing water service connection pipeline shall be severed at the existing corporation stop and the corporation stop shall be permanently dosed. If the existing water service connection is "direct- tapped" without a service saddle on a water main which will remain in service, the corporation stop shall be removed, a service saddle installed centered over the tapped hole, and the tap on the service saddle plugged with a brass pipe plug. The Contractor shall remove and dispose of the old meter setter and meter box and salvage to the Contracting Agency that material which the Contracting Agency has determined can be reused. After installing the water meter in the new meter setter, the Contractor shall flush through the nearest outside faucet of the premise served, for a minimum of two (2) minutes, to remove air and deleterious material, or a sufficient time until clarity of the water is acceptable to the Contracting Agency. The Contractor shall then reinstate water service to the affected customer. (NEW SUBSECTION) 7- 15.3(4) Pressure Testing and Disinfecting Water Service Connections All water service connection components, including the customer supply line, fittings, and appurtenances, shall be pre- disinfected prior to installation, except that disinfection of the service connection components from the water main tap to the end of the service line prior to the connection to the meter setter may be disinfected and flushed with the disinfection solution used to disinfect the water main subject to the determination of the Contracting Agency Inspector. All new water service connections, including those replacing existing service connections, shall be subjected to the hydrostatic pressure test up to the meter stop on the meter setter in accordance with Section 7- 09.3(23) "Hydrostatic Pressure Test." The service connection pipeline and fittings used to effect a reconnection as specified in Section 7- 15.3(2) "Reconnecting Existing Service Connections" shall be tested at the working pressure of the City of Federal Way South 356`h Street Improvements Page 174 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS water main before backfilling. Any visible leaks or other defects shall be corrected by the Contractor and witnessed by the Contracting Agency at no additional expense to the Contracting Agency. Any visible leaks detected on the customer supply line installed by the Contractor shall be corrected by the Contractor, and witnessed by the Contracting Agency, at no additional expense to the Contracting Agency. (NEW SUBSECTION) 7- 15.3(5) Removing and Decommissioning Existing Service Connections Where a water service connection will not remain connected to a water main, or where shown on the Plans or as may be directed by the Engineer, the Contractor shall remove, dispose and /or salvage the existing service connection tap, meter setter(s), meter box(es), and appurtenances. Water meters will either be removed by the Contracting Agency inspector, or shall be removed by the Contractor as may be directed by the Contracting Agency inspector, prior to removal of any other water service components in and including the meter box and lid. All such removed meters shall remain the property of the Contracting Agency and shall be directly delivered to the custody of the Contracting Agency inspector. If the existing water service connection is on a water main which will remain in service, the existing water service connection pipeline shall be severed at the existing corporation stop, the corporation stop removed from the service saddle, and the tap on the service saddle plugged with a brass pipe plug. If the existing water service connection is on a water main which will not remain in service, the existing water service connection pipeline shall be severed at the existing corporation stop and the corporation stop shall be permanently closed. If the existing water service connection is "direct- tapped" without a service saddle on a water main which will remain in service, the corporation stop shall be removed, a service saddle installed cen'ered over the tapped hole, and the tap on the service saddle plugged with a brass pipe plug. Where water service connections will not remain connected to an active water main, or where shown the Plans, or when the Contracting Agency inspector determines that a portion of water service connection designated for removal is not accessible Excavating and backfilling, for removing and decommissioning water service connections shall be as specified in the applicable portions of Section 7 -09 "Water Mains." 7 -15.4 Measurement Revise this section to read: Measurement of water service connection installations, reconnections of existing service connections, and replacements of existing service connections will be made per each for each size of water service connection installed and tested. No differentiation will be made for the depth of the water main to which connection is made or the depth of the water main where an existing service connection is to be abandoned and disconnected. No differentiation will be made for the depth to which the water service connection pipe must be laid to conform to the requirements of the jurisdictional road agency, nor the method used to install said pipeline either by boring methods, or by "open -cut" and surface restoration methods. Unless specific Contract Bid items are provided, no differentiation will be made for traffic -rated meter boxes. A single (not double) service line shall be presumed unless a specifically shown in the Plans and City of Federal Way South 356' Street Improvements Page 175 RFB # 17 -001 January 2017 SPECIAL PROVISIONS specifically included as a bid Proposal item. No differentiation will be made for the length of service connection installed, see contract plan and profiles for lengths of service lines and depths of connections to water mains. The size noted for a service connection is the size of the water meter for the service connection, and not necessarily the size of the service connection pipeline or water main tap. Measurement of customer supply line if included as a separate bid Proposal item, will be by the linear foot of pipe laid and tested and shall be along the pipe through fittings, valves, and couplings. The measurement will be on a horizontal plane along the route shown on the Plans, or as may be approved by the Contracting Agency Inspector. The measurement shall exclude the first ten (10) feet of pipe commencing at the outlet of the meter setter, which portion of the customer supply line shall be included in the price for replacement of existing service connections. The measurement shall terminate at the point of reconnection of the new customer supply line with the old customer supply line. No differentiation will be made for the depth to which the customer supply line must be laid, nor for the size of the pipe utilized. Measurement of removing and decommissioning of existing service connections will be made per each. No differentiation will be made for the size of the water service connection to be abandoned, the depth of the water main from which the service line is to be disconnected. 7 -15.5 Payment Revise this section to read: Payment will be made in accordance with Section 1 -04.1 for the following Bid items that are included in the Proposal: "Service Connection In. Setter (2 In. Service Pipe)," per each. The unit Contract price of the above item as included in the Contract Bid Proposal shall be full pay for all work to install the 2" service line from the main to the setter, service connection, or service replacement including, but not limited to, excavating, backfilling, compacting the backfill, clearing and grubbing, , protection of existing utilities, bedding and backfilling the pipe, backfilling the trench, all surface and subsurface facility restoration, temporary asphalt trench patch or surfacing, dewatering the trench, handling, cutting, laying, and cleaning the pipe, and assembling joints of pipe and fittings, tapping the water main, hydrostatic pressure testing, flushing, disinfection, removing and decommissioning existing service connection tap, boring of a new service connections, and reconnecting customers' customer supply line (if applicable) with a maximum of ten (10) linear feet of new pipe, and all other incidental costs necessary for a complete installation in full working order, tested and disinfected, as herein specified and otherwise shown on the Plans. "Customer Supply Line," per linear foot The unit Contract price per linear foot for "Customer Supply Line" shall be full pay for all work to complete the installation of the customer supply line from ten (10) linear feet beyond the customer side of the setter to the point of connection to the remaining portion of the customer supply line, including, but not limited to, clearing and grubbing, removal of existing surface City of Federal Way South 356`h Street Improvements Page 176 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS improvements, protection of existing utilities, excavating, backfilling, compacting the backfill, bedding the pipe, temporary asphalt trench patch or surfacing, dewatering the trench, handling, cutting, laying or installing the pipe within a casing pipe, and cleaning the pipe, assembling joints of pipe and fittings, flushing, disinfection, and all other incidental costs necessary for a complete installation in full working order, tested and disinfected, as herein specified and otherwise shown on the Plans (Addendum # 2) For this Contract, `Structure Excavation CI B incl. Haul for Schedule B' and `Gravel Base for Trench Backfill' and `Trench Safety System' associated with Service Connection and Customer Supply Line installation shall be measured and paid separately under the bid items provided in the Proposal. 7 -21 CATCH BASIN INSERTS FOR OIL CONTROL 7 -21.1 Description 7- 21.1(1) Work Included This section covers work necessary to furnish and install FlexStorm® catch basin inserts for oil control, including fittings, appurtenances, and all hardware necessary for a complete installation. Required locations of catch basin inserts are shown on the Plans. 7- 21.1(2) Submittals A. Submittals for the catch basin inserts shall include the following items in accordance with Division 1, GENERAL REQUIREMENTS. 1. General manufacturer's drawing for typical catch basin insert installation including locations, sizes, dimensions (insert and CB), elevations, piping for each insert to be installed. 2. Complete materials list. 3. Manufacturer's recommended installation and maintenance procedures. 4. Manufacturer's certificate of satisfactory installation and warranty. 7 -21.2 Materials Catch Basin Insert for oil control shall be FlexstormTM Pure Inlet Filter System with Post Construction (PC) bag type, as manufactured by Inlet & Pipe Protection, Inc., a subsidiary of Advanced Drainage Systems (ADS), 24137 W. 111th St — Unit A, Naperville, IL 60564, (866) 287- 8655, www.inletfilters.com. Catch basin insert frame and bag shall be sized to fit the grate size and clear opening dimensions the catch basin where the installation will occur, which includes both Type 1 and Through -Curb inlets per City of Federal Way Drawing Nos. 4 -6 and 4 -8. All metal parts shall be corrosion resistant. City of Federal Way South 356th Street Improvements Page 177 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 7- 21.2(1) Warranties A. Manufacturer shall warrant all products to be free from defects in materials and workmanship for a minimum of 1 year from the date of installation. Manufacturer shall inspect and repair and replace defective parts during warranty period at no additional cost to Owner. 7 -21.3 Construction Requirements 7- 21.3(1) General A. Installation of catch basin insert and appurtenances shall be in accordance with the manufacturer's drawings and recommended installation procedures. It is the Contractor's responsibility to verify a particular insert model will fit in the specified catch basins prior to installation. B. Catch basin inserts shall be designed to fit a standard catch basin grate that it is contained in, be independent of the catch basin itself and be supported from the frame, i.e. not requiring a permanent fastened attachment to the catch basin. C. When spill control insert are installed properly, the maximum height of the grate above the top of the frame shall not exceed 3/16 inch and the grate shall be non rocking. The insert shall not extend below the top of the catch basin outlet pipe, obstructing its flow. D. Contractor shall exercise extreme care in the site storage, transport, and installation of the catch basin inserts, and appurtenant hardware. Damage as a result of improper handling or installation shall be the sole responsibility of Contractor and shall be repaired in accordance with manufacturer recommendations at no additional cost to Owner. E. The installation of the catch basin inserts of either type shall occur after the road surface has been paved and surrounding area stabilized. The catch basin insert shall be cleaned and filter media for spill control replaced at no cost to the owner if installed and contaminated prior to stabilization. 7- 21.3(2) Installation Warranty Manufacturer's representative shall observe installation of the catch basin inserts and shall provide a certificate of satisfactory installation to the Owner prior to operation. 7 -21.4 Measurement Catch basin inserts for oil control shall be measured per each insert installed. 7 -21.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Catch Basin Insert for Oil Control ", per each City of Federal Way South 356`h Street Improvements Page 178 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS The unit contract price for Catch Basin Insert for Oil Control shall be full pay for furnishing all labor, tools, equipment, and materials necessary to complete each unit according to the Plans and Specifications, including submittals, cleaning and furnishing and placing mounting hardware, frame, filter bag, and other items as specified. Add the following New Section: 7 -22 STORMWATER TREATMENT SYSTEMS (Special Provision) 7 -22.1 Description This work shall consist of installing Contech Filterra® and /or MWS Linear Modular Wetland Units for water quality treatment as shown on the Plans. 7- 22.1(1) Submittals A. Submittals for the stormwater filters shall include the following items in accordance with Division 1, GENERAL REQUIREMENTS. 1. Shop Drawings for each stormwater treatment system installation including size, location, inlet and outlet inverts, appurtenant piping, valves, access ways, venting details; bedding, backfill, concrete top slab, lid details, and anchorage tiedown system details. The concrete top slab design shall be prepared by a registered structural engineer and provide HS -20 Icading for each system. 2. Complete materials list. 3. Manufacturer's recommended installation and maintenance procedures. 4. Manufacturer's certificate of satisfactory installation and warranty. 7 -22.2 Materials 7- 22.2(1) Filterra Units Filterra stormwater media filter units shall consist of Precast Filterra® units, as manufactured by Contech Engineered Solutions, 9025 Centre Pointe Dr. Suite 400, West Chester, Ohio 45069 (800) 338 -1122. Filterra® units shall have a General Use Level Designation (GULD) for Enhanced treatment from the State of Washington Department of Ecology through the TAPE program. Each Filterra® unit consists of a precast concrete vault; underdrain system consisting of underdrain stone, perforated pipe, and cleanout; filter media; top slab with integrally -cast tree frame and grate, cleanout cover, and galvanized angle nosing; mulch; and plant material as specified on landscape plans. Conduits shall be precast into the vault walls as detailed on the Plans to accommodate irrigation supply lines. City of Federal Way South 356`h Street Improvements Page 179 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Filterra® Top Slab: Standard Flat Top Supplied Filterra® units shall include inspection and maintenance by the supplier, or a supplier - approved contractor, for a minimum period of one year, consisting of two scheduled visits. The maintenance visits shall include the following tasks: 1. Filterra® unit inspection. 2. Foreign debris, silt, mulch & trash removal. 3. Filter media evaluation and recharge as necessary. 4. Plant health evaluation and pruning or replacement as necessary. 5. Replacement of mulch. 6. Disposal of all maintenance refuse items. 7. Maintenance records updated, stored, and submitted to the City of Federal Way Surface Water Management Division. Prior to each maintenance visit, the Federal Way Surface Water Utility shall be notified and allowed to inspect the facility and observe the maintenance of the Filterra® Bioretention System by the supplier or supplier- approved contractor (contact Theresa Thurlow, Surface Water Management Division: 253 - 835 - 2750). 7- 22.2(2) Modular Wetland Units Modular Wetland stormwater media filter units shall consist of MWS Linear Modular Subsurface Flow Wetland Systems, as manufactured by Bio Clean Enviornmental Services, Inc., 2972 San Luis Rey Road, Oceanside, CA 92058, (760) 433 -7640, or Modular Wetland Systems, Inc., P.O. Box 869, Oceanside, CA 92049, (760) 433 -7650. Modular Wetland units shall have a General Use Level Designation (GULD) for Enhanced treatment from the State of Washington Department of Ecology through the TAPE program. Each Modular Wetland unit consists of a precast concrete vault containing a pretreatment chamber, bioriltration chamber, and discharge chamber. The pretreatment chamber houses perforated cartridge media filters, and is used for pretreating stormwater before it enters the bioriltration chamber. The pretreatment chamber has a pervious floor connected to the underdrain system, to function as a drain down system. The biofiltration chamber has a periphial void area around the filtration media cells and a centralized and vertically extending underdrain to collect filtered water from each cell. Treatment media within the biofiltration chamber consists of a sorptive media mix which does not contain any organic material and a layer of plant establishment media. Pretreated stormwater flows horizontally through the biofiltration material from the exterior void to the underdrain at the center. Treated water collected by the underdrain flows horizontally to the discharge chamber, which houses a flow control orifice plat that restrictes flows greater than the treatment flow rate. The discharge chamber also contains a drain down filter to treat drain down flows that are not treated by the biofiltration chamber. Supplied Modular Wetland units shall include inspection and maintenance by the supplier, or a supplier- approved contractor, for a minimum period of one year, consisting of two scheduled visits. The maintenance visits shall include the following tasks: 1. Modular Wetland® unit inspection. City of Federal Way South 356th Street Improvements Page 180 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS 2. Cleaning pretreatment chamber. 3. Pretreatment media evaluation and replacement as necessary. 4. Disposal of all maintenance refuse items. 5. Maintenance records updated, stored, and submitted to the City of Federal Way Surface Water Management Division. Prior to each maintenance visit, the Federal Way Surface Water Utility shall be notified and allowed to inspect the facility and observe the maintenance of the Modular Wetland unit by the supplier or supplier- approved contractor (contact Theresa Thurlow, Surface Water Management Division: 253 - 835 - 2750). The contractor shall have on site at all times two (2) sets of tools allowing access to the Modular Wetlands. The contractor shall provide this set of tools to the city at the completion of the project. 7- 22.2(4) Stormwater treatment system Bedding and Backfill A. Bedding and backfill materials for stormwater treatment system installation shall be in accordance with Section 7 -05.3. 7- 22.2(5) Warranties A. Manufacturer shall warrant all products to be free from defects in materials and workmanship for a minimum of 1 year from the date of installation. Manufacturer shall inspect and repair or replace defective parts during warranty period at no additional cost to Owner. 7 -22.3 Construction Requirements 7- 22.3(1) Filterra Unit Installation Filterra® units shall be constructed as detailed in the Plans and in accordance with these Special Provisions and the manufacturer's installation instructions. Install Filterra® units in accordance with manufacturer's instructions. Each unit shall be constructed at the locations and elevations according to the sizes shown on the approved Plans. Any modifications to the elevation or location shall be at the direction of and approved by the Engineer.lf the Filterra® unit is stored before installation, the top slab shall be placed on the box using the 2x4 wood provided, to prevent any contamination from the site. All internal fittings supplied (if any), must be left in place as per the delivery. The unit shall be placed on a compacted sub -grade with a minimum 6 -inch gravel base. The unit shall be placed such that the top slab matches the grade of the curb and sidewalk cross -slope in the area of the unit. Compact undisturbed sub -grade materials to 95% of maximum density at +1- 2% of optimum moisture. Unsuitable material below sub -grade shall be replaced to the site Engineer's approval. The 4 -inch outlet pipe from each unit shall be connected to an adjacent catch basin as shown on the Plans, using 8 -inch diameter corrugated polyethylene storm drain pipe, with a maximum of two 45- degree bend fittings. City of Federal Way South 356th Street Improvements Page 181 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Once the unit is set, the internal wooden forms and protective mesh cover shall be left intact. Remove only the temporary wooden shipping blocks between the box and top slab. The top lid shall be sealed onto the box section before backfilling, using a non - shrink grout, butyl rubber or similar waterproof seal. The boards on top of the lid and boards sealed in the unit's throat must NOT be removed. The Supplier (Contech or its authorized dealer) will remove these sections at the time of activation. Backfilling shall be performed in a careful manner, bringing the appropriate fill material up in 6 -inch lifts on all sides. Precast sections shall be set in a manner that will result in a watertight joint. Installation of Filterra® unit shall conform to ASTM specification C891 "Standard Practice for Installation of Underground Precast Utility Structures ". The contractor is responsible for inlet protection /sediment control and cleaning around each Filterra unit. The curb and gutter adjacent to each Filterra unit shall be cast in place following installation of the Filterra unit, providing a depressed gutter section as detailed in the Plans. Dowel bars from the pre -cast Filterra unit shall be bent to extend into the cast -in -place depressed gutter as detailed on the Plans. Throat protection device provided with Filterra unit shall remain in place until the site is stabilized and the Filterra unit is activated by Filterra supplier. The contractor shall verify that the elevation of the next downstream catch basin is lower than the gutter elevation adjacent to the Filterra unit. 7- 22.3(2) Modular Wetland Unit Installation Modular Wetland units shall be constructed as detailed in the Plans and in accordance with these Special Provisions and the manufacturer's installation instructions. Each unit sha l be constructed at the locations and elevations according to the sizes shown on the approved Plans. Any modifications to the elevation or location shall be at the direction of and approved by the Engineer. The contractor shall exercise care in the storage and handling of the Modular Wetland unit and all components prior to and during installation. Any repair or replacement costs associated with events occurring after delivery is accepted and unloading has commenced shall be born by the contractor. The unit shall be placed on a compacted sub -grade with a minimum 6 -inch gravel base. The unit shall be placed such that the unit and top slab match the grade of the curb in the area of the unit. Compact undisturbed sub -grade materials to 95% of maximum density at +1- 2% of optimum moisture. Unsuitable material below sub -grade shall be replaced to the site Engineer's approval. Once the unit is set, the internal wooden forms and protective silt fabric cover must be left intact (if Wetland Media pre - installed). The top lid(s) shall be sealed onto the box section before backfilling, using a non - shrink grout, butyl rubber or similar waterproof seal. The boards on the top of the lid and boards sealed in the unit's throut must not be removed. The supplier will remove these sections at the time of activation. Outlet connections shall be aligned and sealed in accordance with the Plans and approved shop drawings. The correct outlet will be marked on the Modular Wetland unit. Backfilling shall be performed in a careful manner, bringing the appropriate fill material up in 6 -inch lifts on all sides. Precast sections shall be set in a manner that will result in a watertight joint. City of Federal Way South 356th Street Improvements Page 182 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Installation of the Modular Wetland unit shall conform to ASTM specification C891 "Standard • Practice for Installation of Underground Precast Utility Structures ". If not pre - installed, the contractor shall install Wetland Media in accordance with the manufacturer's insallation instructions. Plants for Modular Wetland units (where specificed) shall be supplied and installed by the Contractor. The curb and gutter adjacent to each Modular Wetland unit shall be cast in place following installation of the Modular Wetland unit, constructing a depressed gutter section and fabricated steel curb hood as detailed in the Plans. It is the responsibility of the Contractor to provide curb and gutter transition to the Modular Wetland unit for positive stormwater flow into the system through the thoat, pipe or grate opening. 7- 22.3(3) Installation Warranty Manufacturer's representative shall observe installation of the stormwater filters and shall provide a certificate of satisfactory installation to Owner prior to operation. 7- 22.3(4) Operational Testing The manufacturer's representative shall participate in and observe operational testing of the stormwater treatment systems for design performance. All observed problems shall be rectified prior to Owner acceptance. 7 -22.4 Measurement Stormwater Media Filters will be measured per each. Modular Wetlands will be measured per each. 7 -22.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Stormwater Media Filter (Filterra or Modular Wetland Unit) x ", per each The unit contract prices per each for Stormwater Media Filter (Filterra or Modular Wetland Unit), shall be full pay for furnishing all labor, tools, equipment, and materials necessary to install each Filterra or Modular Wetland unit of the size according to the Plans, at locations where the Plans indicate that either a Filterra Unit or Modular Wetland unis is acceptable, in accordance to the Plans and Specifications. One manufacturer shall provide all stormwater media filtes paid for by the Stormwater Media Filter (Filterra or Modular Unit) bid item. The unit contract price per each for Stormwater Media Filter (Filterra or Modular Wetland Unit) shall also include excavation, plant material (where applicable), gravel base, pipe connection to CB indicated on the Plans, grate or cover, backfill, compaction, adjustment to finished grade, depressed gutter, curb hood (for Modular Wetland), facility activation, and one year of inspection and maintenance by supplier. Shoring shall be paid as specified in 2 -09.5. City of Federal Way South 356th Street Improvements Page 183 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Gravel borrow used for backfill when the engineer has determined that native material is not satisfactory for backfill shall be paid in accordance with 2 -03.5. City of Federal Way South 356`h Street Improvements END OF DIVISION 7 Page 184 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS DIVISION 8: MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements 8- 01.3(1) General Section 8- 01.3(1) is supplemented with the following: (April 1, 2002 WSDOT GSP) Offsite Storm water Storm water is known to enter the project site at the following locations: ** *204 +45 LT Public Storm Drain 211 +10 LT Public Storm Drain 214 +10 LT Public Storm Drain 220 +50 LT Private Drain * ** The Contractor shall, prior to disruption of the normal water course, intercept the offsite storm water and pipe it either through or around the project so it is discharged at its pre- construction outfall point in such a manner that there is no increase in erosion below the site. • The method for performing this work shall be included in the Contractor's temporary erosion control plan. Section 8- 01.3(1) is supplemented with the following: ( * * * * *) The Contractor shall be responsible for all Work required for compliance with the Construction Stormwater General Permit (CSWGP) including annual permit fees. In this section, replace the term "Temporary Erosion and Sediment Control Plan" (TESC) with "Stormwater Pollution Prevention Plan" (SWPPP). The first through eighth paragraphs of 8- 01.3(1) are deleted and replaced with the following: (January 5, 2015 WSDOT GSP) The Contractor shall install a high visibility fence along the site preservation lines shown in the Plans or as instructed by the Engineer. Throughout the life of the project, the Contractor shall preserve and protect the delineated area, acting immediately to repair or restore any fencing damaged or removed. Controlling pollution, erosion, runoff, and related damage requires the Contractor to perform temporary Work items including but not limited to: 1. Providing ditches, berms, culverts, and other measures to control surface water. City of Federal Way South 356th Street Improvements Page 185 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 2. Building dams, settling basins, energy dissipaters, and other measures, to control downstream flows. 3. Controlling underground water found during construction. 4. Covering or otherwise protecting slopes until permanent erosion - control measures are working. To the degree possible, the Contractor shall coordinate this temporary Work with permanent drainage and erosion control Work the Contract requires. All sediment control devices including, but not limited to, sediment ponds, perimeter silt fencing, or other sediment trapping BMPs shall be installed prior to any ground disturbing activity. Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose more erodible earth than as listed below: Western Washington (West of the Cascade Mountain Crest) Eastern Washington (East of the Cascade Mountain Crest) May 1 through September 30 17 Acres April 1 through October 31 17 Acres October 1 throughApril 30 5 Acres November 1 through March 31 5 Acres 8- 01.3(1)A Submittals Section 8- 01.3(1)A is revised to read: ( * * * * * *) A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the Contractor and submitted for approval to the Engineer. The plan shall consist of the Contractor's complete strategy to meet the requirements of the Department of Ecology's NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated With Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare review and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor's SWPPP shall meet the requirements of the general permit. The Contractor's modifications to the SWPPP shall also incorporate the content and requirements for the Spill Prevention, Control and Countermeasures (SPCC) Plan in accordance with Section 1- 07.15(1). The SWPPP shall document all the erosion and sediment control Best Management Practices (BMPs) proposed, whether permanent or temporary. The plan shall document installation procedures, materials, scheduling, and maintenance procedures for each erosion and sediment control BMP. The Contractor shall submit the SWPPP for the Engineer's approval before any work begins. The Contractor shall allow at least five working days for the Engineer's review of the initial SWPPP or any revisions to the modified SWPPP. Failure to approve all or part of any such plan shall not make the Contracting Agency liable to the Contractor for any work delays. The Contractor may not begin work without an approved Contractor's SWPPP. City of Federal Way South 356' Street Improvements Page 186 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS The Contractor shall complete and modify the SWPPP to meet the Contractor's schedule and method of construction. All TESC Plans shall meet the requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adapted as needed throughout construction based on site inspections and discharge samples to maintain compliance with the CSWGP. The Contractor shall develop a schedule for implementation of the SWPPP work and incorporate it into the Contractor's progress schedule. In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer's review and approval. As a minimum, the SWPPP shall include all the SWPPP requirements identified in the General Permit, including: Narrative discussing and justifying erosion control decisions (12 elements) Drawings illustrating BMPs types and locations Engineering calculations for ponds and vaults used for erosion control A schedule for phased installation and removal of the proposed BMPs, including: A. BMPs that will be installed at the beginning of project startup. B. BMPs that will be installed at the beginning of each construction season. C. BMPs that will be installed at the end of each construction season. D. BMPs that will be removed at the end of each construction season. E. BMPs that will be removed upon completion of the project. An Ecology template is available to the Contractor for producing the SWPPP, using project - specific information added by the Contractor. The template and instructions are available at: http: / /www.ecy.wa.gov /programs /wq /stormwater /construction/ Turbidity and pH Exceedances Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide the following at no additional cost to the Contracting agency: 1. The necessary SWPPP revisions and on -site measures /revisions including additional source control, BMP maintenance, and /or additional stormwater treatment BMPs that are necessary to prevent continued exceedance of turbidly and /or pH benchmarks. 2. The regulatory notification to the Dept of Ecology and to the Engineer of any monitoring results requiring regulatory notification. 3. The additional daily sampling and reporting measures described in the General Permit to verify when project site runoff is in compliance. 8- 01.3(1)B Erosion and Sediment Control (ESC) Lead The second and third paragraphs in Section 8- 01.3(1)B are revised to read: City of Federal Way South 3561h Street Improvements Page 187 RFB # 17 -001 January 2017 SPECIAL PROVISIONS (January 5, 2015 WSDOT GSP) The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not limited to: 1. Installing and maintaining all temporary erosion and sediment control Best Management Practices (BMPs) included in the TESC Plan to assure continued performance of their intended function. Damaged or inadequate TESC BMP's shall be corrected immediately. 2. Updating the TESC Plan to reflect current field conditions. 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to Ecology in accordance with the CSWGP. 4. Develop and maintain the Site Log Book as defined in the CSWGP. As a part of the Site Log Book, the Contractor shall develop and maintain a BMP tracking table to show that identified TESC compliance issues are fully resolved within 10 calendar days. The table shall include the date an issue was identified, a description of how it was resolved, and the date the issue was fully resolved. The ESC Lead shall also inspect all areas disturbed by construction activities, all on -site erosion and sediment control BMP's, and all stormwater discharge points at least once every calendar week and within 24 -hours of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. The Erosion and Sediment Control Inspection Form (WSDOT Form 220 -030) shall be completed for each inspection and a copy shall be submitted to the Engineer no later than the end of the next working day following the inspection. 8 -01.2 Materials Section 8 -01.2 is supplemented by the following: ( * * * * * *) Restoration Seed Mix 9 -14.2 8- 01.3(2) Seeding, Fertilizing, and Mulching 8- 01.3(2)B Seeding and Fertilizing Section 8- 01.3(2)B is supplemented by the following: ( * * * * * *) Restoration Seed Mix shall be measured and paid for under bid item "Seeding, Fertilizing and Mulching" per Section 8 -01.4 and 8 -01.5 of the Standard Specifications. Topsoil required for Restoration Seeding and property restoration shall be measured and paid for under item "Topsoil Type A ", as described in Section 8 -02 of these Special Provisions. Restoration Seeding shall be measured and paid for under "Seeding, Fertilizing and Mulching ". 8- 01.3(2)B Seeding and Fertilizing Section 8- 01.3(2)B is supplemented with the following: City of Federal Way South 356'n Street Improvements Page 188 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS Sufficient quantities of fertilizer shall be applied to supply the following amounts of nutrients: Total Nitrogen as N - 80 pounds per acre. Available Phosphoric Acid as P2O5 - 20 pounds per acre. Soluble Potash as K2O - 40 pounds per acre. 50 pounds of nitrogen applied per acre shall be derived from isobutylidene diurea (IBDU), cyclo -di -urea (CDU), or a time release, polyurethane coated source with a minimum release time of 6 months. The remainder may be derived from any source. The fertilizer formulation and application rate shall be approved by the Engineer before use. 8- 01.3(2)D Mulching Section 8- 01.3(D) is supplemented with the following: ( * * * * * *) Mulch shall be applied at the rate of 2,000 pounds per acre. The Contractor shall follow manufacturer's / suppliers recommended quantities of mulch in pounds to tank capacity in gallons. 8- 01.3(15) Maintenance (January 5, 2015 WSDOT GSP) The fifth paragraph of Section 8- 01.3(15) is deleted. 8 -01.4 Measurement Section 8 -01.4 is supplemented with the following: ( * * * * * *) "Seeding, Fertilizing and Mulching" will be measured by the square yard by ground slope measurement or through the use of design data. (January 5, 2015 WSDOT GSP) When the Bid Proposal contains the lump sum item "Erosion Control and Water Pollution Prevention" there will be no measurement of unit or force account items for Work defined in Section 8 -01. 8 -01.5 Payment Section 8 -01.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Erosion Control and Water Pollution Prevention ", lump sum. City of Federal Way South 356th Street Improvements Page 189 RFB # 17 -001 January 2017 SPECIAL PROVISIONS "Seeding, Fertilizing and Mulching ", per square yard The lump sum Contract price for "Erosion Control and Water Pollution Prevention" shall be full payment to perform the Work as specified in Section 8 -01. Progress payments for the lump sum item "Erosion Control and Water Pollution Prevention" will be made as follows: 1. The Contracting Agency will pay 25 percent of the bid amount for the initial set up for the item. Initial set up includes the following: a. Acceptance of the TESC Plan provided by the Contracting Agency or submittal of a new TESC Plan, b. Submittal of a schedule for the installation of the BMP's, c. Identifying water quality sampling locations, and d. Initial installation of BMP's associated with sensitive areas delineation, clearing /grubbing and perimeter control. 2. The remaining seventy -five percent of the bid amount shall be paid in accordance with Section 1 -09.9. 8 -02 ROADSIDE RESTORATION 8 -02.1 Description The first paragraph of Section 8 -02.1 is revised to read: This work shall consist of furnishing and placing topsoil, sod, mulch, planting for detention pond areas, planting trees, shrubs, and ground covers in accordance with these Specifications and as shown in the Plans or as directed by the Engineer. Topsoil required for restoration seeding shall be measured and paid for under item "Topsoil Type A" as described in this section of Special Provisions. 8 -02.2 Materials This section is supplemented with the following: ( * * * * * *) Topsoil Type A 9- 14.1(1) Bark or Wood Chip Mulch 9- 14.4(3) Sod 9- 14.6(8) Water Quality Grass Seed Mix 9 -14.2 8 -02.3 Construction Requirements Section 8- 02.3(1) is supplemented with the following: City of Federal Way South 356`" Street Improvements Page 190 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and associated roadside work is completed. Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. If water restrictions are anticipated or in force, planting of landscape materials may be delayed until the restrictions are lifted. Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from the Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing will be allowed. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. 8- 02.3(3) Roadside Work Plan Section 8- 02.3(2) is supplemented with the following: ( * * * * * *) The Roadside Work Plan shall be submitted to the Engineer one week prior to initiating proposed work. The use of chemical herbicides shall be considered on a case -by -case basis. The contractor must submit, as part of the Work Plan, the intent to use chemical herbicides to the Engineer for approval prior to use. 8- 02.3(4) Topsoil Section 8- 02.3(4) is supplemented with the following: ( * * * * * *) Remove all construction debris prior to placing topsoil. Subgrade will require review and approval by the Project Engineer prior to the placement of topsoil. Thoroughly scarify subgrade in detention pond planting and seeding areas, restoration seeding areas and sod areas to a minimum depth of six inches. Scarified subgrade shall be inspected and approved by the Engineer prior to placement of topsoil. Remove all construction debris and rocks over two inches (2 ") in diameter prior to the placement of topsoil. Upon approval of the subgrade by Engineer, place Topsoil Type A to depth as indicated in detention pond planting and seedings areas, restoration seeding areas and sod areas as shown on the Plans. Lightly compact soil and establish a smooth and uniform finished grade that protects against obstruction to surface drainage and ponding. Materials shall be placed so that after settlement of finished grades the top of the root zone will be flush with the top of sidewalks in lawn areas. For bark mulch areas, finish grade prior to placement of bark shall be one (1) inch plus the specified depth of mulch, below top of sidewalk. Areas around existing trees to remain shall not be cultivated within the drip line of the tree or any other areas which appear to have a significant number of existing tree roots. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. City of Federal Way South 356th Street Improvements Page 191 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 8- 02.3(4)A Topsoil Type A Section 8- 02.3(4) A is supplemented with the following: ( * * * * * *) Topsoil Type A shall conform to Section 9- 14.1(1) of these Special Provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. 8- 02.3(5) Planting Area Preparation Section 8- 02.3(5) is supplemented with the following: ( * * * * * *) Upon approval of subgrades by the Engineer, imported topsoil Type A shall be placed to a compacted depth four (4) inches in sod lawn areas, and in sides and bottoms of all tree and shrub pits as shown in Plans, two (2) inches in restoration seeding areas, and 4" in detention pond planting and seeding areas, or as otherwise noted on the plans. Lightly compact soil and establish a smooth and uniform finished grade that protects against obstruction to surface drainage and ponding. Materials shall be placed so that after settlement of finished grades the top of the sod soil level will be even and 1/4 to 1/2 inch below the top of sidewalks in lawn areas. For bark - mulched areas, finish grade of bark mulch shall be one (1) inch below top of curb or sidewalk. For planting areas that become compacted due to construction use, such as staging areas and access roads, the Contractor shall loosen and cultivate to a minimum depth of 12 inches prior to planting operations. No cultivation shall occur in areas within the drip line of existing vegetation scheduled to remain. Topsoil shall not be placed until the Engineer has approved the planting area subgrade. 8- 02.3(8) Planting Section 8- 02.3(8) is supplemented with the following: ( * * * * * *) Bare root stock shall be planted only from October to February. When performing the following work do not injure the root system. Do not over excavate planting pit depth. Trees and shrubs shall be installed by individually excavating planting pits, as detailed in the Plans. Test holes for drainage by flooding prior to planting. If water does not seep away within 30 minutes, notify Engineer. Scarify the sides of the pit prior to planting. Sufficient topsoil shall be placed under the plant and compacted to ensure that the location of the root flare (crown) at the top of the ball or container is located slightly above the finished grade (1/2" to 1 "). Balled and burlapped plants shall be placed in the planting pits with the burlap intact; the binding shall be removed and all of the burlap or cloth wrapping materials shall be removed from the root ball. Remove all plastic, twine and ropes. The plant shall be rejected if the root ball is cracked or broken during removal of wrapping or during the planting process. City of Federal Way South 356th Street Improvements Page 192 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Plant trees and shrubs upright and rotate in order to give the best appearance or relationship to adjacent plants, topography, and structures. Hold plant rigidly in position until topsoil has been backfilled and tamped firmly around the ball of roots. When pit is backfilled halfway, place fertilizer plant tablets, and stake if necessary, as shown in the Plans. Evenly space the fertilizer tablets around the perimeter of, and immediately adjacent to the root system. Carefully place, water and compact planting topsoil, fill all voids. When planting pit is three - quarters (3/4) backfilled, fill with water and allow water to soak away. Fill pits with additional topsoil to finish grade and continue backfilling as detailed in the Plans. Water trees immediately after planting. 8- 02.3(10) Fertilizers Section 8- 02.3(10) is supplemented with the following: ( * * * * * *) Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer as specified in Section 9 -14.3. All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients and manufacturer's guaranteed statement of analysis clearly marked, in accordance with State and Federal law. Trees and shrubs shall be fertilized at a rate according to manufacturer's recommendations. Fertilizer shall be considered incidental to and included in the lump sum contract prices in the Contract. 8- 02.3(11) Bark or Wood Chip Mulch Section 8- 02.3(11) is supplemented with the following: ( * * * * * *) Bark Mulch shall be placed over all planting beds and around all Street Trees as detailed on the Plans to a depth no less than two (2) inches. Thoroughly water and hose down plants with a fine spray to wash the leaves of the plants immediately after application. Bark Mulch shall meet the requirements of Section 9- 14.4(3) Bark or Wood Chips of these Special Provisions. 8 -02.3 (16)B Lawn Establishment Section 8- 02.3(16)B is supplemented with the following: ( * * * * * *) Lawn establishment shall also consist of insuring resumption and continued growth of sod lawn. This shall include, but is not limited to labor and materials necessary for removal and replacement of any rejected sod lawn planted under this contract. 8 -02.4 Measurement Section 8 -02.4 is supplemented with the following: ( * * * * * *) City of Federal Way South 356th Street Improvements Page 193 RFB # 17 -001 January 2017 SPECIAL PROVISIONS "Topsoil Type A" and "Bark or Wood Chip Mulch" shall be measured by the cubic yard in the haul conveyance at the point of delivery. "Water QualityGrass Seed Mix" will be measured by the square yard by ground slope measurement or through the use of design data. 8 -02.5 Payment Section 8 -02.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Topsoil Type A ", per cubic yard "Bark Mulch ", per cubic yard "PSIPE, Plant Material ", per each "Sod Installation ", per square yard. "Water Quality Grass Seed Mix" per square yard 8 -03 IRRIGATION SYSTEMS 8 -03.1 Description Section 8 -03.1 is supplemented with the following: ( * * * * * *) Some private irrigation systems exist within the project limits which will be impacted by the project improvements. The Contractor shall minimize the impacts to these facilities to the maximum extent possible. In the event that irrigation systems are found to encroach within the limits of the project improvements, they shall be modified as necessary per Engineer directed force accounts to ensure satisfactory operation upon completion of the improvements. 8 -03.3 Construction Requirements Section 8 -03.3 is supplemented with the following: ( * * * * * *) The Contractor shall apply and pay for associated fees for the water meter and installation through the Lakehaven Water & Sewer District. Permit fees will be reimbursed at actual invoice cost in accordance with Section 8- 03.3(15). Application review may take up to 6 weeks. The Contractor shall provide, install and set the irrigation meter in location as shown on the Plans. The Contractor shall coordinate installation and all required inspections with the Lakehaven Water & Sewer District. All work shall be in strict conformance with the Lakehaven Water & Sewer District Water System and Sewer Standards, together with the plans, details and manufacturer's written information regarding recommended installation procedures. References to the use of City of Federal Way South 356th Street Improvements Page 194 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS galvanized pipe in the Standard Specifications and Amendments shall be replaced with Schedule 80 PVC or other Engineer accepted pipe material. Private sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to remove the encroachment and to ensure satisfactory operation of the remaining system. The Contractor shall ensure that existing private systems remain in operation during the construction of this project. The Contractor shall furnish temporary water to disconnected existing irrigation systems. Private irrigation systems that have been damaged during construction activities shall be repaired within 5 working days. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and connections, and testing of the system. Payment will be included in the unit bid item price for Repair Existing Irrigation System per Section 8 -03 these Standard Specifications. 8- 03.3(7) Flushing and Testing Section 8- 03.3(7) is supplemented with the following: The Contractor shall pretest and prove functional then advise the Engineer at least 48 hours before pressure and coverage tests are to be conducted and shall have the approval of the Engineer before backfilling. Mainlines shall be tested at 140 PSI and PVC lateral lines at 50 PSI. Before the sprinkler system will be accepted, the Contractor, in the presence of the Engineer, shall perform a drip emitter water coverage test to determine if the water coverage and operation of the system is complete and satisfactory. This test will take place prior to the placement of bark mulch in drip irrigation areas. If any part of the system is inadequate it shall be repaired or replaced at the Contractor's expense and the test repeated until accepted. The entire sprinkler system shall be guaranteed by the Contractor to give complete and satisfactory service for a period of one year from the date of Initial Planting Acceptance by the City of Federal Way. Should any trouble develop within the one year period, which in the opinion of the Engineer, is due to faulty material or workmanship, the trouble shall be corrected, without delay, to the satisfaction of the Engineer at the Contractor's expense. All backfilled trenches shall be repaired by the Contractor at his expense, including restoration of plant materials. 8- 03.3(14) Irrigation Electrical Service Section 8- 03.3(14) is supplemented with the following: ( * * * * * *) Furnish and install each irrigation controller in an Engineer approved single sided 12" x 24" x 36" height, vandal resistant locking, 12 gauge pre - galvanized steel, NEMA 3R pad -mount enclosures complete with 120V power source, and 28" x 28" x 12" thick concrete pad complete with all fasteners, hardware, bolts, nuts and washers of stainless steel or galvanized if accepted by the Engineer and sized per manufacturer's instructions. Install pad, pedestal, City of Federal Way South 356'h Street Improvements Page 195 RFB # 17 -001 January 2017 SPECIAL PROVISIONS controller, 120V control wire, conduits at locations staked by Contractor and approved by Engineer. Contractor will furnish conduit, wiring, labor, equipment, and materials and pay for all power service connections. 8- 03.3(15) Lakehaven Water & Sewer District Connection Fees Section 2- 02.3(8) is a new section: Fees payable to the Lakehaven Water & Sewer District for permitting and connection of one irrigation meter will be reimbursed at actual cost. For the purpose of providing a common proposal, and for that purpose only, the Contracting Agency has estimated the cost of permit fees and has arbitrarily entered that amount in the bid proposal to become part of the total bid by the Contractor. Any labor, materials, or equipment necessary to prepare the necessary applications to obtain the permit and coordinate necessary inspections and approval shall be included in the lump sum price bid for `Automatic Irrigation System, Complete' and shall not be reimbursable under the item `Lakehaven Water & Sewer District Connection Fee'. 8 -03.4 Measurement Section 8 -03.4 is supplemented with the following: ( * * * * * *) Measurement for Automatic Irrigation System, Complete will be by lump sum for the installation of the new irrigation system within the City's right -of -way outlined in the contract documents, complete and in full operating condition. No separate measurement will be made for Lakehaven Water & Sewer District Connection Fee, as all work shall be reimbursed at actual cost. 8 -03.5 Payment Section 8 -03.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Automatic Irrigation System, Complete ", per lump sum The lump sum contract price for Automatic Irrigation System, Complete shall be full compensation for furnishing all labor, materials, tools, electrical services connection costs, and equipment necessary or incidental to the construction of the complete and operable sprinkler irrigation system as shown in the Plans or as directed by the Engineer. Application review may take up to 6 weeks. City of Federal Way South 356`h Street Improvements Page 196 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS All costs for furnishing and installing controller pad, enclosure, conduit, wiring and Puget Sound Energy service, irrigation controller, all control wiring, backflow preventer, vault enclosures, valves, piping, and all other required components for a fully functional system where indicated and as detailed in the Plans and all costs of inspections and tests performed on Cross Connection Control shall be considered incidental to and included in the unit contract price for Automatic Irrigation System. "Lakehaven Water & Sewer District Connection Fees ", estimate. The Contractor shall apply for water service connections and pay the Lakehaven Water & Sewer District access fees at the time they purchase the meters. Payment for Lakehaven Water & Sewer District Connection Fee shall be a reimbursement for actual permit cost and no additional payment will be made. 8 -04 CURBS, GUTTERS, AND SPILLWAYS 8 -04.1 Description Section 8 -04.1 is supplemented with the following: ( * * * * * *) This work shall also consist of constructing cement concrete curbs and retaining walls integral with the sidewalk in accordance with these Specifications and in conformity with the dimensions and cross - sections shown in the Plans and to the lines and grades as staked. 8 -04.2 Materials Section 8 -04.2 is supplemented with the following: ( * * * * * *) Materials for Integral Curb shall meet the requirements of the following sections: Portland Cement 9 -01 Aggregates 9 -03 Premolded Joint Filler 9 -04.1 Reinforcing Steel 9 -07 8 -04.3 Construction Requirements Section 8 -04.3 is supplemented with the following: ( * * * * * *) The sub -base for curb and gutter sections shall be compacted to 95 percent density at or below optimum moisture content, as per Section 2- 03.3(14)D revised, before placing the curb and gutter. White - pigmented curing compounds will not be allowed. City of Federal Way South 356`h Street Improvements Page 197 RFB # 17 -001 January 2017 SPECIAL PROVISIONS The top of the finished concrete shall not deviate more than one - eighth (1/8 ") in ten feet (10') or the alignment one - fourth (1/4 ") in ten feet (10'). Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown in the City Standard Plan Details. Where shown on the plans, the Contractor shall paint the curbs with 2 -coats of yellow paint. Paint and application shall conform to the Standard Specifications for traffic paint striping. Integral Curb The concrete in the integral curb retaining walls shall be of the same mix and shall conform in all respects to the specifications for the cement concrete sidewalk and shall be cured for the same period and in the same manner as the concrete sidewalk. The sidewalk as constructed shall extend to the back of the curb line. The sidewalk where the curb is to be placed shall be roughened or otherwise treated so that a permanent bond will be secured between the curb and the sidewalk. The curb forms shall be securely fastened so that the finished curb has a true, uniform alignment. The face of the finished curb shall have a smooth, uniform appearance. The top shall be troweled smooth, and the edge between the face and the top shall be rounded with an edging tool to a radius of one inch, and the top and face of the curb shall receive a light brush finish. All expansion joints in the sidewalk shall extend entirely through the curb. Wherever contraction joints occur in the sidewalk, construction joints conforming to Section 8- 04.3(1) shall be constructed in the curb. Reinforced Traffic Curb & gutter The concrete in the reinforced curb shall be of the same mix and shall conform in all respects to the specifications for the cement concrete driveway entrance and shall be cured for the same period and in the same manner as the concrete driveway. The reinforced traffic curb & gutter shall be installed per the detail in the plans and /or adjacent to industrial style driveway entrances. 8- 04.3(3) Painting of Curbs Section 8- 04.3(3) is supplemented with the following: ( * * * * * *) When shown on the plans, concrete curbing shall be painted with two full coats of Paint formula No. H -2 -83 or H -3 -83 as shown on the plans or directed by the Engineer. The paint can be applied by brush or spray. 8 -04.4 Measurement Section 8 -04.4 is supplemented with the following: All curbs and curb and gutter will be measured by the linear foot along the line and slope of the completed curb and gutter. City of Federal Way South 356' Street Improvements Page 198 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS Painting of curbs will not be measured and is considered incidental to the unit price of the type of curb. Measurement of Integral Curb will be by the square foot. The curb shall be only that portion above the sidewalk; the concrete below the curb shall be included in the measurement in square yards of sidewalk. 8 -04.5 Payment Section 8 -04.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Integral Curb ", per square foot. "Extruded Curb, Type 6 ", per linear foot. "Cement Conc Traffic Curb and Gutter ", per linear foot. "Reinforced Cement Conc. Traffic Curb & Gutter ", per linear foot. 8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8 -06.3 Construction Requirements Section 8 -06.3 is supplemented with the following: Section 1 -07 of these Special Provisions describes the restrictions to driveway closures and construction that will be in place for this contract. To meet these requirements, the Contractor may use a quick setting concrete. The Engineer shall approve the quick- setting mix prior to use. Driveway entrances shall be constructed per City of Federal Way Standard Details and the details shown in the plans. 8 -06.5 Payment Section 8 -06.5 is supplemented with the following: (* * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Cement Conc. Pavement Approach 3 -Day" per square yard. "Reinforced Cement Conc. Industrial Pavement Approach, 3 -Day" per square yard If the Contractor chooses to use a quick- setting concrete mix to meet the requirements of Section 1 -07, it will be measured per the square yard and paid for as Cement Conc. Driveway Entrance 3 -Day. Any additional costs to use such mix shall be incidental to the bid item for Cement Conc. Driveway Entrance 3 -Day, and no additional payment will be made. City of Federal Way South 356th Street Improvements Page 199 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 8 -09 RAISED PAVEMENT MARKERS 8 -09.3 Construction Requirements Section 8 -09.3 is supplemented as follows: RPMs shall be installed per City of Federal Way Standard Details 8 -09.5 Payment Section 8 -09.5 is supplemented as follows: (* * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Raised Pavement Markers, Type 2 ", per Hundred. 8 -11 GUARDRAIL Section 8 -11.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when inclJded in the proposal: "Beam Guardrail Type 1 ", per linear foot 8 -12 CHAIN LINK FENCE AND WIRE FENCE 8 -12.2 Materials (August 3, 2009 WSDOT GSP) Section 8 -12.2 is supplemented with the following: Coated Chain Link Fence Chain link fence fabric shall be hot -dip galvanized with a minimum of 0.8 ounce per square foot of surface area. Fencing materials shall be coated with an ultraviolet - insensitive plastic or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The color shall match Federal Standard 595 color number * ** 37038 * * *, or be as approved by the Engineer. City of Federal Way South 356`h Street Improvements Page 200 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Samples of the coated fencing materials shall be approved by the Engineer prior to installation on the project. The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum of 14 ounces each of paint of the color specified above. The touch -up paint shall be compatible with the coating system used. 8 -12.3 Construction Requirements Section 8- 12.3(3) is supplemented with the following: Retrofit Existing Black Vinyl Coated Chain Link Fence Top Rail The contractor shall retrofit a top rail for an existing black vinyl coated chain link fence to the limits shown in the plans. The top rail shall match the existing fence length between posts. The top rail shall conform in all respects to the specifications for the black vinyl coated chain link fence. 8 -12.5 Payment Section 8 -12.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Black Vinyl Coated Chain Link Fence — 4 Ft. ", per linear foot. "Double 20' Chain Link Gate ", per each. "Single 6 Ft. Chain Link Gate ", per each. "Retrofit Black Vinyl Coated Chain Link Fence Top Rail ", per linear foot. "Remove and Reset Chain Link Fence ", per linear foot. "Remove and Reset Chain Link Gate ", per each 8 -13 MONUMENT CASES 8 -13.1 Description (March 13, 1995 WSDOT GSP) Section 8 -13.1 is deleted and replaced by the following: This work shall consist of furnishing and placing monument cases, covers, and pipes 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. 8 -13.2 Materials Section 8 -13.2 is supplemented with the following: (March 13, 1995 WSDOT GSP) City of Federal Way South 356th Street Improvements Page 201 RFB # 17 -001 January 2017 SPECIAL PROVISIONS The pipe shall be Schedule 40 galvanized pipe. 8 -13.3 Construction Requirements Section 8 -13.3 is supplemented with the following: Where shown in the Plans or where directed by the Engineer, the existing monument case and cover shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing monument shall be carefully protected so as not to disturb its location in any way. The Contractor shall have a licensed professional land surveyor locate the monument in accordance with 1- 05.5(2) prior to the case and cover adjustment if any disturbance of the existing monument is probable. The existing cast iron ring and cover 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 materials and method of construction shall conform to the requirements of the Standard Plan as approved by the Engineer. The last paragraph of Section 8 -13.3 is revised to read: The Contractor will be responsible for placing the concrete core and tack or wire inside the pipe. 8 -13.4 Measurement (March 13, 1995 WSDOT GSP) Section 8 -13.4 is deleted and replaced by the following: Measurement of monument case, cover, and pipe will be by the unit for each monument case, cover, and pipe furnished and set. 8 -13.5 Payment Section 8 -13.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Adjust Monument Case and Cover ", per each. 8 -14 CEMENT CONCRETE SIDEWALKS 8 -14.4 Measurement Section 8 -14.4 is supplemented with the following: ( * * * * * *) Curb ramps shall be measured separately from sidewalks. Cement Conc. Curb Ramp Type will be measured per each for the complete curb ramp type installed, including any adjacent pedestrian curbs, and furnishing and installing the detectable warning surface. City of Federal Way South 356`h Street Improvements Page 202 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 8 -14.5 Payment Section 8 -14.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Thickened Edge Sidewalk ", per linear foot Payment for `Thickened Edge Sidewalk' per linear foot will be made in addition to any payment per square yard for `Cement Conc. Sidewalk'. "Cement Conc. Sidewalk ", per square yard "Cement Conc. Single Direction Curb Ramp ", per each 8 -15 RIPRAP 8 -15.5 Payment Section 8 -15.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Quarry SpaIls ", per cubic yard 8 -18 MAILBOX SUPPORT 8 -18.5 Payment Section 8 -18.5 is supplemented with the following: (* * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Relocate Mailbox ", per each Measurement shall be per mailbox relocated, regardless of the number of mailbox supports. 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8 -20.1 Description Section 8 -20.1 is replaced with the following: City of Federal Way South 356th Street Improvements Page 203 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Work includes furnishing and installing all materials necessary to provide: 1. Installation of a new street light system on South 356th Street. 2. Modifications to the existing traffic signal system at South 356th Street and Pacific Highway South. 3. Installation of new 24 count fiber optic cable on South 356th Street between the existing signal at Pacific Highway South (SR -99) and the existing signal at Enchanted Parkway South (SR -161). All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications and Standard Plans included herein and the following Special Provisions. Work shall include the supply, testing, and installation of all traffic signal and illumination hardware including the communication cable and interface system, and when specified, the modification and /or removal of such an existing system. The work includes, but shall not be limited to, the following: 1.Luminaires 2.Luminaire poles and foundations 3.Junction boxes 4.Conduit and wire 5. Emergency Pre - emption equipment modifications 6. Electrical service, enclosures, connections, and bases 7.Signal interconnect fiber system 8.Vehicle signal heads 9.Mast arm mounted signs 8- 20.1(1) Regulations and Code Section 8- 20.1(1) is supplemented with the following: (March 13, 2012 City of Federal Way) Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. 8- 20.1(2) Industry Codes and Standards The following is added at the end of the first paragraph of this section: (March 13, 2012 City of Federal Way) National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855 -1331. Add the following new Section: 8- 20.1(3) Warranties The Contractor shall provide a warranty for all materials to be furnished under this Contract for a period of one (1) year, unless otherwise specified, from the date of actual turn -on. The warranty shall apply to all material including those items not manufactured by the Contractor. City of Federal Way South 356th Street Improvements Page 204 RFB # 17 -001 January 2017 SPECIAL PROVISIONS The warranty shall provide that all material at the time of delivery shall be free from defects in material and workmanship and shall be fit for the uses set forth in these Specifications. The warranty shall assign responsibility to the Contractor for all costs of replacement or repair of defective materials except those materials supplied by the City. Replacement or repair shall be made within five (5) working days following notification of a discrepancy. 8- 20.1(4) Electrical Permits The Contractor shall be responsible for obtaining all required electrical permits, including all required City electrical permits. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. 8- 20.2(1) Equipment List and Drawings The first paragraph is deleted and replaced with the following: (January 26, 2012 City of Federal Way) Within one (1) week following the pre- construction conference, the Contractor shall submit to the Engineer a completed "Request for Approval of Materials" that describes the material proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information shall be submitted for signal, electrical and luminaire equipment, all wire, conduit, junction boxes, and all other items to be used on the project. Approvals by the Engineer must be received before material will be allowed on the job site. Materials not approved will not be permitted on the job site. Section 8- 20.2(1) is supplemented with the following: ( * * * * * *) Shop drawing for signal standards and lighting standards shall be provided in an electronic format (AUTOCAD), as well as complying with Section 6- 03.3(7). Manufacturer's data for all materials proposed for use in the contract which require approval shall be submitted in one complete package. 8 -20.3 Construction Requirements 8- 20.3(1) General Section 8- 20.3(1) is supplemented with the following: (January 26, 2012 City of Federal Way) Signal System Changeover The Contractor shall provide a detailed work plan for the signal system changeover to be approved by the Engineer. They shall not deviate from the work plan without prior written approval from the Engineer. The work plan shall show the exact date of the signal system changeover. City of Federal Way South 356th Street Improvements Page 205 RFB # 17 -001 January 2017 SPECIAL PROVISIONS The changeover of the signal equipment shall commence after 8:30 AM and be completed by 3:00 PM on the same day. During changeover, traffic control shall be provided. The exact work plan and schedule for changeover shall be pre- approved by the Engineer. See Section 1 -10 of these Special Provisions. (November 14, 2014 City of Federal Way) Delivery of Removed Items The Engineer shall decide the ownership of all salvaged signal materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall become the property of the Contractor, except the existing controller cabinet and all its contents shall remain as property of the City. Removed signal and electrical equipment which remains the property of the Contracting Agency shall be delivered to: King County Signal Shop Attn: Mark Parrett 155 Monroe Avenue NE Renton, Washington 98056 Phone: 206 - 396 -3763 Forty eight (48) working hours advance notice shall be communicated to both the Engineer and the Signal Technician at the address listed above. Delivery shall occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material will not be accepted without the required advance notice. Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's satisfaction at no cost to the Contracting Agency. The Contractor shall be responsible for unloading the equipment where directed by the Engineer at the delivery site. (January 26, 2012 City of Federal Way) Contractor Owned Removals All removals associated with an electrical system, which are not designated to remain the property of the Contracting Agency, shall become the property of the Contractor and shall be removed from the project. The Contractor shall: 1. Remove all wires for discontinued circuits from the conduit system or as directed by the Engineer. 2. Remove elbow sections of abandoned conduit entering junction boxes or as directed by the Engineer. 3. Remove abandoned conduit encountered during excavation to the nearest outlets or as directed by the Engineer. 4. Remove foundations entirely, unless the Plans state otherwise. a. Backfill voids created by removal of foundations and junction boxes. b. Backfilling and compaction shall be performed in accordance with Section 2 -19 09.3(1)E. City of Federal Way South 356`" Street Improvements Page 206 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Signal Display Installation Signal displays shall be installed no more than 30 days prior to scheduled signal turn on or changeover. Signal displays and reflectorized backplates when installed prior to signal turn -on or changeover shall be covered and not visible to vehicular traffic at any time. (May 15, 2000 WSDOT NWR) Energized Equipment Work shall be coordinated so that electrical equipment, with the exception of the service cabinet, is energized within 72 hours of installation. (June 20, 1995 WSDOT NWR) Pole Removal Poles designated for removal shall not be removed prior to approval of the Engineer. (October 31, 2005 WSDOT NWR) Construction Core Installation The Contractor shall coordinate installation of construction cores with Contracting Agency maintenance staff through the Engineer. The Contractor shall provide written notice to the Engineer, a minimum of seven working days in advance of proposed installation. The Contractor shall advise the Engineer in writing when construction cores are ready to be removed. (May 15, 2000 WSDOT NWR) Electrical Equipment Removals Removals associated with the electrical system shall not be stockpiled within the job site without the Engineer's approval. 8- 20.3(2) Excavating and Backfilling Section 8- 20.3(2) is supplemented with the following: ( * * * * * *) Underground utilities of record are shown on the construction plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, when shown on the plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the plans. The Contractor shall be responsible for potholing for conflicts with underground utility locations prior to determining exact locations of signal and luminaire pole foundations, and underground vaults. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. City of Federal Way South 356th Street Improvements Page 207 RFB # 17 -001 January 2017 SPECIAL PROVISIONS If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: 1. Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench. 2. If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. 3. If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8- 20.3(4) Foundations Pole foundations within the sidewalk area shall be constructed in a single pour up to the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in a separate pour. The void between the foundation and the pole flange shall be no larger than 4 inches and shall be completely filled around the conduit(s) with dry pack mortar and neatly troweled. A plastic drain, 1/2 inch diameter, shall be placed in the mortar to provide drainage from the interior of the pole to the exterior. The plastic drain pipe shall be neatly trimmed flush with the surfaces. Add the following new Section: 8- 20.3(4)A Cabinet Foundations Exact dimensions for cabinet foundations shall be verified with the cabinet manufacturer prior to constructing foundation. 8- 20.3(5) Conduit 8- 20.3(5)A General Section 8- 20.3(5)A is supplemented with the following: ( * * * * * *) City of Federal Way South 356th Street Improvements Page 208 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS When conduit risers are installed, they shall be attached to the pole every 4 feet and shall be equipped with weather heads. Conduit for the service wires between the Puget Sound Energy transformer vault and the service panel shall be schedule 80 PVC. All conduit installed underground shall have polyethylene underground hazard marking tape, 6 inches wide, red, legend "Caution- Electric Line Buried Below," placed approximately 12 inches above the conduit. 8- 20.3(5)B Conduit Type Section 8- 20.3(5)B is supplemented with the following: All conduits under driveways shall be Schedule 80 polyvinyl chloride (PVC). 8- 20.3(5)E1 Open Trenching Section 8- 20.3(5)E1 is supplemented with the following: (January 8, 2013 City of Federal Way) The Contractor shall supply all trenching necessary for the complete and proper installation of the traffic signal system, interconnect conduit and wiring, and illumination system. Trenching shall conform to the following: 1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. The existing pavement shall be removed in an approved manner. The trench bottom shall be graded to provide a uniform grade. 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches cover over conduits and shall be backfilled with 21 inches of controlled density fill, vibrated in place, followed by either 3 inches minimum of HMA CI 1/2" PG 58 -22 , or a surface matching the existing pavement section, whichever is greatest. The asphalt concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS -1) or approved equal immediately before resurfacing, applied to the entire edge and full depth of the pavement cut. Immediately after compacting the new asphalt surface to conform to the adjacent paved surface, all joints between new and original pavement shall be filled with joint sealant meeting the requirements of Section 9 -04.2. 3. Trenches for Schedule 40 PVC conduits to be located within the right -of -way and outside the traveled way shall be backfilled with bedding material three inches (3 ") above and below the conduit, with the remaining depth of trench backfilled with native material. If the Engineer determines that the native material is unsuitable, Gravel Borrow shall be used. 4. When trenches are not to be placed under sidewalks or driveways, the backfill shall match the elevation of the surrounding ground, including a matching depth of top soil. mulch and /or sod if necessary to restore the trench area to its prior condition. 5. Contractor shall use joint trench where possible. City of Federal Way South 356th Street Improvements Page 209 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit in any way. The backfill shall be thoroughly mechanically tamped in eight -inch (8 ") layers with each layer compacted to ninety -five percent (95 %) of maximum density in traveled ways, and ninety percent (90 %) of maximum density elsewhere at optimum soil moisture content. Bank Run Gravel for Trench Backfill shall conform to Section 9 -03.19 of the Standard Specifications. Gravel Backfill for Pipe Zone Bedding material shall conform to Section 9- 03.12(3) of the Standard Specifications. Control density fill shall meet the requirements of Washington Aggregates and Concrete Association. All trenches shall be properly signed and /or barricaded to prevent injury to the public. 8- 20.3(5)E3 Boring Section 8- 20.3(5)E3 is supplemented with the following: Should the contractor elect to utilize a boring method of installation, they shall first obtain approval by the City before proceeding. The City reserves the right to require open trench excavation. A complete set of as -built plans showing all bores (successful and failed) within 10 calendar days of completing the boring shall be submitted to the Engineer. The plans shall be copies of the Contract Plans and include roadway profile, cross - section, boring location and subsurface conditions. The plans must include elevations of the installation. 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Section 8- 20.3(6) is supplemented with the following: ( * * * * * *) Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable vaults and pull boxes shall not be placed within the traveled way or shoulders. All streetlight junction box lids shall be welded shut after final inspection and approval by King County. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to, or installed in, their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment. Wiring shall be replaced for full length if sufficient slack as specified in Section 8- 20.3(8) is not maintained. No splicing will be permitted. Junction boxes for fiber signal interconnect shall be inscribed with "TS" as described on WSDOT Standard Plan J- 40.30. City of Federal Way South 356`h Street Improvements Page 210 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS 8- 20.3(8) Wiring Section 8- 20.3(8) is modified as follows: The following is inserted between the 3rd and 4th paragraph of this section: (March 6, 2012 City of Federal Way) Loop wires will be spliced to lead in wires at the junction box with an approved mastik tape, 3 -M 06147, leaving 3 feet of loose wire. Connectors will be copper and sized for the wire. Mastik splice material will be centered on the wire and folded up around both sides and joined at the top. Splice will then be worked from the center outward to the ends. The ends will be visible and fully sealed around the wire. The end of the lead -in cables shall have the sheathing removed 8 inches and shall be dressed external to the splice. City of Federal Way South 356th Street Improvements Page 211 RFB # 17 -001 January 2017 SPECIAL PROVISIONS The following is inserted between the 11th and 12th paragraphs of this section: (March 6, 2012 City of Federal Way) Field Wiring Chart (IMSA Standards) 501 +Input 502 AC- 503 AC +Lights 504 AC +Lights 505 AC +Lights 506 AC +Control 507 AC +Crosswalk Phases 1 Emergency Vehicle Preemption Vehicle Heads Pedestrian Heads and PPB Orange (B +) Yellow (Call) 508 509 510 511 512 -520 551 -562 593 -598 2 3 4 581 584 AC +Detectors AC +12 Volts Remote -Flash Remote -All Red Special Interconnect Rail Road Preemption 5 6 7 8 A B 587 590 582 585 588 591 Blue (BB) Red Orange Green 611 612 613 583 586 589 592 ------------------------------- - - - - -- 621 631 641 651 661 671 681 691 601 622 632 642 652 662 672 682 692 602 623 633 643 653 663 673 683 693 603 Black 614 624 Vehicle Detectors White (Common) 634 644 654 664 674 684 694 604 616 626 636 646 656 666 676 686 696 606 Red (Hand) Green (Man) White (Common for Lights) Orange (Push button) Black (Common for Push button) Loop 1 711 721 731 741 751 761 771 781 791 701 712 722 732 742 752 762 772 782 716 726 736 746 756 766 776 786 792 702 796 706 714 724 734 744 754 764 774 784 794 704 715 725 735 745 755 764 775 785 795 705 811 821 Loop 1 812 822 Loop 2 813 823 Loop 2 814 824 Loop 3 815 825 Loop 3 816 826 Loop 4 817 827 Loop 4 818 828 Vehicle Detectors/ Count Loops Loop1 911 921 Loop 1 912 922 Loop 2 913 923 Loop 2 914 924 Loop 3 915 925 Loop 3 916 926 Loop 4 917 927 Loop 4 918 928 831 841 851 861 871 881 891 801 832 842 852 862 872 882 892 802 833 843 853 863 873 883 893 803 834 844 854 864 874 884 894 804 835 845 855 865 875 885 895 805 836 846 856 866 876 886 896 806 837 847 857 867 877 887 897 807 838 848 858 868 878 888 898 808 - --------------- - - - - -- - - - - - -- 931 941 951 961 971 981 991 901 932 942 952 962 972 982 992 902 933 943 953 963 973 983 993 903 934 944 954 964 974 984 994 904 935 945 955 965 975 985 995 905 936 946 956 966 976 986 996 906 937 947 957 967 977 987 997 907 938 948 958 968 978 988 998 908 City of Federal Way South 356`b Street Improvements Page 212 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Section 8- 20.3(8) is supplemented with the following: (March 6, 2012 City of Federal Way) Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear the circuit number and be thoroughly tested before being connected to the appropriate terminal. (March 13, 1995 WSDOT NWR) Wire Splices All splices shall be made in the presence of the Engineer. (May 1, 2006 WSDOT NWR) Illumination Circuit Splices Temporary splices shall be the heat shrink type. Add the following new Sections: (March 14, 2012 City of Federal Way) 8- 20.3(8)A Fiber Optic Cable Installation Fiber optic cable conduit shall be installed along Pacific Highway South from the existing underground interconnect conduit which terminates just north of S 340th St to S 356th St. The fiber optic cable shall be singlemode cable conforming to the requirements of Section 9- 29.3(1) Fiber Optic Cable and Section 9- 29.3(1)A Singlemode Fiber Optic Cable. Fiber Optic Cable shall be Corning ALTOS All- Dielectric Cableor approved equal. 8- 20.3(8)A1 Fiber Optic Cable Submittals The Engineer's approval of any submitted documentation shall in no way relieve the Contractor from compliance with the safety and performance requirements as specified herein. Submittals required by this item shall include, but not be limited to, the following: 1. A material staging plan, should the Contractor propose City owned property as a staging area. 2. Manufacturer's complete specifications for all communication system cables and associated electronics and hardware components. 3. Manufacturer's complete specifications for optical fiber and twisted -pair cable splice enclosures. 4. A detailed fiber optic installation procedure including the following: a. Fiber optic cable cutting lengths reflecting the cable order and reel allocations. b. Cable pulling plan which shall state the exact operational procedures to be utilized and which identifies the physical locations for equipment placement, proposed equipment setup at each location, pulling tension on all cables for each pull, staffing, and the pulling methodology for each type of cable. c. Exact splice points as provided for herein. d. Workforce proposed for all equipment, safety, and manual assist operations. 5. Factory test data sheets for each reel of cable delivered. City of Federal Way South 356th Street Improvements Page 213 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 8- 20.3(8)A2 Fiber Optic Cable Installation The Contractor shall determine a suitable cable installation method to ensure that all cable installation requirements shall be met in all conduit sections. All work shall be carried out in accordance and consistent with the highest standards of quality and craftsmanship in the communication industry with regard to the electrical and mechanical integrity of the connections; the finished appearance of the installation; as well as the accuracy and completeness of the documentation. The Contractor shall make a physical survey of the project site for the purpose of establishing the exact cable routing and cutting lengths prior to the commencement of any fiber optic work or committing any fiber optic materials. Unless otherwise directed by the Engineer, underground splicing of fiber optic cable in junction boxes or vaults will not be permitted. All termination splicing will take place in the traffic signal controller cabinets. All work areas shall be clean and orderly at the completion of work and at times required by the Engineer during the progress of work. Fiber Optic Cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. The Contractor shall comply with the cable manufacturer's specifications and recommended procedures including, but not limited to the following: 1. Installation. 2. Proper attachment to the cable strength elements for pulling during installation. 3. Bi- directional pulling. 4. Cable tensile limitations anc the tension monitoring procedure. 5. Cable bending radius limitations. The Contractor shall protect the loops from tangling or kinking. At no time during the length of the project shall the cable's minimum bending radius specifications be violated. In all cable vaults and /or junction boxes designated in the plans, minimum cable slack of 15 yards shall be left by the Contractor, unless otherwise specified in the plans. The cable slack length of fiber optic cable shall be coiled and secured with tie wraps to racking hardware or as specified in the plans. The pulling eye/ sheath termination hardware on the fiber optic cables shall not be pulled over any sheave blocks. When power equipment is used to install fiber optic cabling, the pulling speed shall not exceed 30 yards per minute. The pulling tension limitation for fiber optic cables shall not be exceeded under any circumstances. Large diameter wheels, pulling sheaves and cable guides shall be used to maintain the appropriate bending radius. Tension monitoring shall be accomplished using commercial dynamometers or load -cell instruments. Patch cords placed between pad mounted cabinets shall be protected by plastic spiral wrapping. Spiral wrap shall cover the entire length of the patch cord(s) to within 12 inches of City of Federal Way South 356`" Street Improvements Page 214 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS end. The spiral wrap shall be installed before the patch cords are pulled into the conduit(s) and be rated for use in electrical installations. 8- 20.3(8)A3 Fiber Optic Cable Splicing This section describes the minimum requirements for splicing and connecting of the specified fiber optic cables. Unless otherwise directed by the Engineer, underground splicing of fiber optic cable in junction boxes or vaults will not be permitted. All termination splicing will take place in the traffic signal controller cabinets. The Contractor shall provide all required brackets and other racking hardware required for the fiber optic cable racking operations as specified. All fusion splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Splices shall utilize two half shells bolted together with stainless steel bolts and be fitted neoprene gasket. Selected splices shall not require a re- entry kit. Cable preparation, closure installation and splicing shall be accomplished in accordance with accepted and approved industry standards. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers for fiber optic disposal, removed from the job site, and disposed of in an environmentally acceptable manner. The Contractor shall use the fusion method with local injection and detection for all fiber optic splicing. The average splice loss of each fiber shall be 0.15 dB or less per splice. The average splice loss is defined as the summation of the attenuation as measured in both directions through the fusion splice, divided in half. No individual splice loss measured in a single direction shall exceed 0.20 dB. The Contractor shall seal all cables where the cable jacket is removed. The cable shall be sealed per the cable manufacturer's recommendation with an approved blocking material. If approved, all below ground splices shall be contained in waterproof splice enclosures. All splices shall be contained in splice trays utilizing strain relief, such as heatshrink wraps, as recommended by the splice tray manufacturer. Upon sealing the splice closure, the Contractor shall show that the closure maintains 68.4 kPa of pressure for a 24 -hour period. 8- 20.3(8)A4 Fiber Optic Cable Terminations Fiber optic cable shall be terminated utilizing factory manufactured pigtails with LC type connectors and UPC type polishing. Pigtails shall be fusion spliced to fiber optic cable. 8- 20.3(8)A5 Fiber Optic Cable Patch Panels Terminated fiber optic cable shall be installed in the signal controller cabinet utilizing patch panels. Patch panel(s) shall be Corning model Single -Panel Housing (SPH -01 P) or approved equal with Corning CCH 12 adapter, LC duplex ceramic panel (CN- CCH- CP24 -A9) or City of Federal Way South 356'h Street Improvements Page 215 RFB # 17 -001 January 2017 SPECIAL PROVISIONS approved equal. Housing(s) shall be wall mountable. Mounting location shall be as directed by the Engineer. 8- 20.3(8)A6 Fiber Optic Cable Labeling Permanent cable labels shall be used to identify fibers and patch cords at each termination point. The cable labels shall consist of white colored heat shrink wraps with identification. 8- 20.3(8)A7 Fiber Optic As -Built Records The Contractor shall provide the Engineer with a cable route diagram indicating the actual cable route and "meter marks" for all intersections, directional change points in the cable mounting, and all termination points. The Contractor shall record these points during cable installation. The Contractor shall provide Cable system "as- built" drawings showing the exact cable route to the Engineer. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. 8- 20.3(8)A8 Fiber Optic Cable Testing The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. 8- 20.3(8)A9 Type of Testing The types or acceptance testing for optical fiber cable system certification are: 1. Attenuation testing 2. Optical Time Domain Reflectometer (OTDR) testing 8- 20.3(8)A10 Attenuation Testing Insertion loss testing shall be used to measure end -to -end attenuation on each new fiber installed between a field device and a fiber termination cabinet. Insertion loss testing shall be performed at the 1310 nanometer wavelength in both directions. Prior to commencing testing, the Contractor shall submit the manufacturer and model number of the test equipment along with certification that is has been calibrated within 6 months of the proposed test dates. The following information shall be documented for each fiber test measurement: 1. Wavelength 2. Fiber type 3. Cable, tube and fiber IDs 4. Near end and far end test locations 5. End -to -end attenuation 6. Date, time and operator 8- 20.3(8)A11 Optical Time Domain Reflectometer (OTDR Testing) An optical time domain reflectometer (OTDR) with recording capability shall be utilized to test the end -to -end transmission quality of each optical fiber. Quality tests shall consider both attenuation and discontinuities. The OTDR shall be equipped with 1310 nanometer and 1550 nanometer light sources for singlemode optical fibers. City of Federal Way South 356'h Street Improvements Page 216 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS The OTDR shall be capable of providing electronic and hard copy records of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section or by using an ODTR with sufficient normalization to display the required cable section. Prior to commencing testing, the Contractor shall submit the manufacturer and model number of the OTDR test unit along with certification that it has been calibrated within the 6 months of the proposed test dates. Each new mainline and lateral fiber shall be tested in both directions at the 1310 and 1550 nanometer wavelengths. Existing mainline and lateral fibers that are spliced to or re- spliced as part of this contract shall also be tested in both directions and at both wavelengths. The following information shall be documented for each fiber test measurement: 1. X -Y scatter plot for fiber length 2. Wavelength 3. Refraction index 4. Fiber type 5. Averaging time 6. Pulse width 7. Cable and fiber IDs 8. Near end and far end test locations 9. Date, time, and operator 10. Event table that includes: event ID, type, location, loss and reflection 8- 20.3(8)Al2 Fiber Optic Cable Testing Documentation The Contractor shall submit on hard copy and one electronic copy of the fiber test results to the Engineer for approval. The Contractor shall take corrective actions on portions of the fiber installation determined to be out of compliance with these specifications. Upon acceptance of the cable installation and test results, the Contractor shall submit three (3) hard copies and one electronic copy of the fiber test results to the Engineer. Hard copy submittals shall be bound in 3 -ring binders. The electronic submittal shall be on a compact disk and include one licensed copy of the applicable OTDR reader program. The following information shall be included in each test result submittal: 1. Contract number, contract name, Contractor name and address. 2. Dates of cable manufacture, installation and testing. 3. Cable specifications. 4. Locations of all splices. 5. OTDR test results. 6. Attenuation test results. 8- 20.3(8)A13 Racking in Fiber Vaults The Contractor shall rack the cable in vertical figure eight loops, which shall permit pulling slack from the vault without introducing twist to the cable. The splice closures shall also be racked. City of Federal Way South 356th Street Improvements Page 217 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Cables shall be racked and secured with nylon ties. Nylon ties shall not be over - tightened. Identification or warning tags shall be securely attached to the cables in at least two locations in each fiber vault. All coiled cable shall be protected to prevent damage to the cable and fibers. Racking shall include securing cables to brackets (racking hardware) that extend from the sidewalls of the fiber vault. 8- 20.3(8)A14 Documentation Documentation for each system element shall consist of the manufacturer's name and model number, serial number when available, materials and operating specifications, wiring schematic and parts list, owner's manuals, factory service manuals, and procedures for factory testing and system acceptance testing specified elsewhere herein. The Contractor shall submit three (3) copies of the documentation specified above prior to installation of the cable or components described in the submittal. In addition, the Contractor shall submit three (3) copies of an overall system wiring schematic and termination chart for the installed elements (operation and maintenance manuals). All documentation for each individual element shall be neatly bound in a way for the information is secured together and is totally legible without removing the information from the binding. This documentation shall be in addition to any other data, shop drawings, etc. required to be submitted as specified in these Special Provisions. 8- 20.3(8)A15 Warranty The Fiber Optic System and components shall be provided with a one -year minimum, on -site parts and labor warranty from the date that the system successfully completed testing. This quality assurance shall cover each piece of equipment and shall be provided by the manufacturer or agent of said equipment. 8- 20.3(9) Bonding, Grounding Section 8- 20.3(9) is supplemented with the following: (March 13, 2012 City of Federal Way) Delete the last sentence of paragraph seven and replace with the following: Ground electrodes shall be copper clad steel, 3/4 -inch in diameter by 10 -feet long. Delete paragraph eight and replace with the following: Connection of the grounding electrode conductor to the grounding electrode shall be made with thermite welds. Section 8- 20.3(9) is supplemented with the following: At points where shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. ( * * * * * *) Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any modified existing junction boxes that are not properly bonded /grounded. For the purposes of this section, a box shall be considered "modified" if new current - carrying conductors are installed, including low- voltage conductors. City of Federal Way South 356th Street Improvements Page 218 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS 8- 20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets Section 8- 20.3(10) is supplemented with the following: ( * * * * * *) The City has completed an electrical service application with Puget Sound Energy, paid associated fees, and made arrangements for a new electrical service connection. The Contractor shall coordinate with PSE to schedule the service connection, meter installation, and all required inspections. The Engineer will approve electrical service installations. The Contractor shall request the City of Federal Way Building Division to perform required inspections for service approval. A two - circuit electrical service shall be used at 240/120 volts, 60 Hz AC. The underground electrical service shall be brought to the load center in conduit specified in the Plans. The service shall be split in the load center into a 120 -volt circuit for the signals and 240 volt for the illumination. Electrical service cabinet will be painted inside with white polyurethane or polyester urethane power coat. Outside will be bare aluminum finish. The twist lock photocell shall be mounted on top of the luminaire closest to the electrical service. All circuit breakers shall be clearly labeled. 8- 20.3(11) Testing Section 8- 20.3(11) is supplemented with the following: ( * * * * * *) The signal re- programming shall be put into operation by King County personnel. The Contractor shall be present during the turn -on with adequate equipment to repair any deficiencies in operation. The Contractor shall notify King County five working days in advance of any signal re- programming. 8- 20.3(13)A Light Standards The 8th paragraph of this section is deleted and replaced with the following: (March 15, 2012 City of Federal Way) All new and relocated metal light standards shall be numbered per City of Federal Way Development Standard Drawing number 3 -39B. 8- 20.3(13)C Luminaires Section 8- 20.3(13)C is supplemented with the following: ( * * * * * *) City of Federal Way South 356`h Street Improvements Page 219 RFB # 17 -001 January 2017 SPECIAL PROVISIONS All Roadway luminaires shall be provided with either an internal or external houseside shield per Section 9- 29.10(3) of these Special Provisions. Fixtures shall be installed, directed, shielded, and maintained to avoid light trespass and to minimize direct light and glare on neighboring properties. The Contractor shall make a night inspection and subsequent shield adjustments as necessary to provide shielding as required by the Engineer. Installation and /or adjustment of shielding is considered incidental. All luminaires shall be provided with markers for positive identification of light source type and wattage. Markers shall conform to ANSI C136.15 -2011 "American National Standard for Roadway and Area Lighting Equipment — Luminaire Field Identification" Each Roadway luminaire shall be installed with a shorting cap on each individual luminaire fixture, unless otherwise specified. 8- 20.3(14) Signal Systems 8- 20.3(14)B Signal Heads Section 8- 20.3(14)B is supplemented with the following: Alignment of vehicular and pedestrian signal heads shall be approved by the Engineer prior to system operation. The type of mounting hardware specified for the mast arm mounted vehicle signals may require modification at the time of installation to accommodate as built conditions. After the pole assembly has been installed and leveled, the Contractor shal measure the distance between each mounting point on the arm and the roadway. A type of mounting bracket different from that specified on the Plans shall be provided and installed by the Contractor if necessary to achieve the following criteria: 1. Red indications shall be in as straight a line as possible. 2. The bottom of the housing shall be between 16.5 feet and 19.0 feet above the pavement. 8- 20.3(14)C Induction Loop Vehicle Detectors Section 8- 20.3(14)C is modified as follows: (December 18, 2009 City of Federal Way) Items 2 and the last two sentences of Item 4 are deleted. (December 18, 2009 City of Federal Way) Item no. 5 of this section is deleted and replaced with the following: 5. Each loop shall have 3 turns of loop wire. (December 18, 2009 City of Federal Way) Item no. 11 of this section is deleted and replaced with the following: City of Federal Way South 356`h Street Improvements Page 220 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS 11. The detector loop sealant shall be a flexible traffic loop wire encapsulement. Encapsulement shall be designated to enable vehicular traffic to pass over the properly filled sawcut within five minutes after installation without cracking of material. The encapsulement shall form a surface skin allowing exposure to vehicular traffic within 30 minutes at 75 degrees F. and completely cure to a tough rubber -like consistency within two to seven days after installation. Properly installed and cured encapsulement shall exhibit resistance to defects of weather, vehicle abrasion, motor oil, gasoline, antifreeze solutions, brake fluid, deicing chemicals and salt normally encountered in such a manner that the performance of the vehicle detector loop wire is not adversely affected. Section 8- 20.3(14)C is supplemented with the following: (January 31, 2012 City of Federal Way) One- quarter -inch (1/4 ") saw cuts shall be cleared of debris with compressed air before installing three turns of loop wire. All detector loops shall be 6- foot - diameter circle with diagonal mini -cut corners (no 90 degree corners) of not more than 1 -inch on the diagonal. From the loops to the junction box, the loop wires shall be twisted two turns per foot and labeled at the junction box in accordance with the loop schematics included in these Plans. A 3/8 -inch saw cut will be required for the twisted pair. No saw cut will be within 3 feet of any manhole or utility risers located in the street. Loops and lead -ins will not be installed in broken or fractured pavement. Where such pavement exists it will be replaced in kind with minimum 12 -foot sections. Loops will also not be sawed across transverse joints in the road. Loops to be placed in concrete will be located in full panels, a minimum 18 inches from any expansion joint. Existing Traffic Loops The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of five working days in advance of pavement removal in the loop areas. The Contractor shall install and maintain interim video detection until the permanent systems are in place. The interim video detection shall be operational simultaneously with decommission of the existing pavement loops. If the Engineer suspects that damage to any loop, not identified in the Plans as being replaced, may have resulted from Contractor's operations, the Engineer may order the Contractor to perform the field tests specified in Section 8 20.3(14)D. The test results shall be recorded and submitted to the Engineer. Loops that fail any of these tests shall be replaced. Loops that fail the tests, as described above, and are replaced shall be installed in accordance with current City of Federal Way design standards and Standard Plans, as determined by the Engineer. If traffic signal loops that fail the tests, as described above, are not replaced and operational within 48 hours, the Contractor shall install and maintain interim video detection until the replacement loops are operational. The type of interim video detection furnished shall be approved by the Engineer prior to installation. ( * * * * * *) Preformed loops shall not be permitted. City of Federal Way South 356`" Street Improvements Page 221 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 8- 20.3(14)D Test for Induction Loops and Lead -in Cable Section 8- 20.3(14)D is supplemented with the following: (March 13, 2012 City of Federal Way) Test A - The resistance shall not exceed values calculated using the given formula. Resistance per 1000 ft of 14 AWG, R = 3.26 ohms / 1000 ft R = 3.26 x distance of lead -in cable (ft) 1000 ft Test B and Test C in this section are deleted and replaced with the following: Meggar readings of the detection wire to ground shall read 200 megohms at the amplifier connection. The 200 megohms or more shall be maintained after the splices are tested by submerging them in detergent water for at least 24 hours. The tests will be conducted with County personnel at the request of the Contractor. All costs incurred to meet this minimum standard will be the responsibility of the Contractor. Section 8- 20.3(14)D is supplemented with the following: ( * * * * * *) Existing Lead -in Cable Test When new Induction loops are scheduled to be installed and spliced to an existing two - conductor shielded detector lead -in cable, the Contractor shall perform the following: 1. Disconnect the existing detector lead -in cable in the controller cabinet and at the loop splice. 2. Megger test both detector lead -in cable conductors. A resistance reading of less than 100 - megohms is considered a failure. 3. Detector lead -in cables that fail the test shall be replaced and then retested. 4. After final testing of the detector lead -in cable, the loop installation shall be completed and the loop system tested according to Tests A, D and these Special Provisions. 5. Connect the detector lead -in cables in the controller cabinet. 8- 20.3(17) "As Built" Plans Section 8- 21.3(17) is deleted and replaced with the following: (December 18, 2009 City of Federal Way) Upon completion of the project, the Contractor shall furnish an "as- built" drawing of the intersection showing all signal heads, pole locations, detectors, junction boxes, Illumination system showing luminaire locations, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have been changed from the original contract drawings. All items shall be located to within one foot (1') horizontally and six inches (6 ") vertically above or below the finished surface grade. 8 -20.4 Measurement Section 8 -20.4 is replaced with the following: City of Federal Way South 356'h Street Improvements Page 222 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS "Illumination System, Complete ", "Traffic Signal System Modifications at Pacific Highway S, Complete" and "Interconnect System Complete" shall be per lump sum and no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished. No specific unit of measurement shall be applied to "Modification of Existing Private Luminaire Conduit /Wiring ", which will be paid per force account. Coordination of service connections with Puget Sound Energy and any necessary permits and fees associated with the service connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. All potholing associated with the bid items herein shall be considered incidental to the bid items included in this section and no additional compensation will be made. Adjustment of junction boxes shall be incidental and included in the bid items included in this section and no additional compensation will be made. Restoration of facilities destroyed or damaged during construction shall be considered incidental to the bid items included in this section and no additional compensation will be made. 8 -20.5 Payment Section 8 -20.5 is deleted and replaced with the following: (* * * * * *) Payment will be made in accordance with Section 1 -04.1 for each of the following Bid Items: "Illumination System, Complete ", per lump sum "Traffic Signal System Modifications at S 356th St & Pacific Highway S, Complete ", per lump sum "Interconnect System, Complete ", per lump sum "Modification of Existing Private Luminaire Conduit /Wiring ", force account "Illumination System, Complete" shall be measured per lump sum for the total of all items for complete illumination system. All items and labor necessary to supply, install, and test the: luminaire poles and arms, LED luminaires, foundations, electrical service cainet, conduit, junction boxes, connections with existing conduit and junction boxes, adjusting junction boxes to grade, excavation, backfilling, directional boring, restoring facilities destroyed or damaged during construction, salvaging existing materials, permits, inspections, as -built plans and all other components necessary to make a complete system shall be included within the lump sum measurement. All painting of components shall be considered incidental to the lump sum measurement. The lump sum price for "Traffic Signal System Modifications at S 356th St & Pacific Highway S, Complete" shall be measured per lump sum for the total of all items installed or relocated as City of Federal Way South 356th Street Improvements Page 223 RFB # 17 -001 January 2017 SPECIAL PROVISIONS part of the existing traffic signal system at S 356th Street and Pacific Highway S. All items and labor necessary to supply, install, and test the emergency vehicle preemption modifications, vehicle signal heads, signage, vehicle loop detectors, connections with existing conduit and junction boxes, conduit, wiring, junction boxes, excavation, backfill, directional boring, restoring facilities destroyed or damaged during construction, salvaging existing materials, permits, inspections, as -built plans and all other components necessary to provide full functionality of the equipment as specified on the Plans shall be included within the lump sum measurement. The lump sum price for "Interconnect System, Complete" shall be measured per lump sum for the total of all items for a complete system. All items and labor necessary to supply, install, and test the conduit, singlemode fiber optic cable, fiber splices, fiber termination panels, junction boxes, connections with signal controllers, connections with existing conduit, junction boxes, connections with existing interconnect systems, pull rope, plugs, restoring facilities destroyed or damaged during construction, salvaging existing materials, as -built plans and all other components necessary to make a complete interconnect communication system shall be included within the lump sum measurement. Conduit for the Interconnect System shall be installed in the Illumination System Trench and no additional payment will be made for excavation or backfill associated with the interconnect system. "Modification of Existing Private Luminaire Conduit/Wiring" will be paid by estimate in accordance with Section 1 -09. To provide a common proposal for all bidders, the Contracting Agency has estimated the amount for "Remove and Relocate Existing Private Luminaire Conduit/Wiring" and entered the amount in the proposal to become a part of the total bid by the Contractor. This bid item covers relocating existing illumination system conduit and wiring owned and operated by private landowners including but not limited to: conduit, wiring, trenching, backfill, surface restoration, required testing, electrical permits, inspections, coordination with the property owner, removal of unused equipment (as directed by the property owner and approved by the Engineer), and all other Work and materials as directed by the Engineer. 8 -21 PERMANENT SIGNING 8 -21.5 Payment Section 8 -21.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Permanent Signing ", per lump sum This work shall consist of furnishing and installing permanent signing, sign removal, sign relocation, and the project sign installations and removals, in accordance with the Plans, these Specifications, the Standard Plans, MUTCD, and the City of Federal Way Standard Details at the locations shown in the Plans or where designated by the Engineer. Signs to be removed as shown on the Plans, shall be returned to the Owner. City of Federal Way South 356th Street Improvements Page 224 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 8 -22 PAVEMENT MARKING 8- 22.3(6) Removal of Pavement Markings Section 8- 22.3(6) is supplemented with the following: ( * * * * * *) As indicated on the Plans, the Contractor shall remove existing pavement markings consisting of paint and thermoplastic and raised pavement markings. 8 -22.5 Payment (Special Provision) Section 8 -22.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Plastic Stop Line Type A ", per linear foot. "Profiled Plastic Line Type D ", per linear foot. "Plastic Wide Line Type D ", per linear foot. "Profiled Plastic Wide Line Type D ", per linear foot. "Profiled Plastic Dotted Wide Line Type D ", per linear foot. "Paint Bicycle Lane Symbol Type A ", per each. "Plastic Traffic Arrow Type A ", per each. 8 -22 TEMPORARY PAVEMENT MARKINGS 8 -23.2 Materials (Special Provision) Section 8 -23.2 is supplemented with the following: ( * * * * * *) Material for temporary markings shall be paint and selected from the approved materials listed in the Qualified Products List. 8 -23.5 Payment (Special Provision) Section 8 -23.2 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: City of Federal Way South 356'h Street Improvements Page 225 RFB # 17 -001 January 2017 SPECIAL PROVISIONS "Temporary Paint Stripe," per linear foot. Payment will be made only for Temporary Paint Stripe installed in accordance with the requirements of Section 8 -22 of the Standard Specifications in accordance with the approved traffic control plan. The unit price per linear foot shall include subsequent removal of the paint stripe as required for approved traffic shifts. No payment will be made for temporary tape or other short term measures, which shall be incidental to the various items in the contract. Add the following New Sections: 8 -31 RESOLUTION OF UTILITY CONFLICTS 8 -31.1 Description This work involves the identification and resolution of utility conflicts not identified in the plans between proposed improvements and existing utilities. The Contracting Agency will pay these costs by force account if the work proves to be acceptable and the Contractor had performed the work with the authority of and due notice to the Engineer. 8 -31.3 Construction Requirements The contracting agency may direct the Contractor to pothole existing utilities to verify the field location and depth. Potholing shall include excavation and backfilling of the existing utility, identification of the pipe or line size, material type and condition and the survey work to locate the facility horizontally and vertically. Survey information to be obtained shall include station and offset to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with CSBC compacted to 95 %, or with CDF, as directed by the Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the surrounding pavement. In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: 1. Standby time resulting from existing utility conflicts. a) Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: (1) For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and /or reassign his work forces and equipment to other areas of work to minimize standby time. (2) If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. City of Federal Way South 356th Street Improvements Page 226 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: a) Storm drainage manhole, pipe, vault, and conduit realignments of line and /or grade for the storm drain and undergrounding of overhead utilities, to avoid existing utility conflicts. b) Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and /or grade, not exceeding the limits set in section 1 -04.4 of the Standard Specifications. 8 -31.4 Vacant 8 -31.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Resolution of Utility Conflicts" will be paid by force account as provided in section 1 -09.6. "Potholing ", will be paid by force account as provided in Section 1 -09.6. All costs for resolving utility conflicts and potholing will be paid for by force account in accordance with section 1 -09.6. To provide a common proposal for all bidders, the Contracting Agency has estimated the amount for "Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal to become a part of the total bid by the Contractor. Utility conflicts due to the Contractor's actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. 8 -32 UTILITY UNDERGROUNDING 8 -32.1 Description The work to be performed shall consist of installation of conduit, handholes and vaults for the conversion of overhead utilities to underground facilities and the conversion of services as shown on the Plans. Using the information shown in the Plans the Contractor will coordinate closely with each utility company to develop a detailed trenching plan and sequence of construction to perform the following: 1. Sawcut pavement as required by the plans and excavate trenches for underground facilities for Puget Sound Energy (PSE), and Comcast. 2. Install conduit, conduit bends, connections, pole risers, handholes, junction boxes and vaults provided by PSE, and Comcast. PSE, and Comcast will furnish and install cable, conductors, and electrical equipment for their systems. 3. Furnish, place, and compact conduit bedding. 4. Furnish and install identification tape. City of Federal Way South 356th Street Improvements Page 227 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Furnish, place, and compact backfill, surface restoration for trenches associated with undergrounding of overhead utilities (Gravel Borrow, Gravel Base Course, or Controlled Density Fill). 5. Connecting conduits to existing vaults, including all bends and fittings required. 6. Installing ground rods, ground plates, conduit risers, and other electrical hardware furnished by PSE and required by the Plans and Specifications and Special Provisions. 7. Cutting and capping conduit. 8. Clearing of structures and testing of conduit. 9. Proof conduits and install fish line. 10. Other work indicated on the Plans and in the Specifications and Special Provisions. The individual utility companies will be responsible for furnishing and installing all cables, conductors, electrical equipment, temporary utility poles, conversion to underground, and for the removal of poles, and other equipment no longer needed. 8- 32.1(1) Regulations and Code Installation of all electrical and telecommunication equipment shall conform to the appropriate sections of the National Electrical Code, the City of Federal Way Building Code, utility company standards and these Special Provisions. The Contractor shall install a complete and operable system in compliance with the plans and specifications as set forth and to the satisfaction of the Engineer. All work shall conform to the provisions of the current National Electric Code (NEC). Service customers shall be provided a minimum 48 hour notice of any planned service interruptions. The Contractor is advised that minor scheduling adjustments may be necessary to minimize impacts to service customers. 8 -32.2 Materials Materials shall conform to the requirements of Division 9 of the Standard Specifications and these Special Provisions and the standards of the utility agencies (PSE and COMCAST) as indicated in these Special Provisions, and on the Plans and details. Puget Sound Energy's Specifications are included in Appendix I. PSE and Comcast will provide all materials required for a bare conduit and vault system, including conduits, vaults, and handholes. The Contractor shall furnish and install all materials for the City spare conduit system per Standard Specification 8 -20 and these Special Provisions. Vaults and Handholes PSE vault dimensions are shown on their undergrounding plans. Comcast vaults and handholes are supplied by Utility Vault. Cut sheets for each vault are included in the standard plans. Identification Tape Polyethylene, 5 Mil Tape, 1/2 mil Aluminum Center Core City of Federal Way South 356`h Street Improvements Page 228 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Electrical —Six inch (6 ") wide, red in color, with non - ferrous metal conductor sandwiched in the tape for detection purposes imprinted with black lettering "CAUTION - ELECTRIC UTILITIES BELOW ". Telecommunication - - -Six inch (6 ") wide, orange in color, with non - ferrous metal conductor sandwiched in the tape for detection purposes imprinted with black lettering "CAUTION - COMMUNICATION LINE BELOW ". 8 -32.3 Construction Requirements 8- 32.3(1) Excavating and Backfilling Excavations shall conform to the requirements of Section 2 -09 Structure Excavation. Excavations greater than 8 feet may be required. In areas of congested underground utilities the Contractor shall make provisions within the project schedule for less than optimal production rates. The excavations required for the installation of conduit, vaults, and other appurtenances shall be performed in a manner to cause the least possible disturbance to the streets, sidewalks, and other improvements. The trenches shall not be excavated wider and /or deeper than necessary for the proper installation of the conduit, vaults, handholes, and other necessary appurtenances. Excavation shall not be performed until immediately before installation of conduit and other appurtenances. The material from the excavation shall be placed where the least interference to vehicular and pedestrian traffic, and to surface drainage, will occur. Locations of conduit ducts and vaults shown in the plans are approximate. The Engineer, utility company representatives, and the Contractor will coordinate actual location of vaults, handholes and conduits as necessary to avoid conflicts with the existing and proposed utilities and appurtenances. The Contracting Agency reserves the right to adjust these locations as necessary to accommodate existing or newly installed utilities at no additional cost to the Contracting Agency. Adjustments to the utility trench depth and width will be required when crossing utilities shown in the Plans as existing or proposed, and that the changes in depth will be done with field bends in the conduit, not conduit fittings. If the Engineer determines that the native material is unsuitable for use as backfill, gravel borrow conforming to Section 9- 03.14(1) of the Standard Specifications shall be used to backfill the trench. All surplus excavated material shall be removed and disposed of by the Contractor in accordance with Section 2 -03, or as directed by the Engineer. Excavations after backfilling shall be kept well filled and maintained in a smooth and well drained condition until permanent repairs are made. At the end of each day's work and at all other times when construction operations are suspended, all equipment and other obstructions shall be removed from that portion of the roadway open for use by public traffic. Pipe Zone Bedding within the "pipe zone" shall conform to Section 9- 03.12(6). Trench backfill material, above the pipe zone, in non - pavement areas, shall be Gravel borrow Including Haul conforming to Section 9- 03.14(1) of the Standard Specifications. Backfill material in areas where City of Federal Way South 356th Street Improvements Page 229 RFB # 17 -001 January 2017 SPECIAL PROVISIONS full -depth pavement replacement is not occurring and inside the roadway area or where trenches cross the roadway shall be Controlled Density Fill. Backfill material above the pipe zone in full depth pavement reconstruction areas shall be Gravel Borrow. After the new underground power distribution system is energized, additional excavation may be necessary for Puget Sound Energy to retrain existing underground cables int the new vaults. 48 hours notice will be provided for this excavation. 8- 32.3(2) Removing and Replacing Improvements Improvements such as sidewalks, curbs, gutters, Portland cement concrete and asphalt concrete pavement, bituminous surfacing, base material, and any other improvements removed, broken, or damaged by the Contractor, shall be replaced or reconstructed with the same kind of materials as found on the work or with other materials satisfactory to the Engineer. Whenever a part of a square or slab of existing concrete sidewalk or driveway is broken or damaged, the entire square or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in Portland cement concrete sidewalks and pavements and asphalt concrete pavements shall be cut to a minimum depth of 3 inches with a saw prior to removing the sidewalk and pavement material. The cut for the remainder of the required depth may be made by a method satisfactory to the Engineer. Cuts shall be neat and true with no shatter outside the removal area. 8- 32.3(3) Conduit Installation of conduit shall conform to appropriate articles of the NEC and these Specifications. The size of conduit used shall be as shown in the Plans. The ends of all conduits shall be well reamed to remove burrs and rough edges. Field cuts shall be made square and true. Conduit stubs from bases shall extend at least 6 inches from the vertical face of foundations and at least 18 inches below grade. All conduit stubs shall be capped. Nonmetallic conduit bends, where allowed, shall conform to Article 347 -13 of the NEC. Conduit shall be laid to the depth required by each respective utility company standard but not less than 36 inches below finish grade. Where new construction occurs, conduit shall be placed prior to placement of base course pavement. Conduit terminating in foundations shall extend a maximum of 2 inches above the foundation vertically. Suitable marker stakes shall be set at the ends of conduits which are buried so that they can be easily located. All conduits installed shall be prepared as follows: City of Federal Way South 356`h Street Improvements Page 230 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS After final assembly in place, the conduit shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, both ends of the conduit shall be sealed with conduit caps. Conduits noted as "spare" shall have a pull string installed and have a removable plug installed. Existing conduit in place scheduled to receive new conductors shall have any existing conductors removed and a cleaning mandrel sized for the conduit shall be pulled through. 8- 32.3(4) Vaults, Handholes and Appurtenances Vaults, handholes, and other appurtenances shall be installed at the locations shown in the Plans. Vault and handhole installation shall conform to the respective utility companies standards. Vaults and handholes shall be adjusted to be flush with the finished grade. 8- 32.3(5) Existing Utilities The Contractor is alerted to the presence of existing underground utilities within the project area. The Project plans indicate approximate locations of those utilities, however it is the responsibility of the Contractor to verify those locations prior to excavation. The Contractor shall prepare and submit to the Engineer a written trench excavation plan that indicates the location of existing utilities within the trench and vault excavation areas. Depth to existing utilities based on pothole data provided, and potholing information obtained by the Contractor shall be shown. Conflicts between existing utilities, new conduit, new vaults, handholes, and appurtenances shall be shown. The Contractor will identify those conflicts requiring immediate resolution based on the CPM schedule and request in writing to the Engineer authorization to resolve unforeseen conflicts per 8 -31 Resolution of Existing Utility Conflicts. Upon authorization, the Contractor shall diligently and without delay perform such work as necessary to resolve the conflicts. The Contractor shall protect and support all existing utilities not identified to be removed, relocated, or abandoned. The existing telecommunication and electrical system shall remain operational during the installation of the underground utility system. The respective utility companies will furnish and install all conductors and make all final connections necessary to energize the system. PSE, Comcast, or their contractors will require approximately 60 working days of construction crew time to complete and energize the new underground distribution system following installation of the duct and vault system by the Contractor and approval by the Engineer. The Contractor shall coordinate the installation of conduits and vaults to accommodate the utility company requirements in the total number of working days allowed. Removal of existing utility poles will be performed by established agreement among the utilities. The Contractor is responsible for coordinating and planning adjacent work with the appropriate utility to avoid impacts and delays to the project schedule. The Contractor will be responsible for coordinating with all the utility companies and incorporating time allowances into the project schedule for these work elements. City of Federal Way South 356'h Street Improvements Page 231 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 8- 32.3(6) Underground Service Conversions 8- 32.3(6)A Existing Underground Services Contractor shall be responsible for assisting Puget Sound Energy with the interception and retraining of existing underground service duct(s) for new service connection. This work shall include all necessary trenching, installing PSE provided conduits, trench backfill, and surface restoration. PSE crews will intercept the existing ducts and retrain conductors / install new conductors as necessary to restore the underground service. Contractor shall coordinate with PSE to accomplish this work. 8 -32.4 Measurement Excavation of the trench will be measured as "Structure Excavation Class B Incl. Haul for Under grounding Overhead Utilities ", by the cubic yard as specified in Section 2 -09. When excavation below grade is necessary, excavation will be measured to the limits ordered by the Engineer. "Pitrun Sand ", will be measured by the cubic yard. "Install Conduit, " will be measured by the linear foot for the actual neat line length in place. "Install PSE [Vault, JB, Handhole], [Size]" will be measured per each, installed complete in place. "Install Vault, Type " will be measured per each, installed complete in place. 8 -32.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Pitrun Sand ", per cubic yard. The unit contract price will be full pay for all labor, materials, tools and equipment necessary to furnish, haul, place and compact Pitrun Sand required for utility trench bedding. "Install Conduit, ", per linear foot. The unit contract price will be full pay for complete installation including connection to existing vaults, pole risers, testing and other items in accordance with the Plans and these Special Provisions. "Install PSE [Vault, JB, Handhole], [Size] ", per each. The unit contract price will be full pay for complete installation with lid in accordance with the Plans and these Special Provisions. "Install Vault, Type ", per each. The unit contract price will be full pay for complete installation with lid in accordance with the Plans and these Special Provisions. "Excavation for Retraining PSE conduit ", per force account. Payment for excavation for retraining PSE conduit will be as provided in Section 1 -09.6, unless such work is explicitly included as a part of another pay item in the contract. Payment will only be made under this item for excavation work required to intercept and retrain existing underground services as directed by the Engineer or Engineer authorized PSE representative. City of Federal Way South 356th Street Improvements Page 232 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Add the following New Section: 8 -35 ADJUST UTILITY APPURTENANCES (NEW SECTION) 8 -35.1 Description This section describes the requirements for adjusting valve boxes, sewer manholes, and junction boxes to grade. Water and sewer facility construction shall be in accordance with Lakehaven Water & Sewer District Standards. The requirements of this Section apply to both Schedules A and B, as described in Section 8 -35.5. 8 -35.2 Materials Materials shall meet the requirements of the following sections: Concrete 6.02 Asphalt 9- 02.1(4) Blending Sand 9- 03.8(4) Concrete Blocks 9 -12.1 Concrete Bricks 9 -12.2 8 -35.3 Construction Requirements 8- 35.3(1) Valve Boxes Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 8- 35.3(2) of these special provisions. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7 -12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one - fourth inch (1/4 ") to one -half inch (1/2 ") below finished grade. 8- 35.3(2) Adjust Existing Sewer Manhole to Grade Existing sewer manholes shall be adjusted to final grade after final grading has been established or the asphalt concrete paving operations are complete. The Contractor shall adjust the concrete riser rings as required. Existing frame and cover shall be re -used or salvaged to Lakehaven Water & Sewer District as indicated on the Plans. Lakehaven Water & Sewer District will furnish all replacement frames and covers for installation by the Contractor. City of Federal Way South 356`h Street Improvements Page 233 RFB # 17 -001 January 2017 SPECIAL PROVISIONS The asphalt concrete pavement shall be removed to a neat circular shape. The edge of the cut shall be 1 foot from the outside edge of the manhole frame. The base materials and crushed rock shall be removed. The valve box frame shall be reset to the final grade, plumb to the roadway, and remain operational and accessible. Commercial class concrete shall be placed in the entire void up to within, but not to exceed, 2 inches of the finished pavement surface. Twenty -four hours after placement of the concrete, or as directed by the Engineer, the edges of the removed asphalt pavement, the concrete surface, and the outer edge of the reset frame shall be painted with asphalt for tack coat. Hot mix asphalt shall then be placed and properly compacted to finished grade. The hot mix asphalt shall meet the requirements of Section 5 -04 of the Standard Specifications.The joint between the patch and existing pavement shall then be painted with asphalt for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. 8- 35.3(3) Reconstruct Manhole Completed manholes shall conform to Lakehaven Water & Sewer District Standards. Raise Manhole, where indicated on the Plans, shall include the following work: (Special Provision) Completed manholes shall conform to Lakehaven Water & Sewer District Standards. Reconstruct Sewer Manhole, where indicated on the Plans, shall include the following work: A. Structure excavation or concrete collar removal as necessary to expose and remove existing cone. B. Where indicated on the plans, furnish and install new manhole barrel section(s) and cone on existing manhole barrel. Where key sections of new and existing manholes are not compatible, cut key off bottom of new section and provide a 12" by 12 "cast in place class 3000 concrete collar around manhole perimeter centered on joint. Grout all joints inside, outside, and in between to achieve a watertight construction. Finish smooth the inside of structure. Use non - shrink grout only. C. Where new barrel section is required to meet the requirements of item B of this Section, existing cone section shall be disposed of by the contractor and replaced with a new cone section to ensure only one incompatible joint. D. Furnish and install riser rings, 16 -inch max between top of cone and base of frame. E. Install frame and cover (to be provided by Lakehaven Water & Sewer District). Salvage Existing frame and cover to Lakehaven Water & Sewer District. F. Adjustment to final grade in accordance with 7- 05.3(1) is included in the unit price for Reconstruct Sewer Manhole and no additional payment will be made. City of Federal Way South 356`h Street Improvements Page 234 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 8 -35.4 Measurement "Adjust Water Valve Box to Grade ", shall be measured per each." Measurement of valve or meter box adjustment, if included as a separate bid Proposal item, shall be one time per facility, regardless of the number of valve box, meter box and lid adjustments are necessary in conjunction with intermediate and final surfacing courses. "Adjust Existing Sewer Manhole to Grade ", shall be measured per each. "Reconstruct Manhole ", shall be measured per each. 8 -35.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Adjust Water Valve Box to Grade ", per each. The unit contract price "Adjust Water Box," shall include one (1) adjustment to final grade and shall not include interim adjustments in conjunction with intermediate and final surfacing courses. "Adjust Existing Sewer Manhole to Grade ", per each. "Adjust Existing Sewer Manhole to Grade" shall be full pay for adjusting sewer manholes to grade. No payment will be made under this item for final adjustment of manholes to be raised and paid for as "Reconstruct Manhole ". "Reconstruct Manhole," will be measured per each. The unit contract price "Reconstruct Manhole," per each includes all labor, tools, equipment, and materials necessary to perform the work described in this section. Adjustment of reconstructed manholes shall be included in the unit contract price "Reconstruct Mahnhole." The unit contract price "Reconstruct Manhole," shall include one (1) adjustment to final grade and shall not include interim adjustments. City of Federal Way South 356th Street Improvements END OF DIVISION 8 Page 235 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 9 -03 AGGREGATES Add the following New Section: 9- 03.12(6) Pit Run Sand ( * * * * * *) DIVISION 9:MATERIALS Sieve Size Percent Passing 3/8" square 100 U.S. No. 4 90 Sand Equivalent 30 minimum 9- 03.14(3) Common Borrow Section 9- 03.14(3) is modified with the following requirements: ( * * * * * *) Material from on -site excavations meeting the requirements for Common Borrow shall be used to the extent practicable. Material for common borrow shall consist of granular soil and /or aggregate which is free of trash, wood, debris, and other deleterious material. Common Borrow material shall be at the proper moisture content for compaction. This material is generally moisture sensitive. The natural moisture content shall range from not more than 1 percent wet of optimum to not more than 3 percent dry of optimum as determined in accordance with Section 2- 03.3(14)D. The material shall not pump or yield under the weight of compaction equipment and construction traffic. The Contractor is responsible for protecting the material from excess moisture wherever /whenever possible. To the extend practicable, this material should be handled only during non -rainy periods and should be removed, hauled, placed, and compacted into final embankments without intermediate handling or stockpiling. Surfaces should be graded and sloped to drain and should not be left uncompacted. Common Borrow shall meet the following gradation limits: Sieve Size Percent Passing (by weight) 6" square' 100 4" square 90 — 100 2" square 75 - 100 U.S. No. 4 50 - 80 U.S. No. 40 50 max. U.S. No 200 25 max. City of Federal Way South 356th Street Improvements Page 236 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS 1 For geosynthetic reinforced walls or slopes, 100percent passing 11/4 -inch square sieve and 90 to 100 percent passing the 1 -inch square sieve. Common Borrow shall contain sufficient fines for compaction and to bind the compacted soil mass together to form a stable surface when heavy construction equipment is operated on its surface. 9 -05 DRAINAGE STRUCTURES AND CULVERTS 9 -05.15 Metal Castings (Special Provision) 9- 05.15(4) Heavy Duty Hinged Style Ductile Iron Frame and Cover Section 9- 05.15(4) is a new section: The covers shall be hinged and incorporate a 90- degree blocking system to prevent accidental closure and come complete with a hinge infiltration plug. The lid shall be operable by one persion using standard tools and capable of withstanding a test load of 100,000 lbs. Frames shall be circular, compatible with City of Federal Way standard top slab openings, incorporate a seating ring, and be available in a 24 -inch clear opening. The frame depth shall not exceed 4 inches, and the flange shall incorporate bedding slots and bolt holes. All components shall be black coated. 9 -13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS Section 9 -13 is supplemented with the following: 9 -13.8 Rock Lining ( * * * * * *) Rock lining shall meet the following requirements for grading: Sieve Size Percent Passing 12" 100 8" 40 max. 2" 2 max. City of Federal Way South 356`h Street Improvements Page 237 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 9 -14 EROSION CONTROL AND ROADSIDE PLANTING 9- 14.1(1) Topsoil Type A Section 9- 14.1(1) is supplemented with the following: Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy loam. The soil shall be high in organic content and compromised of fully composted and mature organic materials. Refer to Section 9- 14.4(8) Compost of the Standard Specifications for compost requirements. No fresh sawdust or other fresh wood by- products shall be added to extend the volume after the composting process. Chemical and physical characteristic of Topsoil Type A shall comply with the following: Screen Size 7/16" Maximum (Approximate Particle Size) Total Nitrogen 0.25% Minimum Organic Matter 10% Minimum pH Range 5.5 to 7.5 Conductivity 5 mmhos /cm Maximum The Contractor shall provide a complete analysis of Topsoil Type A with one cubic foot sample for review and approval. 9 -14.2 Seed Section 9 -14.2 is supplemented with the following: ( * * * * * *) The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the Engineer with a dealer's guaranteed statement of the composition, mixture, and the percentage of purity and germination of each variety. Hydroseed shall be composed of the following varieties mixed in the proportions indicated, or approved equal: City of Federal Way South 3561h Street Improvements Page 238 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Restoration Seed Mix Name By Weight % Purity % Germination Tall Fescue 40% 98% 90% Creeping Red Fescue 25% 98% 90% Highland Colonial Bentgrass 5% 98% 90% Perennial Rye (blend of two) Fiesta II, Prelude II, Palmer II, Commander 30% 95% 90% Seeding Rate: 1 PLSIbs. Per 1000 sq ft Water Quality Grass Seed Mix Name By Weight % Purity % Germination Hordeum brachyantherum/ Meadow Barley 40% 98% 90% Bromus carinatus/ California Brome 35% 98% 90% Festuca rubra rubra/ Native Red Fescue 20% 98% 90% Deschampsia cespitosa/ Tufted Hairgrass 3% 98% 90% Agrostis exerata/ Spike Bentgrass 2% 98% 90% Seeding Rate: 1 PLSIbs. Per 1000sq ft, 43.63 PLS lbs. per acre 9 -14.3 Fertilizer Section 9 -14.3 is supplemented with the following: Fertilizer for trees and shrubs shall be manufacturer's recommendations. Fertilizer for sod lawn and seeded recommendations. City of Federal Way South 356`h Street Improvements biodegradable fertilizer packets, 20 -10 -5. Apply per lawn areas shall be per seed manufacturer's Page 239 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 9- 14.4(3) Bark or Wood Chips Section 9- 14.4(3) is supplemented with the following: ( * * * * * *) Bark mulch shall be medium grade composted ground fir or hemlock bark. The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The mulch shall not contain resin, tannin, wood fiber or other compounds detrimental to plant life. The moisture content of bagged mulch shall no exceed 22 %. The acceptable size range of bark mulch material is IA" to 1" with maximum of 20% passing the 'A" screen. 9 -14.6 Plant Materials 9- 14.6(2) Quality Section 9- 14.6(2) is supplemented with the following: ( * * * * * *) Plant material shall be free from disfiguring knots, swollen grafts, sunscale injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. Potted and container stock shall be well rooted and vigorous enough to ensure survival and healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its delivery container for not less than six (6) months, but not for more than two (2) years. Root bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. Trees will be provided with untapped, straight, single leaders, except for multiple stem (clump) trees. Trees shall have full crowns and balanced branching. All trees shall meet WSDOT standard Stree Tree Grade. Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the Code of Standards of the American Associate of Nurserymen in the American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements shall be taken with all branches in their normal growing position. Plants shall not be pruned prior to delivery to site. 9- 14.6(3) Handling and Shipping Section 9- 14.6(3) is supplemented with the following: ( * * * * * *) All plant material shall be transported to planting locations with care to prevent damage. Tie back branches as necessary, and protect bark from chafing with burlap bags. Do not drag plant materials along ground without proper protection of roots and branches. Protect rootballs from environmental or mechanical damage and water as necessary to keep roots moist. Do not store plants for more than one week. City of Federal Way South 356th Street Improvements Page 240 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 9- 14.6(4) Tagging Section 9- 14.6(4) is supplemented with the following: ( * * * * * *) All plant material except ground cover shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior to final acceptance. 9- 14.6(5) Inspection Section 9- 14.6(5) is supplemented with the following: ( * * * * * *) The Contracting Agency shall reserve the option of selecting and inspecting plant material at the nursery. The contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. 9- 14.6(7) Temporary Storage Section 9- 14.6(4) is supplemented with the following: ( * * * * * *) Cold storage of pants shall not be permitted. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water as necessary until planted. Plants shall not be stored for more than one week. Longer storage period at project site will result in rejection of plant materials by the Contracting Agency. 9- 14.6(8) Sod Section 9- 14.(8) is supplemented with the following: ( * * * * * *) Sod Lawn shall be JB Pacific Northwest Sod, 60% Perennial Ryegrasses,40% Fine Fescue with degradable netting, or approved equal. 9 -14.7 Stakes, Guys, and Wrapping Section 9 -14.7 is supplemented with the following: ( * * * * * *) Stakes shall be BVC round tree stakes with Chainlock guying or Engineer accepted product. No wrapping required. City of Federal Way South 356th Street Improvements Page 241 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 9 -15 IRRIGATION SYSTEM 9 -15.1 Pipe, Tubing And Fittings Section 9 -15.1 is supplemented with the following: ( * * * * * *) All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All sleeving shall be Sch 40 PVC. 9- 15.1(2) Polyvinyl Chloride Pipe And Fittings Section 9- 15.1(2) is supplemented with the following: ( * * * * * *) PVC pipe shall be Schedule 40 PVC pipe for the main, laterals and sleeves (purple non - potable pipe for lateral and mainlines). 9 -15.5 Valve Boxes And Protective Sleeves Section 9 -15.5 is supplemented with the following: ( * * * * * *) Valve boxes for automatic control valve with extensions as necessary and bypass assemblies shall be grey flared box, HDPE construction with UV inhibitors, heavy duty seat collar, drop in locking, 17'L x 24" D x 12" W with green HDPE drop in locking lid. Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter flared box with bolt down cover. Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer concrete, top dimensions 25 "L x 15 -16 "W and 24" D designed to withstand H -10 and H -20 loading in incidental and non - deliberate traffic areas. Valve box must be compliant with AASHTO H -10 Design Load; ASTM C 857 -95 Design Load of A -8, 8,000lbs. Box shall be alkaline, acid and weather resistant, with flush locking polymer concrete cover. Verify size to fit Double Check Valve Assembly. 9 -15.6 Gate Valves Section 9 -15.6 is supplemented with the following: ( * * * * * *) Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel, suitable for residential or commercial potable water applications, with screwed bonnet, non - rising stem, solid wedge disc and integral seats. 9 -15.8 Quick Coupling Equipment Section 9 -15.8 is supplemented with the following: ( * * * * * *) City of Federal Way South 356th Street Improvements Page 242 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS Quick coupling valves shall be two piece brass body design, with corrosion resistant steel springs. The quick coupler shall be rated for 5 to 125psi, 10 -125 GPM, with non - potable purple, locking, thermoplastic cover. 9 -15.17 Electrical Wire And Splices Section 9 -15.17 is supplemented with the following: ( * * * * * *) Electrical Wire shall be #14 OF wire. Direct bury splice kits shall be premium moisture - resistant connectors, max wire gauge 10AWG minimum wire gauge 18AWG, flame retardant. Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings are not allowed. Steel conduit entering concrete shall be wrapped in 2- inch -wide pipe wrap tape with a minimum 1 -inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. Galvanizing repair paint requirements for conduit couplings shall also apply to end bushings. 9 -28 SIGNING MATERIALS AND FABRICATION 9 -28.12 Reflective Sheeting Section 9 -28.12 is supplemented with the following: All roadside mounted signs shall use High Intensity Encapsulated Lens sheeting. All mast arm mounted signs shall use type IX micro prismatic retroreflective sheeting. 9 -28.14 Sign Support Structures (April 7, 2008 WSDOT GSP) Sign Support Structures Section 9 -28.14 is supplemented with the following: Manufacturers for Steel Sign Supports The Standard Plans lists several steel sign support types. These supports are patented devices and many are sole- source. All of the sign support types listed below are acceptable when shown in the plans. Steel Sign Support Type Manufacturer Type TP -A & TP -B Transpo Industries, Inc. Type PL, PL -T & PL -U Northwest Pipe Co. Type AS Transpo Industries, Inc. Type AP Transpo Industries, Inc. Type ST 1, ST 2, ST 3, & ST 4 Ultimate Highway Products, Allied Tube & Conduit, Inc., City of Federal Way South 356th Street Improvements Page 243 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Type SB -1, SB -2, & SB -3 Northwest Pipe, Inc. Ultimate Highway Products, Xcessories Squared Development and Manufacturing Incorporated, , Northwest Pipe, Inc. 9- 28.14(1) Timber Sign Posts (Special Provision) Section 9- 28.14(1) is supplemented with the following: ( * * * * * *) All wood posts shall be buried a minimum of 30 inches below the finished ground line. Post backfill shall be compacted at several levels to minimize settling. All posts shall be two -way plumb. 9 -29 ILLUMINATION, SIGNAL, ELECTRICAL 9 -29.2 Junction Boxes, Cable Vaults and Pull Boxes 9- 29.2(1) Standard Duty and Heavy -Duty Junction Boxes 9- 29.2(1)A Standard Duty Junction Boxes Section 9- 29.2(1)A is supplemented with the following: (January 7, 2013 WSDOT GSP) Concrete Junction Boxes Both the slip- resistant lid and slip- resistant frame shall be treated with Mebac #1 as manufactured by IKG industries, or SIipNOT Grade 3- coarse as manufactured by W.S. Molnar Co. Where the exposed portion of the frame is 1/2 inch wide or less the slip- resistant treatment may be omitted on that portion of the frame. The slip- resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ( "M1" for Mebac #1; or "S3" for SIipNOT Grade 3- coarse) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a stainless steel weld bead. 9 -29.3 Fiber Optic Cable, Electrical Conductors, and Cable 9- 29.3(1)A Singlemode Fiber Optic Cable Section 9- 29.3(1)A is supplemented with the following: (January 31, 2012 City of Federal Way) Optical fiber shall meet the requirements of ITU G652 and specifically meet ITU G652.D Attributes. The fibers shall support the transmission of wavelengths for Coarse Wavelength Division Multiplexing (CWDM) as defined in ITU G694.2. Products shall meet or exceed the applicable provisions of the latest edition of the following documents: City of Federal Way South 356th Street Improvements Page 244 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Document Title ANSI, C8.47 -1983 American National Standard for Polyolefin- insulated Thermoplastic Jacketed Communication Cables CFR 1755.900- RUS Code of Federal Regulations - Rural Utility Services Specification for Filled Fiber Optic Cables EIA- 455 -27A Electronic Industries Alliance, Method of Measuring (Uncoated) Diameter of Optical Waveguide Fibers EIA- 455 -28B Electronic Industries Alliance, Method For Measuring Tensile Failure Point of Optical Waveguide Fibers EIA- 455 -34 Electronic Industries Alliance, Interconnection Device Insertion Loss Test EIA- 455 -95 Electronic Industries Alliance, Absolute Optical Power Test for Optical Fibers and Cables EIA- 455 -103 Electronic Industries Alliance, Buffered Fiber Bend Test EIA- 359 -A -1 Electronic Industries Alliance, Special Colors 9- 29.3(2) Electrical Conductors and Cable 9- 29.3(2)F Detector Loop Wire Section 9- 29.3(2)F is deleted and replaced with the following: (October 5, 2009 WSDOT NWR) Detector Loop Wire Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to IMSA Specification 51 -7, with cross - linked polyethylene (XLPE) insulation encased in a polyethylene outer jacket (PE tube). 9 -29.6 Light and Signal Standards Section 9 -29.6 is supplemented with the following: ( * * * * * *) Light Standards Light standards shall be tapered round aluminum tube C -wall alloy 6063 satin brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail 3 -39, except that luminaire mounting height shall be as shown on the Luminaire Schedule. 9- 29.6(1) Steel Light and Signal Standards Section 9- 29.6(1) is supplemented with the following: (December 18, 2009 City of Federal Way) Traffic signal standards and illumination standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre - approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Support of Highway Signs, Luminaires, and Traffic Signals. Welding inspection shall comply with Section 6- 03.3(25)A, Welding Inspection. City of Federal Way South 356th Street Improvements Page 245 RFB # 17 -001 January 2017 SPECIAL PROVISIONS After delivering the poles or arms to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. 9 -29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases, and Sign Bridges 9- 29.7(2) Fused Quick- Disconnect Kits Delete the second paragraph and replace with the following: ( * * * * * *) Fuses shall be slow burn, rated 10 amps. Section 9- 29.7(2) is supplemented with the following: (March 13, 2012 City of Federal Way) Fused quick- disconnect kits shall be of the SEC type. Underground illumination splices shall be epoxy or underground service buss /light connector kits. Installation shall conform to details in the Standard Plans. 9- 29.10(3) Vacant Section 9- 29.10(3) is deleted and replaced with the following: 9- 29.10(3) LED Roadway Luminaires (March 15, 2012 City of Federal Way) Units shall incorporate the following features: 1. A housing capable of being mounted on a standard 2 -inch roadway pole pipe tenon. 2. A housing manufactured from a die -cast low copper alloy aluminum designed to minimize corrosion. 3. Electrical components accessible through a swing -down entry door secured by a trigger latch or similar tool -less entry mechanism. 4. Resistance to vibration and impact. 5. Provisions for installing a photoelectric cell or shorting cap, whichever is required. 6. An LED light engine protected from the elements by a prismatic glass lens. 7. A thermal management system that promotes maximum air flow through the luminaire to ensure a minimum of 60,000 hours of operation at 25 degree centigrade with no appreciable loss of lumen output. 8. Protection against solar heating when not in operation. 9. Dark sky optics. 10. Glass tertiary optics that will not discolor or become brittle over time. 11. Sealed optics system rated for IP66 against water and dirt infiltration. 12. Surge protection module to protect the LED drivers, photo controls, transfer switches, and relays from electrical disturbances as defined by ANSI /IEEEC62.41, Category C. The unit shall be replaceable through the use of modular plug and wiring. 13. Solid state multi volt electrical drivers with a rated life of 50,000 hours. 14. Electrical drivers mounted in a heat sink and located such that they are isolated from heating by the sun when not in use. City of Federal Way South 356`h Street Improvements Page 246 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS 15. Photo control receptacle that is adjustable without tools and is designed to meet U11598 specifications for wet operation. ( * * * * * *) All new roadway luminaire installations shall be LED luminaires with house side shields. LED luminaires shall be furnished and installed by the Contractor. The units shall meet City standards for average maintained footcandles, uniformity ratio, mounting height, and distribution pattern as indicated in City of Federal Way Development Standard Drawings 3 -38 and 3 -42 without modifying the locations in the Plans. LED luminaires shall have a correlated color temperature (CCT) of 4000K +1- 300K. The Contractor shall provide computer printouts of the systems for multiple roadway widths in order to substantiate the performance levels. The following luminaire brands have been pre- approved for this project: • American Electric Lighting (AEL) • Cree • General Electric (GE) • LeoTek • E -lite Star 9 -29.11 Control Equipment 9- 29.11(2) Photoelectric Control Section 9- 29.11(2) is supplemented with the following: (December 18, 2012 City of Federal Way) One photocell shall be installed for all luminaires in the same electrical service system. The photocell shall be located on the top of the luminaire closest to the electrical service. ( * * * * * *) All other luminaires shall have shorting caps installed. 9 -29.13 Control Cabinet Assemblies 9- 29.13(2) Traffic Signal Controller Assembly Testing Section 9- 29.13(2) is supplemented with the following: (October 23, 2014 City of Federal Way) Replace all references to "WSDOT Materials Laboratory", " WSDOT facility ", and " WSDOT" with "King County Traffic Maintenance ". 9- 29.13(10) NEMA, Type 170E, 2070 Controllers and Cabinets 9- 29.13(10)A Auxiliary Equipment for NEMA Controllers Section 9- 29.13(10A) is supplemented with the following: At the locations specified in the Plan, the Ethernet switch shall be a RuggedSwitch RS900G. City of Federal Way South 356th Street Improvements Page 247 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 9 -29.16 Vehicular Signal Heads, Displays, and Housing Section 9 -29.16 is modified as follows: Paragraph 2, is deleted and replaced with the following: (February 24, 2012 City of Federal Way) All lenses shall meet I.T.E. specifications for light output with 12- inch - diameter faces. All vehicular signal heads shall be dark green baked enamel and shall be equipped with 5" wide black - polycarbonate back plates and black - polycarbonate tunnel visors of a length equal to the lens diameter. All hardware for attaching visors and back plates shall be non - corrosive stainless steel. Vehicle signal head polycarbonate materials shall not be painted. A 2 -inch- wide strip of yellow retro - reflective, type IV prismatic sheeting, conforming to the requirements of Section 9- 28.12, shall be applied around the perimeter of each back plate. 9- 29.16(2) Conventional Traffic Signal Heads 9- 29.16(2)A Optical Units Section 9- 29.16(2)A is deleted and replaced with the following: (December 18, 2009 City of Federal Way) Lenses shall be of the color indicated, circular in shape, with a visible diameter of 12 inches, as specified in the contract, and of such design as to give an outward and downward distribution of light with a minimum above the horizontal. The lenses shall be standard red, amber, and green, prismed traffic signal lenses and shall conform to the specifications of ITE Standards (Standards for Adjustable Face Vehicle Traffic Control Signal Heads, 1977 edition). The lenses shall fit into a red silicon gasket in a manner to render the interior of the lens and reflector weather and dust - tight. Signal heads shall have hinged aluminum reflector rings. The lens and gasket shall be secured to the door with four noncorrosive lens clips. LED Traffic Signal Modules All traffic signal displays shall be the Light Emitting Diode (LED) type and shall be from one of the following manufacturers: Dialight Corporation 1913 Atlantic Avenue Manasquan, NJ 08736 Telephone: (732) 223 -9400 FAX: (732) 223 -8788 GELcore, LLC 6810 Halie Drive Valley View, OH 44125 Telephone: (216) 606 -6555 FAX: (216) 606 -6556 Precision Solar Controls, Inc. 2960 Market Street Garland, TX 75041 Telephone: (972) 278 -0553 FAX: (972) 271 -9583 Each LED signal module shall be designed to be installed in the doorframe of a standard traffic signal housing. The lamp socket, reflector, reflector holder, and lens used with an incandescent lamp shall not be used in a signal section in which a LED signal module is installed. The installation of an LED signal module shall not require any modification to the housing. The LED City of Federal Way South 356`^ Street Improvements Page 248 RFB # 17 -001 January 2017 • • SPECIAL PROVISIONS signal module shall be a single, self- contained device, not requiring on -site assembly for installation into an existing traffic signal housing. All red LED signal modules shall be manufactured with a matrix of AIInGaP LED light sources and green LED signal modules shall be manufactured with a matrix of InGaN LED light sources. The LED traffic signal module shall be operationally compatible with controllers and conflict monitors on this Project. The LED lamp unit shall contain a disconnect that will show an open switch to the conflict monitor when less than 60 percent of the LEDs in the unit are operational. Each LED signal module shall conform to the current standards in Institute of Transportation Engineers (ITE) VTCSH Part 2 and a Certificate of Compliance with these standards shall be submitted by the manufacturer for each type of signal head. The certificate shall state that the lot of signal heads meets the current ITE specification. A label shall be placed on each LED signal module certifying conformance to this specification. The manufacturer's name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED signal module. LED signal modules used on this Project shall be from the same manufacturer. A label shall be provided on the LED housing and the Contractor shall mark the label with a permanent marker to note the installation date. LED signals shall show no evidence of illumination for input voltages below 35 volts. LED signals shall supply illumination current (unregulated) for all input voltages higher than 45 volts (and conform to appropriate intensity requirements specified above 80 volts). The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED signal modules for a period of 60 months after installation of the modules. All warranty documentation shall be given to the Engineer prior to installation. 9- 29.16(2)B Signal Housing Section 9- 29.16(2)B is supplemented with the following: (December 18, 2009 City of Federal Way) The signal housing shall be designed to withstand winds of 80 miles per hour with a 0.25 -gust factor without permanent distortion or failing (torque at attachment of 6,000 pound- feet). 9 -29.17 Signal Head Mounting Brackets and Fittings Section 9 -29.17 is supplemented with the following: ( * * * * * *) Mast arm mounting hardware for vehicle signal heads shall be arm mount Type N with clamp style plumbizer PELCO AS -0116, and shall be field installed by the Contractor. Fittings shall be painted with two (2) coats of factory- applied traffic - signal dark green baked enamel. A watertight seal shall be provided where the signal head mounting bracket attaches to the mast arm or signal pole. All components shall be painted with traffic - signal dark green baked enamel. 9 -29.24 Service Cabinets Section 9 -29.24 is supplemented with the following: City of Federal Way South 356th Street Improvements Page 249 RFB # 17 -001 January 2017 SPECIAL PROVISIONS (December 18, 2009 City of Federal Way) The service cabinet shall be aluminum, and shall conform to Federal Way Drawing Number 3 -45 included in the appendices of these Special Provisions. The unit shall be modified as necessary to meet all current requirements of the Department of Labor and Industries and Puget Sound Energy. The service cabinet shall be equipped with a lockable stainless steel handle and a three -point locking system. The service cabinet shall contain one (1) ground fault receptacle. Main breaker, branch breakers, and contactors shall be rated per the Breaker Schedule on the Plans. The service cabinet shall be equipped with a door -in -door, dead -front assembly, which shall prevent the exposure of circuit breakers and wiring. Wiring shall be arranged so that any piece of apparatus may be removed without disconnecting any wiring, except the lead to that piece of apparatus. All wiring shall be appropriately marked with a permanent, indelibly marked, clip - sleeve wire marker. All wiring shall conform to NEMA Class II C. The service cabinet shall be aluminum, and shall be Skyline Electric Series 47700 with Underwriters Laboratory label on the panel boards. A copy of the wiring diagram shall be provided in a plastic holder mounted conveniently inside the service cabinet. Nameplates shall be provided for each control component and shall be embossed phenolic with white letters on black background. Nameplates shall be screw - fastened. Add the following new Section: 9 -29.26 Detectable Pull Tape The Contractor shall furnish and install a flat polyester woven pre -lubed tape that contains a 22 -gauge wire. The tape will be marked with sequential footage markings and be continuous. The tape shall meet or exceed a breaking strength of 900 Ib., with a width of 1/2 -inch. 9 -30 WATER DISTRIBUTION MATERIALS Revise the first paragraph to read: This Specification addresses pipe and appurtenances 24 inches in diameter and smaller for the treatment, processing, transmission, and distribution of potable water in a public water supply system. Insert the following paragraph after the first paragraph: All materials shall be new and undamaged. All materials in contact with potable water shall be lead -free in conformance with the provisions of NSF /ANSI Standards 61 and 372, in addition to the requirements of the Safe Drinking Water Act. 9 -30.1 Pipe Revise this section to read: City of Federal Way South 356th Street Improvements Page 250 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS All pipe shall be clearly marked with the manufacturer's name, type, class, and thickness as applicable. Lettering shall be legible and permanent under normal conditions of handling and storage. The same manufacturer of each item shall be used throughout the Work. Only ductile iron pipe, fittings, and couplings shall be used for permanent water transmission and distribution facilities, except as may be shown on the Plans or approved by the Engineer. 9- 30.1(1) Ductile Iron Pipe Revise this subsection to read: Ductile iron pipe shall be centrifugally cast conforming to AWWA C151 and shall have a cement - mortar lining and seal coat conforming to AWWA C104. The minimum delivered laying length for push -on joint ductile iron pipe shall be eighteen (18) feet. The minimum length of ductile iron pipe to be used on a project shall be fifteen (15) feet, unless a shorter length is required between fittings or is otherwise shown on the Plans. Ductile iron pipe shall be a minimum Standard Thickness Class 52, or the thickness class shown on the Plans, whichever has a thicker wall. Only ductile iron pipe from pre- approved manufacturers of ductile iron pipe as currently listed by the City of Seattle will be allowed. Manufacturers not on the City of Seattle's list of pre- approved manufactures may qualify by following the steps outlined in Section 7- 11.2(2), "Pre- Installation Taste and Odor Rating Test," of the City of Seattle's "Standard Specifications for Road, Bridge and Municipal Construction" (2014 edition). The Contractor shall be solely responsible for all risks, schedule impacts, and costs associated with any testing by the City of Seattle for ductile iron pipe for water main from a manufacturer not on the City of Seattle's list of pre- approved manufacturers. No water main pipe, fitting, or other appurtenances will be accepted by the Contracting Agency in which an objectionable taste and /or odor is detected in water which has been in contact with the interior surface(s) of said material, either before or after the material has been installed. Taste and odor testing, if determined necessary by the Contracting Agency, shall be conducted though the City of Seattle in accordance with the City of Seattle's testing procedures and requirements. Such testing shall be subject to the City of Seattle's schedule. All such testing by the City of Seattle, and resulting corrective actions required by the Contracting Agency to remedy a defect or defects as may be determined by such testing, shall be at the Contractor's sole expense. Non - restrained joints between lengths of ductile iron pipe shall be rubber gasket, push -on type, or mechanical joint conforming to AWWA C111. The dimensions and drilling of flange connections on flanged pipe and spools shall conform to the dimensions of ANSI B16.1 for cast iron or ductile iron flanges and flanged fittings, Class 125, unless otherwise shown on the Plans. All flanged faces shall be machined. Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system between lengths of 4 -inch ductile iron pipe shall be as shown on the Plans or in the Standard Plans. Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system between lengths of ductile iron pipe with push -on type joints shall be: "Series 1100 HD MEGALUG ® Harness" as manufactured by EBAA Iron Sales, Inc., of Eastland, Texas, "Grip Ring" ®, "Field -Lok" ® 350 gaskets, or "Fast- Grip" ® gaskets. City of Federal Way South 356`h Street Improvements Page 251 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system between lengths of ductile iron pipe with mechanical joints shall be: "Series 1100 MEGALUG ®" as manufactured by EBAA Iron Sales, Inc., of Eastland, Texas, "Grip Ring" ®, "Field -Lok" ® 350 gaskets, or "Fast- Grip" ® gaskets. All thrust restraint system devices shall be UL listed and FM approved. Locking gaskets shall be specifically stated as compatible with the pipe, without qualification relative to the warranty by the respective manufacturers. 9 -30.2 Fittings Supplement this section with the following: The type, material, and identification mark for bolts and nuts shall be provided. 9- 30.2(1) Ductile Iron Pipe Revise this subsection to read: Fittings for ductile iron pipe shall meet the following requirements: Ductile iron mechanical joint, "long" body rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C110. Rubber gaskets for mechanical joints shall be in accordance with AWWA C111. Ductile iron mechanical joint, compact/ "short" body rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C110. Rubber gaskets for mechanical joints shall be in accordance with AWWA C111. Ductile iron push -on joint, "long" body rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C110. Rubber gaskets for push -on joints shall be in accordance with AWWA C111. Ductile iron push -on joint, compact/ "short" body rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C153. Rubber gaskets for push -on joints shall be in accordance with AWWA C111. Ductile iron flanged joint, rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C110. The dimensions and drilling of flange connections shall conform to the dimensions of ANSI B16.1 for cast iron /ductile iron flanges and flanged fittings, Class 125, unless otherwise shown on the Plans. All flanged faces shall be machined. Gasket material for flat -faced or raised -face flanges shall be one - eighth inch (1/8 ") minimum thickness synthetic rubber having a durometer measurement of sixty (60). Gaskets for flanges having a recess machined to receive an 0-ring shall be Neoprene and shall have the dimensions and durometer measurement as recommended by the manufacturer for the particular service application. City of Federal Way South 356th Street Improvements Page 252 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Ductile iron, plain end, compact / "short" body rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C153. All fittings shall be cement - mortar lined and seal coated in accordance with AWWA C104. 9- 30.2(6) Restrained Joints Revise this subsection to read: Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system for mechanical joint fittings shall be: "Series 1100 MEGALUG ®" as manufactured by EBAA Iron Sales, Inc., of Eastland, Texas, "Grip Ring" ®, "Field -Lok" ® 350 gaskets, or "Fast- Grip" ® gaskets. All thrust restraint system devices shall be UL listed and FM approved, shall be new and undamaged, and shall conform to the provisions of NSF /ANSI 61 in addition to the requirements of the Safe Drinking Water Act. Locking gaskets shall be specifically stated as compatible with the pipe, without qualification relative to the warranty by the respective manufacturer. 9- 30.2(12) Transition, Reducing and Flexible Couplings Add the following new subsection: (NEW SUBSECTION) 9- 30.2(12) Transition, Reducing and Flexible Couplings Transition couplings, reducing couplings, transition - reducing couplings, and flexible couplings for water mains shall be compression type with ductile iron components conforming to AWWA C219. Center rings /sleeves shall be ductile iron conforming to ASTM A536, grade 65 -45 -12 or malleable iron conforming to ASTM A47, grade 32510 or 35018. End rings /followers shall be ductile iron conforming to ASTM A536, grade 65 -45 -12 or malleable iron conforming to ASTM A47, grade 32510 or 35018. Gaskets shall be vulcanized, molded, or extruded, natural or synthetic rubber free from porous areas, foreign materials, and visible defects. Reclaimed rubber shall not be used. Gaskets shall meet the requirements of ASTM D2000. Bolts shall be carriage -type, high- strength, low alloy steel meeting the requirements of ASTM A307 or ASTM F568 or high- strength ductile iron meeting the requirements of ASTM A536, grade 65- 45 -12. The bolts shall have national course rolled threads and heavy hexagon nuts. The coating of the coupling components shall be as applied in the factory by and to the standards of the manufacturer. Reducing and flexible /straight couplings shall not be used for plain -end ductile iron /ductile iron pipe connections, or ductile iron /PVC pipe connections; only mechanical joint sleeve fittings shall be used in these cases. 9 -30.3 Valves City of Federal Way South 356th Street Improvements Page 253 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Revise this section and subsections including titles to read: Valves shall be standard pattern of a manufacturer whose products are approved by the Engineer and shall have the name or mark of the manufacturer, year valve casting was made, size, and working pressure plainly cast in raised letters on the valve body. The valve bodies shall be cast iron, ductile iron, or other approved material mounted with approved non - corrosive metals. All wearing surfaces shall be bronze or other approved non - corrosive material, and there shall be no moving bearing or contact surfaces of iron in contact with iron. Contact surfaces shall be machined and finished in the best workmanlike manner and all wearing surfaces shall be easily renewable. 9- 30.3(1) Valve Boxes Valve boxes shall be installed on all buried valves. The box shall be of cast iron, two - piece, slip -type, standard design with a minimum five (5) inch inside diameter, and base section corresponding to the size and depth of the valve. The box shall be coal -tar painted by the manufacturer using its standard. The cover shall be cast -iron "Lug" -type, having the word "WATER" cast into it. 9- 30.3(2) Valve Marker Posts Valve marker posts shall be of cement concrete containing at least one (1) No. 3 reinforcing steel bar along its entire length. The post shall have a minimum four -inch (4 ") square cross - section and a minimum length of forty -two (42) inches . All edges shall be beveled and the top shall be cast at an approximate forty -five degree (45 °) angle to the perpendicular, with the letter "V" cast into it. Painting of the exposed portion of the post and marking certain numerals thereon shall be as specified in Section 7- 12.3(1) "Installation of Valve Marker Post." 9- 30.3(3) Combination Air Release /Air Vacuum Valves Combination air release /air vacuum valves (or universal air release valves) shall be installed in air vacuum valve assemblies. The valve shall be designed to withstand a 300 psi pressure, where the normal operating pressure does not exceed 100 psi. The valve body and cover shall be cast iron conforming to ASTM A126, Class B. The float shall be stainless steel conforming to ASTM A240. Valve seats shall be Buna N rubber. All other internal parts of the valve shall be constructed of stainless steel or bronze. Combination air release /air vacuum valves shall conform to AWWA C512. For one -inch (1 ") and two -inch (2 ") valves, the inlet shall be equal in size to the outlet /large orifice. Both inlet and outlet shall have NPT screwed connections. The small orifice for a one -inch (1 ") valve shall be a minimum of 5/64 -inch and that for a two -inch (2 ") valve shall be a minimum of 3/32 -inch. The combination air release / air vacuum valve (universal air release valve) shall be manufactured by APCO Valve and Primer Corporation of Schaumburg, Illinois, Crispin /Multiplex Manufacturing Company of Berwick, Pennsylvania, or an approved equal. The following table provides applicable model numbers for the two (2) manufacturers listed: Size of Valve City of Federal Way South 356`h Street Improvements Apco Crispin Page 254 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS 1" 2" 143C UL10 145C UL20 9- 30.3(4) Tapping Sleeve and Valve Assembly Tapping valves shall be furnished with flanged inlet end connections. The outlet ends shall conform in dimensions to the AWWA Standards for flange, hub, or mechanical joint connections, except that the outside of the hub shall have a large flange for attaching a drilling machine. The seat opening of the valve must permit a diameter cut no less than one half (1/2) inch smaller than the valve size. Valves specifically designed for tapping and meeting the requirements of AWWA C500, and valves meeting the requirements of AWWA C509 shall be permitted. Tapping valves shall be permitted. Tapping valves shall be of the same type as other valves on the project. Size -on -size tapping sleeves shall be cast iron, ductile iron, or stainless steel, except cast iron or ductile iron size -on -size tapping sleeves shall only be used on ductile iron or cast iron water mains. Reducing tapping sleeves shall be cast iron, ductile iron, stainless steel, or epoxy- coated steel. 9- 30.3(5) End Connections The dimensions of hub or bell end connections shall conform to the dimensions of AWWA C100. The dimensions of mechanical joint connections shall conform to the dimensions of ANSI A21.11. The dimensions and drilling of flange connections shall conform to the dimensions of ANSI B16.1 for cast iron /ductile iron flanges and flanged fittings, Class 125, unless otherwise shown on the Plans. The bolt holes shall straddle the vertical centerline. All flanged faces shall be machined. • Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system for valves with mechanical joints shall conform to Section 9- 30.2(6) "Restrained Joints." • Tapered threaded ends shall conform to National Pipe Thread dimensions. 9- 30.3(6) Resilient- Seated Gate Valves (4 Inches to 12 Inches Gate valves four (4) inches to twelve (12) inches in size shall conform to the requirements of AWWA C509 for resilient- seated gate valves for water supply service. The resilient valve seats may be applied to the body or gate and shall seat against a corrosion - resistant surface on the interior of the valve body. If guiding is necessary to obtain shutoff, the design shall be such that corrosion in the guide area does not affect sealing. These valves shall have 0-ring backing plates. Resilient- seated gate valves four (4) inches to twelve (12) inches in size shall open counterclockwise and shall have non - rising stems, except OS & Y valves shall have rising stems. Buried resilient- seated gate valves four (4) inches to twelve (12) inches in size shall be equipped with standard two -inch (2 ") wrench nuts. Non - buried valves shall be equipped with hand wheels, unless otherwise shown on the Plans. 9- 30.3(7) Resilient- Seated Gate Valves (14 -24 Inches) Resilient- seated gate valves fourteen to twenty -four (14 -24) inches in size shall conform to the requirements of AWWA C509 for resilient- seated gate valves for water supply service. Resilient valve seats may be applied to the body or gate and shall seat against a corrosion - resistant surface on the interior of the valve body. If guiding is necessary to obtain shutoff, the design shall be such City of Federal Way South 356th Street Improvements Page 255 RFB # 17 -001 January 2017 SPECIAL PROVISIONS that corrosion in the guide area does not affect sealing. Resilient- seated gate valves sixteen (16) inches in size shall incorporate O -rings for the stem seal. Resilient- seated gate valves sixteen (16) inches in size shall open counterclockwise and shall have non - rising stems, except OS & Y valves shall have rising stems. Buried resilient- seated gate valves sixteen (16) inches in size shall be equipped with standard two -inch (2 ") wrench nuts. Non - buried valves shall be equipped with hand wheels, unless otherwise shown on the Plans. 9- 30.3(9) Bronze Gate Valves (Under 3 Inches) Bronze gate valves shall be provided only where shown on the Plans. Bronze gate valves shall have bronze bodies with solid bronze discs. Bronze gate valves shall have non - rising stems, open counterclockwise, and furnished with a hand wheel. Bronze gate valves shall not be furnished where they will be buried. 9- 30.3(10) Check Valves The body and cover of check valves shall be made of gray cast iron or cast ductile iron, with bronze rings mounted to the cast iron swing gate. Check valves shall be for 150 psi working pressure, unless otherwise shown on the Plans. The check valves shall have adjustable tension lever and spring to provide non - slamming action under all conditions, unless the Plans call for something other than a lever and spring feature. Swing -check valves shall confirm to AWWA C508. 9- 30.3(11) Pressure Reducing and Pressure Relief Valves To minimize requirements for spare parts and maintenance tools and expertise, pressure reducing and pressure relief valves shall be: "Model 90 -01 Series Pressure Reducing Valve" as manufactured by Cla -Val Company of Newport Beach, California. "Model 50 -01 Series Pressure Relief Valve" as manufactured by the Cla -Val Company of Newport Beach, California. The pressure reducing valves shall maintain a constant downstream pressure regardless of varying inlet pressure. The valve shall be a hydraulically operated, diaphragm- actuated, globe style valve with a gray cast iron body. The pilot control shall be a direct - acting, adjustable, spring - loaded, normally -open, diaphragm valve, designed to permit flow when the controlled pressure is less than the spring setting. The pilot control system shall include a fixed orifice. The pressure relief valve shall maintain constant upstream pressure by relieving excess pressure or by- passing and shall maintain close pressure limits without causing surges. The valve shall be hydraulically operated, diaphragm- actuated, globe valve with a gray cast iron body. The pilot control shall be a direct - acting, adjustable, spring - loaded, normally - closed, diaphragm valve, designed to permit flow when controlling pressure exceeds spring setting. The pilot control system shall operate such that as excess line pressure is dissipated, the main valve shall gradually close to a positive, drip -tight seating. City of Federal Way South 356th Street Improvements Page 256 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS All diaphragm- actuated valves shall contain a resilient, synthetic rubber disc, having a rectangular cross - section, contained on three and one -half (3 -1/2) sides by a disc retainer and forming a tight seal against a single removable seat insert. The diaphragm assembly containing a valve stem shall be fully guided at both ends by a bearing in the valve cover and an integral bearing in the valve seat. This diaphragm assembly shall be the only moving parts and shall form a sealed chamber in the upper portion of the valve, separating operating pressure from line pressure. The diaphragm shall consist of nylon fabric, bonded with synthetic rubber, and shall not be used as a seating surface. Packing glands and /or stuffing boxes are not permitted and there shall be no pistons operating the valve or pilot controls. All necessary repairs shall be possible without removing the valve body from the line. Pressure reducing and pressure relief valves shall conform to AWWA C530. 9 -30.5 Hydrants Revise this section and subsections including titles to read: Fire hydrants shall be the center -stem, compression -type conforming to the requirements of AWWA C502. To minimize requirements for spare parts and maintenance tools and expertise, fire hydrants shall be: "Medallion Model" as manufactured by Clow Corporation of Oskaloosa, Iowa. "M & H Model 929" as manufactured by Dresser Industries, Inc., of Bradford, Pennsylvania. "Centurion Model" as manufactured by Mueller Company of Decatur, Illinois. Fire hydrant operating stems shall have square threads. 9 -30.5 (1) End Connections The end connection for fire hydrants shall be mechanical joint conforming to AWWA C110. 9- 30.5(2) Hydrant Dimensions The minimum nominal diameter of the main hydrant valve opening shall be five (5) inches. The inside diameter of the hydrant end connection shall be six (6) inches. The minimum inside diameter of the hydrant barrel /standpipe shall be seven (7) inches. The minimum nominal bury length from the bottom of the connecting pipe to the ground line of the hydrant, as shown in the Standard Plans, shall be forty -three (43) inches. The maximum nominal bury length shall be fifty -five (55) inches unless a different bury length required for a particular hydrant installation is shown on the Plans. The size of the hydrant auxiliary gate valve shall be six (6) inches. An outlet for drainage shall be provided in the base or barrel, or between the base and barrel of the hydrant. Field painting of the fire hydrant shall be as specified in Section 7- 14.3(1) "Setting Hydrants." City of Federal Way South 356th Street Improvements Page 257 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 9- 30.5(3) Hydrant Extensions (Vertical) Vertical fire hydrant extensions shall have an inside diameter matching that of the hydrant within which it is installed. The material shall be gray cast iron or ductile iron and shall conform to the AWWA Standards for such castings. The drillings of the connecting flanges on the extensions shall match the drillings of the flanges on the hydrant, if applicable. Hydrant extensions shall also include the necessary hydrant operating stem extensions. 9- 30.5(4) Hydrant Lateral Restraints The thrust restraint system for fire hydrant laterals with mechanical joints shall conform to Section 9- 30.2(6) "Restrained Joints." 9- 30.5(5) Traffic Safety Flanges Hydrants shall be provided with a traffic safety flange and be equipped with breaking devices at the traffic flange which will allow the hydrant barrel to separate at this point with a minimum breakage of hydrant parts from impact. There shall also be provided at this point a safety stem coupling on the main hydrant valve stem that will shear at the time of impact. 9- 30.5(6) Guard Posts Guard posts for fire hydrants shall be provided only where shown on the Plans and spaced as shown in the Standard Plans. Guard posts shall be reinforced concrete, six (6) feet in length by nine (9) inches in diameter. Reinforcing shall consist of a minimum of four (4) No. 3 reinforcing steel bars. Painting of the exposed portion of the post shall be as specified in Section 7- 14.3(2)C "Fire Hydrant Guard Posts." 9- 30.5(7) Hydrant Nozzles Each fire hydrant shall be provided with one (1) four -inch (4 ") diameter steamer nozzle and two (2) two - and - one - half -inch (2.5 ") diameter hose nozzles. Fire hydrants in the City of Auburn shall be provided with one (1) four - and - one - half -inch (4.5 ") diameter pumper port and two (2) two- and - one - half -inch (2.5 ") diameter hose ports. All nozzles shall be equipped with brass nipples screwed into the hydrant barrel and locked into place. The hose nozzles shall have National Standard Hose Threads. The hose nozzles shall be fitted with cast iron threaded caps with an operating nut of the same design and proportions as the main hydrant valve stem nut. The caps shall be threaded to fit the corresponding nozzles and shall be fitted with suitable Neoprene gaskets for positive watertightness under test pressures. There shall be no chain or cable connecting the hose nozzle caps to the hydrant body. The steamer nozzle shall have a Pacific Coast Standard Thread on which shall be installed a four -inch (4 ") rigid female x four -inch (4 ") Storz smooth -faced adapter with a four -inch (4 ") Storz blind cap and rubber sealing gasket. The steamer nozzle for fire hydrants in the City of Auburn shall have National Standard Thread with a five- inch (5 ") Storz adaptor and cap. The Storz adapter and cap shall be made of anodized aluminum, heat - treated to T -6 condition strength. The Storz adapter and cap shall withstand a working pressure of 300 psi and a momentary burst pressure of 600 psi. A stainless steel set screw shall be used to permanently attach the Storz adapter to the steamer nozzle to prevent unauthorized removal. The Storz cap shall be tethered to the hydrant barrel with an eighteen -inch (18 ") length of one - eighth -inch (1/8 ") aircraft cable, the ends of which shall be connected to its respective part with NICO sleeves. The Storz adapter shall not be painted. City of Federal Way South 356`h Street Improvements Page 258 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 9- 30.5(8) Operating Nuts • The operating nut on the main hydrant valve stem and hose nozzle caps shall be as follows: Pattern of nut - Tapered pentagonal Height— 1 -1/16 inch Size of pentagon - (measured from point to flat) 1.35 -inch at bottom of nut 1.23 -inch at top of nut The direction of opening shall be clearly marked on the operating nut or hydrant and shall be counterclockwise. 9 -30.6 Water Service Connections (2- inches and Smaller) Revise this section and subsections, including titles, to read: 9- 30.6(1) Saddles Service saddles shall meet the requirements of the Standard Plans. The bodies of service saddles shall be ductile iron. Straps, nuts, and washers shall be galvanized steel. Wide bands with bolts, washers, and nuts shall be stainless steel. Service saddles shall be: "Style 101, 101S, 202, or 202S" as manufactured by Romac Industries, Inc., of Seattle, Washington. For one -inch (1 ") taps on ductile iron and asbestos cement water mains twelve (12) inches and smaller, single strap saddles shall be used. For one -inch (1 ") taps on PVC water mains twelve (12) inches and smaller, bolted /banded service saddles shall be used. For one -inch (1 ") taps on ductile iron and asbestos cement water mains larger than twelve (12) inches, double strap service saddles shall be used. For one -inch (1 ") taps on PVC water mains larger than twelve (12) inches, double bolted /banded service saddles shall be used. For service taps larger than one (1) inch on ductile iron and asbestos cement water mains larger than twelve (12) inches, double strap service saddles shall be used. For service taps larger than one (1) inch on PVC water mains larger than twelve (12) inches, double bolted /banded service saddles shall be used. The threads on the service tap on the saddle body shall be CC (AWWA taper) for one -inch (1 ") size and Female Iron Pipe thread for service taps larger than one -inch (1 ") size. 9- 30.6(2) Corporation Stops Corporation stops shall meet the requirements of the Standard Plans and these Specifications. Corporation stops shall be: "Model 1 -inch H- 15008, 1 -1/2 -inch H -9969, or 2 -inch H- 9969" as manufactured by Mueller Company of Decatur, Illinois. City of Federal Way South 356th Street Improvements Page 259 RFB # 17 -001 January 2017 SPECIAL PROVISIONS "Type 1 -inch F1000G 'GripJoint,' 1 -1/2 -inch FB500, or 2 -inch FB500" as manufactured by the Ford Meter Box Company, Inc., of Wabash, Indiana. "Model 1 -inch 4701T, 1 -1/2 -inch 3131B, or 2 -inch 3131B" as manufactured by A. Y. McDonald Mfg. Company of Dubuque, Iowa. Corporation stops shall be made of bronze alloy. For one -inch (1 ") service taps, the inlet connection shall be CC (AWWA taper) male thread. For service taps larger than one -inch (1"), the inlet connection shall be Male Iron Pipe thread. For one -inch (1 ") service taps, the outlet connection shall be compression - gasket type compatible with the connection piping, with no special adapters required. Pipeline insert stiffener devices shall be installed for compression -end fittings on polyethylene pipe. For service taps larger than one -inch (1 "), the outlet connection shall be Male Iron Pipe thread for the attachment of a special adapter. 9- 30.6(3) Service Pipes 9- 30.6(3)A Polyethylene Tubing Polyethylene tubing shall meet the requirements of AWWA C901 for potable water service, and conform to the following specifications: 1. Polyethylene Cell Classification: 2. Polyethylene Material: ASTM D1248 3. Nominal Size corresponding to the bid Proposal item. 4. Thickness: 5. Diameter: 6. Pressure Class: PE 4710 Type III, Category 5, Grade 34, Class C per As shown in the Plans, or in the Standard Plan SDR 9 Copper Tube Size (CTS) 250 psi The finished product shall satisfactorily flare, without cracking, to standard brass water works flare fittings when using cold flaring methods and thereafter perform to the requirements herein specified. The polyethylene tubing shall be marked in accordance with ASTM D2737 for CTS tubing sizes. It shall also carry the seal of the National Sanitation Foundation (NSF). A copy of the pertinent quality control test information shall be submitted in accordance with Section 5.5 of AWWA C901 for the polyethylene tubing furnished and installed in the completed Work. All coils of polyethylene tubing shall be protected in shipment. Each coil shall be labeled clearly to show the size, coil length, and pressure rating of the tubing. The tubing shall be stored outside of direct sunlight. 9- 30.6(4) Service Fittings Couplings and adapters shall only be used where shown in the Standard Plans, on the Plans, or otherwise directed by the Engineer, and shall conform to the provisions of NSF /ANSI 61 in addition to the requirements of the Safe Drinking Water Act. City of Federal Way South 356th Street Improvements Page 260 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Compression service couplings and adapters shall be: "Model H -15428 or H -15451 [with Liners #504281 (3/4- inch), #504385 (1- inch), #506139 (1 -1/2- inch), or #506141 (2- inch)]" as manufactured by Mueller Company of Decatur, Illinois. "Model C84 -34G, C84 -44G, C84 -66G, C84 -77G, C14 -66G, or C14 -77G 'GripJoint' [with Insert Stiffeners #51 (3/4- inch), #52 (1- inch), #54 (1 -1/2- inch), or #55 (2- inch)]" as manufactured by the Ford Meter Box Company, Inc., of Wabash, Indiana. "Model 4753T or 4754T with Insert Stiffeners #6133T (3/4 -inch to 2 -inch size)" as manufactured by A. Y. McDonald Mfg. Company of Dubuque, Iowa. Couplings and adapters for water service connections shall be made of bronze or brass alloy. The connections for the couplings and adapters shall be Iron Pipe threads or outside compression - gasket type, as shown in the Standard Plan or otherwise necessary for the specific application. Pipeline insert stiffener devices shall be installed for compression -end fittings on polyethylene pipe. 9- 30.6(5) Meter Setters Meter setters shall meet the requirements of the Standard Plans and applicable parts of AWWA C800, and shall conform to the provisions of NSF /ANSI 61 in addition to the requirements of the Safe Drinking Water Act. Meter setters shall be: "Model VH72 -12WC, VH74 -12WC, VH76- 12 -11 -66 (with 0-ring groove machined in face of flanges), or VH77- 12 -11 -77 (with 0-ring groove machined in face of flanges)" as manufactured by the Ford Meter Box Company, Inc., of Wabash, Indiana. "Model H- 1404 - 2x12 -inch with two (2) H -14222 ends for 5/8 x 3/4 -inch and 1 -inch meters, and B- 2422 -2- 12x13" for 1 -1/2 -inch meter (grooved for 0-ring gaskets on both flanges), and B- 2422 -2- 12x17 -inch for 2 -inch meter (grooved for 0-ring gaskets on both flanges)" as manufactured by Mueller Company of Decatur, Illinois. For a one -inch (1 ") or less service connection, the meter setter shall have double purpose couplings on both inlet and outlet connections (female iron pipe union, swivels, or flared copper), an angle meter valve with drilled padlock wings, an outlet angle single or double check valve, and measuring twelve (12) inches high. For service connections larger than one -inch (1 ") size, the meter setter shall have Female Iron Pipe threads on the horizontal inlet and outlet, an angle inverted key valve with drilled padlock wings on the inlet, grooved for 0-ring meter gaskets, no bypass, an angle single or double check valve on the outlet, and measuring twelve (12) inches high. 9- 30.6(6) Bronze Nipples and Fittings Brass nipples and fittings shall be installed where shown in the Standard Plans and shall meet the requirements of ANSI B- 16.15, ASA 125 pound class. 9- 30.6(7) Meter Boxes Meter boxes for a particular installation shall meet the requirements of the applicable Standard Plans. City of Federal Way South 356'h Street Improvements Page 261 RFB # 17 -001 January 2017 SPECIAL PROVISIONS Meter boxes in non - traffic areas shall be high density polyethylene (HDPE): " "Model #RMB 13x24 -12 -inch (for a 5/8 x 3/4 -inch water meter), "Model #RMB 13x24 -12 -inch (for a 1 -inch water meter), or "Model #RMB 17x30 -12 inch (for a 1 -1/2 -inch or 2 -inch water meter)," as manufactured by Raven Products, including mouseholes or pipe knockouts. Meter box covers shall be Sigma ductile iron with hinged meter reading lids. Meter boxes in traffic areas shall be rated for HS 20 -44 loading and shall be: " "Model #Christy B1017" (for a 5/8 x 3/4 -inch water meter), "Model #Christy B1324" (for a 1 -inch water meter), or "Model #Christy B1730" (for a 1 -1/2 -inch or 2 -inch water meter)," as manufactured by Oldcastle Enclosure Solutions, including mouseholes or pipe knockouts. Meter box covers shall be non -skid, bolt -down galvanized steel with hinged meter reading lids. 9- 30.6(8) Insulating Service Couplings Insulating couplings preventing a continuous electrical path shall be required at any point of connection of two (2) dissimilar metallic pipes (e.g., copper to galvanized iron or steel). The fitting used shall be manufactured for the purpose for which it is intended. The couplings shall be the outside compression - gasket type. Pipeline insert stiffener devices shall be installed for compression -end fittings on polyethylene pipe. All materials shall conform to the provisions of NSF /ANSI 61 in addition to the requirements of the Safe Drinking Water Act. 9- 30.6(9) "U" Branch Connections "U" branch connections shall meet the requirements of the applicable Standard Plans, and conform to the provisions of NSF /ANSI 61 in addition to the requirements of the Safe Drinking Water Act. "U" branch connections shall be: "Model H- 15363" as manufactured by Mueller Company of Decatur, Illinois. "Model U48- 43 -14G" as manufactured by Ford Meter Box Company, Inc, of Wabash, Indiana. "U" branch connections shall be made of bronze alloy. The outlets shall be 3/4" M.I.P. thread straight line. The inlet shall be conductive compression for 1" CTS O.D. copper or polyethylene service pipe. Maintain a branch spacing minimum of 13 -1/2 inches between the outlets. 9 -30.7 Flow Detection /Backflow Prevention Devices Add the following new Section: (NEW SECTION) 9 -30.7 Flow Detection /Backflow Prevention Devices 9 -30.7 (1) Detector Double Check Valve Assemblies (DDC) Detector double check valve assemblies shall conform to AWWA C506. The detector double check valve assembly shall consist of two (2) internally - loaded check valves, either spring - loaded or City of Federal Way South 356th Street Improvements Page 262 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS internally weighted, installed as a unit, and include a smaller, factory - installed double check valve assembly and water meter in a bypass configuration to detect leakage or water theft. The manufacturer of the detector double check valve assembly shall be listed on the most current copy of the "Accepted Cross - Connection Control Assemblies" published by the Washington State Department of Health. The end connections shall be flanged, conforming to AWWA C110. Test cocks shall be installed and located in accordance with AWWA C506 for both mainline and bypass double check valve assemblies. The outlets to the test cocks shall be plugged. The detector water meter shall be: "Model PDR- 10 -100FS Remote - Reading 518x3/4 -inch water meter registering in cubic feet" as manufactured by Precision Meters, Inc., of Orlando, Florida. 9- 30.7(2) Detector Reduced Pressure Principle Backflow Devices (DRP) Detector reduced pressure principle backflow prevention devices shall conform to AWWA C506, and shall conform to the provisions of NSF /ANSI 61 in addition to the requirements of the Safe Drinking Water Act. The detector reduced pressure principle backflow prevention device shall consist of two (2) independently acting, spring - loaded check valves separated by a spring - loaded differential pressure relief valve, and shall include a smaller, factory- installed reduced pressure principle backflow device and water meter in a bypass configuration to detect leakage or water theft. The manufacturer of the detector reduced pressure principle backflow device shall be listed on the most current copy of the "Accepted Cross - Connection Control Assemblies" published by the Washington State Department of Health. The end connections shall be flanged, conforming to AWWA C110. Test cocks shall be installed and located in accordance with AWWA C506 for both mainline and bypass reduced pressure principle backflow prevention devices. The outlets to the test cocks shall be plugged. The detector water meter shall be: "Model PDR- 10 -100FS Remote - Reading 5/8x3/4 -inch water meter registering in cubic feet" as manufactured by Precision Meters, Inc., of Orlando, Florida. 9- 30.7(3) Double Check Valve Assemblies (DCVA) Double check valve assemblies ( DCVA's) shall conform to AWWA 0506, and conform to the provisions of NSF /ANSI 61 in addition to the requirements of the Safe Drinking Water Act. DCVA's shall consist of two (2) internally - loaded check valves, either spring - loaded or internally weighted, installed as a unit. The manufacturer of the double check valve assembly shall be listed on the most current copy of the "Accepted Cross - Connection Control Assemblies" published by the Washington State Department of Health. The end connections shall be flanged, conforming to AWWA C110. Test cocks shall be installed and located in accordance with AWWA C506. The outlets to the test cocks shall be plugged. 9- 30.7(4) Reduced Pressure Principle Backflow Devices (RPBD) Reduced pressure principle backflow prevention devices shall conform to AWWA C506, and shall consist of two (2) independently acting, spring - loaded check valves separated by a spring - loaded City of Federal Way South 356th Street Improvements Page 263 RFB # 17 -001 January 2017 SPECIAL PROVISIONS differential pressure relief valve. The manufacturer of the reduced pressure principle backflow device shall be listed on the most current copy of the "Accepted Cross - Connection Control Assemblies" published by the Washington State Department of Health. The end connections shall be flanged, conforming to AWWA C110. Test cocks shall be installed and located in accordance with AWWA C506. The outlets to the test cocks shall be plugged. 9- 30.7(5) Backflow Prevention Device Shutoff Valves Backflow prevention device shutoff valves three (3) inches through twelve (12) inches in size shall be gate valves conforming to AWWA C500 or resilient- seated gate valves conforming to AWWA C509. Backflow prevention device shutoff valves larger than twelve (12) inches shall conform to AWWA C500. The end connections on shutoff valves three (3) inches and larger shall be flanged, conforming to AWWA C110. The shutoff valves shall be the outside screw and yoke (OS & Y) rising -stem type with hand wheels. Backflow prevention device shutoff valves smaller than three (3) inches shall be ball valves with bronze bodies, quarter -turn handle, and tapered thread end connections. A test cock shall be installed on the supply (inlet) side of the upstream supply shutoff valve. The outlet to the test cock shall be plugged. 9- 30.7(6) Single Detector Check Valve Assembly Single detector check valve assemblies shall consist of a single, internally - loaded, soft- seated check valve, and include a smaller single brass -to -brass check valve and water meter in a bypass configuration to detect leakage or water theft. The end connections shall be flanged, conforming to AWWA C110. Test cocks shall be installed and so located to allow for periodic testing. The outlets to the test cocks shall be plugged. The detector water meter shall be: "Model PDR- 10 -100FS Remote - Reading 5/8x3/4 -inch water meter registering in cubic feet" as manufactured by Precision Meters, Inc., of Orlando, Florida. 9- 30.7(7) Vacuum Breakers 9- 30.7(7)A. Pressure Vacuum Breaker Assemblies Pressure vacuum breaker assemblies shall consist of a spring - loaded check valve [three -inch (3 ") and larger sizes consist of two (2) check valves], an independently operating air inlet valve, inlet and discharge shutoff valves, and properly installed test cocks. The air inlet valve is internally loaded to the open position, normally by means of a spring. This internal loading allows the device to be installed on the pressure side of a shutoff valve. The manufacturer of the pressure vacuum breaker assembly shall be listed on the most current copy of the "Accepted Cross - Connection Control Assemblies" published by the Washington State Department of Health. The end connections shall have tapered threads. The outlets to the test cocks shall be plugged. 9- 30.7(7)B. Atmospheric Vacuum Breaker (AVB) City of Federal Way South 356`^ Street Improvements Page 264 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS The atmospheric vacuum breaker is a device which allows air to enter the water line when the line pressure is reduced to a gauge pressure of zero or below. Poppets of AVB's shall be precision - fitted to ensure positive closure. No test cocks are required. The end connections shall have tapered threads. 9 -30.8 Miscellaneous Water Distribution Materials Add the following new Section: (NEW SECTION) 9 -30.8 Miscellaneous Water Distribution Materials 9- 30.8(1) Steel Casing for Boring, Jacking and Direct Burial Where indicated on the Plans, steel casings shall be bored, jacked, or direct buried into place. The steel casing shall be black steel pipe conforming to ASTM A53. The joints between sections shall be butt welded to produce a continuous bead around the full circumference of the casing to produce a rigid, watertight encasement. The minimum wall thickness of the casing shall be 0.250 inches for casings twenty -four (24) inches or less in diameter, unless a larger wall thickness is shown on the Plans. The minimum wall thickness of the casing shall be 0.375 inches for casings over twenty -four (24) inches in diameter, unless a larger wall thickness is shown on the Plans. 9- 30.8(2) Flow Strainers Flow strainers shall be iron - bodied, basket -type configuration of the size shown in the Standard Plans where flow strainers are required. The flow strainers shall feature a bolted cover machined to securely hold the screen in place and include a tapped boss at the bottom of the bowl for a blowoff outlet. The screen shall be constructed from perforated stainless steel and wire mesh screens shall not be allowed. Flow strainers two inches (2 ") and larger shall have flanged end connections conforming to AWWA C110. 9- 30.8(3) Pressure Gauges Pressure gauges shall conform to applicable AWWA and ANSI standards. The gauge shall be a premium grade industrial gauge, with a stainless steel Bourdon tube element; 270° milled stainless steel movement; phenolic case; liquid - filled with an inert viscous fluid; high - impact, non - cracking plastic lens; four - and - one - half -inch (4.5 ") dial; and a one -half- inch- (1/2 ") N.P.T. bottom male connection. All other exposed parts shall be stainless steel. The accuracy shall meet ANSI B40.1 specifications, Grade A: ±1% of span in middle half of scale, with the balance of the scale ±2% of span. The gauges shall be protected by compatible snubbers and ball valves. The gauges shall be Marsh Mastergauge or equal. The range of pressure scale shall be 0 to 200 pounds per square inch, unless shown otherwise on the Plans or in the Standard Plans. 9 -30.9 Temporary Water Facilities Add the following new Section: (NEW SECTION) 9 -30.9 Temporary Water Facilities 9- 30.9(1) Temporary Water Mains Temporary water mains, including bends, fittings, and couplings shall be in accordance with the corresponding subsections hereinabove for permanent water facilities, or be in accordance with City of Federal Way South 356th Street Improvements Page 265 RFB # 17 -001 January 2017 SPECIAL PROVISIONS the requirements of AWWA C901 -08 "Polyethylene (PE) Pressure Pipe and Tubing, 1/2 In. (13 mm) Through 3 In. (76 mm), for Water Service," or AWWA C904 -06 "Cross- Linked Polyethylene (PEX) Press Pipe, 1/2 In. (12 mm) Through 3 In.(76 mm), for Water Service." Temporary water mains, bends, fittings, and couplings shall have a minimum pressure class rating of 160 psi. 9- 30.9(2) Temporary Water Service Connections Temporary water service connections, including service lines, fittings, and couplings shall be in accordance with the corresponding subsections hereinabove for permanent water service connections, except that water service lines may be in accordance with the requirements of AWWA C901 -08 "Polyethylene (PE) Pressure Pipe and Tubing, 1/2 In. (13 mm) Through 3 In. (76 mm), for Water Service," or AWWA C904 -06 "Cross- Linked Polyethylene (PEX) Press Pipe, 1/2 In. (12 mm) Through 3 In.(76 mm), for Water Service." Temporary water service lines shall have a minimum pressure class rating of 160 psi. In addition, connections may be fused, grip fitting, threaded, or barbed provided that the connection is sufficient for the minimum pressure rating of 160 psi. SECTION 9 -37 MISCELLANEOUS MATERIALS Add the following new Section: (NEW SECTION) 9 -37 MISCELLANEOUS MATERIALS 9 -37.1 Location Wire and Locate Stations 9- 37.1(1) Location Wire Location wire (or tracer wire) for decommissioned water mains shall be steel core copper clad size AWG 14 insulated conductor . The insulation shall be 30 -mil, orange High Density Polyethylene (HDPE), with minimum insulation rating of 300 volts, and comply with ASTM -D- 1248, 30 volt rating, and Restriction of Use of Hazardous Substances (RoHS) requirements. Location wire shall be continuous and not be spliced between pairs of locate stations. Connections at terminations shall be installed so that no portion of uninsulated wire is exposed. The location wire shall have a minimum of one (1) foot of slack at the Locate Station after the station is set to final grade Wire connectors shall be waterproof, 3M DBR, Copperhead SnakeBite moisture displacement connections, or Engineer- approved equal. Non - locking friction fit, twist -on, or taped connectors will not be allowed. 9- 37.1(2) Locate Station Location stations shall consist of an in- ground access box either fabricated or manufactured for the purpose of location wire terminations and tracer equipment connections for locating buried underground facilities. Fabricated access boxes for locate stations shall consist of a six -inch (6 ") diameter valve box meeting the requirements of subsection 9- 30.3(4). The valve box shall include an isolated terminal block with stainless steel nuts and bolts for each of the location and grounding wires. Terminal block posts shall be of sufficient length to allow a solid connection by standard line tracing equipment. If the terminal block is mounted externally, the valve box shall be installed in a City of Federal Way South 356`h Street Improvements Page 266 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS the requirements of AWWA C901 -08 "Polyethylene (PE) Pressure Pipe and Tubing, 1/2 In. (13 mm) Through 3 In. (76 mm), for Water Service," or AWWA C904 -06 "Cross- Linked Polyethylene (PEX) Press Pipe, 1/2 In. (12 mm) Through 3 In.(76 mm), for Water Service." Temporary water mains, bends, fittings, and couplings shall have a minimum pressure class rating of 160 psi. 9- 30.9(2) Temporary Water Service Connections Temporary water service connections, including service lines, fittings, and couplings shall be in accordance with the corresponding subsections hereinabove for permanent water service connections, except that water service lines may be in accordance with the requirements of AWWA C901 -08 "Polyethylene (PE) Pressure Pipe and Tubing, % In. (13 mm) Through 3 In. (76 mm), for Water Service," or AWWA C904 -06 "Cross- Linked Polyethylene (PEX) Press Pipe, % In. (12 mm) Through 3 In.(76 mm), for Water Service." Temporary water service lines shall have a minimum pressure class rating of 160 psi. In addition, connections may be fused, grip fitting, threaded, or barbed provided that the connection is sufficient for the minimum pressure rating of 160 psi. SECTION 9 -37 MISCELLANEOUS MATERIALS Add the following new Section: (NEW SECTION) 9 -37 MISCELLANEOUS MATERIALS 9 -37.1 Location Wire and Locate Stations 9- 37.1(1) Location Wire Location wire (or tracer wire) for decommissioned water mains shall be steel core copper clad size AWG 14 insulated conductor . The insulation shall be 30 -mil, orange High Density Polyethylene (HDPE), with minimum insulation rating of 300 volts, and comply with ASTM -D- 1248, 30 volt rating, and Restriction of Use of Hazardous Substances (RoHS) requirements. Location wire shall be continuous and not be spliced between pairs of locate stations. Connections at terminations shall be installed so that no portion of uninsulated wire is exposed. The location wire shall have a minimum of one (1) foot of slack at the Locate Station after the station is set to final grade Wire connectors shall be waterproof, 3M DBR, Copperhead SnakeBite moisture displacement connections, or Engineer- approved equal. Non - locking friction fit, twist -on, or taped connectors will not be allowed. 9- 37.1(2) Locate Station Location stations shall consist of an in- ground access box either fabricated or manufactured for the purpose of location wire terminations and tracer equipment connections for locating buried underground facilities. Fabricated access boxes for locate stations shall consist of a six -inch (6 ") diameter valve box meeting the requirements of subsection 9- 30.3(4). The valve box shall include an isolated terminal block with stainless steel nuts and bolts for each of the location and grounding wires. Terminal block posts shall be of sufficient length to allow a solid connection by standard line tracing equipment. If the terminal block is mounted externally, the valve box shall be installed in a City of Federal Way South 356th Street Improvements Page 266 RFB # 17 -001 January 2017 SPECIAL PROVISIONS 5/8 -inch x 3/4 -inch meter box as specified in subsection 9- 30.6(7). The terminal block shall be located within six (inches) of the meter box lid. Manufactured locate (test) stations shall be Copperhead SnakePit test stations, Valvco tracer wire access box or Engineer approved equal. Locate stations with exposed (not internal) terminal blocks shall enclosed either in a meter box as provided above for fabricated access boxes, or shall be enclosed in a proprietary enclosure suitable for the location as approved by the Engineer. Terminal blocks shall include a removable jumper between the posts for each of the location and grounding wires. The wire shall be as specified in subsection 9- 37.1(1). The locate station shall be installed so that the access lid, and enclosure as applicable, are flush to and match finish grade. 9- 37.1(3) Grounding Location wire shall be properly grounded at each Locate Station by using a magnesium grounding anode rod. A steel core copper clad size AWG 14 insulated conductor shall connect the grounding anode rod to the locate wire at the terminal block in the Locate Station as specified in subsection 9- 27.1(2). The grounding rod shall be a minimum of 18.5 inches long and 1.3 inches in diameter, with a minimum weight of one (1) pound, and specifically configured for the purpose of locate wire and locate station pairs for buried underground facilities. The grounding rod shall be driven into solid native soil, directly underneath the Locate Station so that the top of the grounding rod shall be at the same depth as the location wire's exit from the decommissioned water main, or at the location recommended by the manufacturer of the Locate Station. The insulation for the grounding wire shall be 30 -mil. red HDPE, with a minimum insulation rating of 300 volts, and comply with ASTM -D -1248, 30 volt rating, and with RoHS requirements. The grounding wire shall have a minimum of one (1) foot of slack at the Locate Station after the station is set to final grade. Wire connectors shall be waterproof, 3M DBR, Copperhead SnakeBite moisture displacement connections, or Engineer- approved equal. Non - locking friction fit, twist -on, or taped connectors will not be allowed. Connections at terminations shall be installed so that no portion of uninsulated wire is exposed. 9 -37.2 Pipe and Hose Ramps Pipe and hose ramps for protecting temporary water mains and service lines, and maintaining safe movement of traffic through the Work area shall be prefabricated, rated for a minimum HS 20 -44 axle loading, and provide transition approach and departure ramps suitable for the anticipated traffic speeds. Installed temporary ramps shall have sufficient stability to ensure that ramp is not displaced by vehicle or pedestrian movement over the surface of the ramp. In addition, the ramp configuration shall ensure that vehicle and pedestrian traffic over the surface of the ramp do not damage either the pipe or hose, or the existing pavement under the ramp. Ramps across roadway surfaces shall be placed on a slight diagonal offset from perpendicular to the roadway centerline. Transition slopes and temporary traffic signing for the ramp crossings shall be as approved by the jurisdictional agency. City of Federal Way South 356th Street Improvements Page 267 RFB # 17 -001 January 2017 • SPECIAL PROVISIONS Fabricate temporary pipe or hose ramps shall be as manufactured by Brahman Systems, LLC, American Recycled Products, Mentor Hose Ramps, Rubberform, or Engineer- reviewed equal. City of Federal Way South 356'h Street Improvements END OF DIVISION 9 Page 268 RFB # 17 -001 January 2017 • • • APPENDIX A PREVAILING WAGE RATES Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360- 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 12/20/2016 County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $45.25 5D 1H King Boilermakers Journey Level $64.29 5N 1C King Brick Mason Journey Level $54.32 5A 1M King Brick Mason Pointer- Caulker - Cleaner $54.32 5A 1M King Building Service Employees Janitor $22.84 5S 2F King Building Service Employees Traveling Waxer /Shampooer $23.29 55 2F King Building, Service Employees Window Cleaner (Non- Scaffold) $23.99 5S 2F King Building Service Employees Window Cleaner (Scaffold) $26.78 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $55.51 5D 4C King Carpenters Bridge, Dock And Wharf Carpenters $55.51 5D 4C King Carpenters Carpenter $55.51 5D 4C King Carpenters Carpenters on Stationary Tools $55.64 5D 4C King Carpenters Creosoted Material $55.61 5D 4C King Carpenters Floor Finisher $55.51 5D 4C King Carpenters Floor Layer $55.51 5D 4C King Carpenters Scaffold Erector $55.51 5D 4C King Cernent Masons Journey Level $55.56 7A 1M King Divers Et Tenders Diver $108.77 5D 4C 8A King Divers Et Tenders Diver On Standby $66.05 5D 4C King Divers Et Tenders Diver Tender $59.88 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $59.88 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator Tender $55.76 5A 4C King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 12/20/2016 Page 2 of 17 King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $55.51 5D 111 King Drywall Tapers Journey Level $55.66 5P 1 E King Electrical Fixture Maintenance Journey Level $27.24 5L 1 E Workers King Electricians - Inside Cable Splicer $69.77 7C 4E King Electricians - Inside Cable Splicer (tunnel) $74.95 7C 4E King Electricians - Inside Certified Welder $67.41 7C 4E King Electricians - Inside Certified Welder (tunnel) $72.37 7C 4E King Electricians - Inside Construction Stock Person $37.94 7C 4E King Electricians - Inside Journey Level $65.05 7C 4E King Electricians - Inside Journey Level (tunnel) $69.77 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $71.85 5A 4D Construction King Electricians - Powerline Certified Line Welder $65.71 5A 4D Construction King Electricians - Powerline Groundperson $44.12 5A 4D Construction King Electricians - Powerline Heavy Line Equipment Operator $65.71 5A 4D Construction King Electricians - Powerline Journey Level Lineperson $65.71 5A 4D Construction King Electricians - Powerline Line Equipment Operator $55.34 5A 4D Construction King Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction King Electricians - Powerline Powderperson $49.16 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $85.45 7D 4A King Elevator Constructors Mechanic In Charge $92.35 7D 4A King Fabricated Precast Concrete All Classifications - In- Factory Work Only $16.55 5B 1R Products King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $38.36 7A 31 King Glaziers Journey Level $58.31 7L 1Y King Heat Et Frost Insulators And Journeyman $65.43 5J 1S Asbestos Workers King Heating Equipment Mechanics Journey Level $75.46 7F 1E King Hod Carriers Et Mason Tenders Level $46.66 7A 31 King _Journey Industrial Power Vacuum Journey Level $9.47 1 Cleaner King Inland Boatmen Boat Operator $56.78 5B 1K King Inland Boatmen Cook $53.30 5B 1K King Inland Boatmen Deckhand $53.30 5B 1K https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 12/20/2016 Page 3 of 17 King Inland Boatmen Deckhand Engineer $54.32 5B 1K King Inland Boatmen Launch Operator $55.57 5B 1K King Inland Boatmen Mate $55.57 5B 1K King Inspection /Cleaning /Seating Cleaner Operator, Foamer Operator $31.49 1 Of Sewer & Water Systems By Re -note Control King Inspection /Cleaning /Sealing Grout Truck Operator $11.48 1 Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Sealing Head Operator $24.91 1 Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Seating Technician $19.33 1 Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Sealing Tv Truck Operator $20.45 1 Of Sewer & Water Systems By Remote Control King Insulation Applicators Journey Level $55.51 5D 4C King Ironworkers Journeyman $65.53 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $45.25 7A 31 King Laborers Airtrac Drill Operator $46.66 7A 31 King Laborers Ballast Regular Machine $45.25 7A 31 King Laborers Batch Weighman $38.36 7A 31 King Laborers Brick Pavers $45.25 7A 31 King Laborers Brush Cutter $45.25 7A 31 King Laborers Brush Hog Feeder $45.25 7A 31 King Laborers Burner $45.25 7A 31 King Laborers Caisson Worker $46.66 7A 31 King Laborers Carpenter Tender $45.25 7A 31 King Laborers Caulker $45.25 7A 31 King Laborers Cement Dumper - paving $46.09 7A 31 King Laborers Cement Finisher Tender $45.25 7A 31 King Laborers Change House Or Dry Shack $45.25 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $45.25 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $46.09 7A 31 King Laborers Choker Setter $45.25 7A 31 King Laborers Chuck Tender $45.25 7A 31 King Laborers Clary Power Spreader $46.09 7A 31 King Laborers Clean -up Laborer $45.25 7A 31 King Laborers Concrete Dumper /chute Operator $46.09 7A 31 King Laborers Concrete Form Stripper $45.25 7A 31 King Laborers Concrete Placement Crew $46.09 7A 31 King Laborers Concrete Saw Operator /core Driller $46.09 7A 31 https: // fortress. wa. gov/ Ini /wagelookup /prvWagelookup.aspx 12/20/2016 Page 4 of 17 King Laborers Crusher Feeder $38.36 7A 31 King Laborers Curing Laborer $45.25 7A 31 King Laborers Demolition: Wrecking & Moving (incl. Charred Material) $45.25 7A 31 King Laborers Ditch Digger $45.25 7A 31 King Laborers Diver $46.66 7A 31 King Laborers Drill Operator (hydraulic,diamond) $46.09 7A 31 King Laborers Dry Stack Walls $45.25 7A 31 King Laborers Dump Person $45.25 7A 31 King Laborers Epoxy Technician $45.25 7A 31 King Laborers Erosion Control Worker $45.25 7A 31 King Laborers Faller & Bucker Chain Saw $46.09 7A 31 King Laborers Fine Graders $45.25 7A 31 King Laborers Firewatch $38.36 7A 31 King Laborers Form Setter $45.25 7A 31 King Laborers Gabian Basket Builders $45.25 7A 31 King Laborers General Laborer $45.25 7A 31 King Laborers Grade Checker & Transit Person $46.66 7A 31 King Laborers Grinders $45.25 7A 31 King Laborers Grout Machine Tender $45.25 7A 31 King Laborers Groutmen (pressure)including Post Tension Beams $46.09 7A 31 King Laborers Guardrail Erector $45.25 7A 31 King Laborers Hazardous Waste Worker (level A) $46.66 7A 31 King Laborers Hazardous Waste Worker (level B) $46.09 7A 31 King Laborers Hazardous Waste Worker (level C) $45.25 7A 31 King Laborers High Scaler $46.66 7A 31 King Laborers Jackhammer $46.09 7A 31 King Laborers Laserbeam Operator $46.09 7A 31 King Laborers Maintenance Person $45.25 7A 31 King Laborers Manhole Builder - mudman $46.09 7A 31 King Laborers Material Yard Person $45.25 7A 31 King Laborers Motorman -dinky Locomotive $46.09 7A 31 King Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla $46.09 7A 31 King Laborers Pavement Breaker $46.09 7A 31 King Laborers Pilot Car $38.36 7A 31 King Laborers Pipe Layer Lead $46.66 7A 31 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 12/20/2016 Page 5 of 17 King Laborers Pipe Layer /tailor $46.09 7A 31 King Laborers Pipe Pot Tender $46.09 7A 31 King Laborers Pipe Reliner $46.09 7A 31 King Laborers Pipe Wrapper $46.09 7A 31 King Laborers Pot Tender $45.25 7A 31 King Laborers Powderman $46.66 7A 31 King Laborers Powderman's Helper $45.25 7A 31 King Laborers Power Jacks $46.09 7A 31 King Laborers Railroad Spike Puller - Power $46.09 7A 31 King Laborers Raker - Asphalt $46.66 7A 31 King Laborers Re- timberman $46.66 7A 31 King Laborers Remote Equipment Operator $46.09 7A 31 King Laborers Rigger /signal Person $46.09 7A 31 King Laborers Rip Rap Person $45.25 7A 31 King Laborers Rivet Buster $46.09 7A 31 King Laborers Rodder $46.09 7A 31 King Laborers Scaffold Erector $45.25 7A 31 King Laborers Scale Person $45.25 7A 31 King Laborers Sloper (over 20 ") $46.09 7A 31 King Laborers Sloper Sprayer $45.25 7A 31 King Laborers Spreader (concrete) $46.09 7A 31 King Laborers Stake Hopper $45.25 7A 31 King Laborers Stock Piler $45.25 7A 31 King Laborers Tamper Et Similar Electric, Air Et Gas Operated Tools $46.09 7A 31 King Laborers Tamper (multiple Et Self- propelled) $46.09 7A 31 King Laborers Timber Person - Sewer (lagger, Shorer Et Cribber) $46.09 7A 31 King Laborers Toolroom Person (at Jobsite) $45.25 7A 31 King Laborers Topper $45.25 7A 31 King Laborers Track Laborer $45.25 7A 31 King Laborers Track Liner (power) $46.09 7A 31 King Laborers Traffic Control Laborer $41.02 7A 31 8R King Laborers Traffic Control Supervisor $41.02 7A 31 8R King Laborers Truck Spotter $45.25 7A 31 King Laborers Tugger Operator $46.09 7A 31 King Laborers Tunnel Work- Compressed Air Worker 0 -30 psi $83.12 7A 31 E, King Laborers Tunnel Work- Compressed Air Worker 30.01 -44.00 psi $88.15 7A 31 King Laborers Tunnel Work- Compressed Air Worker 44.01 -54.00 psi $91.83 7A 31 sg King Laborers Tunnel Work- Compressed Air Worker 54.01 -60.00 psi $97.53 7A 31 8g King Laborers Tunnel Work- Compressed Air Worker 60.01 -64.00 psi $99.65 7A 31 M https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 12/20/2016 Page 6 of 17 King Laborers Tunnel Work- Compressed Air Worker 64.01 -68.00 psi $104.75 7A 31 8�( King Laborers Tunnel Work- Compressed Air Worker 68.01 -70.00 psi $106.65 7A 31 King Laborers Tunnel Work- Compressed Air 70.01 -72.00 psi $108.65 7A 31 8Q King Laborers Tunnel Work- Compressed Air Worker 72.01 -74.00 psi $110.65 7A 31 8Q, King Laborers Tunnel Work -Guage and Lock Tender $46.76 7A 31 K King Laborers Tunnel Work -Miner $46.76 7A 31 ..8g. King Laborers Vibrator $46.09 7A 31 King Laborers Vinyl Seamer $45.25 7A 31 King Laborers Watchman $34.86 7A 31 King Laborers Welder $46.09 7A 31 King Laborers Well Point Laborer $46.09 7A 31 King Laborers Window Washer /cleaner $34.86 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $45.25 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $46.09 7A 31 Et Water King Landscape Construction Irrigation Or Lawn Sprinkler Installers $13.56 1 King Landscape Construction Landscape Equipment Operators Or Truck Drivers $28.17 1 King Landscape Construction Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $55.51 5D 1H King Marble Setters Journey Level $54.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $57.01 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.47 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $40.60 6Z 2B King Pile Driver Journey Levet $55.76 5D 4C King Plasterers Journey Level $53.20 7. 1R King Playground & Park Equipment Journey Level $9.47 1 Installers https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 12/20/2016 Page 7 of 17 King Plumbers Et Pipefitters Journey Level $75.06 6Z 1G King Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P King Power Equipment Operators Assistant Engineer $55.21 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $58.17 7A 3C 8P King Power Equipment Operators Batch Plant Operator, Concrete $58.17 7A 3C 8P King Power Equipment Operators Bobcat $55.21 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition Equipment $55.21 7A 3C 8P King Power Equipment Operators Brooms $55.21 7A 3C 8P King Power Equipment Operators Bump Cutter $58.17 7A 3C 8P King Power Equipment Operators Cableways $58.69 7A 3C 8P King Power Equipment Operators Chipper $58.17 7A 3C 8P King Power Equipment Operators Compressor $55.21 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $58.69 7A 3C 8P King Power Equipment Operators Concrete Finish Machine -laser Screed $55.21 7A 3C 8P King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C 8P King Power Equipment Operatcrs Concrete Pump: Truck Mount With Boom Attachment Up To 42m $58.17 7A 3C 8P King Power Equipment Operatcrs Conveyors $57.72 7A 3C 8P King Power Equipment Operatcrs Cranes Friction: 200 tons and over $60.47 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P King Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 7A 3C 8P King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $59.88 7A 3C 8P King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C 8P King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 7A 3C 8P King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $55.21 7A 3C 8P King Power Equipment Operators Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P King Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $57.72 7A 3C 8P https: // fortress .wa.gov /lni /wagelookup /pry Wagelookup.aspx 12/20/2016 Page 8 of 17 King Power Equipment Operators Crusher $58.17 7A 3C 8P King Power Equipment Operators Deck Engineer /deck Winches (power) $58.17 7A 3C 8P King Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P King Power Equipment Operators Dozers D -9 Et Under $57.72 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P King Power Equipment Operators Drilling Machine $59.28 7A 3C 8P King Power Equipment Operators Elevator And Permanent And Shaft Type $55.21 7A 3C 8P King Power Equipment Operators Finishing Machine, Bidwell And Gamaco a Similar Equipment $58.17 7A 3C 8P King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $57.72 7A 3C 8P King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A 3C 8P King Power Equipment Operators Gradechecker /stakeman $55.21 7A 3C 8P King Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $58.69 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $58.17 7A 3C 8P King Power Equipment Operators Horizontal /directional Drill Locator $57.72 7A 3C 8P King Power Equipment Operators Horizontal /directional Drill Operator $58.17 7A 3C 8P King Power Equipment Operators Hydralifts /boom Trucks Over 10 Tons $57.72 7A 3C 8P King Power Equipment Operators Hydralifts /boom Trucks, 10 Tons And Under $55.21 7A 3C 8P King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $59.28 7A 3C 8P King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $58.69 7A 3C 8P King Power Equipment Operators Loaders, Overhead Under 6 Yards $58.17 7A 3C 8P King Power Equipment Operators Loaders, Plant Feed $58.17 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $57.72 7A 3C 8P King Power Equipment Operators Locomotives, All $58.17 7A 3C 8P King Power Equipment Operators Material Transfer - $58.17 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $59.28 7A 3C 8P King Power Equipment Operators Motor Patrol Graders $58.69 7A 3C 8P King Power Equipment Operators $58.69 7A 3C 8P https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 12/20/2016 Page 9 of 17 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 12/20/2016 Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield King Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $55.21 7A 3C 8P King Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $57.72 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $58.17 7,4 3C 8P King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $59.28 7,4 3C 8P King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7,4 3C 8P King Power Equipment Operators Pavement Breaker $55.21 7,4 3C 8P King Power Equipment Operators Pile Driver (other Than Crane Mount) $58.17 7A 3C 8P King Power Equipment Operators Plant Oiler - Asphalt, Crusher $57.72 7,4 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $55.21 7,4 3C 8P King Power Equipment Operators Power Plant $55.21 7A 3C 8P King Power Equipment Operators Pumps - Water $55.21 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.69 7,4 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A 3C 8P King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A 3C 8P King Power Equipment Operators Rigger And Bellman $55.21 7,4 3C 8P King Power Equipment Operators Rigger /Signal Person, Bellman (Certified) $57.72 7,4 3C 8P King Power Equipment Operators Ro flagon $58.69 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $55.21 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $57.72 7A 3C 8P King Power Equipment Operators Roto -mill, Roto - grinder $58.17 7A 3C 8P King Power Equipment Operators Saws - Concrete $57.72 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $58.17 7A 3C 8P King Power Equipment Operators Scrapers - Concrete Et Carry All $57.72 7A 3C 8P King Power Equipment Operators Scrapers, Self - propelled: 45 Yards And Over $58.69 7A 3C 8P King Power Equipment Operators Service Engineers - Equipment $57.72 7A 3C 8P King Power Equipment Operators Shotcrete /gunite Equipment $55.21 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A 3C 8P King Power Equipment Operators $58.69 7A 3C 8P https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 12/20/2016 Page l0 of 17 https: // fortress. wa. gov/l ni /wagelookup /prvWagelookup.aspx 12/20/2016 Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A 3C 8P King Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et Screedman $58.69 7A 3C 8P King Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $59.28 7A 3C 8P King Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 8P King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $60.47 7A 3C 8P King Power Equipment Operators Transporters, All Track Or Truck Type $58.69 7A 3C 8P King Power Equipment Operators Trenching Machines $57.72 7A 3C 8P King Power Equipment Operators Truck Crane Oiler /driver - 100 Tons And Over $58.17 7A 3C 8P King Power Equipment Operators Truck Crane Oiler /driver Under 100 Tons $57.72 7A 3C 8P King Power Equipment Operators Truck Mount Portable Conveyor $58.17 7A 3C 8P King Power Equipment Operators Welder $58.69 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $55.21 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bobcat $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition Equipment $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brooms $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $58.17 7A 3C 8P Underground Sewer & Water https: // fortress. wa. gov/l ni /wagelookup /prvWagelookup.aspx 12/20/2016 Page 11 of 17 King Power Equipment Operators- Cableways $58.69 7A 3C 8P Underground Sewer E Water King Power Equipment Operators- Chipper $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine -laser Screed $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42 m $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Conveyors $57.72 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes Friction: 200 tons and over $60.47 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $59.88 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $55.21 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $57.72 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Crusher $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Deck Engineer /deck Winches (power) $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Dozers D -9 Et Under $57.72 7A 3C 8P Underground Sewer & Water https: // fortress .wa.gov /lni /wagelookup /pry Wagelookup.aspx 12/20/2016 Page 12 of 17 King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drilling Machine $59.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators Elevator And Man lift: Permanent And Shaft Type $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Finishing Machine, Bidwell And Gamaco Et Similar Equipment $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Gradechecker /stakeman $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Horizontal /directional Drill Locator $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Horizontal /directional Drill Operator $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hydralifts /boom Trucks Over 10 Tons $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hydralifts /boom Trucks, 10 Tons And Under $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $59.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Overhead Under 6 Yards $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (teadmen - $0.50 Per Hour Over Mechanic) $59.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Motor Patrol Graders $58.69 7A 3C 8P Underground Sewer Et Water https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 12/20/2016 Page 13 of 17 King Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Oil Distributors, Blower Distribution EC Mulch Seeding Operator $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $59.28 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pavement Breaker $55.21 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pile Driver (other Than Crane Mount) $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Posthole Digger, Mechanical $55.21 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Power Plant $55.21 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pumps - Water j55.21 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A 3C 8P Unclerground Sewer & Water King Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Rigger And Bellman $55.21 7A 3C 8P Unclerground Sewer & Water King Power Equipment Operators- Rigger /Signal Person, Bellman (Certified) $57.72 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Rotlagon $58.69 7A 3C 8P Unclerground Sewer & Water King Power Equipment Operators- Roller, Other Than Plant Mix $55.21 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $57.72 7A 3C 8P Unclerground Sewer & Water King Power Equipment Operators- Roto -mill, Roto - grinder $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Saws - Concrete $57.72 7A 3C 8P Unclerground Sewer & Water King Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $58.17 7A 3C 8P Unclerground Sewer & Water King $57.72 7A 3C 8P https: // fortress. wa. gov/ Ini /wagelookup /prvWagelookup.aspx 12/20/2016 Page 14 of 17 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 12/20/2016 Power Equipment Operators- Scrapers - Concrete Et Carry All Underground Sewer & Water King Power Equipment Operators- Scrapers, Self - propelled: 45 Yards And Over $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Service Engineers - Equipment $57.72 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shotcrete /gunite Equipment $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $58.69 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Slipform Pavers $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider a Screedman $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $57.72 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $59.28 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $60.47 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Transporters, All Track Or Truck Type $58.69 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Trenching Machines $57.72 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Truck Crane Oiler /driver - 100 Tons And Over $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Truck Crane Oiler /driver Under 100 Tons $57.72 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Truck Mount Portable Conveyor $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Welder $58.69 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Wheel Tractors, Farman Type $55.21 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 8P Underground Sewer & Water https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 12/20/2016 Page 15 of 17 King Power Line Clearance Tree Journey Level In Charge $47.08 54 4A Trimmers King Power Line Clearance Tree Spray Person $44.64 5A 44 Trimmers King Power Line Clearance Tree Tree Equipment Operator $47.08 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $42.01 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $31.65 5A 4,4 Trimmers King Refrigeration Et Air Journey Level $74.66 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $54.32 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $41.69 5D 4C Applicators King Residential Drywall Tapers Journey Level $55.66 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Levet $38.40 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $74.66 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $45.99 7F 1R Workers King Residential Soft Floor Layers Journey Level $45.86 5A 3D King Residential Sprinkler Fitters Journey Level $42.73 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $54.32 5A 1M King Residential Terrazzo Workers Journey Level $48.86 5A 1M King Residential Terrazzo /Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $46.46 54 3H King Roofers Using Irritable Bituminous Materials $49.46 5A 3H King Sheet Metal Workers Journey Level (Field or Shop) $75.46 7F 1E King Shipbuilding a Ship Repair Boilermaker $41.72 7M 1H King Shipbuilding Et Ship Repair Carpenter $41.06 7T 2B King Shipbuilding Et Ship Repair Electrician $41.09 7T 4B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $65.43 5J 1S King Shipbuilding & Ship Repair Laborer $41.08 7T 4B https: // fortress .wa.gov /lni /wagelookup /pry Wagelookup.aspx 12/20/2016 Page 16 of 17 King Shipbuilding & Ship Repair Machinist $41.32 7T 4B King Shipbuilding Et Ship Repair Operator $41.03 7T 4B King Shipbuilding Et Ship Repair Painter $41.05 7T 4B King Shipbuilding Et Ship Repair Pipefitter $41.05 7T 4B King Shipbuilding Et Ship Repair Rigger $41.12 7T 4B King Shipbuilding & Ship Repair Sheet Metal $41.04 7T 4B King Shipbuilding & Ship Repair Shipfitter $41.12 7T 4B King Shipbuilding Et Ship Repair Trucker $41.01 7T 4B King Shipbuilding & Ship Repair Warehouse $41.02 7T 4B King Shipbuilding & Ship Repair Welder /Burner $41.12 7T 4B King Sign Makers & Installers Sign Installer $22.92 1 (Electrical) King Sign Makers & Installers Sign Maker $21.36 1 (Electrical) King Sign Makers & Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers & Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Layers Journey Level $45.86 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $72.49 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $54.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site Surveyor $57.72 7A 3C 8P King Surveyors Chainman $57.17 7A 3C 8P King Surveyors Construction Site Surveyor $58.69 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $37.60 5A 2B Outside King Telephone Line Construction - Hole Digger /Ground Person $20.79 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $36.02 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer I $37.60 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $36.82 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator (Heavy) $37.60 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator (Light) $34.94 5A 2B Outside King Telephone Line Construction - Telephone Lineperson $34.93 5A 2B Outside https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 12/20/2016 Page 17 of 17 King Telephone Line Construction - Television Groundperson $19.73 5A 2B Outside King Telephone Line Construction - Television Lineperson /Installer $26.31 5A 2B Outside King Telephone Line Construction - Television System Technician $31.50 5A 2B Outside King Telephone Line Construction - Television Technician $28.23 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.93 5A 2B Outside King Terrazzo Workers Journey Level $48.86 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $39.69 5A 1B Finishers King Traffic Control Stripers Journey Level $44.35 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. WA -Joint Council 28) $51.25 5D 3A 8L King Truck Drivers Asphalt Mix To 16 Yards (W. WA -Joint Council 28) $50.41 5D 3A 8L King Truck Drivers Dump Truck Et Trailer $51.25 5D 3A 8L King Truck Drivers Dump Truck (W. WA -Joint Council 28) $50.41 5D 3A 8L King Truck Drivers Other Trucks (W. WA -Joint Council 28) $51.25 5D 3A 8L King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 12/20/2016 • Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. Supplemental to Wage Rates 1 08/31/2016 Edition, Published August 1st, 2016 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans 2. 3. NO X Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X Supplemental to Wage Rates 2 08/31i2016 Edition, Published August 1St, 2016 • • ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.14(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or boring of holes. See Contact Plans for item description and shcp drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.14(3). X 13. Concrete Piling -- Precast - Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. Supplemental to Wage Rates 3 08/31/2016 Edition, Published August 1St, 2016 • ITEM DESCRIPTION YES NO 1t. recast Concrete inlet - witn aajustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans is 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X X X Supplemental to Wage Rates 4 08/31 /2016 Edition, Published August 1S', 2016 • • ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover See Std. Plan. X X X Supplemental to Wage Rates 5 08/31/2016 Edition, Published August 1st, 2016 • ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication 38. Light Standard - Prestressed - Spun, prestressed, hollow concrete poles. 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre- approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre- approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. X X Supplemental to Wage Rates 6 08/31/2016 Edition, Published August 1st, 2016 • • ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed 43. Cutting & bending reinforcing steel 44. Guardrail components 45. Aggregates /Concrete mixes 46. Asphalt 47. Fiber fabrics 48. Electrical wiring /components 49. treated or untreated timber pile 50. Girder pads (elastomeric bearing) 51. Standard Dimension lumber 52. Irrigation components X Custom Message Std Signing Message X X Custom End Sec X Standard Sec Covered by WAC 296- 127 -018 Covered by WAC 296 -127 -018 X X X X X Supplemental to Wage Rates 7 08/31/2016 Edition, Published August 1St, 2016 ITEM DESCRIPTION YES NO 53. Fencing materials 54. Guide Posts 55. Traffic Buttons 56. Epoxy 57. Cribbing x 58. Water distribution materials 59. Steel "H" piles 60. Steel pipe for concrete pile casings 61. Steel pile tips, standard 62. Steel pile tips, custom x Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in Supplemental to Wage Rates 8 08/31/2016 Edition, Published August 1st, 2016 • the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential * ** ALL ASSOCIATED RATES'` ** • Sign Makers and Installers (Non - Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. Supplemental to Wage Rates 9 08/31/2016 Edition, Published August 1st, 2016 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296- 127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above - listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 08/31/2016 Edition, Published August 1St, 2016 • • (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another Toad of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, § 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 08/31/2016 Edition, Published August 1st, 2016 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 ***************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one -half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -ten hour schedule, shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 • Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Overtime Codes Continued 1. 0. The first ten (10) hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make -up days due to conditions beyond the control of the employer)) shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one -half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one -half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one -half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 3 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Overtime Codes Continued 3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1 -1/2) times the regular rate of pay. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make -up day at the straight time rate. However, Saturday shall not be utilized as a make -up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1 -1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1 -1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1 -1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 4 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Overtime Codes Continued 4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one -half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one -half (1 -1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four -day, ten hour work week, and Saturday shall be paid at one and one half (11/2) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). 5 • Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Holiday Codes Continued 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half -Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 6 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Holiday Codes Continued 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Holiday Codes Continued 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -$4.00 per Foot for Each Foot Over 150 Feet Over 220' -$5.00 per Foot for Each Foot Over 220 Feet 8 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Note Codes Continued 8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2.00 per Foot for Each Foot Over 150 Feet Over 200' - Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 9 • DEPARTMENT OF ECOLOGY State of Washington Notice of Termination Form Construction Stormwater General Permit Use this form to request termination of permit coverage Permit # WAR I. Operator /Permittee (Party with operational control over plans and specifications, or day -to -day operational control of activities which ensure compliance with SWPPP and permit conditions. Ecology will send correspondence and permit fee invoices to the permit holder on record.) Name: Company: Business Phone: Ext. Cell Phone (Optional): Fax (Optional): E -mail: Mailing Address: City: State: Zip + 4: 11. Site Location /Address Site name: Total area of soil disturbance for your site /project: acres Street address (or location description): City (or nearest city): Zip: County: /111. Construction Activity- The site is eligible for termination by one of the following methods: ❑ The site has undergone final stabilization. The operator has permanently stabilized all exposed soils, removed all temporary BMPs, and eliminated all stormwater discharges associated with construction activity. ❑ Permit coverage on all portions of the site that have not undergone final stabilization (Permit Condition S10.A.1) are being, or have been, transferred (Permit Condition G9), and the Permittee no longer has operational control of the construction activity. We provided the new owner Transfer of Coverage paperwork on: ❑ All portions of the site that have not undergone final stabilization (Permit Condition S10.A.1) have been sold and the Permittee no longer has operational control of the construction activity. We will not be submitting Transfer of Permit coverage paperwork. (Optional). Please provide new owner contact info: IV. Certification of Permittees. Please read the certification statement carefully before signing. "1 certify under penalty of law that all stormwater discharges associated with construction activity from the identified site that are authorized by the National Pollution Discharge Elimination System (NPDES) and State Waste Discharge general permit have been eliminated, or that I no longer own or operate on this site. I understand that by submitting this Notice of Termination that I am no longer authorized to discharge stormwater associated with construction activity by the general permit, and that discharging pollutants in stormwater to waters of the State of Washington is unlawful under the Clean Water Act where the discharge is not authorized by a NPDES permit. I also understand that the submittal of this Notice of Termination does not release the permittee from liability for any violations of this permit or the Clean Water Act." • Operator printed name Operator signature ECY 020 -87 (Rev. 04/10) Title Date Instructions for Notice of Termination Form Submit a Notice of Termination Form to the Department of Ecology when 1.) All stormwater discharges from a construction site are eliminated, and the site has undergone final stabilization. 2.) The site has been sold or transferred to a different operator(s). The permit fees will continue until the permit is terminated. 1. Operator 11. Site Location 111. Construction Activity IV. Certification of Permittee(s) Give the name, address, and telephone number of the person who is responsible for the permit. This person will also be sent the final fee invoice. Enter the street address or location description, including the city or nearest city and county for the construction site. Construction sites that do not have a street address must also provide a legal description in the space provided, or as an attachment. Indicate: 1. That all stormwater discharges associated with construction activity are eliminated and final stabilization of all exposed soils is completed. Final stabilization means the establishment of a permanent vegetative cover, or equivalent permanent stabilization measures, that prevents erosion. 2. That the permit has been transferred to another responsible party(ies) for management. (Provide the information required on the Transfer of Coverage form.) 3. That all portions of the site that have not undergone final stabilization have been sold. Read this statement carefully. The operator, or authorized representative of the operator, must print his or her name for clarity, then sign and date the document on the lines provided. (Refer to General Condition G2 in the permit for signatory requirements.) Please sign and return this original document to the following address and retain a copy for your records: Department of Ecology Stormwater Unit — Construction PO Box 47696 Olympia, WA 98504 -7696 Note: Your site remains under permit and subject to all permit conditions until your termination is effective. Continue to comply with permit conditions until the earlier of the following two dates: 1) The date you receive written notification from Ecology that termination is effective. 2) The 31' day following Ecology's receipt of this form. Questions? Call: • 360- 407 -7451 Josh Klimek for city of Seattle or counties: Kitsap, Pierce, and Thurston. • 360- 407 -6048 Clay Keownfor counties: King, Island, San Juan. • 360 -407 -6442 Shawn Hopkins for counties: Whatcom, Skagit, Snohomish, Ferry, Stevens, Pend Oreille, Lincoln, Spokane, Grant, Adams, Whitman, Franklin, Walla Walla, Columbia, Garfield, and Asotin. • 360- 407 -6858 Joyce Smith for counties: Okanogan, Chelan, Douglas, Kittitas, Yakima, Benton, Klickitat, Skamania, Clark, Cowlitz, Wahkiakum, Lewis, Pacific, Grays Harbor, Mason, Jefferson, and Clallam. To ask about the availability of this document in a version for the visually impaired, call the Water Quality Program at 360- 407 -6401. Persons with hearing loss may call 711 for Washington Relay Service. Persons with a speech disability may call 877 - 833 -6341. ECY 020 -87 (Rev. 04/10) rte Instructions for Transfer of Coverage Construction Stormwater General Permit • DEPARTMENT OF ECOLOGY State of Washington Instructions This form is used to process two types of permit transfers: 1) Complete Transfer, or 2) Partial Transfer. Determine which type of transfer applies to your situation before filling out this form. 1. Complete Transfer: The original permittee has sold, or otherwise released control of, the entire site to another party. Required Paperwork for Complete Transfer: • Either the current permittee, or the new permittee(s), must submit a complete and accurate Transfer of Coverage form for each new party to Ecology. The form must be signed by the current permittee and the new permittee. 2. Partial Transfer: The original permittee retains control over some portion of the site after selling or releasing control over a portion of the site. Required Paperwork for Partial Transfer • Either the current permittee or the new permittee(s) must submit a complete and accurate Transfer of Coverage Form for each new operator to Ecology. The form must be signed by the current permittee and the new permittee. • For partial transfers, once all transfers are submitted, the original permittee should submit the Notice of Termination only if the portion(s) they still own or control have undergone final stabilization and meet the criteria for termination. For Your Information • When this form is 1) completed, 2) signed by the current and new permittee, and 3) submitted to Ecology, permit transfers are effective on the date specified at the top page 1 (unless Ecology notifies the current permittee and new permittee of its intention to revoke coverage under the General Permit or if Ecology sends notice that the application is incomplete). • The new permittee should keep a copy of the signed Transfer of Coverage form (which serves as proof of permit coverage) until Ecology sends documentation in the mail. • Following the transfer, the new permittee must either: (1) use the Stormwater Pollution Prevention Plan (SWPPP) developed by the original operator, and modified as necessary, or (2) develop and use a new SWPPP which meets the requirements of the Construction Stormwater General Permit. • For projects for which the original permittee has completed a Proposed New Discharge to an Impaired Waterbody Form (ECY070 -399) or for projects that are operating on sites with soil or groundwater contamination: By completing the Transfer of Coverage form, the new permittee will adopt any special provisions made to protect water quality for sites that have existing contamination or that discharge to an impaired waterbody. To ask about the availability of this document in a version for the visually impaired, call the Water Quality Program at 360- 407 -6600. Persons with hearing loss, call 711 for Washington Relay Service. Persons with a speech disability, call 877 -833 -6341. ECY 020 -87a (Rev. 12/2014) Instructions Page 1 This page is purposely left blank • • ePARTMENT OF COLOGY State of Washington Transfer of Coverage Construction Stormwater General Permit This form transfers permit coverage for all, or a portion Permit # WAR — of a site to one or more new operators. Type of permit transfer (check one): ❑ Partial transfer ❑ Complete transfer Specific date that permit responsibility, coverage, and liability, is transferred to new operator: Please see instructions for details on type of transfer. Current Operator /Permittee Information For partial transfers: 'List total size of proiectlsite remaining under your operational remaining under your operational control following transfer: control following NOI (General Permit acres. Ext: •List total area of soil disturbance transfer: acres. •Submitting this form meets the requirement to submit an updated Condition G9) Current Operator /Permittee Name: Company: Business Phone: Ext: Mailing Address: Cell Phone: Fax (optional): Email: City: State: Zip +4: Signature* (see signatory requirements in Section VIII): Title: ' Date: New Operator /Permittee Information I. New Operator /Permittee (Party with operational control over plans and specifications or day -to -day operational control of activities which ensure compliance with Stormwater Pollution Prevention Plan (SWPPP) and permit conditions. Ecology will send correspondence and permit fee invoices to the permittee on record.) Name: Company: Business Phone: Ext: Unified Business Identifier (UBI): (UBI is a nine -digit number used to identify a business entity. Write "none" if you do not have a UBI number.) Cell Phone (Optional): Fax (Optional): E -mail: Mailing Address: City: State: Zip + 4: II. Property Owner (The party listed on the County Assessor's records as owner and taxpayer of the parcel[s] for which permit coverage is requested. Ecology will not send correspondence and permit fee invoices to the Property Owner. The Property Owner information will be used for emergency contact purposes.) • Name: Company: Business Phone: Ext: Unified Business Identifier (UBI): (UBI is a nine -digit number used to identify a business entity. Write "none" if you do not have a UBI number.) 611 Phone (Optional): Fax (Optional): E -mail: Mailing Address: City: State: Zip + 4: ECY 020 -87a (Rev. 12/14) Form Page 1 III. On-Site Contact Person(s) (Typically the Certified Erosion and Sediment Control Lead or Operator /Permittee) Name: Company: Business Phone: Ext: Mailing Address: II CeII Phone: Fax(Optional): City: State: Zip +4: Email: IV. Site /Project Information Site or Project Name Site Acreage Total size of your site /project (Note: 1 acre = 43,560 ft2.) Total area of soil disturbance site /project over the life of Concrete / Engineered Soils (that you own /control): (grading and /or excavating) the project: acres. acres. Street Address or Location Description (If the site lacks a street address, list its specific location. For example, Intersection of Highway 61 and 34.) for your yd3 (estimate) Parcel ID #: (Optional) How many yards of concrete How many yards of recycled (estimate) Will any engineered soils be cement kiln dust, etc.) Yes ❑ No will be poured? Type of Construction Activity (check all that apply): ❑ Residential ❑ Commercial ❑ Industrial ❑ Highway or Road (city ,county, state) ❑ Utilities (specify): concrete will be used? used? (For example: yd3 cement treated base, ❑ Other (specify): . City (or nearest city): Zip Code: Estimated project start -up date (mm /dd /yy): Estimated project completion date (mm /dd /yy): II County: Record the latitude and longitude of the main entrance to the site Latitude: °N or the approximate center of site. Longitude: °W For assistance with latitude and longitude, refer to any of the following http:// www. worldatlas .com /aatlas /imageq.htm. Please convert all latitude /DDDMMSS- websites: www.getlatlon.com or format. For and longitude coordinates into decimal degrees decimal.html. help with this process, go to: http: / /www.fcc.gov /mb/ audio /bickel V. Existing Site Conditions 1. Are you aware of contaminated 2. Are you aware of groundwater 3. If you answered yes to questions discharged due to the proposed [ "Contaminated" and "contamination" occur naturally or occurs at greater If you answered yes to Question 3, concentrations, and pollution prevention Ecology may request a copy of your soils present on the site? ❑ Yes ❑ No contamination located within the site boundary? ❑ Yes 1 or 2, will any contaminated soils be disturbed or will construction activity? ❑ Yes ❑ No here mean containing any hazardous substance (as defined than natural background levels.] please explain below or on a separate paper in detail the ❑ No any contaminated groundwater be in WAC 173 - 340 -200) that does not locations, contaminants, and of soil /groundwater contaminants. II and /or treatment BMPs proposed to control the discharge SWPPP. ECY 020 -87a (Rev. 12/14) Form Page 2 VI. WQWebDMR (Electronic Discharge Monitoring Reporting) You must submit register a new site, register under may contact Ecology Only a permittee use the system immediately, have questions on monthly discharge monitoring reports using Ecology's go to www.ecy.wa.qov/stormwater, and click on the "Construction WQWebDMR system. To sign up for WQWebDMR, or to Stormwater" link. You will find information on If you are unable to submit your DMRs electronically, you requests to those permittees without internet access. to or a waiver from WQWebDMR. To have the ability to with your transfer of coverage form. If you or 360- 407 -7097. the "WQWebDMR and PARIS" link on the right -hand side. to request a waiver. Ecology will generally only grant waiver or representative, designated in writing, may request access you must submit the Electronic Signature Agreement this process, contact Ecology's WQWebDMR staff at WebDMR-Stormwater@ecy.wa.gov VII. Discharge /Receiving Water Information Indicate whether your site's ❑ Water will discharge directly (wetlands, creeks, lakes, If your discharge is to (e.g., City of Tacoma): (NOTE: If your stormwater County, City of Tacoma, jurisdiction.) ❑ Water will discharge to If your project includes dewatering, Prevention Plan. stormwater and /or dewatering water could enter surface waters, directly and /or indirectly: or indirectly (through a storm drain system or roadside ditch) into one or more surface waterbodies and all other surface waters and water courses). a storm sewer system, provide the name of the operator of the storm sewer system: discharges to a storm sewer system operated by the City of Seattle, King County, Snohomish Pierce County, or Clark County, you must also submit a copy of this NOl to the appropriate ground with 100% infiltration, with no potential to reach surface waters under any conditions. you must include dewatering plans and discharge locations in your site Stormwater Pollution Location of Outfall into Surface Waterbody Enter the outfall identifier code, waterbody name, and latitude /longitude of the point(s) where the site has the potential to discharge into a waterbody (the outfall). Enter all locations. ' • Include the names and locations of both direct and indirect discharges to surface waterbodies, even if the nsk of discharge is low or limited to periods of extreme weather. Attach a separate list if necessary. • Give each point a unique 1 -4 digit alpha numeric code. This code will be used for identifying these points in WQWebDMR. • Some large construction projects (for example, subdivisions, roads, or pipelines) may discharge into several waterbodies. • If the creek or tributary is unnamed, use a format such as "unnamed tributary to Deschutes River." • If the site discharges to a stormwater conveyance system that in turn flows to a surface waterbody, include the surface waterbody name and location. Outfall Identifier Code. These cannot be symbols. (Maximum of 4 characters). Surface Waterbody Name at the Outfall Latitude Decimal Degrees Longitude Decimal Degrees Example: 001A Example: Puget Sound 47.5289247° N - 122.3123550° W °N °W °N °W °N °W If your site discharges to a waterbody that is on the impaired waterbodies list (e.g., 303[d] list) for turbidity, fine sediment, high pH, or phosphorus, Ecology will require additional documentation before issuing permit coverage and these sites will be subject to additional sampling and numeric effluent limits (per Permit Condition S8). Ecology will notify you if any additional sampling requirements apply. Information on impaired waterbodies is available online at: http: / /www.ecv.wa.gov /programs /wq /303d /index.html. • ECY 020 -87a (Rev. 12/14) Form Page 3 Before signing, please use the following checklist to ensure this form is complete: ❑ All spaces on this form have been completed (attach additional sheets if necessary). ❑ The transfer form is signed by both the current permittee and the new permittee(s). ❑ New Operator /Permittee: Before you submit this form to Ecology, please retain a copy for your records — this will serve as proof of permit coverage until documentation arrives from Ecology. ❑ For partial transfers: If the original permittee no longer owns or controls any portions of the site that meet the criteria for termination, the original permittee must submit a Notice of Termination to terminate permit coverage. ( http: / /www.ecy .wa.gov /biblio /ecy02087.html) ❑ For sites with contaminated soils /groundwater or a new discharger to an impaired waterbody: Any special provisions to protect water quality put in place at the time of initial coverage have been reviewed and adopted by the new permittee. VIII. Certification of Permittee "1 certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." Printed /Typed Name Company (operator /permittee only) Title Signature of Operator /Permittee Date * Signature of Operator / Permittee requirements: A. For a corporation: By a principal executive officer of at least the level of vice president. B. For a partnership or sole proprietorship: By a general partner or the proprietor, respectively. C. For a municipality, state, federal, or other public facility: By either a principal executive officer or ranking elected official. Please sign and return this document to the following address: Washington Department of Ecology - Stormwater PO Box 47696 Olympia, WA 98504 -7696 If you have questions about this form, contact the following Ecology staff: Location Contact Name Phone E -mail City of Seattle, and Kitsap, Pierce, and Thurston counties Josh Klimek 360 - 407 -7451 josh.klimek@ecy.wa.gov Island, King, and San Juan counties Clay Keown 360- 407 -6048 clay.keown(c�ecy.wa.gov Adams, Asotin, Columbia, Ferry, Franklin, Garfield, Grant, Lincoln, Pend Oreille, Skagit, Snohomish, Spokane, Stevens, Walla, Whatcom, and Whitman counties. Shawn Hopkins 360- 407 -6442 shawn.hopkins(c�ecy.wa.gov Benton, Chelan, Clallam, Clark, Cowlitz, Douglas, Grays Harbor, Jefferson, Kittitas, Klickitat, Lewis, Mason, Okanogan, Pacific, Skamania, Wahkiakum, and Yakima counties. Joyce Smith 360 - 407 -6858 joyce.smith @ecy.wa.gov To request materials in a format for the visually impaired, call the Water Quality Program at 360 - 407 -6600, Relay Service 711, or TTY 877 -833- 6341. ECY 020 -87a (Rev. 12/14) Form Page 4 • • • APPENDIX C WSDOT STANDARD PLANS IARDRAIL FACE OF GUARDRAIL IARDRAIL N 8.2 12' -53/4" MIN. LENGTH 3ES 1 & 2 TYPE 2 SEE NOTE 6 SEE NOTE 4 N PRE - DRILLED HOLES FOR 1O FUTURE GUARDRAIL RAISING FACE OF GUARDRAIL 5/8" (IN) CARRIAGE BOLT W/ HEX NUT & POST BOLT WASHER IN 3/4" (IN) HOLE INITIAL INSTALLATION FACE OF GUARDRAIL Z� TYPE 1 ALTERNATIVE FACE OF GUARDRAIL N C6 . 8.2 x12' - 53/4" MIN. LENGTH 1 3/4" (IN) POST BOLT WASHER - FOR TYPES 1 & 2 ONLY " (IN) BUTTON HEAD 32" (IN) OVAL GRIP SSED HEX NUT /4" (IN) BUTTON HEAD )LT W/ 7/32" (IN) OVAL tECESSED HEX NUT - EQUIRED PER SPLICE) TIMBER POST TYPE 3 TIMBER BLOCK FOR STEEL POST 5/8" (IN) ■ 10" (IN) BUTTON HEAD kV BOLT W/ 7/32" (IN) OVAL GRIP & HEX NUT W/ CUT WASHER TYPES 1 & 2 ASSEMBLY DETAIL TYPE 1 AND 2 SEE NOTE 6 5/8" (IN) CARRIAGE BOLT W/ HEX NUT & POST BOLT WASHER IN 3/4" (IN) HOLE TYPES 3 & 4 5/8" (IN) ■ 25" (IN) BUTTON HEAD BOLT W/ 7/32" (IN) OVAL GRIP & RECESSED HEX NUT OR 5/8" (IN) ROD THREADED BOTH ENDS W/ HEX NUTS FACE OF GUARDRAIL Z� RAIL ELEMENT RAISED FACE GUAR( TYPE 4 W8 ■ 8.5 OR WB ■ 9 OR 5/8" (IN) x 1 1/4" (IN) BUTTON WB ■ 15 HEAD SPLICE BOLT W/ 7/32" (IN) OVAL GRIP & RECESSED HEX NUT - (EIGHT REQUIRED PER SPLICE) - (TYP.) STEEL POST ALL MOUNTING AND SPLICE HARDWARE SAME AS FOR TIMBER POST EXCEPT AS NOTED TIMBER POST 5/8" (IN) ■ 10" (IN) BUTTON HEAD BOLT W/ 7/32" (IN) OVAL GRIP & HEX NUT W/ CUT WASHER (TYP.) TYPES 3 & 4 AL HARD ASSEMBLY DETAIL P TYPE 3 AND 4 • • 2" j 4 1/4" L4 114 "J I I I I 6' -3" 13' -61/2" 6' -3" 41/4" 41/4" 2" SPLICE BOLT SLOTS - POST BOLT SLOT - 29/32" (IN) x 1 1/8" (IN) 3/4" (IN) x 2 1/2" (IN) (TYP.) (TYP.) TYPICAL RAIL ELEMENT 13' - 6 1/2" r 4 1/4" j 4 1/4",..1 I I I 1 1 6' - 2 1/4" 6' -3" L.41/4" 41/4" j ALT SLOT POST BOLT SLOTS - (IN) x 2" (IN) (TYP.) 3/4" (IN) x 33/4" (IN) POST BOLT SLOT - 3/4" (IN) x 2 1/2" (IN) EXPANSION SECTION 2" SNOW LOAD POST WASHER SEE NOTE 1 • 11/16" (IN) HOLE 1/4" (IN) PLATE 3/4" (IN) SPLICE HOLES IN CHANNEL RAIL AND SPLICE PLATE, FOR 5/8" (IN) CARRIAGE BOLTS ' SPLICE BOLT SLOTS - 29/32" (IN) x 1 1/8" (IN) (TYP.) L 1 1/2" SNOW LOAD RAIL WASHER SEE NOTES 1 & 2 1 7 7/8" 3 3/8" 3/4" (IN) x 2" (IN) POST BOLT SLOT IN CHANNEL RAIL AND SPLICE PLATE, FOR 5/8" (IN) BUTTON HEAD BOLT W/ 7/32" (IN) OVAL GRIP AND RECESSED NUT 11/16" (IN) x 31/32" (IN) SLOT 8 GAGE MIN. PLATE POST CONNECTION 1 7/8" CHANNEL RAIL SPLICE FRONT VIEW SIDE VIEW ANCHOR POST ASSEMBLY WOOD BREAKAWAY POST 5/8" (IN) ■ 10" (IN) BOLT, NUT AND WASHER 5/8" (IN) 10" (IN) BOLTS, NUTS, AND WASHERS - TWO (2) REQUIRED PER POST) /4 WELDED OPTION FOR STEEL TUBE AND SOIL PLATE CONNECTION (SEE NOTE 8) SOIL PLATE FOUNDATION TUBE TIMBER POST (SEE NOTE 5) (SEE NOTE 5) STEEL POST PARTIAL ASSEMBLY DETAIL G -2 POST • 3/8" (IN) DIAM. HOLE 5/8" (IN) DIAM. HOLE S3 5.7 1/4 1/4" PLATE TYP. BOTTOM CORNERS MAY BE CLIPPED 2" (IN) x 2" (IN) TO AID DRIVING ANCHOR POST ISOME • • r 01119 (NONL 8' OR 10' (NOM) W-BEAM WOOD POST THRIE BEAM 1 irn (IN FOR V•9 OR W6•6.5 9 5 ■8OR10t10 i POST LENGTH TABLE GUARDRAIL LENGTH TYPE W* 1 through 4 & 31 6' - 0" 10 or 11 6' - 6' W -BEAM HOLEF(rYPM 1 314' (IN) FOR W6•15 5 1/2 "1 z (SEE NOTE 2) tl; Z co a THRIE BEAM STEEL POST (SEE NOTES 3 AND 4) POST A a AS ■9 W* 41/4' %IS • 15 6"* 6 114" 0.15 • 6 5 r* 8 1/4- * NOMINAL (NOM ) AM WOOD BLOCK WOOD POST • W -BEAM WOOD BLOCK THRIE BEAM WOOD BLOCK FOR WOOD POST FOR STEEL POST 9M` tIM OW11. 3/4" (IN) DIAM. HOLE (TYP.) (SEE NOTE 2) THRI DI HI FOUNDA B' (N( F. r W -BEAM WOOD BLOCK CONTR( FOR STEEL POST TERM C w .2g "- 8 • wY t O — . a w a g m O E I g p o L t .= ▪ � $o � o .w 3 8 O A � U ! ~ Ol y NN L M w y w v US E F w a w n £ C _ E Q 1 y o g �a �1 E o Q iu S 0 1p 13 0 0. • E£ ,8 UtS _3 0�1e =_ 0 o i• m1 oil d W AU s Gi n E °c o- n� �' 1 taw $w �s �7 b V7 E— c is c �8 U 5 po • coNm WQ ��U _ N o') Y l0 6 r-, LL K 2N C �C grg e 3 - > Ell E El C •K L c Ej 0 2. 00u as F2 E 4>E w � E2 e gig a �'r rn5 ID CR 2.4 W < g q g0. N s 2bn qg gLcv 6 Zo __. V pi 62iN wXy O (og e l Z 0 n 1130011 112W :AB NMV(0O Ul SLOPE IN EITHER DIRECTION mnr.eeaar1e16.w.me. ria..or 110111.0■20~1•111,VNIMPOPORR Un. NA � 'Wpm G 0I oncury 3W aaa. acucirKmeaulawelva Ma/ VIM NVLIT. Z 0 W z 0 WNg O m Wrg V V z 0 APPROVED FOR PUBUCATION a 4', • z 1. Coir logs shall be installed starting at the bottom of the slope and working uphill. / f [ k/ / » k 3 2 ( \ 8 ( § m__._ w_ _. i I 0 § k 01210dA0 V w __ k \ s k S2 N ei JUNCTION BOX DIMENSION TABLE K O N se se i. ry N k m1 N 1 a t m .- m � k 51 .1: m H a 60 a b I OUTSIDE LENGTH OF JUNCTION BOX OUTSIDE WIDTH OF JUNCTION BOX IINSIDE LENGTH OF JUNCTION BOX INSIDE WIDTH OF JUNCTION BOX ILID LENGTH !,LID WIDTH CAPACITY - CONDUIT DIAMETER )4 VW < m u a w u N5 x? 08 OL(OJAO YSII :AS NMV80 N YD r D x O !.:.§.4>1 Sit _ N ;3>. 0 E? c2 ' o'g 3 rot 8 V • a t X20 N c v S g Bg E 8 Say -Da ppp po 04 CO W CO cQ d C m N N N O 7W� b T W Nri CD cos ii '� C� N a yy� L� 7 F UNI m W s, . CPW E y a i iWN $ m c V§E cgx « g ir ;la 3° t'-ft -Y_3 w g4 .. $1 m 'olW «yy itiu coa 3 mS ( c f • m vi � g c qi g ,2 oW l'§75 Al d em= w iu f4 1 c n 1 o h. {2{p NUL W vxd= ~ =0. ✓ d 3 O d Fn C t0 QD Q C E. dQ E~C ag m E. v •6 Cgg t5y gE U E No, REZ' ccc cc of D W Oai U) QL N �?D CI8 ,g .5 2 ._1 ., -yai -10 g" 5u) 8 ,10X0,0 t.dL c f- o 7.5 2,E44 27.6cN i A =tai °i a A ' 2-11, o i W E 1.11.1.00 1.73■01.0 MO 11,03 Willutlad VOW 40 JIMMY., ilYI6ACahliVix 3Ml IV Mu 1101110,1... Maw., an WIlMons o O Rj� 9 �/ O Z WZ 10• op, 5 coo 0= 00 4 F to SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION 41) 0 f m 3SYS AVMOVON d0 d01 O 4 aW rg d N 741 9 (00 ❑ Z t a1W oo LL �K pmz 22 u) z — Z- t Zoo sc o -J -- Y^ 'NM .S `LA { e r Ar (00 ❑ Z t a1W oo LL �K pmz 22 u) z — Z- t Zoo sc o -J O J L OZN . p n9 'IOWA n0. 0 W NAMAcoJ Y VOUILW srmu n.nauwAO.r.sxxve/....■ rnu 5.0.1.1W alltWoO Mq rIte*M4a Ym.V15 sVn `5r�01111 t 10.1.0 7011rM r". z 6J O o9 pK 6 0 I II NM 41 W0 pib r UUUwa Br w� IR RN LID LIFTING NOTCH - 114' x 3/4' SEE NOTE 6 IN r o11 La 11-E gt 0210JA0 VSI1 :AS NMV210 tu - Zllt� WO O ❑�L as. N ci0W E5 �lI a tow $cm SR.jJ aop0 = z� riPF All box dimensions are approximate. Exact configurations vary among manufacturers. _ a W � N g .13200m0:2- co .0 0 C N 0 3 m r a Ec S 0 rn�v C N C,4 C 00 -0. 3 `W 0 -6•0 - --P2''62 WE N C T9 C E y'2.5 S3 J W ovAgg4765,0 aW W N8 g voEQ2 N_cc € W v Y L. cm N m Q l30 E m E C W 0 L o LCt!rE924 '11 �{t f'�il W"UWL N Ec -Sfef E•m - E�W•tga vy E N W U N K J 0 SEE NOTE 8 SEE HINGE DETAIL TaTm oZ 0 t 0 u include (2) S S. nuts and (2) S S flat washers. Bolts and nuts shall be liberally coated with anti -seize compound_ co- J c c I• n to N at° my Et,m W m yna Vjd) Ewe 02 8(0.° $P • C O 0 C 0 o S. 22 E9 rnNx 0 O ▪ E o39 S N W W E 3 m f"2 0 u . mW cc n .Q ▪ E W w CS' C E O m • U a N 2 o E E C C m g 2 ,C C a 01 E a o E N v 2,-§ y� c 20 23 �8pU m 1 U — NNb) Et QJ 0w � d m Pc.,-a) 1)- Um m 1-U 8 2 0E 2 r a a 2g -53 0 z N — X o CLm O C c a0 W U J = >¢ O 0 a W W Us 0mo m° 200 2.0 72 Jr! gam WE 'P8 at 0 0 SD w -)ta $ `>-8 m t N d�0 Esi� T W E 8 W L C > J a o a v m 6▪ " 0 G W 24.3 8.281 a_0 P — W W C ym) $�J 3 W acv -0;.s O 03 0 N; 5g`' O H-§ $Z�$ 0n 02 0)'t N G G o3ii gt3c°i p In C E V — «� N •C C W J aa 0u5 c `or 0 y 3,15 ■08 To !E E.0 EXC W o O 0o1 C W E E U) o E M V ■ 1C t• m O) O '- N 030VdS A1N3A3 same 6 .9Z t du) z h 11 Nu) COMM i }� w ul a I flfl) I o 1 11 t1R IW IY 1 O 1 4. 3= ; • Y ( <3 NOILVONI104 iO MOM 301041 AZ ,tZ .9C .96 ONOJAO VSII :A9 NMVHO W z a LOCKING LID STANDARD DUTY JUNCTION BOX s a uan�.un3c.nvuw 11011.1101 + ;w,urc3u 3.us xau.w)ae 3w araa I®111t,W15SWALof(840 W01W MNp.w1 As was 3M11.07lvula.Il.Nv rremee+na.eeseel terto M.a se+ • 9 wag 0 4o ! ▪ W S 4 ? W Foap uh-W N CUL — z. .O cis w 1 rg El- O 0 a F en r b A ZL .9 30V40 03HSINII SH1 MO-39 minimum ..6Z HINGE DETAIL HANDLE DETAIL aLoiAa VSn :A9 NMViJa .LA JUL W 2 2 WV a O co YOiR 111Y0•p 1,01.00bOYGON41• Awn'I000 .aa 1103, vi M6,.611 Sk . SHEET 2 OF 2 SHEETS 6 0 0 v a a brI 0 41) O• QZQb SI W J z tb • • • • • • EDGE OF SHOULDER a U '0 J 3NV1 Ib 3NY13104H3A iglu) � 3HY1 aorilivi Zn !J, 0 1.5 119 In CO m 1130011 N834 :A6 NMV110 3NI1 dOlS rr 5 U K U b b TYPE 3 ADVANCE LOOPS TYPE 3 STOP LINE LOOPS 31.OYBanBwpB..nw�.o. WnalEY ABO3A6ICln/oWw'itvnanox. 339 ytn ll®HpW ptl33NPV3 M}3IYICY nM•Y314 STANDARD PLAN J- 50.72 -00 N 0 Z 0 0 U m a 0 co a. 4 b b b to b b z 6 ENTRANCE SAWCUT DETAIL TYPE 3 SAMPLING LOOPS LOOP NUMBER JIMIXMOHIPONI10//011.0/■• =NW 40 3WW8 ®.1.11".111.3.1.04k. v.1i2MOa�LL mxowo nnJa u5nMv,m uexmoow101r.11 1140% �QQ W K 0 z • s c• 2 M � ap \10 N0. uJ 'w � 8= 3NIl dO1S 1130011 NN3d :A9 NMvNO LIE az O J • • • ion W 7 0 s my z z LOOP NUMBERING LAYOUT DETAIL 0 m w W 113O0I1 NH3d :AB NMVUO 3N11 dOlS 1—Q� rc7 U U JUNCTION BOX LOOP NUMBER MARKING DETAIL .s, „ (1.,.,goa.nw.,,C>� .,1.; 31.1.1721.111.72 n Wina .10 .111314.13 csouumi..m4.wl1.0.01 r..0 w. `.1♦i d S $3 J r Z G 0 , t Z o g z c in 1:1 LL Z im 4 ♦a• •4' SHEET 3 OF 3 SHEETS • . • ••• , • • i • 0 • ■ t • 1 o • ■ . II 1 CO LL i —1 0 • .r L.11 ry m w2 8w Nm oZ 411110 .441.411.4. •• LL LL 1 • pEli f 4', TYPE 3A STOP LINE LOOP WIRING DIAGRAM 1 3N11 dOlS pt 5 13 c dQ g2 s r`o C M .E "6% W 0 §i1 W 1 g N Eg l -2572 2 Q ▪ Ufq W 5 229 la � � .50 N cig 5 8U o Q c3y 05 aai I I fns >U 2 a 5.01a co. C j_N C Q W 2.00i43 ▪ .6 $ yY C 1s- y to gna O ' 1 W Nv L OVW .o.g Q N Z cm 0 Z , N l+) 4 b 313UONO3 IN3W30 Z1011VIHOSV AO H1d30 ')fMN.E -'NI {01.8/4Z 1flQMVS d0 H1d30 PVC CONDUIT SIZING TABLE 0 LOOP LEAD PAIRS N <O re O z 0 I 2i011VHdSV dO H1d30 aaateownaraur.w ` cor .prnw. wwoMIWII watw 1.14tonn. rro.e mWournen. and ognosaerowv3axnv3.1 .am.a1s'MOM, 3x. 30,POP a.we n3n na s w Memaawn • .to.tre .NO INDUCTION LOOP DETAILS 53 F5 0 Z 0 o 30V4NflS 03AVd !0 d01 NIW T LOOP INSTALLATION NOTES y N U w SE CD a$ 00 W C c� °E Ol m -W F n in 0) sp m c O 7 V c n� G 8Y _ Ew E of T.0 .E t) 6. Install the wire in the loop slot as shown. g' i .c m C 2L80,08 x m E C EgT C 838 E i $ c ` W F 00 c e c s rn 0..c �,€ 00 LL 3£ 10. Splice the loop lead -ins to the shielded cable as noted in the Contract. "16.192114.1(EINIV100 MAMA., V MOW./ am ailiFa •/1,NawYW ew aaa w.rwi S a,w •l WOWOaaOlWl11PRWaV 'POO tM Q STANDARD PLAN J- 50.15 -00 SHEET 2 OF 3 SHEETS COO SPLICE DETAIL FOIL SHIELD yf• W ly J gr} g aazi Lli z" m bN o4Z U 0 E 4c 0 Q U 2 2 0 r z G EL 0 0 Q oz 0 ° O W 4 DETAIL "B" 3 t J mC7 er,onawwnw...m. winwa O OY�YW•LMII1a1C 111M.AM. IMMINS ..104/0 3011 31.1.1....3911,1019 INDUCTION LOOP DETAILS r w � $a 0 e' 0 re w W tK F m gO aUJ IA W 0 STUBOUT CONDUIT PLACEMENT DETAILS • • • • • z wZ 13. Q gCCt d g] t 4 C r88.2.4 A,Em0.-5 � gEV.o -8' E ctmv e;t Zc F.aLm 2-2..g a48E= 8�0;'E"8 ,8'E 3$ tl y! az0.CS.V2 ��2o r88�°�0 ;;g8if.i 2T.9m .- 842$`'6 agag oo cm1'0U a 8o 0 0 °O Nm Bm m x 8 704 In VIAll 4 IIOoW,00 - M1OrIner■ It II IW AO un rI014.Y Iv riwlur un bamsvl Ia FI on011 IO.Y .1Y 41PW Tat) VI WI YVIi.o.w�ra rm r rwarru Mt VW rtt FJ 0 i7 0 0 0 0 5N L! 0 0 � W f 0 H APPROVED FOR PUBLICATION 0 U 0 m8 y N a sO_ Ei rkirillirCi • D• A.■ II, 407 ql O Alf Ante tat Z' (fit avolniva---; ns) ©a0 AM40V4tl- i ii ii • re 0u Cu 9 00 ©avoa�iva —;; (.1.09,1N00 335) AVMOVOt3 --, nr ii N 2 O O j F O z O— < _o °w z 2 W m2 O z x c e $ 32 E -Z z 8 • f• og ! o U ? O a j Q J r O fi t,a (-29- 0 W wxK 0 W O � 5 2 Z(, 15 SOa Ni a 6 0 0 z W .?,(8 mZ N =,. 01000 a< O <Q U IO 00 Ca 00 m U U Jat. Gw 1 00 @ ® ® ®®®®900® V 2 U a w rc W 0 t O c7 C C 8 4 Z8 U OF F N O m'z 'SW z 2 W U U 9 8 mW d W W pp i J j W = O L. W<0 1 >Y <Om O aa - goQ 1 ao 4 O t U.2 UUO 2 H 2 9"'''' w 0 .0 i<a.�0 < K 6a W y Z baC -�pNa NC Z x O Ii ° 1 41 .:2��a17c! o'o g 8 i;,..5 Va w . t z Up� z E a sa � °— � F O w i� o wd O 0 K O O 0 0 0 -OR0 0 GALVANIZE @@@0® OaOdA0 vsn :AEI NMVaa 0000 O g O rc � � o W � o O as _ z 0 U mW , m O Egg“ 5 g r W 2 U z (oU C x W W O N O W W O 0 0 2 0 z6 z S a U KK � O 2 O� O IKY O 2 N 00 N g 0 0 N W 00000 0000 0 OaOdA0 vsn :AEI NMVaa 0000 O g O rc � � o W � o O as _ z 0 U mW , m O Egg“ 5 g r W 2 U z (oU C x W W O N O W W O 0 0 2 0 z6 z S a U KK � O 2 O� O IKY O 2 N 00 N g 0 0 N W 00000 0000 O 4) Qp v,r r , }) al v_1 r 1 i ) TOP OF PAVEMENT \TOP OF PAVEMENT c. /� N OR EXISTING OR EXISTING -� � 0 N��� . 4= GROUND °=) GROUND ...-,,,,5,Td 1 z 111..1 en g (C1.1 10 +611 - 0 a" c; I It r r• lir iI o I B ? I E C '-)ORS t.)DR1) I; 0 v= /SECTION VA SECTION �B O wig" ) or 1 '® )rt`' R4 O iD Y r © FRpM :F SHEET 1 _wiy -r - -i_ -_-� - - -- �- �,�1� y,J,- �'i'�' - -- .... -- will SERVN:EDIFF�ENr b'J',_ -� __ \ 1 -I -- - - - � i�,11���// � i , 0 0 ' TOP OF PAVEMENT o 1� .�-� ` 13 r © ©© {'SPY .��� �j 0 �r� OR EXISTING MI L /{ I r��. ("► .- ` GROUND ,T, IL.1•.A I. ar a1 r ) Y_A p v') IT .�. q, '-L) v , al '. Y'il Q i� 7.....r F� Z. i, ♦/ �_1 COMBINED GALVANIZED ) r I ITS - COMBINED ITS - COMBINED GALVANIZED STEEL I 41 0 ` � © `, I GALVANIZED STEEL STEEL RIGID METAL RIGID METAL CONDUIT ) RIGID METAL CONDUIT (RMCNIND , ITS - COMBINED CONDUIT (R ZED STEEL ) cti .- ♦� i/ h CONDUIT (RAC) AND - -y _-y RIGID PVC CONDUIT (PVC) APPLICATION. -y -� RIGID METAL CONDUIT (RMIC) AND RIGID RIGID PVC CONDUIT �Np�RC PC FIBER OPTIC CABLE ONLY, PVC CONDUIT (PVC) APPLICATION t. (PVC) APPLICATION APPLICATION NO METALLIC CONDUCTORS i��,, .. i. SHONM ' SECTION O I r- SEE ®CONTRACT D r ar r_) i5r m Y c_) • 6 cD:OR® '�` I G. .?t) r.p Q) - SEE u C► r ■ 13 i 0 r �' Cr Gjl 4,1) _� CRNTNUEEET 1 � �r,T � --7... ,��� I �-- I �'� �� __ �___ �,��.___ .. SERVICEIFFE ENT OR EXISTING _ &.-_• riA +-1'• --,...7.7.3*: .Kil -_. «_ I 1 -- .- .:::.:' I f .__`1 ,. C _e" - -� -"- 5�. O % -c }- © i'f GROUND °'-) 1 Ij ` I ii .� GI .•lr GI v1 I v4 ' 2"11.1 - j ` Co -, •1 .1 I t I ED © �1 0 illenk ITS - RIGID PVC '' I ITS - RIGID PVC CONDUIT (PVC) I al SH°WIl RIGID PVC CONDUIT �-_�_� CONDUIT (PVC) .1 i .... j__ APPUCATON FIBER OPTIC CABLE �-y-� ITS - RIGID PVC CONDUIT (PVC) APPLICATION �A ' �'�''�e � v- TION OE CONT 18LE (PVC) APPLICATION APPLICA ��� ONLY -NO METALLIC CONDUCTORS j- TOP OF PAVEMENT SECTION Qp PLANS CONTRM.R - Q ,, /, 0 �_� OR EXISTING a (111 0' �} GROUND . X40. Ai -AG k ' . ,rte . SECTION O � � is i " ~ IvF) O ri (f) E cOR i. . ) teal .-, 1+7. l / m - *� 1 § W CD , O r Q r ' Q i ® D O C O c�> DIFFERENT A � m i Ai o 9 � MN SE 1 !!i �!M __ ___i _ _ __ Q _ r ��� ,_ _ -_ arF� Q _ SERVICE 'Aie0I STB° D A ' Lini ,:ti --r6.0 osi,....0 .... R • d © TYPICAL ITS - GALVANIZED STEEL RIGID C? GROUNDING DETAILS GALVANIZED STEEL RIGID ITS - GALVAN�D STEEL _ _ ITS CONDUIT (RMC) APPLICATION _ ITS - GALVANIZED STEEL RIGID METAL CONDUIT �- -' FIEND (R METAL CONDUIT „ FIBER OPTIC CABLE ONLY - NO r' METAL CONDUIT (RMC) APPLICATION (RMC) APPLICATION (RMC) APPLICATION ^ METALLIC CONDUCTORS �; STANDARD PLAN J- 60.05 -00 O O O SHEET 2 OF 4 SHEETS O`d\„ O O` ir. O (,'.1 APPROVED FOR PUBLICATION ._, �w, -�fir a _ = = == r fi, a = _ _ v Pasco Bakotich 111 06 -16 -11 •... ■ y 0 •rib.� C. 0 arsendrreager dE \\ G. 4) � \ � WmirirgrM SbL WO/.r.ru.r. N Tranpomrrion •ll Q) 7) ,,:, 4) 4. al vT) vIr ED £S20 330 'OM WINO w MI £ V IiwI/YY AS aatevs „�M9 m. a. *WOW w MO LOW I@ • • 8 W aaoaao vsn As Nmvaa 0 RIGID PVC CONDUIT (PVC) APPLICATION _ NO0 0111.11110 r'* - . Nmnne• W. VAROMGO 3tYlf NOIDINfMM 3H! IV 3b NO LAW Vt 110,1VVITIVIEI 01101.W 6»' N.*. GILL AG aixos 'memo .012101000 0.33VON3 N93I V IC., SI 8. vaI APPROVED FOR PUBLICATION 1D 0 a i _c 8 E! r 9 ° ° $ 11:f y I bI'Ili E a IM /1o�a� 1 it 0 00 00 NIZED STEEL RIGID METAL CONDUIT (RISC) APPLICATION J i7 RIGID PVC CONDUIT (PVC) APPLICATION b WW 6 .w N ri 2x w N 0 1 1 i .- FNS _ 2 0 � I I 1111 i ._� e 1 1 .9 W J 0 0 0 z a Ko 00 OZ N p agw wa 85 WAD NM MAMA NAM MIA r MIMI M BMRLL A U3NNM'A0 3.0111 NOIONOM M 3N1 IV 3vi NO 41 .QW 0*IIiM WI MOM. MN N33NOkl ill A. 03N= 'meow 311I 3tli/0 ONeNY03H NY 1M YAWN wlaa WI• AN 161/• ..+1 atv o J1 ▪ -q3 00 N 0 Z 0. Z41 1J tg • � O p OC = Q F fA APPROVED FOR PUBLICATION u 1 t t 61 Zo ELEVATION • • • PULL POST w 6 (z zN = co O 1, CHAIN LINK FENCE TYPE 3 OR 4 - is • i t i* ggESSI ���ii ♦ i �.ii +�i +4i4i, L 0. 0.' wrca i rc L. g -w 7 R. g Z zw a gSU z U VMt 1 N =7 0.= LP T 0.-. SS<SS<U SN3a39 1119 A9 NMVUN7 DOUBLE GATE SHEET 1 OF 2 SHEETS SINGLE GATE W _o 00 z z H e ;=- 0 0 • • • A•£ o •. rc Z N pp F 0 .9 W- W VHms NHVW :A9 NMVMO w z uJ w z GENERAL NOTE T,-„, C m E5 I T1 3 T cQ m Li! � Lm ` C N yJ W effia Z m 10 N m Y 0 0 0 8 J _ SIXY „V. 3Sh11l3 s 1- ? N *SW .e» asdma g y •,Z VO 10" - ELLIPSE "B" AXIS g jcJ s -z .8 •••-•.0- ,1 a w w GRID IS 4" (IN) SQUARE SIXV 3Shcll3 -d 0 w a w SMXV .8.38d1113 .Z b SHEET 1 OF 2 SHEETS z < QFQ gg= U3� 44. O 4 c.r b r4K g9'4 zg _ g �<0 U ,/y W 1 ti II W iV LL 1 0, a h .4• .Cl SIXV .V. 3Sh1113 .0 -,C GRID IS 4" (IN) SUUANt .0 10" - ELLIPSE'B' AXIS H3H01313 AS100 .A8 NMVLJO z J Irl s re K 6 t g � WSW u02 0 5 g :L"..121;( zw SIXV .Y. 3SdI11 •R Si .9•,z .0•,e O H GRID IS 4" (IN) SQUARE cc 4si TYPE 75 TRAFFIC ARROW 1:13H3131H AS1O0 :A0 NMYMO SIGN SPACING = X (t) RURAL HIGHWAYS BUFFER DATA 8 rc LONGITUDINAL BUFFER SPACE = B 8 a 8 8 W V En Ou. FO Z za. aZ U W 1 8 8 2 8 8 0 8 8 Q is m Q8 i 8 8 8 8 8 8 8 8 8 25 MPH OR LESS 100'± (2) i 11 AVM0YO21 0NUO3sa I BUFFER VEHICLE ROLL AHEAD DISTANCE = R s EOw w�� 8 8 0 LLw0 UUC N N � e- 6 8 8 NOT TO SCALE 8 a TRAFFIC CONTROL PLAN 5 0 g i 3 W N I U E 8 58 a 4 5 5 LL m 8 2 F 0 5 s 2S a E s s W s Li a v • R m g R g ri e R 1 F U' 9 F 0 5 < i �so U 6. ALL SIGNS ARE BLACK ON ORANGE. NOT TO SCALE 0 8 � g a iV TRAFFIC CONTROL PLAN J G 1 1 7I 9 8 2 B 0 a 2S a E s s E R R e R tll 5, ' E 2 S s F, F, 5 d S m R R 5 r m R& R R S S $ w F r S S N < i �so U 6. ALL SIGNS ARE BLACK ON ORANGE. NOT TO SCALE 0 8 � g a iV TRAFFIC CONTROL PLAN J G 1 1 7I 9 8 2 B 0 a BUFFER DATA LONGITUDINAL BUFFER SPACE = B - BUFFER VEHICLE ROLL AHEAD DISTANCE = R i Z LL 8 8 NO SPECIFIED DISTANCE REQUIRED p N TRANSPORTABLE ATTENUATOR MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM WEIGHT SHALL BE IN ACCORDANCE VMTH THE MANUFACTURERS RECOMMENDATION. PROTECTIVE VEHICLE MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD THE WORK AREA S R mgr' N %s SPEED (MPH) I g r a MINIMUM SHOULDER TAPER LENGTH = U3 (feet) E a 8 8 S b SIGN SPACING = X (1) 2 25 MPH OR LESS 100't (2) 8 s° g 2 HP Wg SHOULDER CLOSURE - LOW SPEED (40 MPH OR LESS) IL 6 NOT TO SCALE a iV TRAFFIC CONTROL PLAN 1 1 'm 2 a W • • • 1- z S 8 0 8 8 8 8 MINIMUM TAPER LENGTH = L (feet) SIGN SPACING = X (1) 0 Q2 E S 8 a a S RURAL ROADS 8 URBAN ARTERIALS 8 8 S 8 2 8 8 8 8 8 8 8 25 MPH OR LESS 100't (2) w 0, N 3 8 8 Zj = J j r 0.18 0 0 ig 8 E 1S "g 8 82 W a rc W LANE ROADWAY N RIGHT LANE CLOSURE WITH SHIFT J H� 0 NOT TO SCALE TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT) 8 E- I I TRAFFIC CONTROL PLAN 1 rc 1 0 9a E a C 3 LL 8 6 Zfi S 0 m 8 5 a 30 FEET MIN. TO 100 FEET MAX. NO SPECIFIED DISTANCE REQUIRED 8 ; s c Y R iR D/ 3UFFE S R _ AHE TRANSPORTABLE ATTENUATOR MINIMUM HOST VEHICLE WEIGHT 15,000 WEIGHT SHALL BE IN ACCORDANCE W• RECOMMENDATION. PROTECTIVE VEHICLE MAY BE A WORK VEHICLE STRATEGIC/ THE WORK AREA. R SPEED (MPH) LENGTH (feet) 1- z S 8 0 8 8 8 8 MINIMUM TAPER LENGTH = L (feet) SIGN SPACING = X (1) 0 Q2 E S 8 a a S RURAL ROADS 8 URBAN ARTERIALS 8 8 S 8 2 8 8 8 8 8 8 8 25 MPH OR LESS 100't (2) w 0, N 3 8 8 Zj = J j r 0.18 0 0 ig 8 E 1S "g 8 82 W a rc W LANE ROADWAY N RIGHT LANE CLOSURE WITH SHIFT J H� 0 NOT TO SCALE TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT) 8 E- I I TRAFFIC CONTROL PLAN 1 rc 1 0 9a E a C 3 LL 8 6 Zfi S 0 m 8 5 a R MINIMUM TAPER LENGTH a X II 0 z z U N BUFFER DATA n E 1 a. a a a 25 MPH OR LESS 107* (2) URBAN STREETS A Y S R F, pW, W�W N J S 0, 2 W _ 7 p U W N NOTES 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2. ALL SIGNS ARE BLACK ON ORANGE. Z Z3 reo 7Q ''o Ce W W W ti D u' Q W 0 _U U. W J BUFFER VEHICLE ROLL AHEAD DISTANCE = R g w ~LL 8 1 7� s` v D R 0) 2 U NOT TO SCALE HT. G , iV TRAFFIC CONTROL PLAN 3 E U pa 9a C 0 fp 1 N a q i 8 m 4 0 0.1 0 `r PO 6i Zy 0 x S W L s Posted Speed (mph) S R A 3 3 3 L-2= 53g 0 Oy z� io 8� J o LL J= *-Q ZLL~ 3n� 2. FOR SPEED LIMIT OF 30 MPH OR LESS, USE SIGN W1 -3 IN LIEU OF SIGN W1-4. LANE SHIFT - THREE LANE ROADWAY CHANNELIZJNG DEVICES SEQUENTIAL ARROW SIGN L NOT TO SCALE TEMPORARY SIGN LOCATION (S MOUNTING HEIGHT) TRAFFIC CONTROL PLAN FEDAID PROJ.NO. i2 13 AO iR Ea W YI r)ia e s a a 1 fgii Set 2 5 LL W2LL R S b $ $ N N Y v R e A R 8 H E a W W 0 CHANNELIZJNG DEVICES SEQUENTIAL ARROW SIGN L NOT TO SCALE TEMPORARY SIGN LOCATION (S MOUNTING HEIGHT) TRAFFIC CONTROL PLAN FEDAID PROJ.NO. i2 13 AO iR Ea W YI r)ia e s a a 1 fgii Set 2 5 W 8 5 LENGTH = L (feet) 6 1 1 E 1 R A is R O W zz 0 z u In J Ak FLAGGING STATION 0 CHANNELIZING DEVICES INTERSECTION LANE CLOSURE - FIVE LANE ROADWAY PROTECTIVE VEHICLE - RECOMMENDED 0 1 NOT TO SCALE TEMPORARY SIGN LOCATION IS MOUNTING HEIGHT) 0 TRAFFIC CONTROL PLAN 0 FEDAID PROJ.NO. V 5 8 E s poi 2 8 e "a $ n C Y A S A x I E W 8 5 LENGTH = L (feet) 6 1 1 E 1 R A is R O W zz 0 z u In J Ak FLAGGING STATION 0 CHANNELIZING DEVICES INTERSECTION LANE CLOSURE - FIVE LANE ROADWAY PROTECTIVE VEHICLE - RECOMMENDED 0 1 NOT TO SCALE TEMPORARY SIGN LOCATION IS MOUNTING HEIGHT) 0 TRAFFIC CONTROL PLAN 0 FEDAID PROJ.NO. V 5 8 E -TT TTT T T Al x 1 SIDEWALK DETOUR SIDEWALK DIVERSION INTERSECTION PEDESTRIAN TRAFFIC CONTROL NOT TO SCALE PEDESTRIAN CONTROL AND PROTECTION fI c 0 a c 0 FED.AID PROJ. T. 1 i MINIMUM LANE CLOSURE TAPER LENGTH - L (feet) A 8 8 2 A 2 2 8 R R 2 8 N 2 MINIMUM SHOULDER TAPER LENGTH = U3 (feet) Posted Speed (mph) A 8 A 8 8 8 8 8 2 R 8 8 8 a 8 8 R 8 N 8 8 m USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN E. 0 8 8 w 8 5 8 2 a 4 O 0 ILI U a 5 a i A Iv TRAFFIC CONTROL PLAN r a a Z i 2 2 gi s R § a 7 W MINIMUM LANE CLOSURE TAPER LENGTH - L (feet) A 8 8 2 A 2 2 8 R R 2 8 N 2 MINIMUM SHOULDER TAPER LENGTH = U3 (feet) Posted Speed (mph) A 8 A 8 8 8 8 8 2 R 8 8 8 a 8 8 R 8 N 8 8 m USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN E. 0 8 8 w 8 5 8 2 a 4 O 0 ILI U a 5 a i A Iv TRAFFIC CONTROL PLAN r a • • • APPENDIX D FEDERAL WAY STANDARD DETAILS / u e", 0W 3 0)0 2 ua E 0w _ %§ 0 %F § b [ 0 0 2)\ �7• §[u 0 \0 0 )k /)m ( 2- W 0W<0 §&u } =0± 1/4" Y- GROOVE bJ Z u ± 0 5 k\ #VI 0 / Z ® kz 3 _ § ( < j§ o0z m 1 �� \ �ƒ §§§� N }j j\ (G + 00 o 0 0 mM Om W 7(( 7(§) <uJ 95 I E/o ƒue /22 ]$ i3 R 1- .\§@ u/I 10 § z ƒ< fee< �k3 > ƒ= E 02§ %(\} lob mw b§ k 2 §_ <± mg= zz W 0 a , <D ee zi < (g� PI-42 < ƒj / (a m era mz ƒ< 6== 0 £U §8$ 0Wz0 001- ow' e ow /m §) §�k ��} §Y ,§ %p §0_° §cL§x ZZ z4 512-,.., r -W o±� \ z�[ z +o\ §(\ °ne z�k \-- Qom 0u- 0 37z 0�6 - } \j § \�\ 0 / <_° < V) §G awe z �k\ �k��• k�� _lzk wj§ §} § <)\ f§w�ƒ �(w§ 1-§ƒ J \\ b2 0 . <0 «0=u < =e <x <c z_ 2E = w 2E S o W 2E a m '- u 1) < 6 0 (§ 0j §C0 WD 00 22= §)\ 20o V) <I- "" 7. MONOLITHIC POURS OF CURB AND SIDEWALK ARE NOT ALLOWED. 1/4" 'V-GROG 0 z Tr d , (v) 0 a CD O CEMENT CONCRETE CURB & GUTTER REPLACEMENT a CD O EXTRUDED CEMENT CONCRETE CURB FOR USE IN PUBLIC RIGHT OF WAY 0 04 —I E a. a EDGE OF SHOULDER EDGE OF PAVEMENT RIGHT -OF -WAY UNE DRIVEWAY WIDTH RESIDENTIAL 10' -0" MIN. 30' -0" MAX. COMM. /INDUSTR. 40' -0" 3 -LANE. 30' -0" 2 -LANE SHOULDER PAVING AREA 9 0.02 FT./FT, z 12" (MIN) w O SHOULDER WIDTH W (VARIES) 9' 0 8I xi OI w, w 0.02 -0.05 FT. /Fr 6' -0" (TYP.) w' 0I0 IGHT -OF -WAY LINE ?OSS' 0.02 -0.05 EXISTING GRADE ANNEINEMEMINSIMEMMEnnwiiiii POSSIBLE GRADE ( -) .`f SECTION A -A NOTES: 1. COMMERCIAL /INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY BE APPROVED BY THE ENGINEER CONSIDERING BOTH TRAFFIC SAFETY AND THE ACTIVITY BEING SERVED. ALL COMMERCIAL /INDUSTRIAL DRIVEWAYS SHALL HAVE AN EXPANSION JOINT LOCATED MID - WIDTH. SEE KCRS SEC. 3.04. 2. PIPE SHALL BE: A. SIZED TO CONVEY COMPUTED STORM WATER RUNOFF, AND B. MIN. 12" DIAMETER, AND C. EQUAL TO OR LARGER THAN THE EXISTING PIPES WITHIN 500' UPSTREAM, AND D. BEDDING SHALL BE 5/8' MINUS CSTC. 3. EXPOSED PIPE ENDS SHALL BE BEVELED TO MATCH THE SLOPE FACE AND PROJECT NO MORE THAN 2" BEYOND SLOPE SURFACE. PROJECTING HEADWALLS ARE NOT ACCEPTABLE. 4. ALL PIPE SHALL BE CLASS IV CONCRETE PIPE, AND SHALL HAVE A MINIMUM OF 12" COVER. 5. PIPE SHALL BE INSTALLED IN A STRAIGHT UNIFORM ALIGNMENT AT A MIN. 0.5R SLOPE (0.5 FT. PER 100 FT.) WITH THE DOWNSTREAM END LOWER THAN THE UPSTREAM END. 6. 7. 8. 9. PIPE MAY BE OMITTED IF ROADSIDE DITCH DOES NOT EXIST AND DRIVEWAY DOES NOT BLOCK NATURAL FLOW. DRIVEWAY SLOPE SHALL MATCH TO BACK EDGE OF SHOULDER, BUT SHOULDER SLOPE AND EDGE OF SHOULDER SHALL NOT BE ALTERED AS A RESULT OF DRIVEWAY CONSTRUCTION. PAVED DRIVEWAYS SHALL BE PAVED THROUGH THE RIGHT -OF -WAY WITH 3" (MIN) A.C., BUT NOT P.C.C. GRAVEL DRIVEWAYS SHALL HAVE A PAVED DRIVEWAY APPROACH BETWEEN THE EDGE OF PAVEMENT AND RIGHT -OF -WAY WITH 3" (MIN) A.C. ONLY WITH DIMENSIONS L =W. 10. SINGLE - FAMILY RESIDENTIAL USES SHALL SURFACE THE FIRST 40 FT OF UNPAVED DRIVEWAYS MEASURED FROM THE BACK OF THE SIDEWALK OR PUBLIC RIGHT -OF -WAY, WHICHEVER IS GREATER. 11. SEE SEC. 3.2.13. REV: MARCH 2014 an OP Fed PUBLIC ° 'd Way WORKS SHOULDER & DITCH SECTION DRIVEWAY DWG. NO. 3 -5 0c N_r 0 N cn m v m z 1 0 N 00 z v C 7J m 0 z sm 171.OZ A IVna83i A O) O • cm z m0 m Nmm DA Z m m 0 0 O P1 0 D N 0 P1 m 5. REFER TO SECTION 3.2.13 FOR DRIVEWAY SPACING. 4. FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' 0 0 NOIH1 .9 AVM3A1210 3.L321ONO0 1N3P130 05 O g g m. * W N Z 7. 2 C) N C A Cam m Am m m N A m- n r_, z n 0 0 Z W A 0 N ; ZfAJT W fj y - D z I z A DC -4 2 A ; O O D m O 0 > 0 m D A M D 0r �0 r z07 A0 2A A >z O(m/) Z NG) rn = 0 I 09 > W o) Dr 1 > X) W 0 m m A 0 0 Z 0 0 71m 0 0 It Z O N 0 C m 3NI1 AVM -30 X_ D _ 0 o Z cm co \ m 0 O xi �z 0 m m) z N 0 m 0 A z 4 -£ ONIMV210 1P/130 821f1O 33S Z �c 0 0 3m P1 O 0 0 4LOZ Aavn8e33 V —V NO1103S • 8 0 z O m • L SP A W N LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS. -n r DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER. 00 (n m0(, > m0 mm m XO mO M m m D; m -I ? N .Zm7 13 .Zm1 00 O0DCQ0 ZZ CI Zr 0M r `O \Zp — (7 ICr71 f+l LI -0 mm 0 mm D r(n(n _, Cr) T7 A A 0 Om5 cn r+<�77 0 -I I- mr . DW OZ m 2m Oj K<Dm< v Em • D i _<<�-< 2 D 1 o to C 7 0 1 (1) � Z 'L • (n r <r 1 m O▪ N 0 (• m*12oZ = 0)> (d T.< !7> 33� I c>m> z r L•W • NZrmo -lO P 0 Z (n Z m z-I zm �v 1 1 r. Z 0 m cf.) • •/• 4 —£ JNIMVaG 1IV134 eano 0 Z1 w r N 0 m m m 0 m �LOZ AdVilda3I z (� CO V 0) (T W N 0 - X 00 U) =D D >AA 0> Z KM m 2. (0 rzz� ZM G-) -I Z V); N 0 r �� 0 o; 00 Mm( mX �m O A = zz N -iA0\ ON cZ c) 0 A mm > mz pzml pm 00 Z r 1 00xi mp V)0 13 p -431q *C D 0 x nx A> A ON p�Dr X < _Ixi ZD > A Z> ? O� r V)r < 0 -< �D p 73 co rmxi> AV) m J_ N I I� O) 8A E N 0 l7 03033N SV .18VA 11VHS 3dOlS VaV 133V1 01 2103 £L'Z'£ N01103S 33S 3ONVH0 XVW z 30V8O AVM3A180 NOISNVdX3 H1d30 llfl3 SI H10IM l.VM3A180 HI 1NIO '2131V380 NO ,S L *.Zm) D �m nsp V' -UC Z 2D p m� ND m* WE -i A2 0LI ,V)p0 A X) ,4m mm m Nm r- -1 z oo �=o� -<-I p= A m W m 0 0 D 0)> W 0= r D mD eQr 1 C= �22Z 1'm0 N M Z Dm 4a 2 Z) z D co m N > O () 0 m0 'DVO Z<> mr -iz �c m -` C0 V) Z� z VU)m rn 2 M C 0 > Zm) D 0 V)<-0 Z m 0 m m z 71 P 0 ZP 0 ITmI i m < A _ xi o • • 4 • • • • • • • a/ a • • • • • • • • • • • • • • • • •/ 4 -£ ONIMVNO 1ro130 eano 0 N p 4 • • m P 0 c2 0 0 Fri O 5 Nm 8 m 0 0 F 0 z � Z • > O 02 n o N N 3NI1 AVM- J0 -1H01 • • 3" Shil (TYP•) Si PI C Cement Conc. Barrier Curb (TYP•) ler MIN. MAX. Minimum 1 5/8" 2 1 dewalk �pj��'�pj ante ese+e. ♦e.f4:4. B 5/8" 1 1/2" 12:1 N 1 2:1 00000000000000000 00000000000000000 00000000000000000 000000000.0000000 2' '�'l�' I� to ate 4 7/16" — urb /Gutter , -nli Cur Dummy Joint Cement Conc. Barrier Curb (See DWG 3 -4) 0.35' ± Saw cut 'Match Line' (TYP•) Sidewalk Planter b /Gutter DETECTABLE WARNING PATTERN (SEE DETAIL) LAND /N G 4'M /N MAR 2011 Dummy Joint DETECTABLE WARNING PATTERN (SEE DETAIL) DETECTABLE WARNING A PATTERN AREA SHALL BE YELLOW, IN COMPLIANCE WITH 8 WSDOT STD. SPEC. 8-14.3(3) PLAN 17.1 1..C) ELEVATION DETECTABLE WARNING PATTERN DETAIL arrOP Fe 0 ��q PUBLIC a Y WORKS CURB RAMP WITH SIDEWALK AND PLANTER STRIP DWG. NO. 3 -8 MIN. MAX. A 1 5/8" 2 3/8" B 5/8" 1 1/2" C 7/16" 3/4" 3 7/8" 1 7/16" PLAN 17.1 1..C) ELEVATION DETECTABLE WARNING PATTERN DETAIL arrOP Fe 0 ��q PUBLIC a Y WORKS CURB RAMP WITH SIDEWALK AND PLANTER STRIP DWG. NO. 3 -8 (TYP•) 4' 3" Shiner (TYP•) Sidewalk 00000000000000000 00000000000000000 00000000000000000 00000000000000000 Saw cut 'Match Line' PP-) Sidewalk Curb /Gutter Curb /Gutter Dummy Joint Center of Curb Ramp as Marked in Field. DETECTABLE WARNING PATTERN (SEE DETAIL) Cement Conc. Barrier Curb —\ (SEE DWG 3 -4) 0.35' ± DETECTABLE WARNING PATTERN (SEE DETAIL) DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COMPLIANCE WITH WSDOT STD. SPEC. 8- 14.3(3) MIN. MAX. A 1 5/8" 2 3/8" B 5/8" 1 1/2" C 7/16" 3/4" D 7/8" 1 7/16" REV. MAR 2011 DETECTABLE WARNING PATTERN DETAIL °o ,c1, COTT OF &rad Way WORKS CURB RAMP WITH SIDEWALK (NO PLANTER STRIP) DWG. NO. 3 -8A • 3" Shiner (TYp.) ".Western Groove" (TYP.) Sidewalk 12:1 00000000000000000 00000000000000000 00000000000000000 00000000000000000 Rolled Curb /Gutter • Dummy Joint Center of - Wheel Chair Ramp as Marked in Field. Restore Asphalt pathway to original location level with back of concrete ramp (Max 8% slope) 12:1 Saw cut 'Match Line' (TYp•) Sidewalk Rolled Curb /Gutter Distance will vary Dummy Joint (TYP.) DETECTABLE WARNING PATTERN (SEE DETAIL) •EV. MAR 2011 DETECTABLE WARNING PATTERN (SEE DETAIL) DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COMPLIANCE WITH WSDOT STD. SPEC. 8- 14.3(3) A PLAN ELEVATION O DETECTABLE WARNING PATTERN DETAIL MY OP °0 pip PUBLIC Qfr �IVW WORKS CURB RAMP WITH SIDEWALK (NO PLANTER STRIP) DWG. NO. 3 -8B MIN. MAX. A 1 5/8" 2 3/8" B 5/8" 1 1/2" C 7/16" 3/4" D 7/8" 1 7/16" A PLAN ELEVATION O DETECTABLE WARNING PATTERN DETAIL MY OP °0 pip PUBLIC Qfr �IVW WORKS CURB RAMP WITH SIDEWALK (NO PLANTER STRIP) DWG. NO. 3 -8B • • c% e0 m I a 2 • b CND O O O 0 O 0 0 N O U O w N 0 0 a 0 J U J Z a L 0 W 3w Jv v a : gm 6 FU w w� O 0 N w 0 Z Z aL a- Lai N 2 m nce ce o •N O 02 1 L NVH OIM )IlVM301S 0 EXPANSION JOINT Z W W cn a D w I- Q�_,,I Z 0,, W O xZW0 OO �MWJ OQON m ii Wa Z0N0 re Or, J_dZJ O 0"- QOWZm 2>HOy a a= NaNmQ !- WO W22EI x XL,- MI—I x emCO MwZ =a w OOZ ZwUGH O • U�J Z ,-ZZw Z J ZZce U <W wa MxZfm WOm O Z 6 M W w F FZtr XO QQ 0.-D w0 D0 4.0IL wa fzHWM UdW <LU Q am mao m wt,_ mM?Zrx Z01- OWL6L1E0 0 W WW0WW O CV G U N'b La cem W D O U O 'z o V 7 � 0 L g ri- ce co I- ce co o w Z~ O Q I— —• a 1 wI- D O w= J H cn m 0 <1 0 O to 0 m U ° W CURB AND GUTTER ISOMETRIC VIEW 1/) H O z z w z Qw=LL �a 5 --0 >0 wwOw, 0Q ce?LLO UO aOD. LI wm ZO w 0wZg JoW _ >.Z co �<W D m CO -2 <OW� XLL (HOmw cold OWF=((1) Oa'O ZLLwOF FLLZ Z -ZZg Z? ZDOJ LL w U cn DWW TWO WW UZuJ cnZd ji m ZZq -0 0J L Q ilcccr MFwoo ODD W0 ~ .-W W0° 2z?w QM <<m J W F 2' -11i- mmoom OF0 =gz }� Ugw U ZOc ww0mw 0Od HF-Qi) <H � N 0 co REV. JAN 2 Cl w J Z 0, U N J Y m� a3 • • 00 w W v m01 Z z J • z z 0_0 < o 0_ J ? 6 m H K w wO0 0 N oar3 00000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 z J a co N co co n CD 0 DETECTABLE WARNING PATTERN DETAIL 1- z' Z_ z O p WO d N Um� M 1 6 O p LO 0 O m g a W o z O N NQO 0 .vf ow 000 W '�0!0� W O 0 WUra mz a ~zp 4E5/ a- 3 6zar� m0 OUO '' Op2E w" 0 Z j WaZ U=� �jOW a Q00. WEE Wy0 arW Q W2i °�-Q wow ��� �dK5d "'0 oa 00 yfo U �mJ W7Z a 6 zW M ac,.) y i 9w z zo!OL 2 00 ; NN O0)Q OOOZ 0 N ~O c• M M 0• z 0 z 67 � M CURB RAMP PLANTER STRIP AS REQUIRED 3J N N H z_ O Z 0 N z 0 X w z_ 0 a N J w p N 0 p ce p Z H N } Q J ce w p w L._ w w N MINIMUM DEPTH OF CONCRETE THROUGH DRIVEWAY SECTIONS. 0 L._ NOT DEVIATE MORE THAN 1/8 INCH J J w= U Q Z cx — O d W p Z w _1— Q w c �0 N H>- 0 C O 0O Z = J Q 3L=i) CONCRETE SHALL BE CLASS 3000, WSDOT SPEC. 8 -14. REV. MAR 2011 d zM M 0 w J 0 H D (0 < CO 0 O C w w O CL o � aw O • CI J L-m O 0 w= Q CO Z g 0 Q w J 0 W 0 0 0 0 a fA 4U *XYVI . 8 0 0 Z d 0 0 1. SEE SEC. 3.2.10 FOR LANDING REQUIREMENTS. z U z_ z J z 0 V 'W V / U co J Y CO d' 0 a3 • • • § MIDDLE SEE MUTCD SEC. 6F.60. TYPE II BARRICADE INFORMATIONAL SIGN co W 0 ce et • MZ lois { /(k ESSENTIALLY PERMANENT = t/ 2' MIN. 3' MIN. 11 Ng PORTABLE BARRICADE NOTES: 8' MIN. 12" MAX. DEMOUNTABLE OR HEAVY ESSENTIALLY MOVABLE k WIDTH OF RAIL LENGTH OF RAIL HEIGHT TYPE OF FRAME FLEXIBILDY co W 0 ce et RAISED PAVEMENT MARKERS O (n J Y - - - - -- Rev. NOV 20141 (n 0 Z J Q w Z 0 _I Q W Q 2 W 1- i= ~ Q 0Z W )- CL =U0 QL W m m Zw J O J _J QQ z= (n 1_ >bZ (noZd YE Q W �F- 2 a_ < n W D W� F =U�= z (n w 0 Og >J -I 0_ QQ ,- mwQ W J W WO = . 0 0 Z z (n 0 J U~ 0 p i °Ict LLJ Z � Z W SC CC O m 0 F- U 0_ 0 CL =IN ~� � 0 m L L J W WF=Li_ J J CC U U p� W O F- LiJ 0 C z - z U � w UQ �Q = � O (f) O _ � I O Y O O z Z mLn ( 0_ W W 0_w O p - Z m J W 1-O ct J(~n -w 0Q d �N �N� ?Q <z J UAW =W (nO 0_ CC (W OW ~ 0WF- 0 W (n W m W e D W._ W W }W Z_ W W W 0 (n F_- V) F= ET_ ..n �m �Q �0W 0 �(/) O �(/)O F-U (Ni WDp] Z Q WDm WDm _1 (n _1 W W J w (D C.) 0 W O W O Jg J= WQ =ZZ 0 W =�W U 1000 Z QW QU HC �aa �(nz �(nz W Z F- LLJ E E W U ZU U W Nm I�� 4Q If)�� (n (O Imo(ui OO(I�i W C N W a_ 0_ J W Z CC Q U Z W 0 IX � 15 0 O E O I m B DOUBLE YELLOW CENTER LINE (DYCL) A n' YFI I (1 \A/ 1 !KIP- WHITE EDGE LINE (WEL) 1 4 WHITE LINE YELLOW EDGE LINE (YEL) An' -- I Am 'TYPE 2Y RPM (TYP) <1 ' - -- . _ - _ SEE NOTE 7 o 0 -cn I Ja TYPE 2YY RPM (TYP)--/ 1 H �� o , RAISED PAVEMENT MARKERS O (n J Y I / 4', \ I I <I> I Ii V \ % 4" \ SEE NOTE 6 1 ■ cf L`Y- 'M 1 AM 'M V 8 ol_ 4.', J J 0 .._. V) w Z J 2 a- CO CC 0 Z N N �� W g L w z (3_w Ld o ct 0 / u-) i • • • —J Q LLI 0 « @u± 7 \ / } # U ± \\ END TWO -WAY LEFT TURN LANE � 40' RPM spacing 4 4 LLJ 0 Rev. NOV 2014 RAISED PAVEMENT MARKERS See Table 3 Taper length = T, x taper rate 0 0 U N N �L O �3y O 8 U Q U 3o o a • 9 a) N 0 a o U °oa a0 .� o• ��(3? c o of o m -o _0 a`) O • 00 a) y N f02� a) 00 a- u/ Z O O . O. 00 p RI) 22 2° v n 0 1) 4) 0. 0. 0m as O �0 u u N c a) E Z • N O o c E c 0) _oEa O c O N 0 O -0 • O m O 00 00 m Nr a) c U •0 (�J . o '7, • O O a CL a 00 3-3 z c 0 U O O a a 4) C 0 -`o 0 0a) O a • O 0 0 N ¢° Taper length = x taper rate m -5, ID Y • 0 o E a c c E3c > C 0 a0U -0222 ?1,15-E • 0 7 LEFT TURN LANE 8 +1 8 4) O O 0 / c M ao N .g M a Z 2 Z oc-) 0 Z O . .a '-^ o o a O 0 H Z E 0 N 0 O N Two -way left tum lane, see Dwg. No. 3 -18 TWO -WAY LEFT TURN LANE LEFT TURN LANE 0 2 o Z N a) a. 3 t O TWO -WAY LEFT TURN LANE ALE 3 hL E O 0 ul M a r, V) (V O a E ° °'p op C Za) � N 0 ^ V)hM NNE 0 a) -O-0 C. Z L L -C -C ) a) as aaaaa o a E E E E E E E Cl N .1 C) M (V TABLE 2 t 0) U a O 0 ul M a r, V) (V O oo 3 J 0 u7 en v M M N 13 13 r .c r r L 0 a) as aaaaa a EEEEEEE a (0 °v °� °N Rev. NOV 2014 a) 0 a0 h O U� h O V) - o 0 u7 en v M M N TABI CD y a) aaaaaaa EEEEEEE Rev. NOV 2014 w w w Centerline Crosswalk Stripe Crosswalk (TYP•) Lane Line Centerline Roadway IF- ► Centerline 7— —7' g'y � �� Curb Ramp 5 4 (TYP) �� —18" STOP LINE CROSSWALK STRIPE DETAIL TRAFFIC ARROWS TYPE 1S, 2SL, 2SR, 3SL, 3SR, 4S, AND 5S - SEE WSDOT STANDARD PLAN M -24.40 "SHARKS TOOTH" YIELD LINE SYMBOL - SEE WSDOT STANDARD PLAN M -24.60 HANDICAPPED PARKING STALL SYMBOL - SEE WSDOT STANDARD PLAN M -24.60 BIKE LANE SYMBOL - SEE WSDOT STANDARD PLAN M -9.50 PREFERENTIAL LANE SYMBOL - SEE WSDOT STANDARD PLAN M -7.50 Rev. NOV 2014 0 z — 6 N M 0 cn CD Z Y W Q 2 H Z W E W Q o_ m 0 W Z Q J -J W 0 CO 2 SEC. 3.8.9 WSDOT /APWA 9-03.1 2[4] Li LLI f%1 N N W I- 0 N M 4 In z w w 0 z ?Q I-0 0 U ct 0 E ,cr aaO JO J 0 3 \w L ix }w ow Zw o W j N W Z W I a0� - I �= w�r r co � N w O M- h —OK 0r �r J U 2 02 J W �0 w0 L — 02 D2 Z Zoo aW mW rY Lwm 0 ZO ,U) wiz ct < U W W W 2 W � W W 2 0 2 3 3 >- r Y N Yam ?w Ww OZ� W� O_, ZO 00 03 Owe wre O cu z 0 1- V w 1- Cis z v L 0 0 Y m m 0 d FILTER FABRIC 'XVVI 1H913H 1N311NNV8113 ORIGINAL GROUND J O Z ij W Z SEC. 3.8.9 WSDOT /APWA 9- 03.12[4]. W W V) V1 O N LESS STABLE Q LJ c O N a DM ~=U Q �- N wo <1 QY O U Q2 �E0 Oce 0c3 Z ow oww 30 w3- ct- Cr N 0CC O W Ow CC 0 Z w�� W w 0 CO CO �WZ }c < 50 Cl_ j V U00 Now w W w w4JQN o ZQ mwiO J Z w 0 0 0 S~ wow Et ct 000 I- _JX U O V H J w BE REQUIRED AS RETAINING 6. ROCKERIES SHALL NOT JULY 2014 0 Y IX m0 a_ 3 §§ 0-• 0+ u,§ A� k » z 1. SEE SEC 3.8.9. 2. SEE WSDOT /APWA 9- 03.12[4]. }� ®/ k ) \ƒ § \ )k§ 7. ROCKERIES SHALL NOT BE USED AS RETAINING WALLS. 0 NOTES FOR CONCRETE STEPS: CONCRETE: CEMENT DIMENSIONS, h 7" MAX., 5" MIN. Vi re Lu 1- Z W o W m W (/) 41 IX ¢ CC 5 Q N IX 14.1 CC N W W ~ J 2 < H W 1- in o° w� _Z Ww m M J f0 W2 JW • - � Z =tea' N§ O w 0= u) U m O XI— K J J - W J m 0 N N 2 O W 0 0 0 1 d N� ZNWN ZQF �� =JH CU'MN &j L o0 O NI- K0 F K Z W 0. W W W W W O HO m2 V) tx O W N r7 4 MIN. LANDING MIN. LANDING CONCRETE STEPS PLAN 7. MAX. VERTICAL DISTANCE BETWEEN LANDINGS IS 12'. NOTES FOR HANDRAILS: GALVANIZED STEEL OR ALUMINUM (40 GAUGE MIN). 2" O.D. ROUND OR OVAL PIPE. POSTS (Ni M 4 rl O REV. Jan 2014 • • REV. NOV. 2014 2 FOOT WIDE, X" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) CURB FACE 14' 150' (TYP.) in —7 AVEMENT WIDT1 RPM TYPE II (WHITE)+-' A Al1 _ PM -- O --h—.J PM TYPE II— YELLOW (TYP. AT • NTERLINE) WI[IITE PLASTIC MARKINGS PER WSDOT STND PLAN M -24.60 (TYPICAL) 8 B SIGN DESIGNATION / SIZE W8 -1 BUMP 30" x 30" W8 -1A BUMP AHEAD 30" x 30" W13 -1(15) 15 MPH ADVISORY PLAQUE 18" x 18" NOTES: 1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES 2) WHEN 2 OR MORE BUMPS, REPLACE W8 -1A WITH W8 -1A(S) (BUMPS AHEAD) N 0 co 0 7' 7' SECTION A —A — PARABOLIC CROWN 2 FOOT WIDE, 1¢" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) I 6" I TAPER GUTTER STANDARD CLASS D OR CLASS C MIX (TYP) TACK COAT (TYP) SECTION B —B (CURB AND GUTTER) NOTE: 1.) PRIOR TO SPEED HUMP CONSTRUCTION. THE ENGINEER MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A SMOOTH TRANSITION. SECTION B —B (SHOULDER) Way e VWay WORKS SPEED HUMP DWG. NO. 3 -26 2 FOOT WIDE, 7¢" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) AVEMENT WHITE PLASTIC MARKINGS PER DWG NO 3 -20 (TYP) A —6' 0' G' 100' (TYP) N zm in ,Iii n (n (n333 N b Z B WHITE PLASTIC MARKINGS PER A WSDOT STND PLAN M -24.60 (TYP) RPM TYPE II- YELLOW (TYP. AT CENTERLINE) SIGN DESIGNATION / SIZE W11 -2 MAN WALKING 30" x 30" W8 -1A BUMP AHEAD 30" x 30" W13 -1(20) 20 MPH ADVISORY PLAQUE 18" x 18" W16 -7P ARROW DOWN 24" x 12" NOTES: 1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES 2) WHEN 2 OR MORE BUMPS, REPLACE W8 -1A WITH W8 -1A(S) (BUMPS AHEAD) 3) USE YELLOW -GREEN SIGNS 4) USE S1 -1 INSTEAD OF W11 -2 FOR SCHOOL CROSSINGS `a, CURB FACE 8' SECTION A —A — PARABOLIC CROWN 2 FOOT WIDE, Xz" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) 1-1' -2 MAX 3' TAPER STANDARD CLASS D OR CLASS C MIX (TYP) GUTTER TACK COAT (TYP) SECTION B -B (CURB AND GUTTER) 6" MAX. 3' TAPER NOTE: 1.) PRIOR TO SPEED HUMP CONSTRUCTION, THE ENGINEER MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A SMOOTH TRANSMON. SHOULDER SECTION B -B (SHOULDER) REV. NOV. 2014 ��p PUBLIC eff'd VWEV WORKS RAISED CROSSWALK DWG. NO. 3 -27 2 FOOT WIDE, )4" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) —6, 10' 100' (TYP) =7 A RPM TYPE II (WHITE) Al1 RPM TYPE II- YELLOW 1 (TYP. AT CENTERLINE)I WHITE PLASTIC MAIJKINCS PER WSDOT STND PLAN M -24.60 (TYP) ME 3 �z1. N 100' (TYP) g -• LO m wz SIGN DESIGNATION / SIZE W8 -1 BUMP 30" x 30" W8 -1A BUMP AHEAD 30" x 30" W13 -1(20) 20 MPH ADVISORY PLAQUE 18" x 18" NOTES: 1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES 2) WHEN 2 OR MORE BUMPS, REPLACE W8 -1A WITH W8 -1A(S) (BUMPS AHEAD) 0 N 0 CURB FACE 8' SECTION A -A - PARABOLIC CROWN 2 FOOT WIDE, X" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1 }-1' -2 MAX 3' TAPER STANDARD CLASS D OR CLASS C MIX (TYP) GUTTER TACK COAT (TYP) SECTION B -B (CURB AND GUTTER) NOTE: 1.) PRIOR TO SPEED HUMP CONSTRUCTION, THE ENGINEER MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A SMOOTH TRANSITION. SECTION B -B (SHOULDER) REV. NOV. 201 Fe '_ OP � o Way erg VWay WORKS SPEED TABLE DWG. NO. 3 -27A SEAL JOINT EXISTING ACP NATIVE SUBBASE EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BAR PAVEMENT RESTORATION LIMITS, 1' BACK FROM EDGE OF TRENCH (3' MIN. WIDTH) MINIMUM 3" HMA CL 4" PG 64 -22 (COMPACTED DEPTH) OR MATCH EXISTING WHICHEVER IS GREATER ACP TRENCH RESTORATION PAVEMENT RESTORATION LIMITS, 1' BACK FROM EDGE OF TRENCH EXCEPT IF WITH 3' OF JOINT THEN REPLACE TO JOINT 3' MIN. WIDTH EXISTING BASE 5/8" MINUS BACKFILL FOR TRENCH 1,2 MATCH EXISTING DEPTH PCCP PAVEMENT IS TO BE CONSTRUCTED PER WSDOT STANDARD 5 -05 .25' MIN. NATIVE SUBBASE SEAL JOINT EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BAR .25' MIN. PCCP TRENCH RESTORATION PAVEMENT RESTORATION LIMITS, 1' BACK FROM EDGE OF TRENCH EXCEPT IF WITH 3' OF JOINT THEN REPLACE TO JOINT 3' MIN. WIDTH 15' MIN. EXISTING BASE 0.5' BAR LENGTH 5/8" MINUS BACKFILL FOR TRENCH 1,2 MATCH EXISTING ACP COMPACTED DEPTH WITH HMA y2 ", PG 64, -22 MATCH EXISTING DEPTH PCCP PAVEMENT IS TO BE CONSTRUCTED PER WSDOT STANDARD 5 -05 .15' MIN. W% /Ii ∎ ∎ % //4"∎ % /'I� ∎ ∎ % /'I∎ ∎∎ NATIVE SUBBASE ACP OVER PCCP TRENCH RESTORATION EXISTING BASE 0.5' BAR LENGTH 5/8" MINUS BACKFILL FOR TRENCH 1.2 NOTES: 1) FOR TRENCHES LESS THAN 18" WIDE, USE 100% CDF FOR TRENCH BACKFILL. 2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT -OF -WAY SHALL BE MIN. %" CSTC. JULY 2014 avr a• Fe 0 p� PUBLIC era my WORKS TRENCH RESTORATION DWG. NO. 3 -28 2/3 HT. OF TREE 1' 0" MIN. FINISH GRADE ROOT BARRIER (TYP., BOTH SIDES) j BACKFILL WITH CLEAN NATIVE SOIL REMOVE BURLAP FROM NOTES: TOP 10 OF ROOT BALL ADD 3 WATERING RING PLANTING: 1. Dig hole 2 -3 times the width of the root ball and as deep as the root ball. Do not make hole deeper than root ball. 2. Remove containers, biodegradable pots, synthetic or treated burlap, wire, twine, or ropes. Leave natural burlap in place and fold back. Loosen the roots and spread or cut circling roots. 3. Place top of root ball even with or slightly higher than soil grade on firm soil. Do not add soil amendments or gravel unless approved by Public Works Director. 4. Install 4 "x 24" perforated drain pipe; fill with drain rock. Pipe shall not extend more than 1/2" above finish grade. 5. Back fill with clean native soil. Firm soil around the root ball; water slowly and thoroughly. 6. Mulch around tree with 2 -4" wood —chip mulch. Do not place mulch next to trunk. ROOT BARRIER: 1. Root barrier shall be rigid High Impact Polypropylene treated with UV inhibitors, minimum 18" height, with 1/2" raised vertical ribs 6" on center, or approved equal. 2. Install root barrier in continuous 24' strip, centered on tree, next to sidewalk and curb according to manufacturer's directions. Exposed edge shall not extend more than 1/2" above finished grade. STAKING: 1. Use 2, 1-1/2" by 8' —O" rebar tree stakes. Do not drive stake through root ball. 2. Attach tree to stake with canvas web belting or rubber, using a figure -8 formation. TAGS: 1. Remove tags after inspection. 1 vT..�i ,:... rrrr. �OOi••OO +2 ■ MIN. 2X ROOT BALL CANVAS WEB OR RUBBER TREE TIE 1 1/2" x 8' -0" REBAR TREE STAKE (2 TYP) 4" PERF. PIPE, FILLED WITH DRAIN ROCK WOOD CHIP MULCH SIDEWALK pgRj -t1 .o. 1' -6" MIN. IRM NATIVE SOIL NOT TO SCALE JULY 201 - mrr OP -� 20 ��p PUBLIC erad ay WORKS STREET TREE PLANTING IN PLANTER STRIP DWG. NO. 3 -29 N GEMENT BELOW Z w w w V) ce O M .. J I`• wM•. m J • } w w2w.. w. • N N. • w • o aS N0 W W W •• < - O 1 Q w'. 0 > . z0. m a� CD 0 :.. X • Cr IL ce U M F- M o 117¢ w LA 0 ce 1- W N a ce x N V N a. CI a .. Cl Q 0 Ci ) ' /1111 \\ \`mac CI Q • • a • V p v o d � 0 a. <O w • 0 w Y CO J fn Q ■ Z N 3. • i-oz vo.. c.) ce VI Z IL O F ma_2o -)av)z Q o o a V a a N . a' • V, Q 0 a a a o� C • a' V a. a' a v p v V a d o• ov Q 0 FOR LANDSCAPING. IF INSTALLED w r F '- r 0 mw W F Z Z Z < Q� z °o oz Waw C 2 5 LA, F • z Ce ▪ w 03 N 141- - mw m O J J a=1- o N • U (1, -wx H Nw O . rw Z� CO z F U O J w 2 F LA_ rr W J J 2 N ce O F U 1- F z 0 U W 2 F 1- 5 0 z 0 U z I- 2 O O J W eL W V) w c- Fi, 0 W 2 F w wz 05 zz W F W 52 J F Q = F z3 Ox O - m 0 ' O 02 F .w N0 REV. OCT 2014 0 zo C7 M � M 0 V U Y m0 a3 SOUTH 320TH STREET 0 0 N O U) N • SEE ENLARGEMENT BELOW H w w ce N SOUTH 320TH ce U • DQ v Z w O 0 v I • Z X Z� O0 0 w V 0 z O X z v v a- O z -,Q VV)) • • REV. OCT 2014 z 0 Q U 0 J W 2 L_ w J J Q 2 V) 0 1- U Q z 0 U W 2 H 3 0 z O U c 00 z H W 2 a C7z J H WO - ce Nw W Z 2 3 Z W 0w z� O H g3 N O z m O � w w O H 0c� Z 0 • d r 1- m 2 V) v • • • DQ Q • IRRIGATION SLEEVE (TYP) • • OPTIONAL HYDRANT LOCATION 0- N W PLANTER STRIP v v o • J w c D - a a H W Z z U a } J z r O a a Z a O O d J N RIGHT OF WAY Q) t c a) -o U t U a) D 0 0 0 0 t 0 0 0 J c 0 OPTIONAL HYDRANT LOCATION a • v o a vD w • 0 a r H RIGHT OF WAY co a H W Z Z J D < O et O M a J >-o< - Q U Z CT O O a J N a) t c a) U U a) a) 0 c 0 0 0 0 J 0 L REV. APR 2012 d z 3 M p Z 0 1- 0 0 J H Z re 2 W LL 24" 72" --I %�i�i URBAN ACCESSORIES H 18 KIVA MODEL GRATE OR APPROVED EQUAL 4' x 6' TREE GRATE HALF PLAN SHOWN. FOUR PANELS REQUIRED EACH TREE SEE DETAIL 3 -30 PVC IRRIGATION LATERAL CURB BUBBLER TREE GRATE SEE DETAIL AT LEFT CAST IRON FRAME ALL 4 SIDES, TYP. EBAR STAKE (TYPJ OOT BARRIER, '- TYP, 4 SIDES wo FESTIVAL OUTLET SEE STD. DWG. 3 -32 ROOTBALL PLAN (GRATE NOT SHOWN FOR CLARITY) 4" PERF. PIPE AND RISERS NOT TO SCALE NOTES: PLANTING: 1. Remove ball. 2. Remove containers, biodegradable pots, synthetic or treated burlap, wire, twine, or ropes. Leave natural burlap in place and fold back. Loosen the roots and spread or cut circling roots. 3. Place top of root ball even with or slightly higher than soil grade on firm soil. Install irrigation. 4. Install perforated drain pipe; fill with drain rock. Pipe shall not extend more than 1/2" above finish grade. 5. Back fill with clean topsoil. Firm soil around the root ball; water slowly and thoroughly. 6. Mulch around tree with 3" pea gravel to bottom of grate. ROOT BARRIER: 1. Root barrier shall be rigid High Impact Polypropylene treated with UV inhibitors, minimum 18" height, with 1 /2" raised vertical ribs 6" on center, or approved equal. Install on all sides. F0 N INSTALLATION PER MFR'S. SPECIFICATIONS CANVAS WEB OR RUBBER TREE TIE 1 1/2" x 8' -O" REBAR TREE STAKE (2 TYP)- SEE DETAIL AT LEFT FOR ACTUAL LOCATIONS 3" PEA GRAVEL, FLUSH WITH BOTTOM OF GRATE BUBBLER (2 TYP.) SIDEWALK ROOT BARRIER (TYP., ALL SIDES) BACKFILL WITH / CLEAN TOPSOIL REMOVE BURLAP FROM TOP 1/3 CF ROOT BALL ADD 3' WATERING RING r 4" PERF. PIPE, FILLED WITH DRAIN ROCK all compacted soil to planting depth. Do not make hole deeper than root 1' -6" MIN. FIRM NATIVE SOIL STAKING: 1 . Use 2, 1 -1 /2" by 8' -0" rebar tree stakes. Do not drive stake through root ball. 2. Attach tree to stake with canvas web belting or rubber, using a figure -8 formation. TAGS: 1. Remove tags after inspection. REV OCT 201 CITTOr Fe o �/�p PUBLIC GPO ay WORKS STREET TREE PLANING FOR CITY CENTER TREE WELLS DWG. NO. 3 -31 • REV. 3/28/06 NEC APPROVED EXTERIOR BOX MAX 6" 20 AMP GFI PROTECTED CIRCUIT WITH DUPLEX OUTLET FINISHED GRADE /TOP OF TREE GRATE IF USED 3 - RIGID CONDUITS (1/2" DIA. MIN.) 18" MIN 36" MIN NOTE: FESTIVAL OUTLETS TO BE ON SEPARATE CIRCUIT FROM STREETLIGHTS, WITH SEPARATE CIRCUIT BREAKER AND CONDUIT. 36" MIN TO POWER MAY BE FLEXIBLE CONDUIT BELOW 18" CITY ELECTRICAL INSPECTOR U BOLTS ATTACH ALL CONDUITS TO 1 1/2" X 1 1/2" ALUMINUM ANGLE IRON CITY op 0 Way C f�a � ay WORKS CITY CENTER FESTIVAL OUTLET DWG. NO. 3 -32 • • • N.D.C.B.U. UNIT EXPANSION JOINT MEM Mimi Mani ANCHOR BOLT PATTERN PER N.D.C.B.U. PEDESTAL TEMPLATE EXPANSION JOINT CONCRETE BASE 1' -6" FRONT SIDEWALK PLANTER STRIP x6» N.D.C.B.U. SIDE ADD SIDEWALK TO PROVIDE MIN. 5' CLEARANCE AROUND N.D.C.B.U. _tf EX. SIDEWALK ROADWAY ROADWAY PLAN PLAN N.D.C.B.U. TYPICAL INSTALLATION - NEW SUBDIVISION TYPICAL INSTALLATION - EXISTING OR EXISTING ROADWAY WITH PLANTER STRIP SIDEWALK - NO PLANTER STRIP NOTES: 1. FOR NEW SUBDIVIISION INSTALLATIONS, THE MAILBOX LOCATION(S) SHALL BE SHOWN ON THE PLANS, AND THE LOCATION(S) SHALL BE APPROVED BY THE GOVERNING POSTMASTER. 2. FOR INSTALLATIONS IN AN EXISTING SIDEWALK, INSTALLATION OF ADDITIONAL CONCRETE SIDEWALK MAY BE REQUIRED TO PROVIDE FOR THE 5' MINIMUM CLEARANCE AROUND THE MAILBOX. 3. SEE STANDARD DETAIL DRAWING 3 -3 FOR JOINT REQUIREMENTS. BACK OF WALK JULY 2014 C�\\ array Fed ��/ PUBLIC °GadV Y WORKS NEIGHBORHOOD DELIVERY AND COLLECTION BOX UNIT (N.D.C.B.U.) MAILBOX INSTALLATION DWG. NO. 3 -34 NOTES: 1 A448 I AASHTO M 105, RAY LLASS IRON 30. ASTM / - - \ 2. COVER AND SEAT SHALL BE MACHINED / / %- ` — -- \ FOR PERFECT CONTACT AROUND \ CIRCUMFERENCE AND FULL WIDTH OF / // // / \\ \\ \ BEARING SURFACE. \ / — / f f/ �\ O \ \\ \\ \\ A 3. APPROXIMATE WEIGHTS, STANDARD. A A A / // n \� 60 LBS �° \\ \\ \ COVER 19 LBS 3/16" I I I /1 / l \1 II I I I TOTAL 79 LBS • n '� -7 r I II II e I 4 5 a' II II I 4. PAVEMENT SHALL BE ASPHALT CONCRETE i \\ S / / OR APPROVED SUBSTITUTE. / \ IJ \\ \ \\ \ /f // / 5. CONCRETE SHALL BE CLASS 4000. 1/4k- \ \ \\ \\ /j/ // / 6. SEE SECTION 3.8.5. \ \ �� // / 7. COVER LETTERING MAY READ MONUMENT OR MON O1 l OF MONUMENT cFrTION OF LEIIE@ \ ,� `- _ i� / / 3•_4• \ / I I--- COPPER PLUG OR TACK. ` _ 1 / . _. OR BRASS DISK i ", a 4 , 2' MIN. NOTE 4 PORTLAND CEMENT ASPHALT CONC. CONCRETE PAVEMENT R -5 1 4' PAVEMENT w 4 5 8' R =4 3 4• 1 2� . : m 3/6' :.?•••••1- \I�lL CONCRETE ` \ \ MONUMENT • ` N (ALTERNATE) OBI �Fil.'2....:-.7,...,:-,..4.'...,: E� � a ,`: ;_W R<3 1 4" /•• .'".;• 8 , 1 ' -�' ' COPPER 1. • Ilimilll • `~ P..C.CONCRETE R =4' PLUG OR �••4 •�• - �;i;" TACK ROCK .• �. �: „ i CRUSHED ROC .. PIP MO z 1 E NUMENT _ WITH CONCRETE CORE ORE PIPE m SECTION B -8 - . ::'.' iI a . ESTABLISHMENT AND /OR RE- ALIGNMENT OF A ROADWAY /RIGHT -OF -WAY CENTERLINE REQUIRE THAT MONUMENTS BE SET PER SECTION 3.8.5 OF THE PUBLIC WORKS DEVELOPMENT STANDARDS. ALL NEW MONUMENTS SHALL BE DOCUMENTED WITH A RECORD OF SURVEY SECTION A -A AND CITY OF FEDERAL WAY MONUMENT RECORD FORM (DETAIL 3 -37). EXCEPTION: ROADWAY MONUMENTS THAT ARE SET /ESTABLISHED AS PART OF A RECORDED SUBDIVISION. REV. APR 2012 DWG. NO. MY Of Ah.__.- Fe d PUBLIC ROADWAY SURVEY MONUMENT WITH CASE 3 -36 Fe ° a l] Wft WORKS \ / • / \ 0 2 0 0 La b w z 0 z m a 2 = 0 o 0 O 0M Z- 0 I-, d o w IQ n }QQ5 - ma7 N cc KU 1_ u_ NV1U1N a C-' } 0 <0 Fmmm WV) w i wlr V)I-Z = m0 a to m,_ Z a LJ 0 O O) O) D z 1-0 a ;to .-n <N m J -, a NHZ� W 2W N Z (NC�• O zLL ir,CN 1,.. I-a W O U' �-mz XwWJ EFL ce v) ced Z 0 4 w N 0 (‹ 0 > ZW >Ce� dUU,- <CC 0 W 0 Q 00- Q d0 U N U z z 0_ a SL Z 0 N J W N W O zoo 0 0 O 0 F- 3mreha I a'') L, CL I N O = M a W • H 1== Q CI COLaw Q] 3 0 2 U) r) n La O Z o OW ce 000w a00 w o �'Jaa J Z W S Z a WCL NWH �NZzZ O ajm��� 0NZQZZ Z0 3O0 0 (7 Zz�3m J Ii O wa alic = H Z K N w a» 0 0 _J 0o~..W m5ZL� �arzx La CC N a W 'NI W .9-�Z 3$ k\.o %kk f /\\ +A) z c\t 5£0a ±6 %0 o # of== @o �» & « 6 ®off ®y» °° ° °0 k a �5kf\ o= f° » /k %� C.) s±�o \/R ® f / <■4 ,..0'S. aao o =@ o .i r « \&a 5 ±mw �° +_- & t w c4 CC °wS w %� ®.. ° \ /f \�° \0 ° # Sk a o. it`'..-6 ¥\ >S �A &a+ #, ƒ _ ��_ *� fo » & »a \_% \ >6 2} 001-'0,, c- pro - & k k Ifk °= \ \k �� La „0o w) \ \_ ° »oyo <8 �° _ S> °� 4 ® & «b\ a w ® \ $\ /» 2 f�$3\ _ \%@�\ \$ %g% 2 3%ƒ && > Q 0.1=4):::?; }k/f/ z .1»3±® ; . /\ y.•�:/ ` e s ,. v - .da� . z w : .. ®i ©t ( . i� i - \: i z � ~\» � .5 _eee / � & & 0 & & oo & @ < \o \ƒ a II CITY OF FEDERAL WAY MONUMENT RECORD MONUMENT RECORD NUMBER (TO BE COMPLETED BY CITY STAFF): DATE SET: ELEVATION: DATUM (FT) (M) ESTABLISHED BY (NAME): (COMPANY): LEVEL LOOP: PRECISION OF SURVEY: ORDER: CLASS: LOCATION: SECTION TOWNSHIP NORTH RANGE EAST, W.M. LOCATION DESCRIPTION: SKETCH (INCLUDE ANY REFERENCE TIES): NOTES: PLS SEAL: JULY 2014 awor Federa Way d ay WORKS MONUMENT RECORD DWG. NO. 3 -37 U VI Ce W Q F. Z 1 V Vl = V N W W LIJ U) 5 uci w} F U Li- �1 Maximum Luminaire Spacing * * * * * * * * * * * * Light Distribution Pattern — — U — — 0 — — U — I I I C r ) I I U Luminaire Mounting Height 40' 35' 35' 35' 30' C) M Required Uniformity Ratio 3:1 3:1 3:1 3:1 4:1 io Average Maintained Footcandle .--I 1.0 1.0 c) c) 0.4 Lamp Wattage * * * * * * * * * * * * Pavement Width Over 66' Over 44' - VI VI - VI M VI Street Classification To L a) L Q Arterial Arterial Principal Collector Minor Collector Local a) 0 z a) U Q) a) 6 ( 4- co LA r0 c 0 c E >. N ? a ED a) c c O a) 4 a o as ra o N -o o r0 a a c L O Q) (n ca C K LE a Er) c .- -0 co 92 vi v c a 03 o 00'c m(a + .,_ n 2 U a) O o a) i U a U U C) 2 no ^ N a) a c0 _o , Q L C M _ w O > O O (6 (O M , (B ,---, 0 N c ro (n O O C —_ 0 r6, a--' z O c Q) C d .0 p L E y i 4- c§ 0 C O E (0 c —_C a r0 O - O. N > >. ra a) 0 O _0 (% 1— -o -a a -o , C 4- - E a) o -0 -gyp ro a 0 0 -0 LE ro iN n3 -0 2 ro E a) a) O i 4) L rB a iD 4-, O O 1(1-) N a) a) (O O O �� > V) — U — , .., o (,) co s ate) r)3 r6 a ate) LA 61 O1 _I ate.) r6 0 ) -C '{ a, — CU 0 V (CO_ C a) CS) 10 C O ., .2 a) + • a) 4-I 110 Q H (6 U _ (a -O (fin (p C1 ( C (n 4+ L (O 0) v N O 1--0 1- - a) �, c c O c c E�2E3E J U N J J '-1 N Cr) '71 Lf1 lD * * cols(6 N Om Z w > LL 0, CD 0 j a) CC • • HAPCO 41 SERIES AND VALMONT RTA POLES MEET THIS STANDARD. (2)- 1/2" 13 N.C. STAINLESS STEEL THRU- BOLTS, NUTS, AND NYLON WASHERS. MOUNTING less than mounting heigh II c) z w J H vn 4Y2" 0.D. ALUM. TUBE .188 " WALL ALLOY 6063 -T6 SATIN GROUND FINISH v_ azia 063 -T6 ALUMINUM ALLOY SHAFT, TAPERED FROM 8" TO 4Y2 ", 0.219" WALL THICKNESS SATIN BRUSHED FINISH NOTES : 1. POLE ASSEMBLIES DESIGNED TO SUPPORT MAX. LUMINAIRE SIZE OF 1.5 SQ. FT. E.P.A. AND 60 LBS. IN A 90 MPH ISOTACH / 120 MPH GUST VELOCITY WIND. 2. 4043 FILLER WIRE USED FOR WELDING. 3. ONLY THE BASE FLANGE WELDS ARE HEAT - TREATED. 4. BASE FLANGE SHALL ACCOMODATE 1 1 " TO 12" BOLT CIRCLE. 5. (4) 1"- 8 NC STEEL ANCHOR BOLTS ASTM 2" A 576, AISI GRADE 1021 -1046, 50,000 PSI = MIN. YIELD MEAN DIA. OF ROD STOCK 0.908 ± .01 1 ", OUT OF ROUND TOLERANCE : f 0.012" ROLLED OR CUT THREADS PER ,A307, CLASS 2A, TOP 10" 8 - #7 REBAR AND GALVANIZED PER ASTM A153, COMPLETE WITH (8) 1" 8NC GALVANIZED STEEL HEX #4 HOOP REBAR NUTS & (8) 1" GALVANIZED STEEL FLAT 1' -0" CENTERS WASHERS. Y2" 6. CITY MAY ACCEPT OTHER BEND RADII AND fl DAVIT ARM MOUNTING ANGLES. HANDHOLE (4" X 6" NOMINAL) NON -FLUSH TYPE, COMPLETE WITH REINFORCING FRAME ALLOY 356 -T6, COVER ,AND S.S. HEX HD. SCREWS 11Y4" Y2 " -13 NC S.S. BOLT W/ S.S. SPLIT WASHER AND S.S. FLAT WASHER SECTION THRU HANDHOLE 2" SCH. 40 PVC CONDUIT ea W 11 )'2" DIA. BOLT CIRCLE f5Y„ 4 4\ 4 "3 � CLASS 5 (1Y2) PORTLAND CEMENT CONCRETE (3000 psi ). 3'x 3' SQUARE OR 3' DIAMETER BASE. Rev. NOV 2014 Erd Way WORKS LUMINAIRE POLE DWG. NO. 3 -39 LUMINAIRE BASE LOCATION DETAIL IN 6' PLANTER STRIP BEHIND SIDEWALK 8' SIDEWALK ' PLANTER • • •• • • • •• • •• • .•• • •• • •• • • • •• • • PLAN a 0 w 0 0 w z 0 UNLESS SPECIFIED, BASE FOUNDATION CAN BE EITHER 3' DIAMETER OR 3' SQUARE. CONCRETE PAD NOT SHOWN FOR CLARITY. SEE DETAILS, BELOW TOP OF PAD TO BE FLUSH WITH SIDEWALK SECTION GROUT UNDER POLE BASE FLANGE 5' OR 6' 4' SIDEWALK PLANTE BACK EDGE OF WALK r,,3 n ■ Asa SECTION LUMINAIRE BASE AND J -BOX CONCRETE FOR 6' PLANTER STRIP (STREET LIGHT IN FRONT OF SIDEWALK) PAD ENCASEMENT DETAIL FOR 4' PLANTER STRIP (STREET LIGHT BEHIND SIDEWALK) 12 -tMIN. CONCRETE PAD FINISH PER DETAIL 3 -3 • STREET LIGHT POLE BASE ♦FULL DEPTH a EXPANSION JOINT" csspX, a4 •e ♦ d. N 4 . • • W W W W W W W W W W + W W W W W W W i •Y W W W W W W APRIL 201 4---(Plcaeraiii Way PUBLIC WORKS STREET LIGHT POLE BASE PLACEMENT AND CONCRETE PAD AROUND J -BOXES AND POLE BASES DWG. NO. 3 -39A 6" MI Y Y A A z z B B t / 1/ XXXX = SERVICE CABINET LOCATION NUMBER BASED UPON A CITY DEFINED COORDINATE SYSTEM YY = THE SERVICE NUMBER, WITH MOST LOCATIONS ONLY HAVING ONE SERVICE CABINET, THUS NUMBER 1 AAZZ = CIRCUIT DESIGNATION NUMBER: EXAMPLE IS STREET LIGHT CIRCUIT 10 = SL10 BB = POLE NUMBER WITHIN CIRCUIT LEADING ZEROS SHALL BE OMITTED ALL NUMBERS /LETTERS SHALL BE TWO (2) INCHES HIGH WITH TWO (2) INCH VERTICAL SPACING ALL NUMBERS /LETTERS SHALL BE PAINTED BLACK ON THE POLE FACE NEAREST THE STREET. PAINT SHALL BE BLACK ALKYD GLOSS CONFORMING TO FEDERAL SPECIFICATION TT -E -489. FEB 2011 aTY OP Fe o Way era ay WORKS LUMINAIRE POLE NUMBERING DWG. NO. 3 -39B c Z wnl V IO I Sm z 0 v r N O m Dm o ao m D 0 m E > 0 n - WZ O I— M m CO m m n D O r z� O Z m 0 c rnm D 0 rn 00 73 cn z U) = D D r Dr z r Z p n Zo m Z 0 D m —I U) 0 z C7 _ mO ry D Om z D O - o 0 Z � D 0 r m > o r O n 0 p m m n 0 z m z • m U) ONIHSfIB OAd GN3 1148 = 0 °c''mzo _10 °' mry < N ik' ^ r� 0 c z r .i0 U) N8 OO Dmpi 0 -a -*I oz K -1 D O-1 0= m-1 rZ �� z=n0�(n� m D o_ can m -1 2 - r\.) u) 0-1 yocoz1-co =�= 77 zr- 0rri D m 00� O =Z. Dm > m 0 me 0O m�D I O ,r (/) U) �«Z 0-1 mv) DOm m0 U)nr0:1) _�O 00 � D 0 N O J m 0 1 xm - mm z 0 p m D' r- 0c- 7)c Z CO D n 0 �O pZ mc O -�m r- 00= M x0 O D 00�rr c • co ocnwm D�U) rn M [T1 cN Zn 0 I m• in m < mn D 0 z 00 C p � Z77 m T1OH ONVH D U) 2 D�Z -9 0m0 O O p = 0 o z U) m 0m0 mz c0 m z 0 O O n O� OD c� 0 _ 0 U) < N n U) nn o= C n P1 0 M0m-(n Npz7CJm C U) O_ nD�mI 2 � 7J -r1 O Z m p �v I U, r TO LUMINAIRE m 0 p Z n p Z c) cl D m cA F9 QD clij D D O p O D mm �m m nm M0 z --1 oc 73 w 7c 1- N C) slat HdV A311 N v 0 m Zm 0 n DM -1:1D Ew 0 DZ r O rm mm cn ° nD o 5'- z cf)- oz --I K mm * (O 0 Ou cn w? DD zr 0 n DO m (nO m23 mK DH 0m zZ H 0 Z D r (03N) 3000 1`d012110313 NOI103dSNI 1" LONG WELDS AT OPPOSITE CORNERS. DNIHSfl8 0Ad 0N3 1338 = N C) 1HD11 1332i1S Ol 13 =c- c- 0. -.dc- I nDD�OC 2 (I,rm z ��m ><0Dm�: Z 0 0 E� O m O z <OI p ZDD2I�W nr �Zm�cor -10 7:4/) O Gd (n = CA m 0 K �n ��Nm 70 � � rn N) > n rn > p Z Zp m p �� �O�m O -< Dm y -1pD < cn -0 c zm� 0 1- p-1 0 Z 60 C7 < NCO= Ft 00 SW D D mm 0 r -4 0m C 7 D r CO 0 N -T_ Z Oo m 2J -0 N n m m0 -1Z \O 0 C m LI 2J V) 1H013 1332i1S 01 c m c Z K O I O�DZm D0 0 �1 D N m m 00 i m C nZ O 0 00 X n N 017 31 f103 H3S ±IflGNO0 0Ad Z Dm_ * 0- ADO c)oz C7 cn �o�0x W n�m= Dm�D �m =zrr- z00 o OO' I o c �� mca� m 9 � Z. O Dmmo�7 J =49 C) Go 4h P 0 �ZD ZO w 0 r p�0�7Z O D ZTJ�NC� 0 o u, omm Zr-97 < -100 com D O 11J z ., Z _0uM mm >70> cril m c @ E t @ a) 0 0 : . o. Maximum Luminaire Spacing (A) * 75' ¢ 75' ght ibution ttern / ;CN1 ;CN1 ;CN1 Z Luminaire Mounting Height 40' / 18' % Required Uniformity Ratio a 3:1 • Average Maintained Footcandle q / / Lamp Wattage * * * * % er lid ) % $ / y VI Street Iassification rial (Basic) (Decorative) .c / t 0 in 0 2z 2 15 o \f \/ /f - f2 T) 7 �� / C k c /2 /� TD \ _c R7 2^ o uu oe - 'o D f/ kk \ k / / / V) ° 8 § ro & £� 2 In k/ �\ co 0 c 0 / \ 6/ / cn m •E > ro + a \ o » o9 / �uu og �02P 9 n / cn c e§ = 2 %E 7 / < §$/ L) — — ° o $ o E / L.) • £A£2 Ez /§ \\ • = 6 0c7 2 > r- a u k /mac /5u) EE as' a)�&E§\ /2 28=t2et §£ §k /�tfc f % _ I_ ƒ \ 0 •2 \ _- E °27��2 -. v) k -1 5 2 § » 92—'= @ � � y B e o w bc=2 -a -rah / /c'ƒ /%k$ /3 � b ° X12. ce 4 -- E£ & = =3- 0 ±/ E$z oso a) < Q) = 5 / �7k =77@ƒ / / /7ƒ /k /�4 al.0e =$u�2'c= 2Oto�u�C - @�" :c�J- ae�:� "2£ m� t E : o E § /0 0 = ro ± trig GJ lA CD (Du f = � \: _ tO 1 - # ( = 0 2 : 2 'O - c: c \ \k\ / \�/2/ ��kgmu /u \k ro �0 ro / \ - c E�0E -J c To be designed to meet roadway conditions and design criteria. • • NEMA 5 -15 GROUND FAULT CIRCUIT INTERRUPTING RECEPTACLE WITH WATERPROOF COVER SUITABLE FOR UNATTENDED USE. (FESTOON OUTLET) SIDEWALK SIDE, AS CLOSE TO TOP OF POLE AS POSSIBLE. BASE DETAILS BOLT PROJECTION X = 3 "(76mm). Comes with 4 anchor bolts, 8 nuts and 8 washers. - NOT T0 SCALE - X ANCHOR PLATE • B.C.: 10 1/2 "0 267mm0 • THICKNESS: 3/4" 19mm 5 1/2"0 FREE OPENING 140mm0 • NOTE. This anchor plate accepts a bolt circle from 8 3/4 "0 0 11 1/8"0 222mm0 0 283mm0 - NOr TO SCALE - LUMINAIRE: CAND1 -PCC-RACE 3D- 240- CN1 -1A STANDARD: SM6N- 19- FS(2)- PH7- DR- GN13- TX- LMS12511A CAST —IN —PLACE CONCRETE BASE DETAIL BOLT CIRCLE. SEE DETAIL, ABOVE. 5 — #5 VERT. REBAR AND 3 — #4 HOOPS 0 9" 0.C. 36" 2" CONDUIT PER PLAN 24 "0 BANNER ARM 24'0 7' -0" /PLANT SUPPORT PSS 16 (120 0 HOLD DOWN & LEVELING NUTS IS= MMUS -111 11.W 24 "0 LUMEC "CAND 1" LUMINAIRE OR APPROVED EQUAL & SYLVANIA OSRAM D6 LED KIT OR APPROVED EQUAL LUMEC POLE FOR 18' FIXTURE MOUNTING HEIGHT CL OF POLE 2' —0" FROM FACE OF CURB ANCHORING BOLTS STEEL, 3/4 "x 27" (SUPPLIED BY LUMEC INC OR APPROVED EQUAL) LUMEC #SM6 POLE BASE HANDHOLE FOR ACCESS TO TRAY— MOUNTED BALLASTS PROVIDE BOLT COVERS. GROUT AFTER ADJUSTING AND SECURING POLE IN GRADES VERTICAL POSITION. 4* 16'0 0 2" CONDUIT' PER PLAN CAST —IN —PLACE OR PRE —CAST CONCRETE BASE 4•444* • #8 GROUND CONDUCTOR TO BONDING LUG IN LIGHT STANDARD EXOTHERMIC WELD GROUND ROD NOTES: 1) PRE —CAST BASE SHALL BE UTILITY VAULT MODEL 4 —LB OR APPROVED EQUAL. 2) CHOICE OF CONCRETE BASE STYLE SHALL BE AT CONTRACTOR'S DISCRETION WITH CITY APPROVAL. 3) REFER TO DETAIL 3 -30 FOR LOCATION. Rev. APR 2015 CITY OP -� 20 Way a d ay WORKS CITY CENTER DECORATIVE LUMINAIRE STANDARD AND BASE DWG. NO. 3 -43 POSTED SPEED (MPH) * S1(FT) * S2(FT) 25 -- 105 30 -- 140 35 -- 185 40 115 230 45 155 285 50 195 340 * ADVANCE LOOPS ARE NOT REQUIRED FOR TURNING LANES & MINOR THROUGH LANES DETECTOR LEAD INS 3A 3B 2A 2B 1A 1B TO INTERMEDIATE LOOP TO ADVANCE LOOP N SERIES CONNECTED LOOP 1 -2 COUNT DETECTOR LOOP 3 (DRAWING NOT TO SCALE) NOTES: 1. USE XYZ LOOP NUMBERING SCHEMATIC, WHERE: X IS THE PHASE # Y IS LANE # FROM INSIDE Z IS LOOP # FROM STOPBAR 2. USE 3' X 25' LOOP FOR BIKE LANES 3. PHASE 2 IS ALWAYS NORTHBOUND THRU DIRECTION 4. ALL LOOPS SHALL BE CIRCULAR STOP LINE REV MAR 201 MaraPUBLIC ° 0 ° ra NW WORKS SIGNAL LOOP SCHEMATIC DWG. NO. 3 -44 • • 2 80" a 2" - f 2" 16" UL LISTED PER STANDARD #503 =ABLE FOR USE 19 9BVI E ffifTEROC& SQUIRM[ MEETS EUSERC/PSE SPEC. TOP OF CABINET ALL CONDUIT TO CLEAR TOWER CENTER BRACE OF CABINET BY 1/2" MIN. SEE NOTE 5 MAX ANCHOR BOLTS & DATA FOR SPACING TO BE SUPPUED BY CABINET MANUFACTURER SHIM TO PLUMB 14 HOOPS COMPONENT SCHEDULE OMETERBASE: 100 AMP, 4 JAW, AW /114TB, SAFETY SOCKET TYPE, 5TH JAW AT 9:00 POSITION (CONTRACTOR TO VERIFY WITH SERVING UTILITY) OPANELBOARD: 120/240 VAC, 100 AMP, 1 PHASE, 3 WIRE, COPPER BUS WESTINGHOUSE BAB BOLT –ON BREAKERS: #4 BAR EACH CORNER 6" 3/8" DIAMETER PLASTIC DRAIN HOLE BASE DETAIL NTS 5, I— 16" —I 15 PS /4 BAR EACH CORNER INSTALL ONE SPARE 2" CONDUIT AND CAP; OTHERS AS REQUIRED. LOCATE CONDUITS CENTRALLY IN FOUNDATION 2" UNDERGROUND SERVICE ENTRANCE CONDUIT TO BE LOCATED IN CORNER (WITHIN 4" X 4" SPACE) 1- 100 /2 MAIN 3 -15/2 ILLUMINATION BRANCH 1 -50/1 SIGNAL BRANCH 1 -20/1 GROUND FAULT RECEPTACLE BRANCH 1 -15/1 CONTROL CKT BRANCH CONTACTOR: LIGHTING RATED, 2 POLE, 120 VAC COIL, 3– REQUIRED TERMINAL BLOCK TO REMOTE CELL PHOTO –CELL BYPASS SWITCH, SPST, 15 AMP, 277 VAC GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A CABINET: NEMA 3R, PADMOUNT, 1 /8TH INCH ALUMINUM CONSTRUCTION, TYPE 5052 –H32 2 SCREENED AND GASKETED VENTS DOORS: HEAVY DUTY CONCEALED HINGES (LIFT –OFF TYPE) STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR BEST CX LOCK ON DISTRIBUTION DOOR POLISHED WIRE GLASS WINDOW IN METER DOOR CLOSED CELL NEOPRENE GASKET, CARD HOLDER FINISH: BARE ALUMINUM (MILL FINISH) OUTSIDE, WHITE INSIDE 0 0 +• z 120/240 VAC r 3W METER HHE RI ,` MAIN -- I1 •,NTROL 1, B SIGNAL GROUND FAULT I�•� RECEPTACLE CELE�CTRIC TEST SWITCH SEE DETAIL 3 -41 FOR GROUNDING REQUIREMENTS WIRING DIAGRAM SERVICE CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURERS SPECS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO MI 64 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT– DIPPED GALVANIZED 1/2" x 8" x 2 ". 5. PLACE SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE CABINET. OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. WHEN SIGNAL CABINET, SERVICE CABINET AND /OR UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3 -45C. Rev FEB 2015 L�\\ swop Fed Way era VVCaIy WORKS STREET LIGHT SERVICE CABINET DWG. NO. 3-45 UPS RECEPTACLE CYLINDER LOCK FRONT VIEW 20" TO 26" 14 HOOPS r-10.75"--1 (0 1 46' RIGHT SIDE UPS /BBS MAIN CABINET DETAIL MAIN AUXILIARY leUPS /BBS UPS/B8S CABINET CABINET 0 6_ li FRONT VIEW CYLINDER LOCK �IO,7s•� 46' 9- RIGHT SIDE UPS /BBS AUXILIARY CABINET DETAIL UPS /BBS UNITS SHALL BE TESCO MODEL 22 OR APPROVED EQUAL. ALL CONDUIT TO CLEAR TOWER CENTER BRACE OF CABINET BY 1/2" MIN. SEE NOTE 6 SEE NOTE 5 SHIM TO PLUMB ANCHOR BOLTS It DATA FOR SPACING TO BE SUPPUED BY CABINET MANUFACTURER 14 BAR EACH CORNER 1" to 2" SEE NOTE 2. 2" DIAMETER CONDUIT PROVIDING PATHWAYS BETWEEN UPS /BBS CABINETS. CONDUIT BENDS PER NEC. 3/8" DIAMETER PLASTIC DRAIN HOLE BASE DETAIL NTS L� 9 "r— 18" —1 9" r- INSTALL ONE SPARE 2" CONDUIT AND CAP; OTHERS AS REQUIRED. ►4 HOOPS 14 BAR EACH CORNER LOCATE CONDUITS PER CABINET MANUFACTURERS RECOMMENDATION CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WFTH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT- DIPPED GALVANIZED 1/2" x 8" x 2 ". 5. PLACE A SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE BOTTOM OF THE CABINET. 6. PLACE A SILICONE SEAL BETWEEN THE MAIN CABINET AND THE AUXILIARY CABINET. OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. PROVIDE 3 —FOOT (MINIMUM) CLEARANCE ON ALL SIDES OF CABINET. WHEN SIGNAL CABINET, SERVICE CABINET AND /OR UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3 -45C. • • 410 JUNE 2012 CITY CV °0 Way era0 VVCa WORKS UNINTERRUPTABLE POWER SUPPLY BATTERY BACKUP SYSTEM (UPS /BBS) CABINETS DWG. NO. 3-45A 55' O 72' p HOOPS 44.25 FRONT VIEW SIGNAL CABINET SIGNAL CABINET ALL CONDUIT TO CLEAR TOWER CENTER BRACE OF CABINET BY 1/2' MIN. SEE NOTE 5 SHIM TO PLUMB ANCHOR BOLTS & DATA FOR SPACING TO BE SUPPUED BY CABINET MANUFACTURER 14 BAR EACH CORNER 3/8' DIAMETER PLASTIC DRAIN HOLE BASE DETAIL NTS L—I 6'I- 26'-1 6'I- 6' 1' to 2' SEE NOTE 2. INSTALL ONE SPARE 2' CONDUIT AND CAP; OTHERS AS REQUIRED. 44.25' ►- - #4 HOOPS l 6' g4 BAR EACH CORNER LOCATE CONDUITS PER CABINET MANUFACTURERS RECOMMENDATION 55' L-- 26' SIDE VIEW SIGNAL CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE PER WSDOT SPECS, UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT PAD BASE TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH MSHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE MSHTO GRADE A307 HOT — DIPPED GALVANIZED 1/2' x B' x 2'. 5. PLACE A SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE BOTTOM OF THE CABINET. OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. PROVIDE 3 —FOOT MINIMUM CLEARANCE AROUND ALL SIDES OF THE CABINET. WHEN SIGNAL CABINET, SERVICE CABINET AND /OR UPS /BBS AUXILJARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3 -45C. JUNE 2012 L (\ COY OP -� 20 PUBLIC ME MY WORKS TRAFFIC SIGNAL CABINET AND FOUNDATION DWG. NO. 3-45B a— -1 6" (TYP) 6" (TYP) 6" (TYP) J G -S1- II 0 ."'" a = == A II II ::D 6" (TYP) Is -tt II r -- 1 1 UPS /BBS CABINET SEE DEVELOPMENT STANDARDS DRAWING 3 -45A TRAFFIC SIGNAL CABINET SEE DEVELOPMENT STANDARDS DRAWING 3 -45B SERVICE CABINET SEE DEVELOPMENT STANDARDS DRAWING 3 -45 CABINET FOUNDATION PLAN NTS CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE PER WSDOT SPEC'S UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT PAD TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT- DIPPED GALVANIZED 1/2" x 8" x 2 ". 5. PLACE A SILICONE SEAL BETWEEN THE FOUNDATION AND THE CABINET BASES. OTHER NOTES ORIENT FACE OF CABINET DOORS AS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. PROVIDE 3 -FOOT (MINIMUM) CLEARANCE ON ALL SIDES OF CABINETS (EXCEPT BETWEEN CABINETS, AS SHOWN). JUNE 201 COT OP Fed �/�/ PUBLIC aY WORKS COMBINED SERVICE, SIGNAL AND UPS /BBS FOUNDATION DWG. NO. 3-45C • • 55'(MIN) 55'(MIN 20' ( IN) I 32' MIN RADIUS(TYP) 1e-20'(MIN)-31 32' MIN RADIUS CT(P) 20'T IN i r20'(MIN)-.. 55'(MIN) - 55'( IN) NOTES: 1. THESE DRAWINGS ILLUSTRATE TYPICAL APPROVED FIRE APPARATUS ACCESS TURNAROUNDS. THE SIDE ACCESS DESIGN MAY BE RIGHT OR LEFT. (LEFT DIRECTION SHOWN) 2. ALL DIMENSIONS ARE MINIMUM REQUIREMENTS. 3. OTHER SHAPED ACCESS TURNAROUNDS ARE AN ACCEPTABLE ALTERNATIVE TO THOSE SHOWN PROVIDED THE DESIGN MEETS THE MINIMUM DIMENSION REQUIREMENTS SHOWN ABOVE. 4. ALTERNATIVE DESIGNS BY APPROVAL OF THE FIRE MARSHAL. 5. MINIMUM ROAD WIDTH SHOWN DOES NOT INCLUDE ANY SHOULDER DIMENSIONS OR CURB DIMENSIONS IF REQUIRED. •v. 2/14/07 MY OP Fed PUBLIC eraO VVay WORKS ALTERNATIVE FIRE APPARATUS ACCESS TURNAROUND DWG. NO. 3 -46 a ..i PROJECT VIEW NORTH OR EAST EASEMENT 0 N O J ass •NYS J )13/A3S '111S J N w Q EASEMENT RIGHT OF WAY SEE APPROPRIATE ROADWAY CROSS- SECTION FOR DIMENSIONS. • JULY 2014 O z ti d V 1— 2 w 2 v/ 0 H V 0 r STANDARD CITY OF Federal Way • • • Public Works Department DESIGNATED STREET TREE LIST FOR ANY STREET THAT DOES NOT APPEAR ON THE LIST BELOW, USE ONE OF THE FOLLOWING TREES: In Six -Foot Wide Planter Strip (Street Sections A, C, E, G, I, K, M, 0) Acer rubrum 'Red Sunset', 'October Glory', or 'Autumn Blaze' (Red Maple) Acer saccharum 'Green Mountain' Carpinus betulus (European Hornbeam) Fraxinus americana 'Rosehill' Fraxinus oxycarpa 'Raywood' Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or 'Urbanite' Malus floribunda 'Dolga' (Japanese Flowering Crab) Tilia tomentosa (Silver Linden) In Four -Foot Wide Planter Strip (Street Sections R, S, U, W) Acer buergeranum (Trident Maple) Acer campestre (Hedge Maple) Acer griseum (Paperbark Maple) Carpinus japonica (Japanese Hornbeam) Magnolia kobus (Kobus Magnolia) Magnolia loebneri (Magnolia) Malus 'Adams' or 'Robinson' (Flowering Crabapple) Pyrus calleryana var. 'Capital' or 'Redspire' (Flowering Pear) CITY CENTER STREETS: In the City Center, the following street trees must be used: City Center North -South Streets 10th Avenue S Malus 'Adams' or 'Robinson' 11th Place S Pyrus calleryana var. 'Capital' or 'Redspire' (Flowering Pear) 13th Avenue S Pyrus calleryana var. 'Capital' or 'Redspire' (Flowering Pear) 18th Avenue S Malus 'Adams' or 'Robinson' (Flowering Crabapple) 20th Avenue S Pyrus calleryana var. 'Capital' or 'Redspire' (Flowering Pear) 22nd Avenue S Malus 'Adams' or 'Robinson' (Flowering Crabapple) 23rd Avenue S Pyrus calleryana var. 'Capital' or 'Redspire' (Flowering Pear) 28th Avenue S Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) Pacific Highway Acer rubrum 'Red Sunset' (Red Maple) City Center East -West Streets S 312th Street Acer rubrum 'Red Sunset' (Red Maple) S 314th Street Malus 'Adams' or 'Robinson' (Flowering Crab) S 316th Street Pyrus calleryana var. 'Capital' or 'Redspire' (Flowering Pear) S 317th Street Malus 'Adams' or 'Robinson' (Flowering Crab) S 320th Street Acer rubrum 'Red Sunset' (Red Maple) S 322nd Street Malus 'Adams' or 'Robinson' (Flowering Crab) S 324th Street Pyrus calleryana var. 'Capital' or 'Redspire' (Flowering Pear) Page 1 of 3 Standard Detail No. 3 -48 In City Center Streetlight Planters, Add one of the following groundcovers: Otto Luyken Laurel, Heather, English Ivy, Red Japanese Barberry STREETS OUTSIDE THE CITY CENTER Outside the City Center, only the street trees specified are to be used on the streets listed below. One species or a combination of species may be used. If a street does not appear on this list, please refer to the beginning of this appendix and select a tree species based on planter width. Dash Point Road Acer rubrum 'Red Sunset', 'October Glory', or 'Autumn Blaze' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash) Under Power Lines Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) Enchanted Parkway Acer rubrum 'Red Sunset', 'October Glory', or 'Autumn Blaze' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) Hoyt Road Acer saccharum 'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or 'Urbanite' (Green Ash) Tilia tomentosa (Silver Linden) Under Power Lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) Military Road Acer saccharum 'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata 'Marshall', ' Patmore', Summit', or 'Urbanite' (Green Ash) Tilia tomentosa (Silver Linden) Under Power Lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) Pacific Highway Acer rubrum 'Red Sunset', 'October Glory', or 'Autumn Blaze' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) First Way Acer saccharum 'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or 'Urbanite' (Green Ash) Tilia tomentosa (Silver Linden) Under Power Lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) 16th Avenue S (Cross- Section C & E only) Acer rubrum 'Red Sunset', 'October Glory', or 'Autumn Blaze' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) Page 2 of 3 Standard Detail No. 3 -48 • • • 21St Avenue SW Acer saccharum 'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or 'Urbanite' (Green Ash) Tilia tomentosa (Silver Linden) Under Power lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) S /SW 312th Street Acer rubrum 'Red Sunset' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) S /SW 320th Street Acer rubrum 'Red Sunset' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa ' Raywood' (Rosehill or Raywood Ash) Under power lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) SW 336th Street / Campus Drive Acer rubrum 'Red Sunset' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa ' Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) S 348th Street Acer rubrum 'Red Sunset' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) S /SW 356th Street Acer saccharum 'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or 'Urbanite' (Green Ash) Tilia tomentosa (Silver Linden) Under Power Lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) Revised April, 2011 Page 3 of 3 Standard Detail No. 3 -48 �f 18' 12' 36" S 320 St �+ + .156 Hole 332" —s 8" Hole 7L y 2 -7/8'F , D3 -1A 9x36 Copy — 6 Inch Highway Gothic Series B Silver Legend on a Green Background 36" SW Campus Drive 16' .156 Hole 0 2" 3/8" Hole I la J, 2 -7/8 D3 -3 18x36 Copy — Two Lines 6 Inch Highway Gothic Series B Silver Legend on a Green Background 36" 14 Ave SW Private Road 10' .156 Hole O 2" 3/8" Hole 7/8' f 2 -7/8' D3 -3PVT 12x36 Copy — Line 1 — 6 Inch Highway Gothic Series B Line 2 — 3 Inch Highway Gothic Series B Silver Legend on a Green Background MATERIALS: Aluminum: 1. Alloy — Made from 6061 —T6 aluminum alloy chemically conversion coated in accordance with ASTM Designation B449 -67 Class 2 (alodine). 2. Size — 9— inches by 36— inches outside minimum dimension. Lengths of 12 by 36 inches may be used for named streets. Thickness shall be .100 inch. 3. Holes — Four (4) 0.156 inch nail holes. Two (2) holes punched 7/8 inch from one end, 1 inch from the top and bottom. Two (2) holes punched 2 -7/8 inches from the same end, 1 inch from the top and bottom. 4. Finish — All edges, corners, and holes shall be smooth and free of burrs and snags. Message: 1. Background — Type III Green. See detail. 2. Legend — Silver. 3. Legend Size — See detail. 4. Pointer signs — Pointer signs shall follow the same specifications as the street name signs, except the end opposite the attachment end shall have white 45 degree corner cuts to indicate a direction in which the legend applies. Rev. NOV 2014 OW CP °o q�p PUBLIC era V ay WORKS STREET NAME SIGNS DWG. NO. 3-49 • • (1) 6 ■ (1) es d Qr ISb0• A TM 1 W I- CI Z w W CM STREET NAME /NUMBER U_ CC 0 1— C/) SEATTLE — TACOMA ROAD MURPHY'S CORNER MEREDITH ROAD PHILLIP FRENCH ROAD WEBB CENTER MUELLER ROAD LIBO ROAD HOIT ROAD HIGHLINE ROAD DASH POINT ROAD MALTBY ROAD *S 320TH ST IS IDENTIFIED AS WEBB CENTER, EAST OF PACIFIC HIGHWAY SOUTH ONLY. * *S 348TH ST IS IDENTIFIED AS MUELLER ROAD FROM 1ST AVE S, EAST TO 1 -5. CURRENT Pacific Highway South South 272nd Street South 288th Street South /Southwest 312th Street South 320th Street* South 348th Street ** South /Southwest 356th Street Hoyt Road 21st Avenue Southwest Marine View DriveE Dash Point Road NOTE: LENGTH VARIES DEPENDING ON STREET NAME. PRIOR TO SIGN FABRICATION, VERIFY SIZE WITH TRAFFIC DIVISION. 0 N W 0 d Z 0) • pM 0 CL 0 2 co 0 w 2 z 1- w Ce u) 0 N D 0 D INSTALLATION Sign 1. A maximum of 5 street name signs or pointers shall be located on one post. Longer posts will normally be needed for more than three signs to maintain 8 feet clearance from the ground line. A 1/4 inch space should be maintained between signs on the same post. 2. Street name signs shall be located above pointers and shall be installed parallel to the street which they name. Avenue street name signs designating north —south streets should normally be on top. Wedges shall be utilized if necessary to install signs other than 90 degrees to each other. 3. Signs shall be attached perpendicular to the posts with four duplex eight —penny galvanized nails or approved sign mounting brackets. 4. Street name shall be on both sides of one sign. 5. See Drawing No. 3 -51 for sign post details. Rev. 3/2010 C:::: array °o PUBLIC Wad WaY WORKS STREET SIGN INSTALLATION DWG. NO. 3 -50 • 8 —Penny Duplex nails • 4" x 4" Post 10" 1 30" 1 �I 28" Marking nail same side as cleat Cleat 28"x3"x2" under sign Direction of travel 4" x 4" Post Finish Grade Two double headed nails NOTES: Aluminum cleat attached directly under sign SIGN POSTS — 1) ALL GROUND MOUNTED SIGN POSTS SHALL USE WESTERN RED CEDAR OR PRESSURE TREATED FIR UNLESS APPROVED OTHERWISE BY PUBLIC WORKS. 2) POST GRADE (FIR) SHALL BE S4S DOUGLAS FIR LUMBER, WEST COAST INSPECTION BUREAU GRADE #2, STRUCTURAL LIGHT FRAMING, RULE #16, PARAGRAPH 124 —C, SELECTED FOR STRAIGHTNESS, AND FREE OF HEART CENTER (FOHC) WOOD TO RESIST TWISTING. 3) PRESSURE TREATED POSTS SHALL BE TREATED WITH A 4 -1/2% TO 5 -1/2% HEAVY PETROLEUM SOLVENT PENTACHLOROPHENOL SOLUTION IN ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF AASHTO DESIGNATION M133, WITH A MINIMUM NET RETENTION OF THE DRY SALT OF 1/2 POUND PER CUBIC FOOT OF WOOD. 4) POSTS SHALL BE 4 "x 4 ", WITH A MINIMUM LENGTH OF 12 FEET. LONGER POSTS MAY BE NEEDED TO MAINTAIN 8 —FEET OF VERTICAL CLEARANCE ABOVE WALKING AREAS. POSTS SHALL BE 14 FEET IF TRAFFIC CONTROL SIGNS WILL BE INSTALLED ON THE SAME POST. 5) BACKFILL SHALL BE COMPACTED AT SEVERAL LAYERS TO MINIMIZE SETTLING. 6) ALL POSTS SHALL BE 2 —WAY PLUMB. TOP OF CLEAT CLEAT POST 28" 30" 1" - 1 "- i 1" (2) 0.156" 0 NAIL HOLES (PUNCHED OR DRILLED) NTS CLEATS — 1) ALL POSTS SHALL BE FITTED WITH AN ALUMINUM CLEAT AS SHOWN TO PREVENT SIGNPOST ROTATION AND /OR UNAUTHORIZED POST REMOVAL. 2) CLEATS SHALL BE ALUMINUM ALLOY, 6061 —T6, CHEMICALLY COATED IN ACCORDANCE WITH ASTM B449 -67 CLASS 2. 3) CLEATS SHALL BE 30 INCHES LONG, 3 INCHES WIDE, THICKNESS OF 0.08, WITH A 2 —INCH TURNOUT OF 90'. NAIL HOLES OF 0.156 INCHES DIAMETER SHALL BE PUNCHED OR DRILLED IN THE LOCATIONS AS SHOWN. 0 4) POSITION CLEAT TURN —OUT AWAY —FROM AND EVEN —WITH THE BOTTOM OF THE POST. JULY 2014 OTT OP °o / PUBLIC grad lV y WORKS SIGN POST DWG. NO. 3 -51 CITY OF Federal Way Public Works Department • STREET SIGN STANDARD SPECIFICATIONS SIGN FACE MATERIALS All permanent signs faces shall be constructed from aluminum sign the engineer. Sign blank minimum thicknesses, based on maximum Maximum Dimension Less than 30 inches Greater than 30 inches, less than 48 inches Greater than 48 inches blanks unless otherwise approved by dimensions, are as follows: Blank Thickness 0.080 inches 0.100 inches 0.125 inches All D -3 street name signs shall be constructed with 0.100" thick blanks. The contractor shall install permanent signs, which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation and parking prohibition signing, shall be constructed with Type III sheeting in accordance with Section 9 -28.8 of the Standard Specifications. This sheeting has a retro - reflection rating of 250 candelas /foot candle /square foot for white - silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. This high intensity sheeting shall be 3M Series 3800 or its equivalent. All street name (D -3) sign sheeting shall meet this specification. All overhead signing shall meet the specifications of Type IX sheeting. This sheeting has a minimum retro - reflection rating of 800 candelas /foot candle /square foot for white - silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms. Motorist information and parking signing shall be constructed with Type I sheeting, in accordance with Section 9 -28.6 of the Standard Specifications. This sheeting has a minimum retro - reflection rating of 70 candelas /foot candle /square foot for white - silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. These signs include guide signing (D Series — except D -3), corporate limit signing (I Series), and motorist information signing (K Series). The reflectivity standard of supplemental plates shall match that of the primary sign. SIGN INVENTORY City of Federal Way, (253) 835 -2700, shall be contacted within two working days of completion of the permanent signing installation to inspect, inventory, and log all new and relocated signs. OTHER SIGNS Refer to 2009 MUTCD or equivalent approved source. Includes pavement markings as supplement to signing. ADDITIONAL QUESTIONS/ REQUESTS SHALL BE DIRECTED TO: Design — Traffic Engineer (253) 835 -2740 Installation /Removal — Public Works Inspector (253) 835 -2741 Sign Fabrication — King County Sign Shop (206) 296 -8153 Street Addressing — Building Department (253) 835 -2607 REV. November 2014 Page 1 of 1 Standard Detail No. 3 -54 • • • GRATE OR LID Z Q W N m a F- W ~ Z ZZ < 5ia�-, a2 csi O�Q w ~ -�WQ00 Q 1 13- MQ 02 JONZ Li) a.QJOW V/ < 01 0(n2W?W 0¢ (nmX(n m EXISTING CB OR MANHOLE 2" MINIMUM RING OR FRAME w ON U LuIX Z m N m�� U' W Z Z W j00 d' 00X Cr) <00 X SECTION THROUGH STRUCTURE N H Z F CL 0 Z0m <Y N Z J 2 U m Q 0 F Z D2 0 O N vN N WZO 5 o J ce amH jH O Q p J0 I ce 0 2 0 (/)Z 0(n W Q F Lu - � z w0 I- < o °�n0 WF 0 UZY H W U W0� V cn0Z 2F 0 O ct W ct N Z cc a 2Qc7 aced W ce Ua H N Z W CO OCe X J F ¢ 0 ceJ 0� ce 3 Q \OO ¢O W QZW C9 m ct } ZZ Y'a. J Q X N U2 W O mz0 ce 0 �vj0W 0W Y Z Z 0 Z 014- 0 k, F -I °¢ x (/) m00 a W W H } O m W Q 0 efi `` 0 I �J U Z OD? N N N 3) HMA SHALL BE MECHANICALLY COMPACTED IN 3" MAXIMUM SEE DETAIL 3 -36 FOR ADJUSTMENT OF SURVEY MONUMENT CASTINGS. REV: NOV 2011 ztn c) z W 2 ''1—A V/ 0 Q U Y IX m0 a.. 3 REV. 11/12/10 5' 3' MIN. TI ORO PROTECTION ... ■16111.11 NUM ROM INN !Maine M. 12 "x18" PLASTIC SIGN WITH WHITE REFLECTIVE BACKGROUND SEE DETAIL, BELOW 4x4 PRESSURE TREATED WOOD POST WITH 1/2" CHAMFER AT TOP SLOPE CONCRETE TO DRAIN AWAY FROM POST 11-11- 11.- 11. -11= -II- II-II II.=I 11- 11= 11 =11 -1 •' 11= 11 =11 =1= =11= - 11 -11? =11= 11 =1 •. ' II= II 11 =1 11- II:I '' 11 =II= :11' 11 =1 .II 111f.1 •' II:1 I =1._ ._'.II CONCRETE COLLAR 12" MIN. 6" DEPTH CRUSHED ROCK SIGN POST DETAIL NATIVE GROWTH PROTECTION AREA THIS WETLAND AND UPLAND BUFFER ARE PROTECTED TO PROVIDE WILDLIFE HABITAT AND MAINTAIN WATER QUALITY. PLEASE DO NOT DISTURB THIS VALUABLE RESOURCE. SIGN DETAIL 1 • • °�tlO� PUBLIC G� ° o ©U V IJ WORKS NATIVE GROWTH PROTECTION AREA SIGN DWG. NO. 3 -56 0 z co 0"? M 0 SIGN NOTES: INTERSECTION J LJ_ a 0Z w W W ow wF z. w J W N m Z O m9 ms oQ�w _pwN r 0 � a� ?a� Wa lL ZM ON W"").- O U5w Xm a 0 000 N*3W �U) d'W ZOZ aJ owM Up Z� �� U 1 N O W O U 3 �ap ZOLJL�,I mw m'C5w OF mw Zm Ww za 0m0 ma Om We ro J J 0 w W o 0 ‹c, FZa 4 NZ 5 ZQ Z_ mmw w J � azw >W0 (60W W Z U Q a Q U O E 0 0 2 W z z moo ao NN MQO VI V AI F- m yi O OW Dww W 00< d <:C CO U M J J J O O ma o w i H • U J E M 00 a Z m a wm WCt 0 0 Z J H J a V) m H U z H 0 1 W Z W LtWO W CL 0 TYPICAL TRAFFIC CIRCLE CURB DETAIL W O z Z r 0 M Q Ow > Z W W Z N N 0 a 0 0 0 X 0 wa =0Z m \ 0 I- 1-O OZU m W oF a a < aCC CC I- a0 wia OM W ct N a� MWa N CC < _ m J a U D NM U m O m Z U W Z LU LLJZ U Q d H 0Z w� 000) J 1- TWO 1-1-0 V)W&) a U W Z Q WOW 0_00_ RPM, TYPE 2YR 0 0 I-'Z0 Q a W 10 N d - O <00 > W N CC U a O z TYPICAL SECTION zN z x00 1-za 33� U W N ow0 C-0 CpCe 0 = Z Oa ww 3 Mme- - t7)28 U w4kIW - m �z N � w moo Z=z UNz °j U a CONCRETE SHALL BE w aa 1 Z_ 0 U 0 w U O o z* W m N J <0 N 6' RISER SECTION Li a N 0 0 w z w w N 0 zx z oUOZ OW mO W OW a'WN O Q zee° -U0 a 2 2 N ow, W x o)x -u_w a ~Z ~ W UN I w U ~ ci J Z Z O 3 0 ° a\ a W g W UJ � H O me Zxa'N la. 0 MM J w w , a <_...0 ON O W 0_ m4jZOO H W 3 <0 CWiZ �F wW J�F ~NO 3 m xaZYU NV J W W aX maamm' W 0Q N z WS Qm = W Nz-NW J 3 MamW- NJ Z} Z 1-1_ WN aZO Q? "-...i/211- J 3 W W O z l N 0 W} Z IQ 2 0_1 U-JmZ m v) . = Z m N 2 WQ p V� Q m U x JYaPVJ1 e <0 pe0 NN <-0<p - }Q • ma 2U -0a r O LSi _ WZ ()Him- wW �0 NYJO3 N H� ::::: ra' 00 w aZ a•V U` (-u-11 � Otwn mO Wo Qui Y 0 o O 0 Z 0 m���� �J ? li x�x� Wa WFQF �Ni% ZH lLJ M ON Ye OK Ya Do QZ Q� N�U� QQ 0< UUN>U U • Z • H F,-5z1 WU WH �zw�w z5 Dm g is =z ¢� w¢o a OM aYOam YO MO �a H< 0aMZ WO W> Lri cc ): N O; 12' RISER SECTION a 8 x j3 BAR EACH CORNER JULY 2014 (z$ t a°\ )/ k wmU m rem 0 ) ao. § uow §]te °_ 0, Ik (b /j w uw ) r/2 § g�7 j \ }\ (§}) } d\ §\ \w1 / ƒ�k K \f/ § \w\ D' • ® /} /2 �� /§ $_ 1--..... � o ° °< ° « »g• o w )2\.) 0 0Z o m 0 mƒy(§ ®- 0o �( __= w =x wow EI.J0 §a§ W§]\ I« e k\ �} /0 ,z(.0 ( -wo 00- �� ) e$e =� < /z &o >- - E \� )/�� } u »�� (` )E °•Jt. * 77f )z§(/ / _i§wj\ () §§ §k <- ». ƒ w,�]( \ § \E \k e ww 77 °� LJ§ _�° «� —u 0 ya6w �� »» �b ) \O §E le 3 =o( WC * §e `9- §/ §� §q Z)(ƒg oo m. Z %+�� ° [( ww ]7 36 ° § \E kf)aj §0 §(�§) U� »( §U )0 w) 01 00Q \k) \j <0 �}\)§ Y2 §} -< (()k\ \\ 20 FINISHED GRADE TO PIPE INVERT SHALL _ & •¥ e a K a a 6 6' REDUCING SECTION 2 ±< § /) )k O\ \ � / OX -> Wz §} j/ mx oo ww d) E ■ cse • • • O U6 w boo �Wg a z°o z ? in S fn- ;p N N m— m Y Q 1=wv UNawa z= W VIZ ?� p x W a0 0 5 ■¢ vi o m a �.w mZmo° 0 oW�zm wo0(3 J� °o wa o Q ci �wN MgaQC�zd m �z ° O-I 1n u.z Tm > vwi .o° w- r'll a pp N�Wm z� 0- J z UUIQ QUN�VI O f q xo Q Nm _ I° ¢1n°Z om w° �v~iga o���� wd�� Q? n °Z a lmi Q JZOOwj S� Z_" W O > wo Q 0 D- ON >. °7 �N 33m w -Jw -,1 Uvip� aw J 2 li W N Q °pQ UI�Q W Z °wHm3 2z 'm ��Q° x�U j U1 W V�a3a z 2� pU WQOJ� VIVSmw ODUw Ja QZ p W 0- OUQ O� Uw NSZQJQQYS WSUUm (I/�)YWN IWQ2Q' w W JaoW Um 0Jw{/�O h JV NJm ~O��Z JmJ J N �, 1m �w N10 § ° 3 rJ °o a ��zwv�i �3` re0• U0 w0 wQ 1n o ZZW U° Z�Zpm l (/) w(tn0- p 0�� °� mN N —? w r� m�hx- wZ_aWJ H m00a� ?O• pZ° �U��a Ua� O ¢� og i0)z m°= � �Uo -u SO w`p°x� W��Nm UpO,_ > Z MD ammgE - z° Q S Q U S ° O Z Y? Y U M m W r • O W O; Z S 1-5 NOp HUZ UU NYO �Q U2F w; UU Z N O� 0 Fz ZQ �w OF N w -Z oUmOWO ?WLz� wa'�No JZ 30 o U9UO Z 0 QmF Y �J�ml1 Zl''AO li m oKom w ft WY 5�Q w• Q�N (Q�m -11.1- �; w S I 00 w� NYOVI�W YaNOZON S��U� mZ2 Mx �� �M VmZ Z °ZaINJ zS d'd QUU -JIIOZ U Li ~Q ._ UOOZ; JJWI- Q 0 0 WI° Q�� 2 ~OZ?¢ tYZ?QQZ Z Npp fnm --ow<, W ?O Ow WO g UUIL 2 Z —�� .74 ax�31�w Y ofN-t °U UQ0 =I-i QU70 �V) U &) Nip N 1n O • N 17 fC r W 01 0 Z 5 tl .Z t X0 N N XVW ,9t 'NIW ,9 0 Rg 00 00 000 00 b000p EON 1.7 00000 00000 ♦1n 101 01 'NIW 10 1H0I3H 'XVW 111111 �N10mbW L400 UQFZQ 000o UUU WWWWW UU a-0000 gEEEEE xxxxx zzzzz EEEEE z z z z z ZZZZZ O(AppNaaZ1n(n ppy i 1n a 1n * 0) 0'00000 z00000 01131 0 ��i loonm 00000 4 W W W 4 ` W pF00000 a UUUU «< W W W W o_o:o:zo:o: 000800 Sxxxx zzzzz NEEEEE zziizz O 1n 1A g L'aoaa (A N z nm 1nu m m 0 0: 0 0 0 000 0 00 0 JULY 2014 U Y J � 0 a3 N 0 W Q O La Z � O Li K O 1 W Q k O Z W a:� J(JW lncri m 1-0 W <°°°W Qin 3g W Q0 U� .�C } 4. O °Z a. <J W wo m o WWO Z° - 0I- Wwv'Oa Xv°i 9aJ °w °w ZZ 3 m za ° 3wCL Z LA- X w� QJQ0 KZ N qg ZO 3 • -1Mz w Z 2 x° W- rt 9oW lnz°�� a mo mw o Woo W O>> M (M E<< >o O N 0 0� m x° ° o m~ N ~ N U • W F m Z p In mm �C a� 2 Q J -{ 0 �Q W Wma W rrn o. z3 W m Z x� —3 m a m° w } °w mvi (n oaa�w VI "' FWK 0 �� w� �Jwµttl Wam m 40Q3 in mW 6� moo \9g J } W° In N° m W 0 �o µia�° �a �mo a xaw �y va �, ° °a c� w nom }ad z�l-z0 cn0 L 3 ao? Ro -1 -c.) o� ° < °W • zzo oz ��(( ZZ (zn w Qx ZQZ ZQZ Q op z e. dQ Uad l+ld SO vl Q =m �0 521.1 Qo IN N 17 4 In V7 n aD z 3 I L 'NM .Z /l 8 I PI i 1 IIIIr _] .9 'NIYI Z/l Hr— z _] _] z ▪ egg H r 1.ZIr Z JULY 2014 0 z o � J H w E 2 CATCH B 2 0 Y M 0 a_ 3 d Z to 0 ' 0 %— u) 0 z 0 ce w > 0 0 w Q m o z Q H 0 w cL 0 0 CO U N J mEx aO 3 n .1 ,Z /L LL SECTION B -B Z NOTES: 1. MATERIAL IS CAST IRON ASTM A48 CLASS 30. 2. SEE DWG. NO. 4 -10 FOR VANED GRATE. 3. PATTERN ON TOP SURFACE OF HOOD SHALL BE 3/16" NON -SKID DIAMOND. 4. BOLT, WASHER, AND NUT SHALL BE GALV. OR CORROSION RESISTANT. O N S �VW z iS^ z J'el) o Z ,9 I I sommliN ,z /L z/ L Z 1�4 1 0 N SECTION A -A JULY 2014 w MI NW < 1 ./.` /\./ L PLANTING STRIP OR SIDEWALK X 4111041104111.1%"1101141101411"1"11111%. B .404.111:011■0•41"01■■•■■•■•■■ B L 4.6.- .e. ..... .... ..... .... -40- .0. 40. .....,-.049,..-4%,0■4004,00404,04,10.4,00. m ..e. ..... ■Sl........,OZ,,O1js$1.........etIP.... .4111...aprope. Ce W 0...,lel lajili:.!=:..M :•1-.■.:.1151 0 0 5 .-----7. 111711qpi .---- 00 z 0 4 0 II 1 ill i IL. _ u . ,. .,. 1 1 L It lih, ..,..,, Q Lei Ild II I'll 0 Pe a r 1 1=032E1 r1 I-1 \ \ DUMMY JOINTS .e.....7. / \ i < --. PLAN CURB \\\ / / DUMMY JOINTS ill .,, : ‘; ,.2.•: .'.,. ;..:‘,.: ,,,, \.e, • ' . : ••• .•.7..-, ;. :'- 1:: ?..1'. ;,. 7 - ' :;.- . , , - • 4 ,.. .... . : : . , • GUTTER 1.4 • : ' - ,... ....: CATCH BASIN CATCH BASIN % SECTION A—A SECTION B—B NOTES: 1. SET TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. REV MAR 2011 Z (D0 Cl 1— Z < < 2 1.- g co w z co —1 os• zt 9 uj • > 0 U W W W CC W ? Z Q < - QN 2 � _ J W &U) 0 - co u)UO a aQ 3 _O. o Q a ZW I Li WW mW3 Z MCC < 0 re Om Zu9 LL Q �(U W U O Na _J Q6Q O O O- Z0} OMQ ~ W ~ FW Zm 00- 0 Nw IX V) UK » J N OU �O NU U0 =0wQ —� FO mQ OW oJa t�z° an am �o 00 ,tea Z J1- cc- k WO NF�O QOI D- Q V) w� (I) I- DW'-'V) M00 x0M ?a FO Gi H N r ) d L() cO 0 N Z oa 00 N = red OD 0 zo U N � Y m� O a3 • • �� P ON �G %� ADHERE TO PAVEMENT o'A9yo�d Q� ADJACENT TO GRATE O Q PARKING LOT INSTALLATION NOTES: 1. CONTRACTOR TO INSTALL STREAM PROTECTION MARKERS AT EACH CATCH BASIN. 2. MARKERS AND INSTALLATION INSTRUCTIONS AVAILABLE AT PUBLIC WORKS DEPARTMENT. 3. ADHESIVE MATERIAL IS SPECIFIED IN THE INSTALLATION INSTRUCTIONS, AND SHALL BE PURCHASED BY THE OWNER OR CONTRACTOR. 4. MARKERS AVAILABLE FROM PUBLIC WORKS MAY DIFFER FROM THAT SHOWN. W .y P Okl O +O4fEDE4 G W W 4, J. ( /.• Te ADHERE TO TOP OF CURB • W W /"✓� 1 .0% el M w W • 15,#0 owe?�� I THIS SIDE TOWARDS SIDEWALK CURB AND GUTTER INSTALLATION REV. NOV 2010 • a wO� Z Z w V Y N H m ~ N Ow=J2ct H if~ Q H o o <?�03 6aZzQwZ 'tm �J (nZ L,_QOO 3 N- a 3 l � u) ooazZ ;3 3 wlc A,_< r=3ot0 3 3 a <ag Vnc)0LL -= 3 d /-UQU -O N O0 ?xv~imgF- 3 I- ma ~Z O�?aw?r�r 3 3 w Cr U I- D F m Q x-) oaaa -coo<0 333 3 • a° a CCwwgNQ?wO 33 3 I w omm«Ka_mo p.i 3 o Z N M d O CL CL Y 2 0 z NW IAi li Z 0 r J J 0 0 cc W H 2 CL 0 H 0 9l /C N N r O J M J W � a° AT 120' AND 9 1/2" RADIUS. SHALL BE OMITTED IF COVER NI I CTION A -A N R N M 4 REV MAR 2011 REV MAR 2011 0 ZN ( 0 W 0 0 0 0 J 0 Z U (1) J Y CO IX O a3 d z c+M Tr 0 cc w 0 0 0 z 0 0 J 0 Z M 0 cc cc 0 w w 2 Q cc w 0 W F-Z w la -I C7 0- W 0_ w cc I- mVO cc0 W (W0 �0 .0 o O� Jav) w (Qi)i� wi- n<.D z~ 3 UU �J I-OQp y <w La Z o O� W N�Cp �' w CCC3Lil 1F- ~ a OD cnw ce m0 ��Z �W�Z Occ0 pZ ZW CY w o o a aN Q 3Q I-o Z 1-O w 2cn gM( w wQ I��1IUO F� rpnom ,�,� ow NZ dQa w0Z0 ��w Wo w 00 Wm �W W a mNQ ��p �.2 NCO OS QD -w mmw JZ� O J w L. I- I- UN D- d'CC J g(T)1.. OZW 2F pw (n0 OJ • p D 1-SW v) JUN Qmm wN v)J0 K WN. mO Owce UOI- �QQM wC�w Oaf Wm O ZW\ 0_ z= N- � �`O�a• zao wed° v~i >w 0 o N M(w J OWnI-- ZOZ ~6z ova O wp J o� H m W J p30 a3 La oo_ IXW5 Ce <�F a~ 300 Z _w Q wow wa a w� m 3 z �z �I Ii mc,r v)ro O0z0,_, a- wo �fw x 3 (OQ� O� N OZN�W azce 4' LJ ZQO QZg0� OLjd Uw O_� 0_I -'�� N?��2 V)�Q. pm~ Q(+1m mQ 0_1 1-W m °o a (OjN m \0 a'aQ�J t< >J3 w0001 -- li)om 01 ZO Xa0_ d▪ Q �� S,QMS J~a WQa Paz I- -1 -I W?� a(n mw I- .Omv) o3a 1-(2na �Qm V Li Q. OU mao • • uzr Sid z y URU 'XVW„9L NIV 1 ui (D N a0 0) 1 g�x N W a a 40c o Z 11 UU' 'NIW ,9 'NM ,9 -,Z 0 'NIW ,0 -,Z I 'NM ,0 -,Z SEE NOTE 10. I 0 w U w E o ow z Pw z� Z °S ao_ ce wo o W o Ny� J ¢QO ORIFICE MUST BE INSPECTED PRIOR TO INSTALLATION REV APR 2011 0 00 w LA a� O z. (9 7 r Za 0 u_ —I a 0>- II I- - 1 W Ow W Ill 012 1- W cc 0 0 c LL - z 0 U 0 Y m IX 0 a3 • 8 4i | o °o § j ( 0 re R \ LA LIMITED HINGE MOVEMENT, :C NEOPRENE RUBBER GASKET REQUIRED BETWEEN RISER MOUNTING FLANGE AND GATE FLANGE. MATING SURFACES OF LID AND BODY TO BE MACHINED FOR PROPER FIT. JULY 2014 FROP -T SHEAR GATE UPPER BAND 3/4- DM. SMOOTH ROUND BARS % 3/4- DM. BAR EQUALLY SPACED. BARS SHALL BE WELDED TO UPPER & LOWER BANDS. 3/4- DINA. In •-• MI SMOOTH ROUND BARS EQUALLY SPAT. J( (4' O.C. 4 1/2" PLATE .2 Will J 11/2- N -- 1`NOTE BARS OMITTED ON DRAWING I� �I ill i 3/4� BAR 0 11111111 O DRILL HOLES FOR LOCK PLAN MIT UPPER BAND 24• in CB ) INNER NAM. IiL - 1i1 54 65 60' 72' 72- 86- 96" 114- 1 L /2• LOWER BAND +I ;,) ENTRY GATE DETAIL n NOTES: �I 1. ALL STEEL IN PLATES, BARS AND BANDS SHALL CONFORM TO THE T h REQUIREMENTS OF ASTM A36. 4 -9/16- HOLES EQUALLY I 2. DEBRIS CAGE SHALL BE HOT -DIP GALVANIZED IN ACCORDANCE 1 SPACED LOWER BAND INNER DNM. WITH ASTM A123 (AASHTO M111). 3. PADLOCKS REQUIRED ON CITY OF FEDERAL WAY FACILITIES ELEVA11ON JULY 2014 d z N V. 0 CLEANOUT O V) J Y mw O D f-- 12" L 6" 4" r PROVIDE 1" COVER MIN. (TYP.) • • • • • • • • 36" 40" 8" TYP 1 #5 HOOP BARS (TYP.) #5 HOOP BARS (TYP.) #4 HOOP BARS (TYP.) APRIL 2015 °^1O� PUBLIC ° CQfal Way WORKS CONVERSION RISER (CONVERTS RECTANGULAR LID TO ROUND LID) DWG. NO. 4 -18 Sign 48" Stormwater Pond Federal Federal W y PUBLIC WORKS DEPT. (153)935 -2700 This pond is in your care. Runoff is held here after storms. It is released slowly or stored until the next storm when it is replaced by incoming flows. This helps prevent downstream flooding and erosion and helps clean the water. For more information or to report littering, vandalism or other problems, call City of Federal Way, Public Works, Surface Water Maintenance at (253) 835 -2700 Plat Name and R/D number 24" 42" 30" Specifications Size: Material: Face: Lettering: Face Colors: Type Face: Border: Posts: Installation: Placement: % /A /. /. 2 48" wide by 24" high .125 min. gauge aluminum Non reflective vinyl or 3 coats outdoor enamel (sprayed) Silk screened enamel where possible, or vinyl letters Biege background with teal letters Helvetica condensed: Title 3 "; Sub title 1 -1 /2 "; Text 1" Outer border 1/8" wide, distance from edge: 1/4", all text 1 -3/4" from border Pressure treated 4x4, beveled tops 1 -1/2" higher than sign fence Secured to chain link fence if available. Otherwise install on two 4" x 4" pressure treated posts mounted atop gravel bed, installed in 2' -6" concrete filled post holes (8" minimum dia.). Top of sign no higher than 3' -6" from ground. Use (6) 3/8" x 2" hot dipped galvanized lag bolts and washers. Face sign in direction of primary visual or physical access. Place at least 6' from perimeter of site. Do not block any access road. Do not place within 6' of structural facilities, e.g. manholes, birdcages, etc. /\ JULY 2014 am OP °o Way °rA VVC y WORKS STORM WATER POND SIGN DWG. NO. 4 -19 City of Federal Way Comprehensive Plan Planned Street Sections Transportation Element i 7 i L ` m t U 2 E. 1 m U m .0 E m ti m 7 r m m 0 0 0 U 6 g O j 3 U O i3 g 0 U 1 U m V 2' v S' 2 2'.t N O 'A c>> m m 03 y U m m :E m i s ,E t a p Y Y Y r Y Y Y « « ram i Oz = g i3 ' 'm hli 'm 'm a 'm o a a a o (C E rn + + + + + + + + + + + + + + + 10,-. 14; m m �a j m m a g m m m '_° y m m a m 0 P. O V a a O a V l[l N N M M M M N N N N N N LL d Pr Q m U 8 W LL 8 = _ ZZZ4 Y J Z 2 2 O Z O 2 ( ) ) H / / ZZsisZ /\\<ZZ /s %ZZZ / Federal way MAP 111 -6 NOTE: This map is intended for use as a graphical representation only. The City of Federal Way makes no warranty as to its accuracy Map reprinted 10/06 rdata2 /labOham2pmapaRrple12004.am1 t pv,f+4,-31 - -J I I .: •1 Od AtlVLI try 1 \' 1 =1- I ;ilk. CI ■■�.. 11I11111 ' ■ L. • = , 9d � 1 ki 1 H Al d ' .s . MIN ,, ...,„ew W i 414 •• ', , -,4,,„,o, _.s. q___ 1. ..S. 4,0744... ,, -. ' • 4 OR rt hi risme _,4,4, alIPARTICl/j -0 •..,:, c .. 13 0 a . opy( lit i / ■ / ven• . 0 ANN: .• • Wlair �� d /---- R/ •� s ,�I • • • APPENDIX E LAKEHAVEN UTILITY DISTRICT WATER LINE STANDARDS 3' -0" MIN O 3' -0" MIN 3' MIN RADIUS CLOSE —CUT CHAIN AND REMOVE FROM HOSE PORT CAPS & HYDRANT % "JOINT MAT'L FULL DEPTH. ADJACENT HYD. CLEAR & LEVEL HYDRANT 4" STORZ ADAPTER O CABLE BOTTOM OF OUTLET CURB FINISH GRADE 2' RADIUS (CENTERED ON HYDRANT) x 6" THICK CONC. SLAB ON COMP. SUBGRADE CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE 12 CU. FT. MIN GRAVEL BACKFILL FOR DRYWELLS HYDRANT DRAIN VALVE C.I. VALVE BOX. C.J. (SEE STANDARD PLAN 11) 6" AUXILIARY GATE VALVE (FLxMJ) FLANGED BRANCH "CUT —IN ", OR TAPPING HYDRANT TEE 12 "x12 "x4" SOLID CONCRETE BLOCK NOTES: 1. HYDRANTS SHALL BE INSTALLED PLUMB. 2. HYDRANT PUMPER /STEAMER PORT SHALL FACE THE STREET, OR WHERE THE STREET CANNOT BE CLEARLY DEFINED OR RECOGNIZED, SHALL FACE THE MOST LIKELY ROUTE OF APPROACH AND LOCATION OF FIRE TRUCK WHILE PUMPING, AS DIRECTED BY THE DISTRICT. 3. DO NOT PLACE THRUST BLOCKING BEHIND TEE OR HYDRANT. USE THRUST RESTRAINT SYSTEM FOR PUSH -ON OR MJ JOINTS PER SPECIFICATIONS. USE OF TIE /SHACKLE RODS IS NOT ACCEPTABLE 5. PAINT HYDRANT WITH 2 COATS OF SHERWIN - WILLIAMS PAINT, GLOSS SAFETY YELLOW, NO. 854Y37. 6. DO NOT BLOCK DRAIN. WATER MAIN 7Q MEASURED FROM GROUND SURFACE WHERE HYDRANT IS LOCATED. IN CITY OF AUBURN: 2-21/2" HOSE PORTS (N.S.T.), 1 - 41/2" PUMPER PORT (N.S.T.) WITH 5" STORZ ADAPTOR AND CAP. 9O LOCATION AND MIN. OFFSET, OR AS SHOWN ON PLANS, AS REQUIRED BY RIGHT OF WAY PERMIT OR DIRECTED BY DISTRICT. SP03— Revised Per WLH 061915 STANDARD PLAN 03 LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON HYDRANT ASSEMBLY DATE: 5 -15 DRAWN: WLH CHECKED: WLH APPR: KRM �r1iiY+� ITu15Th SCALE: NONE SHEET 1 OF 1 3' -0° MIN ELEVATION CUT FINISHED GRADE ROCK WALL 6 / //`\\` 12' SEE NOTE 3 3' -O" RAD CLEAR PLAN MINIMUM AREA OF LEVEL GROUND SURFACE NOTES: 1. ROCKERY HEIGHTS EXCEEDING 4 FEET, REFER TO RIGHT -OF -WAY AGENCY STANDARDS. 2. CONSTRUCT ROCKERY FACINGS TO RIGHT -OF -WAY AGENCY STANDARDS. 1 3' -0" MIN ELEVATION FILL 3. IN UNIMPROVED AREAS INSTALL 2' RADIUS BY 6" THICK CONCRETE PAD ON COMPACTED SUBGRADE. SP04- REVISED PER WLH 061915 ELEVATION (TYP) STANDARD PLAN 04 - LAKEHAVEN UTI KING COUNTY LITY DISTRICT WASHINGTON HYDRANT IN CUT LOCATIO \ OR FILL DATE: 5 -15 DRAWN: WLH CHECKED: WLH APPR: KLM SCALE: NONE SHEET 1 OF 1 WATER SERVICE r-j'-- CONNECTION HAND TIGHTEN FINISH GRADE 0 6 TYPICAL WATER SERVICE CONNECTION 8" DEEP, CL. 4000 CONCRETE COLLAR COMP. GRAVEL BASE ON COMP. SUBGRADE " (MIN.) TRAFFIC METER BOX IN CONCRETE / HMA DRIVEWAY OR ROAD SHOULDER O NOTES: O METER FURNISHED AND INSTALLED BY DISTRICT. 2. METER SETTER SHALL BE CENTERED WITHIN METER BOX (PLAN VIEW), BOTH HORIZONTAL DIMENSIONS. 3. WATER SERVICE CONNECTION AND CONFIGURATION SHALL BE INSTALLED AS SHOWN ON THE PLANS, OR AS MAY BE OTHERWISE DIRECTED BY THE DISTRICT. 4. SERVICE LINES SHALL BE INSTALLED PERPENDICULAR (PLAN VIEW) TO WATER MAIN, UNLESS OTHERWISE SHOWN ON THE PLANS. NON- PERPENDICULAR SERVICE LINES, IF ALLOWED, SHALL BE WRAPPED W /NO. 12 COPPER WIRE W/ A 12 -IN. LOOP EXPOSED IN THE METER BOX. 5. SERVICE LINES SHALL BE CONTINUOUS WITHOUT SPLICES. O6 DEPTH OF COVER OVER SERVICE LINE SHALL BE 36" MIN. EXCEPT AT TRANSITION TO /FROM SETTER. 7. FOR WATER SERVICE CONNECTIONS DESIGNATED FOR 2 -IN. DIA. SERVICE LINES, SEE STANDARD PLAN 20. 08 CUSTOMER SUPPLY LINE (PRIVATE). SP 07_01 STAB DARD PLAN 07.01 LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON WATER SERVICE CONNECTION 5 /8"x 3/4" 8c 1" DATE: 7 -16 DRAWN: WLH CHECKED: KRM APPR: KRM SCALE: NONE SHEET 1 OF 2 • 0 0 0 MATERIAL LIST: METER SETTER • 5/8 "x3/4" METER: FORD VH72 -12WC, OR MUELLER H- 1404 - 2x12" WITH TWO H -14222 ENDS. • 1" METER: FORD VH74 -12WC, OR MUELLER H- 1404 - 2x12" WITH TWO H -14222 ENDS. DOUBLE PURPOSE INLET & OUTLET COUPLING (FEMALE IRON PIPE UNION, SWIVELS OR FLARED COPPER). DRILLED PADLOCK WINGS ON METER STOP. SINGLE CHECK VALVE ON OUTLET. SERVICE LINE PIPE • 1" CTS POLYETHYLENE TUBING, SDR 9, 250 PSI PRESSURE PE 4710 RESIN, DRISCOPLEX 5100 SERIES, OR EQUAL. SERVICE SADDLZ • SINGLE STRAP, ROMAC 101 W/ 1" CC (AWWA) TAP: ADAPTER (USE STAINLESS STEEL PIPE INSERTS) • 3/4" MIPT x 1" CTS COMPRESSION: MUELLER H- 15428, OR FORD C84 -34G "GRIP JOINT ", OR A.Y. McDONALD 4753T. • 1" MIPT x 1" CTS COMPRESSION: MUELLER H- 15428, OR FORD C84 -44G "GRIP JOINT ", OR A.Y. McDONALD 4753T. RATING. METER BOX • 5/8" x 3/4" METER: RAVEN RMB 11x18 -12 HIGH DENSITY POLYETHYLENE (HDPE) W /MOUSEHOLE PIPE — CUTOUTS, AND SIGMA DUCTILE IRON LIDS W /HINGED READER DOOR. • 1" METER: RAVEN RMB 13x24 -12 HIGH DENSITY POLYETHYLENE (HDPE) W /MOUSEHOLE PIPE — CUTOUTS, AND SIGMA DUCTILE IRON LIDS W /HINGED READER DOOR. CORPORATION STOP • 1" INLET AWWA TAPER (CC) THREAD x 1" CTS COMPRESSION. MUELLER H- 15008, OR FORD F1000G "GRIP JOINT ". USE STAINLESS STEEL PIPE STIFFENER. BRASS NIPPLE • 3/4" IPS x 8" LONG • 1" IPS x 8" LONG. PVC OR BRASS CAP (TEMPORARY — SEE 0) • 3/4" IPS • 1" IPS EXTEND CUSTOMER SUPPLY LINE, AND CONNECT TO BUSHINGS, AND STIFFENERS AS NECESSARY. SEE BRASS NIPPLE BRASS 3/4" OR 1"x 45' OR 90' STREET ELL, OR 3/4" OR 1" BRASS CLOSE NIPPLE W/ 3/4" OR 1" BRASS 45' OR 90' ELL. METER BOX (TRAFFIC) • 5/8 "x3/4 ": CHRISTY B1017 W/ PIPE KNOCKOUTS, NON —SKID, BOLT —DOWN GALVANIZED STEEL LID, AND HINGED READER DOOR. • 1" METER: CHRISTY B1324 W/ PIPE KNOCKOUTS, NON —SKID, BOLT —DOWN GALVANIZED STEEL LID, AND HINGED READER DOOR. NSF /ANSI 61 AND NSF /ANSI 372 COMPLIANT. INCLUDING FITTINGS, REDUCERS, STANDARD PLAN 07.01 LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON WATER SERVICE CONNECTION 5/8'x 3/4" & 1" DATE: 7 -16 DRAWN: WLH CHECKED: KRM SP 07_01 APPR: KRM SCALE: NONE SHEET 2 OF 2 WATER SERVICE r-"--CONNECTION HAN D TIGHTEN FINISH GRADE 74 TYPICAL WATER SERVICE CONNECTION 8" 1 45' MAX 8" DEEP, CL. 4000 CONCRETE COLLAR COMP. GRAVEL BASE ON COMP. SUBGRADE 6" (MIN.) TRAFFIC METER BOX IN CONCRETE / HMA DRIVEWAY OR ROAD SHOULDER NOTES: 0 METER FURNISHED AND INSTALLED BY DISTRICT. 2 METER SETTER SHALL BE CENTERED WITHIN METER BOX (PLAN VIEW), BOTH HORIZONTAL DIMENSIONS. 3 WATER SERVICE CONNECTION AND CONFIGURATION SHALL BE INSTALLED AS SHOWN ON THE PLANS, OR AS MAY BE OTHERWISE DIRECTED BY THE DISTRICT. 4 SERVICE LINES SHALL BE INSTALLED PERPENDICULAR (PLAN VIEW) TO WATER MAIN , UNLESS OTHERWISE SHOWN ON THE PLANS. NON- PERPENDICULAR SERVICE LINES, IF ALLOWED, SHALL BE WRAPPED W /N0. 12 COPPER WIRE W/ A 12 -IN. LOOP EXPOSED IN THE METER BOX. 5 SERVICE LINES SHALL BE CONTINUOUS WITHOUT SPLICES. 0 DEPTH OF COVER OVER SERVICE LINE SHALL BE 36" MIN. EXCEPT AT TRANSITION TO /FROM SEIIER. 7 FOR WATER SERVICE CONNECTIONS DESIGNATED FOR 2 -IN. DIA. SERVICE LINES, SEE STANDARD PLAN 20. 08 CUSTOMER SUPPLY LINE (PRIVATE). CONNECTION TO BRASS NIPPLE INCLUDES FITTINGS, REDUCERS, BUSHINGS, AND STIFFENERS AS NECESSARY. SF' 08_01 STANDARD PLAN 08.01 LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON WATER SERVICE CONNECTION 1-1/2" 8c 2" DATE: 7 -16 DRAWN: WLH CHECKED: KRM APP R: KRM SCALE: NONE SHEET 1 OF 2 MATERIAL LIST: METER SEIIER • 1 -1/2" METER: FORD VH76- 22 -11 -66 OR MUELLER B- 2422 -2- 12x13" • 2" METER: FORD VH77- 12 -11 -77 OR MUELLER B- 2422 -2- 12x17" FLANGED INVERTED KEY VALVE W /DRILLED PADLOCK WINGS ON INLET. ANGLE CHECK VALVE ON OUTLET NO BYPASS FEMALE HORIZONTAL IPS INLET AND OUTLET GROOVED FOR "0" RING METER GASKETS SETTER HEIGHT TO BE 12" SERVICE LINE PIPE • 1 -1/2" OR 2" CTS POLYETHYLENE TUBING, SDR 9 SERVICE SADDLE • DOUBLE STRAP STAINLESS STEEL, ROMAC 202S 1 -1/2" OR CD> 2" I.P.S. TAP. ADAPTER (USE STAINLESS STEEL PIPE INSERT) • 1 -1/2" MIPT x 1 -1/2" CTS: MUELLER H- 15428N, OR FORD C84- 66 -G -NL "GRIP JOINT ". • 2" MIPT x 2" CTS: MUELLER H- 15428N, OR FORD C84- 77 -G -NL "GRIP JOINT" ® ADAPTER (USE STAINLESS STEEL PIPE INSERT) • 1 -1/2" FIPT x 1 -1/2" CTS: MUELLER H- 15451N, OR FORD C14- 66 -G -NL "GRIP JOINT" • 2" FIPT x 2" CTS: MUELLER H- 15451N, OR FORD C14- 77 -G -NL "GRIP JOINT" O O METER BOX • NON- TRAFFIC: RAVEN RMB 17 -30 W/ SIGMA CO. H2O RATED DUCTILE IRON COVER W/ HINGED METER READER DOOR DUCTILE IRON LIDS W /HINGED READER DOOR. • TRAFFIC: CHRISTY B1730 W/ H2O RATED DUCTILE IRON OR GALVANIZED STEEL COVER, NON -SKID SURFACE, BOLT -DOWN AND LOCKING AND HINGED READER DOOR. CORPORATION STOP • 1 -1/2" AWWA I.P.T. x MIPT- MUELLER B- 2629N, OR FORD • 2" AWWA I.P.T. MUELLER B -2629N OR FORD FB500 -7 -NL BRASS NIPPLE • 1-1/2" IPS x 12" LONG • 2" IPS x 12" LONG PVC OR BRASS CAP (TEMPORARY - SEE 0 • 1 -1/2" IPS • 2" IPS BRASS 1 -1 /2" OR 2 "x 45' OR 90' STREET ELL, OR 1-1/2" OR 2" BRASS CLOSE NIPPLE W/ 1 -1/2" OR 2" BRASS 45' OR 90' ELL. FB500 -6 -NL STANDARD PLAN 08.01 LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON WATER SERVICE CONNECTION 1 -1/2 & 2" DATE: 7 -16 DRAWN: WLH CHECKED: KRM SP o8_01 APPR: KRM SCALE: NONE SHEET 2 OF 2 VERTICAL DISCHARGE PIPING D.I. "BLOCKING" PIPE - 10 SMALLER THAN WATER MAIN SLOT AT TOP OF BLOCKING PIPE TO ALLOW CLEARANCE FOR VERTICAL PIPE RUN WATER MAIN VALVE LOCATION WATER MAIN (>4"0) NOTES: ti PLAN HOSE BIBB OR GLOBE VALVE WITH NIPPLE (12" MIN LENGTH) SEE NOTE 3. 18" Sx r MIN z 7 2"0 GALVANIZED STEEL PIPE & FITTINGS SEE NOTE 2. 4..I a • • f b ° • ELEVATION z r) 1. PROVIDE TEMPORARY THRUST RESTRAINT; CONC. ECOLOGY BLOCK(S) AND /OR STEEL BRACING WITH BEARING PLATE(S) AS NECESSARY FOR SOIL AND TRENCH CONDITIONS TO RESIST TEST PRESSURE. 2. IF ASSEMBLY PLACED IN HAZARDOUS /TRAFFIC LOCATION, PROVIDE COUPLING AND PLUG FOR REMOVAL OF STANDPIPE OUTSIDE TIMES OF TESTING. EXTEND AND INSTALL OUTSIDE THE PAVEMENT SECTION TO MINIMIZE TRAFFIC IMPACTS. 3. DISCHARGED WATER WITH CHLORINE RESIDUAL SHALL BE DECHLORINATED /DISPOSED PER JURISDICTIONAL AGENCY REQUIREMENTS, AND CONTROLLED PER TESC PLAN. SEE NOTE 1. FORMULA FOR ESTIMATING RATE OF DISCHARGE Q — 2.83d2Sx WHERE: Q = DISCHARGE (gpm) d = INSIDE DIAM. OF DISCHARGE PIPE d,Sx,Sy— MEASURED IN INCHES STANDARD PLAN 10 LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON TEMPORARY BLOWOFF ASSEV1BLY (2" SIZE) SPB -21B DATE: 6 -15 DRAWN: WLH CHECKED: KRM APPR: KRM 1-11.11.rry DIS'1K'" SCALE: NONE SHEET 1 OF 1 v v 6" 1 NOTES: 1. CONCRETE MARKER POST SHALL BE REINFORCED WITH 1 -NO. 3 STEEL REINFORCING BAR. 2. ALL LETTERS SHALL BE 2" HIGH STENCILED IN BLACK PAINT. 3. POST SHALL BE PAINTED WITH WATER - BASED, APWA BLUE MARKING PAINT. VALVE MARKER POST GATE VALVE (TYP.) SEE NOTE 4 WATER MAIN PLAN NOTES; 1, PROTECTIVE PAD SHALL BE 4" MIN. DEPTH CONCRETE OR COMPACTED HMA TO MATCH ADJACENT PAVED SURFACE. 2. WHERE DISTANCE IS 42" OR LESS FROM VALVE, PAD SHALL EXTEND TO EDGE OF PAVEMENT. OTHERWISE, PAD SHALL EXTEND 24" MIN. 3. PAD SHALL BE CONTINUOUS AND RECTANGULAR FOR VALVE CLUSTER. 4. ALIGN LUG SLOTS PARALLEL TO WATER MAIN. MIN 5" I.D. COVER TOP SECTION (HIGH FLANGE) SEE NOTE 1 BASE SECTION 2" ETHAFOAM 900 (2" WIDE) NOTES: 1. PROVIDE 6" MIN. VERTICAL ADJUSTMENT WHERE PRACTICAL. 2. THE WORD "WATER" SHALL BE CAST INTO THE COVER. 3. VALVE BOX RISERS (IF USED) SHALL BE GLUED. 4. INSTALL LOCKING LID IN TRAFFIC AREAS, (STYLE: STAINLESS STEEL CENTER BOLT W /PENTAGON SECURITY HEAD, SPREADER BAR & LOCKING CAMS.) 000 VALVE BOX PROTECTIVE PAD 00 2" MIN. COMP. CSTC ordiminim. Illl1 F�111 ! COMP. SUBGRADE SECTION WATER MAIN NOTES: O SQUARE EDGE OF PAVEMENT IF VALVE BOX PROTECTIVE PAD MEETS PAVEMENTS. MATCH FINISH GRADE. 0 APPLY ASPHALT TACK COAT FOR HMA, JOINT SEALANT FOR CONCRETE. O SEAL HMA EDGES WITH PG 58/22. VALVE BOX PROTECTIVE PAD AND COVER ALIGNMENT SP -11.01 STANDARD PLAN 11.01 LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON VALVE BOX APPURTENANCES & PROTECTIVE PAD DATE: 7 -16 DRAWN: WLH CHECKED: KRM APPR: KRM SCALE: NONE SHEET 1 OF 1 90° 45° 22 -1 /2° 1 1 -1 /4° HORIZONTAL & CONCAVE VERTICAL BENDS CEMENT BRICK PLUG OR CAP B TEE c WYE CEMENT BRICK B PLUGGED TEE GATE VALVE A LENGTH OF 3/8" GALVANIZED CHAIN WRAPPED TIGHTLY TWO TIMES AROUND FITTING WITH A #4 BAR PLACED THROUGH THE CHAIN ENDS EMBEDDED 17" INTO THE CONCRETE THRUST BLOCKING. NOTES: 1. ADDITIONAL BLOCKING SHALL BE PROVIDED IF GATE VALVE IS AT END OF LINE DURING TEST. 2. BLOCKING NOT REQUIRED IF FITTING IS FLANGED TO GATE VALVE. SPB -22A CEMENT 4,44#1° BRICK SINGLE PLUGGED CROSS DOUBLE PLUGGED CROSS UNBALANCED CROSS STANDARD PLAN 16 LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON CONCRETE THRUST BLOCKING HORIZONTAL & CONCAVE VERTICAL BENDS DATE: 2 -14 DRAWN: RSL CHECKED: BLR APPR: BLR SCALE: NONE SHEET 1 OF 2 NOTES: 1 Bearing areas of concrete thrust blocking are based on undisturbed soil bearing strength of 2000/(3000) pounds per square foot. 2 Bearing areas must be adjusted for other size pipe, pressures and soil conditions. 3 Concrete blocking shall be cast in place, and have a minimum of 1/2 sq. ft. (72 sq. in.) bearing against the fitting. 4 Use cement concrete Class 3000 ,which has a compressive strength of 3,000 psi. 5 Contractor shall install blocking adequate to withstand full test pressures as well as to continously withstand operating pressure under all conditions of service. THRUST BLOCK TABLE 6 The bearing areas given in the table are for horizontal thrusts when the depth of cover over the pipe exceeds 2 feet. SAFE BEARING LOAD LBS. PER SQ. FOOT 0 1,000 2,000 3,000 w /Clay 4,000 10,000 SOIL *Muck, Peat, etc. Soft Clay Sand Sand & Gravel Sand & Gravel Cemented Hard Shale *In muck or peat, all thrusts shall be restrained by piles or tie rods to solid foundations or by removal of muck or peat and replacement with ballast of sufficient stability to resist thrusts 7 All joint bolts and accessories shall first be covered with jute, 15# building paper or polyethylene sheeting material prior to placing of concrete to permit taking up or dismantling joint. 8 Concrete forms shall be installed prior to placing of concrete. MINIMUM BEARING AREA AGAINST UNDISTURBED SOIL — SQUARE FEET PIPE SIZE MAX. TEST PRESSURE (PSI) THRUST RESTRAINT REQUIREMENT A B c 0 E X (100 psi) 4" 200 300 2/(1) 1 /(NONE) 3/(2) 2/(2) 1 /(NONE) 2/(1) NONE 1/(1) NONE NONE NONE 200 4/(3) 3/(2) 3/(1) 1 /(1) 1 /(NONE) 6 300 6/(4) 4/(3) 3/(2) 2/(1) 1 /(NONE) NONE 8" 200 300 11/(3) 7/(5) 5/(3) 8/(5) 4/(3) 6/(4) 2/(2) 3/(2) 1/(1) 2/(1) 31(2) 12" 200 16/(11) 250 24/(16) 11/(8) 17/(11) 9/(6) 13/(9) 5/(3) 7/(5 3/(2) 4/(3) 5/(4) 16" 200 29/(19) 225 23/(16) 21/(14) 23/(16) 16/(11) 17/(12) 8/(6) 9/(6) 5/(3) 5/(3) 10/(7) 24" 200 64/(43) 46/(30) 35/(23) 18/(12) 9/(6) 23/(16) USE OF TABLE 1 Select proper row based upon pipe /fitting size and specified test pressure 2 Select proper column based upon type of fitting to be restrained.(Refer to illustrations). 3 Determine strength of soil encountered. Table provides for sand —type soil at 2,000 psf, or sand and ravel —type soil at 3,000 psf (in parenthesis, Refer to Note 6 to interpolate for other types of soil. 4 Read minimum bearing area in square feet. STANDARD PLAN 16 LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON CONCRETE THRUST BLOCKING HORRICBENS AVE VETAL D DATE: 2 -14 SCALE: NONE DRAWN: RSL CHECKED: BLR SPE -22A APPR: BLR SHEET 2 OF 2 11-1/4° or 22-1/2° BENDS PUSH —ON OR MECHANICAL JOINT- CONCRETE BLOCKING TYPICAL CROSS SECTION NOTES: 1. Blocking design is based upon a 250psi test pressure; using cement concrete Class 3000, which has a compressive strength of 3000 psi; and weight equaling 150 pounds per cubic foot. 45' BENDS THRUST BLOCK TABLE PIPE SIZE VERTICAL DEFLECTION V DIMENSION (A) CHAIN (0) CHAIN EMB(L) ENT 11 -1/4' 8 2.0' 4" 22 -1/2' 11 2.2' 3/8" 17" 45' 30 3.1' 11 -1/4' 11 2.2' 6" 22 -1/2' 25 2.9' 3/8" 17" 45' 68 4.1' 11 -1/4' 16 2.5' 8" 22-1/2' 47 3.6' 3/8" 17" 45' 123 5.0' 12" 11-1/4' 22 -1/2' 32 88 3.2' 4.5' 3/8" 17" 45' 232 6.1' 1/2" 24" 11 -1/4' 70 4.1' 3/8" 17" 16" 22 -1/2' 184 5.7' 1/2" 24" 45' 478 7.8' 3/4" 30" 11 -1/4' 128 5.0' XX XX 24" 22 -1/2' 320 6.8' XX XX 45' 820 9.4' XX XX V= Volume of Concrete Block (Cubic Feet) A= Length of Each Side of Concrete Block Cube (Feet) D =Chain Size (Inches) L =Depth of Chain Embedment into Concrete Block (Feet) 2. All joint bolts and accessories shall be covered with jute, 15# building paper, or polyethylene sheeting material prior to placing of concrete to permit taking up or dismantling joint. 3. Concrete forms shall be installed on sides prior to placing of concrete. STANDARD PLAN 18 LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON CONCRETE THRUST BLOCKING CONVEX VERTICAL BENDS SPB -22R DATE: 2 -14 DRAWN: RSL CHECKED: BLR APPR: BLR SCALE: NONE SHEET 1 OF 1 • • • • ELEVATION CUT REINF. CONC, Or- GUARD POST MINIMUM AREA OF LEVEL GROUND SURFACE PLAN GUARD POST LOCATION NOTES: 1. HYDRANT GUARD POSTS SHALL BE INSTALLED ONLY WHERE SHOWN ON THE PLANS. 2. TOP OF GUARD POST SHALL BE LEVEL WITH TOP OF HYDRANT 6 ELEVATION F'ILL sPe -198 ELEVATION GUARD POST STANDARD PLAN B--19b LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON HYDRANT LOCATION IN CUT OR FILL HYDRANT GUARD POST DATE: 3 -94 DRAWN: RSL CHECKED: BLR APPR: BLR SCALE: NONE SHEET 1 OF 1 APPENDIX F GEOTECHNICAL BORING LOGS Site and Exploration Plan 1 a c z • • h —H Retained Fill Earth Pressure Distribution for MSE Wall with Level Backfill Surface h —H H L Reinforced Soil Mass-, WiA 4 e Retained Fill h/3 Earth Pressure Distribution for MSE Wall with Sloping Backfill Surface h —H H 2H Retained Fill Reinforced_ Soil Moss- Po B h/3 Earth Pressure Distribution for MSE Wall with Broken Back Backfill Surface Pa = Force Resultant per unit Width (kip /ft) = 0.5*ka*y*h2 y = ❑Total Unit Weight of Backfill (kcf) = 0.130 h = Height of Horizontal Earth Pressure (ft) ka = Active Earth Pressure Coefficient = 0.26 Source: AASHTO. 2004. AASHTO LRFD Bridge Design Specifications. Customary U.S. Units Third Edition. 14 LANDAU ASSOCIATES Southwest 356th Street Roadway Improvement Project Federal Way, Washington Active Lateral Earth Pressure Determination for MSE Walls Figure 3 0 APPENDIX A Field Explorations and Geotechnical Laboratory Testing • IALANDAU Soil Classification System uscs MAJOR GRAPHIC LETTER TYPICAL DIVISIONS SYMBOL SYMBOL(1) DESCRIPTIONS (2)t3) COARSE - GRAINED SOIL (More than 50% of material is larger than No. 200 sieve size) GRAVEL AND GRAVELLY SOIL (More than 50% of coarse fraction retained on No. 4 sieve) CLEAN GRAVEL (Little or no fines) ":p:d p`a::p i • • e GW Well-graded gravel; gravel/sand g g g aveUsand little or no fines Poorly graded gravel; gravel/sand mixture(s); little or no fines Silty gravel; graveVsand /silt mixture(s) Clayey gravel; graveVsand/clay mixture(s) • ° �'o. GP GRAVEL WITH FINES (Appreciable amount of fines) ' ' . ' iv. 4' ; , . GM e- • GC SAND AND SANDY SOIL (More than 50% of coarse fraction passed through No. 4 sieve) CLEAN SAND (Little or no fines) SW Well- graded sand; gravelly sand; little or no fines Poorly graded sand; gravelly sand; little or no fines Silty sand; sand/silt mixture(s) Clayey sand; sand/clay mixture(s) SP SAND WITH FINES (Appreciable amount of fines) SM wr FINE - GRAINED SOIL (More than 50% of material is smaller than No. 200 sieve size) SILT AND CLAY Li wd limit less than 50 (q ) Wei MSC L anic silt and very fine sand; rock flour; silty or clayey fine Inorganic sand or clayey silt with slight plasticity Inorganic clay of low to medium plasticity; gravelly clay; sandy clay; silty clay; lean clay Organic silt; organic, silty clay of low plasticity / , CL OL SILT AND CLAY (Liquid limit greater than 50) ran I ' M) Inorganic sift; micaceous or diatomaceous fine sand Inorganic clay of high plasticity; fat clay Organic clay of medium to high plasticity; organic silt �� // CH ffea OH HIGHLY ORGANIC SOIL PT Peat; humus; swamp soil with high organic content GRAPHIC LETTER OTHER MATERIALS SYMBOL SYMBOL TYPICAL DESCRIPTIONS PAVEMENT '. AC or PC Asphalt concrete pavement or Portland cement pavement ROCK `. ∎ ; RK Rock (See Rock Classification) WOOD , „F∎�M� ~.M� WD Wood, lumber, wood chips DEBRIS O O/ DB Construction debris, garbage Notes: 1. USCS letter symbols correspond to symbols used by the Unified Soil Classification System and ASTM classification methods. Dual letter symbols (e.g., SP -SM for sand or gravel) indicate soil with an estimated 5-15% fines. Multiple letter symbols (e.g., ML/CL) indicate borderline or multiple soil classifications. 2. Soil descriptions are based on the general approach presented in the Standard Practice for Description and Identification of Soils (Visual - Manual Procedure), outlined in ASTM D 2488. Where laboratory index testing has been conducted, soil classifications are based on the Standard Test Method for Classification of Soils for Engineering Purposes, as outlined in ASTM D 2487. 3. Soil description terminology is based on visual estimates (in the absence of laboratory test data) of the percentages of each soil type and is defined as follows: Primary Constituent: > 50% - "GRAVEL,” "SAND," "SILT," "CLAY," etc. Secondary Constituents: > 30% and < 50% - "very gravelly," "very sandy," "very silty," etc. > 15% and < 30% - "gravelly," "sandy," "silty," etc. Additional Constituents: > 5% and < 15% - "with gravel," "with sand," "with silt," etc. < 5% - "with trace gravel," "with trace sand," "with trace silt," etc., or not noted. 4. Soil density or consistency descriptions are based on judgement using a combination of sampler penetration blow counts, drilling or excavating conditions, field tests, and laboratory tests, as appropriate. Drilling and Sampling Key SAMPLER TYPE SAMPLE NUMBER & INTERVAL Field and Lab Test Data Code Description a 3.25 -inch O.D., 2.42 -inch I.D. Split Spoon b 2.00 -inch O.D., 1.50 -inch I.D. Split Spoon c Shelby Tube d Grab Sample e Single -Tube Core Barrel f Double -Tube Core Barrel g 2.50 -inch O.D., 2.00 -inch I.D. WSDOT h 3.00 -inch O.D., 2.375 -inch I.D. Mod. California i Other - See text if applicable 1 300-lb Hammer, 30 -inch Drop 2 140-lb Hammer, 30 -inch Drop 3 Pushed 4 Vibrocore (Rotosonic/Geoprobe) 5 Other - See text if applicable Sample Identification Number Recovery Depth Interval F Sample Depth Interval Portion of Sample Retained for Archive or Analysis Code Description PP = 1.0 Pocket Penetrometer, tsf TV = 0.5 Torvane, tsf PID = 100 Photoionization Detector VOC screening, ppm W = 10 Moisture Content, % D= 120 Dry Density, pcf -200 = 60 Material smaller than No. 200 sieve, GS Grain Size - See separate figure for data AL Atterberg Limits - See separate figure for data GT Other Geotechnical Testing CA Chemical Analysis +— 1 1 Groundwater Q Approximate water level at time of drilling (ATD) Y Approximate water level at time other than ATD ASSOCIATES Southwest 356th Street Roadway Improvement Project Federal Way, Washington Soil Classification System and Key Figure /� _ /� 1 B -1 SAMPLE DATA SOIL PROFILE GROUNDWATER I E E "° E a Hollow -Stem Auger 9 Drilling Method. TD $ z m N 2 ~ N 8 u, 0 �° 0 to f� i. co Ground Elevation (ft) Not measured J a E c E o e 0 Drilled By Holocene Drilling Inc. ici O v7 0 U) m I— 0 D 0 SM Dark brown, silty, fine to coarse SAND with SP- SM \ organics (loose, moist) (TOPSOIL) Brownish -gray, fine to coarse SAND with silt and gravel (medium dense, moist) — 2 (FILL) 5-1 b2 12 — —4 SM Brown, silty, fine to coarse SAND with gravel (very loose, moist) Li W =13 S-2 b2 3 —6 — 7 1 —8 — Perched —10 G r ades to medium dense and moist t owe t S-3 b2 11 - — 12 -.: ML Gray, very sandy SILT with gravel and organics (very stiff, moist) (GLACIAL RECESSIONAL LACUSTRINE) — 14 — J S -4 b2 20 W = 21 - -16 GS — Boring Completed 01/15/15 = Total Depth of Boring = 16.5 ft. - -18 — .720 — Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. Southwest 356th Street Figure IALANDAU ASSOCIATES Roadway Improvement Project Federal Way, Washington Log of Boring B -1 /� _2 /� • B -2 SAMPLE DATA SOIL PROFILE GROUNDWATER a E Z m 2 alai E c 0 U) 65 m � ' E U) i0 o m m in' I— a° E � m 0 o a 0 D Drilling Method. Hollow -Stem Auger J Ground Elevation (ft)• Not measured Drilled By Holocene Drilling Inc. —0 SM Dark brown, silty, fine to coarse SAND with - 7 _ _ SM organics (loose, moist) (TOPSOIL) \ Dark Brown, silty, fine to coarse SAND with gravel (medium dense, moist) - - 2 (FILL) - 5-1 b2 13 —4 — _ ML Mottled orange /brown /gray, SILT with organics (medium stiff, moist) _ (GLACIAL RECESSIONAL LACUSTRINE) W =25 _ —6 S -2 b2 6 - ATD - —8 SM Gray, gravelly, fine to coarse SAND with silt (medium dense, wet) (RECESSIONAL OUTWASH) —10 S3 b2 18 W =12 GS .' _ —12 — — 14 Grades to dense E S-4 b2 48 - —16 — Boring Completed 12/30/14 Total Depth of Boring = 16.5 ft. - - 18 — 3 —20 — Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key' figure for explanation of graphics and symbols. Southwest 356th Street Figure IALANDAU ASSOCIATES Roadway Improvement Project Federal Way, Washington Log of Boring B -2 /� _3 /'l O CD z 0 0 w C7 d 0 m co 0 0 0 CO 0 CO M CO} 0 Ci CO 0, B -3 SAMPLE DATA SOIL PROFILE GROUNDWATER a E (7, Drilling Method' Hollow -Stem Auger z m 47 ,_ m 0o u_ yo N 0 0) 0 E cr) Ground Elevation (ft)* Not measured J a E c 0 u06 E u 3 0 m H w 0 co co Drilled By Holocene Drilling Inc. m —0 SM Dark brown, silty fine to coarse SAND with - ] SM organics (loose, moist) \ (TOPSOIL) - Dark brown, silty, fine to coarse SAND with gravel (medium dense, moist) _ —2 (FILL) - W -13 - S-1 b2 10 = _4 ML Mottled orange/brown/gray, SILT with sand and organics (stiff, moist) ] (GLACIAL RECESSIONAL LACUSTRINE) S-2 b2 13 ] —6 — —8 — —10 orange /gray, grades to soft, wet Q ATD 1Mottled - S3 b2 4 W -38 GS - - - —12 ] —14 SM Brown, silty, fine to coarse SAND with gravel - - (medium dense, wet) _ (RECESSIONAL OUTWASH) S-4 b2 26 ] — 16 Boring Completed 12/30/14 = Total Depth of Boring = 16.5 ft. - - 18 — ] —20 _ 7 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. LANDAU Southwest 356th Street Roadway Improvement Project Log of Boring B-3 Figurel A-4 ASSOCIATES I4 Federal Way, Washington • • B-4 SAMPLE DATA SOIL PROFILE GROUNDWATER E z u. a) -c E c m T 5 E i° o En m o ° _ E 0 m o U Drilling Ground Drilled Method. Hollow -Stem Auger Elevation (ft) By: Holocene Not measured Drilling Inc. —0 I.l , SM , Dark brown, silty fine to coarse SAND with organics (loose, moist) \ (TOPSOIL) Groundwater not encountered. - - Sp_ SM S 1 b2 1 Reddish brown, fine to coarse SAND with silt (very loose, moist) _ _ _ (FILL) -1 — S -2 b2 3 Grades to with organics = - , —10 Grades to fine to coarse SAND with silt and — S -3 b2 13 JJ1��1LL gravel (medium dense, moist) = SM Brown, silty, gravelly, fine to coarse SAND (dense, moist) - (GLACIAL TILL) —15 S4� b2 50 VV-7 GS _ — 20 S-5 b2 47 —25 — S -6 b2 53 Greade very dense = • '.. j GM Gray, silty, fine to coarse GRAVEL with - .. • >. sand (very dense, moist) - - 30 S-7 b2 50/5" W = 4 '.c -, _ SM Brown, silty, fine to coarse SAND with gravel - (very dense, moist) - —35 - - S-8 j b2 50/6" _ Boring Completed 12/30/14 Total Depth of Boring = 36.5 ft. _ —40 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. Southwest 356th Roadway Improvement Street Project Log Boring B -4 Figure LikLANDAU ASSOCIATES Federal Way, Washington of A -5 0 c 0 m a CD 0 m CO N o 0 CO CO } CO CO CO CD CO B -5 SAMPLE DATA SOIL PROFILE GROUNDWATER a E 0 m T .° E ) E Drilling Method' Hollow -Stem Auger m z I— m 0) >, Ground Elevation (ft)* Not measured a) Z d) LL N U Cl) J a. E a) E 3 0 Cl) Drilled By Holocene Drilling Inc. co 0 (0.5 u) m I- 0 U - 0 um AC 0.5 feet of asphalt over 0.5 feet of crushed _ SP- SM (ASPHALT) \ - _ S -1 I�I I I b2 7 Reddish- brown, fine to coarse SAND with silt and some gravel (loose, moist) SM (FILL) J - - 5 Brown, silty, fine to coarse SAND with gravel _ S -2 b2 22 (medium dense, moist) - SP- SM Gray, fine to coarse SAND with silt and gravel (dense, moist) _ - (RECESSIONAL OUTWASH) _ —10 W =8 ; — S-3 j b2 39 —15 Grades to wet .Z ATD S-4 b2 25 _, 111111 -1 SM Brown, silty, fine to coarse SAND with gravel _ (very dense, wet) — 20 S -5 j1 _ b2 60 Grayish - brown, fine to moist to wet) - - SP medium sand (dense, —25 W =25 — S-6 b2 30 —30 grades to fine to coarse SAND with gravel S-7 b2 24 (medium dense, moist to wet) —35 _ S -8 nn b2 28 - Boring Completed 01/15/15 - Total Depth of Boring = 36.5 ft. 1 —40 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key' figure for explanation of graphics and symbols. Southwest 356th Street Roadway Improvement Project Log of Boring B -5 Figure I4LANDAU ASSOCIATES Federal Way, Washington A -6 • w LL N Z CD a CDq 0 0 Co CO N M O O co •M coo 0 U.S. Sieve Opening in Inches Co CD Co Co CO Co O O 0 co N- CD CC) V (T) 146!aM i(q Jauid auaaaad O N O O 0 0 c O O O O O C CO a) C LL E C_ LL N Co c0 0 0 J CJ) J U) Soil Description N .0 0 U) 2 O U O a) C T > f0 m 0 8 C fa 0 V C m C C Co L_ H J_ U) T 2 !T 0 G) C) C a) 0 N N CV co CO N- .0 N 'v 0 O r O O O O O Lci N D_ EE Ci) (DZ U) M U) M U) U) C o O m x Z LL N CO 0 E > C/) • e 4 Grain Size Distribution U O O O a) CL a) tn. C C CN co C LC) O > 2 tri j ->,(U o 3 a co LL • • APPENDIX G ASBESTOS HANDLING DOCUMENTATION 0 Washington State Department of Labor & Industries August. 2007 Instructions for Asbestos Project Notification The following information is for asbestos contractors and building owners submitting asbestos project notices to the Department of Labor and Industries, Division of Occupational Safety and Health. Notification of the department is required by state law, RCW 49.17.120(2). Specific requirements for notices are found in WAC 296 -65 -020. Asbestos projects include any construction, renovation, or demolition in a building or other facility with the potential to release asbestos fiber. The department also maintains a directive for industrial hygiene compliance staff with instructions for them on reviewing asbestos project notices, WISHA Regional Directive (WRD) 23.25, Asbestos Project Notification. Preferred Notice Methods The department has provided an online form for submitting notices at: http : / /www.Ini.wa.cl ov /Safety/ Topics /AtoZ/Asbestos /ProiectForm.aso Using the online form provides direct email notification of department regional staff and gives an immediate response from the department system acknowledging the notice. This method of notification is preferred by the department. The notice form is also available in PDF format through the web site (L &I form F413- 025 -000). This form can be faxed or mailed to the department. The number for faxing notices is 360- 902 -4409. The mailing address is: Department of Labor and Industries Asbestos Certification Program PO Box 44614 Olympia WA 98504 -4614 Exemptions to Notification There are two exemptions to notification of department prior to starting an asbestos project: Small Size: Generally, no notice is required if the entire construction, renovation, maintenance, or demolition project involves disturbing less than 48 square feet of asbestos containing materials (the size of the material must also be less than 10 linear feet for piping or duct insulation). Emergencies: If asbestos fiber is being released or release is imminent due to unforeseen circumstances, work to stabilize the site, protect people, and prevent further release of asbestos may commence immediately. The department must be notified within 3 working days of the start of the project. The emergency exemption only applies • • • • to work necessary to abate the immediate hazard, and the department must be notified of the project prior to any other related work. See the information below for more details on what is considered an emergency and additional requirements for posting and communication at emergency work sites. The section below on timely notification has information on waivers to the 10 -day waiting period, which may be appropriate for continuing work following an emergency project. Project Definition An asbestos project is any work which will disturb asbestos - containing materials and has the potential for release of asbestos fiber. Notices should be specific to work that meets this definition. Mobilization and site preparation work that is unlikely to disturb asbestos - containing materials should not be included in the work dates of the notice. Once all expected abatement work is completed on a project, the notice should be closed out (if new material is found, a 10 -day waiver may be appropriate to resume work under a new notice). The purpose of the notice is to allow the department to monitor asbestos abatement activity and determine when and where projects are occurring. For complex activities at large sites it may be necessary to submit multiple project notices to describe the full scope of project phases or activities. The following are some considerations in determining whether a single or multiple notices will be appropriate. • Is the work covered by separate contracts? Generally, the department expects each separate contract to have a separate notice. • Is the work in separate buildings? Typically, a separate notice should be given for each building or address where work will occur; particularly if there will be a separate mobilization for each address. • Is there a central job office? Where there is a single mobilization and a central jobsite office and entry point, a single notice may be appropriate, as long as department representatives can go to a single point to initiate an inspection at any time during the project. • If the work crew and competent person will be restationed to a new building or other distinct location during the project, then separate notices should be provided to give specific location information. In large buildings, movement from one wing, floor, or functional space to another may require separate notifications if there is no single entry point that can be specified. • Note: dividing a project into smaller projects to avoid notification is specifically prohibited. If any of the criteria above would suggest dividing the project into small projects, notification will still be required. • If there are questions as to how many notices are necessary or on combining work into a single notice, the regional industrial hygiene compliance staff can answer questions and make decisions on notification requirements. Timely Notification To be considered timely, the asbestos project notice must be received no later than 10 calendar days prior to the start date of the project. 10 days gives the department time to process and review the notices. If circumstances prevent providing notice 10 -days before starting asbestos project work, then a waiver to the 10 -day prenotification requirement may be requested. The waiver must be requested from the regional industrial hygiene compliance staff. You may contact them through the nearest Department of Labor and Industries field location. Complete written notification information will be required and the regional staff may require additional written documentation of the circumstances requiring quick start of the project. When submitting the notice, indicate which staff member approved the 10 -day waiver (if the notice was submitted prior to approval, please amend the notice with this information). No work may commence without a 10 -day notice or acknowledgment of the project by DOSH industrial hygiene compliance personnel, unless the project meets the definition of an emergency asbestos project. Examples of circumstances where a waiver of the 10 -day notice requirement is appropriate include: • People have been displaced from their home until asbestos hazards are abated. • The project must proceed quickly to protect equipment, ensure continuous vital utilities, or minimize property damage. • Asbestos - containing materials were encountered that were not identified during the asbestos survey and asbestos hazards must be abated to resume on -going work. • Long -term contract situations with a limited class of work activities. Information must be provided on an annual basis, with notice for each specific work activity given prior to commencing. Asbestos work is complicated and requires significant assessment and preparation; therefore projects that must proceed without time for a 10 day notice are rare. However, the DOSH compliance staff is directed to generally accommodate requests for waivers of the 10 -day notice period. The quick nature of the project and short planning period are considered to make the project exceptional and a priority for inspection by the DOSH compliance program as part of the DOSH asbestos inspection emphasis program. Circumstances leading to the waiver request may also be reviewed during inspection of the project by DOSH compliance staff. Form Information Start and Completion Dates: Exact starting and completion dates of the asbestos project, including shifts during which abatement work will be accomplished. If other work is involved in the contract, limit the notice to time when set -up and abatement work handling asbestos - containing materials will be done that meets the definition of an asbestos project. Further, the dates given must not conflict with the dates specified for asbestos removal in the any work contracts. Changes in the start or completion dates or work shifts must be communicated to the department by an amended notice. The dates for the notice must be for actual asbestos project work. Work such as intact flooring removal, on -call time during demolition, or contract time when work will not be conducted should not be given as a project time on the notice. • • • • • • When the starting date or time changes, the amended notice must be filed no later than 5:00 p.m. on the business day prior to the starting date in the original notice and prior to the new starting date. • When the completion date or time changes, the amended notice must be filed within eight hours from when the change is determined and before completion of the project. Initial or Amended Notice: Initial notice is only the first notice for a project. Any updates should be marked as amended. When amending a notice by fax, circle the changed items. When using the online system, use the comment box to briefly describe the amendment. On -Hold Status: On -Hold status is for projects that have been started, but where work has stopped for some reason and is expected to resume. For example, this may be for time between phases of a project, when there has been a scheduling problem between trades, or when there is a contract dispute. Projects can not be placed on hold prior to starting. If there are specific reasons that the start date can not be set, contact the appropriate regional office and request a 10- day notice waiver. When setting a project on hold, please provide notes on the reason for the hold and the expected date for resuming work. If all anticipated work has been completed, the project has ended and the notice should be closed out rather than being put on hold. If new materials are found at the site, work with the regional IH compliance staff to obtain a 10 -day notice waiver to resume. Work Hours: Give start and stop times for each work each day (including all shifts) and check the days of the week that work will occur. If the work shifts run overnight, check the day the shift begins. (For example if you work Friday from 6 pm to 4 am mark Friday and not Saturday, unless another shift begins on Saturday.) Emergency: If the project is an emergency situation (reasonably unforeseeable projects involving significant ongoing hazards) notice must be provided to the Department within 3 working days of starting work. Note: Projects considered emergencies by other regulatory agencies might not be considered an emergency under Labor and Industries regulations. There are additional posting and communication requirements for emergency projects, see WAC 296 -65- 020(5). See the information below on emergencies for more information. When a 10 -day notice waiver is requested, the project is not an emergency and should not be marked as such. Property Owner: This box must contain the name of the property owner. If anyone will be representing the owner during the work the owner's agent and company must be provided. An owner's agent may be a property manager, attorney, architect, bank, holding company, etc. The general contractor on a project should not be listed as the owner's agent for this notice unless they own the facility or manage the property beyond the construction contract. Provide an address and phone number for contacting the owner or agent. Contractor: Contracted asbestos abatement projects must be conducted by a Certified Asbestos Contractor. For work that is done by a building or facility owner, designate In- House -Work in this field. Job Site and Facility: You must include a complete and accurate job site address. This information must include the street location, city, Zip code and county. If the site is a large structure or complex of many buildings using the same street address, you must further identify where, within that complex, your project will be performed including the specific building and room. When there are multiple work locations on a large site or contiguous sites are conducted with a single job site office, the address for the site point of entry should be given on the form. Additionally, describe the facility type (office, school, apartment, house, etc.), age (years), and size (square feet). Quantity of asbestos to be removed: Determine the total quantity of material to be removed, in both square feet and linear feet. Check the box for each type of material to be removed. Include all materials to be handled during the project. If there are materials such as asbestos flooring or roofing that will not be part of the asbestos abatement project, note in the comment section that these are being removed by intact removal methods. Alternate Work Methods: For work utilizing control methods not specifically described in the DOSH asbestos standard, you must have the methods certified following the direction found in WAC 296 -62- 07712(8) (Class I work or other materials disturbed during removal) or WAC 296- 62- 07712(10)(f) (Class II work where the material are removed generally intact). A description of the method must be provided to the department. For Class I alternate methods the certification must be submitted with your notice. Certification of the work methods is done by your consultants or personnel and is not subject to approval by the department, but this information will be used in evaluating the project for inspection scheduling and assessment of the work practices if there is an inspection or questions regarding the work. If you are using the online form for your notification, you can fax or mail the work plan and certification to the asbestos certification desk using the contact information above. Put your online notification form identification number on the cover sheet, to help us determine which project you are referencing. You may also contact the department industrial hygiene compliance staff to make arrangements for mailing, emailing, or hand delivering the documents. Additional Information: The online form has a comment box that can be used for additional information you need to submit. If you are faxing or mailing the notice, the information can be given on an additional page or cover letter. Information that needs to be provided in the comment section includes: • briefly describe changes that have been made to your work plans when making amendments (circle changes on faxed or mailed notices) • when projects are placed on hold, describe the reason and when work is expected to resume • who at L &I authorized a 10 -day notice waiver • any other information that may be helpful for L &I staff reviewing your asbestos project notice. Large - scale, On -going Projects • Building owners who have extensive asbestos work involved in operation and maintenance of their facilities may request a waiver from notification requirements. This waiver applies to ongoing maintenance and operations programs where asbestos is encountered on a regular basis and there are standard procedures for handling of the materials. The program materials and work description must be supplied to the regional industrial hygiene supervisor for approval of the program. The program must be reviewed each January or whenever there are significant changes to the program, personnel, or work site. Approved programs may conduct work without notice to the department for individual projects. Emergency Projects Conditions may arise unexpectedly that must be addressed immediately to prevent a greater hazard or significant operational impact. Asbestos work inherently involves significant hazard (asbestos is a human carcinogen with no known threshold limit). Projects conducted without careful planning can increase this hazard. However, other hazards or the potential for increased asbestos hazards may sometimes justify immediate action. Examples of emergency projects: Water damage is causing a spray - applied asbestos containing insulation material to fall apart. A small removal project will allow access to repair the water piping, this project could reduce the need for immediate removal or cleanup of additional asbestos materials. After addressing the plumbing the remainder of the material to be cleaned up may be addressed in the normal manner, with appropriate advance notification to the departmentl. A critical component in an industrial plant is damaged in an accident. If immediate removal of nearby asbestos containing materials is necessary to access the damage and effect repairs this may prevent an unscheduled plant shut down. This could save considerable expense and avoid hazards from the sudden shutdown of the plant. Emergency projects as defined under the Washington State Asbestos Act are not necessarily the same as those defined by local air quality authorities. Typically these organizations define emergency more broadly, and require pre- approved permits for all projects, including emergencies. Situations that fall under the emergency project definition of these other organizations, but are not considered emergencies by L &I, include materials found during construction that were not part of the original survey or projects necessary to protect equipment that do not represent a significant health or safety hazard. In such cases, L &I expects the advance notification requirements of the standard to be met. See the section on timely notifications. Onsite Notification for Emergency Projects. When an emergency project is conducted the following notification requirements must be met: • • Employees and other people in the vicinity of the project must be notified of the project as soon as possible. This may be prior to the project if there is any delay in startup. Anyone entering the vicinity of the project, for example at a shift change, should be notified immediately. • Employee representatives must also be notified (this would include collective bargaining representatives, safety committees or other representatives designated by the employees). • A notice must be clearly posted at the work site describing the nature of the project (see the attachment at the end of this document). • L &I must be notified within three days after commencing work including all information normally required for prenotification. Not all unforeseen work is an emergency. Asbestos projects must be reasonably unforeseeable to be considered emergencies under the standard. Projects necessitated by poor maintenance, by waiting until parts fail to conduct regular replacement, or other circumstances leading to equipment or system failures that could be reasonably controlled, scheduled, or avoided by the facility owner are not emergency projects. Building and facility owners must make a good faith inspection of their facilities prior to any construction, renovation, remodeling, maintenance, repair, or demolition project that has a reasonable possibility of disturbing or releasing airborne asbestos. This requirement appears both in WAC 296- 62- 07721(1)(c)(ii) related to general industry activities and in WAC 296- 62- 07721(2)(b)(ii) related to construction activities. This responsibility includes anticipating maintenance needs and providing for appropriate handling of asbestos materials that may interfere with non - routine activities that can be reasonably expected to occur. Many options are available to building owners for handling these situations, including the following: • Remove asbestos - containing materials to provide clear work areas for subsequent maintenance work; • Arrange for alternate equipment, systems or operating procedures to allow time for arranging asbestos removal when necessary; • Develop procedures for handling removal on a case -by -case basis and provide notification to the department under the ongoing maintenance provisions; • Conduct limited removal of asbestos - containing materials so that the area is cleared for the maintenance work, but the size of the asbestos project falls below the notification threshold and other asbestos materials are left in a stable condition; • Develop maintenance procedures that will not impact asbestos - containing materials in place. Need more information? Please call the Asbestos Certification Program at 360 - 902 -5435 or e -mail to GASC235 @LNI.WA.GOV • • • Attachment Sample Emergency Project Posting Form EMERGENCY ASBESTOS PROJECT • This form, or equivalent, must be prominently p osted in the vicinity of an emergency asbestos project. The Department of Labor and Industries, Division of Occupational Safety and Health, must be notified of the project within three days of commencement. Project Description: (include type and quantity of asbestos material effected and the work procedures in use — containment, glovebagging, encapsulation, encasement, etc.) Nature of the Emergency: (include description of hazards and reason for the unforeseen nature of the project) • Certified Asbestos Supervisor(s): (Competent Person) Facility Owner or Representative: Phone: People Affected by Project: (employees or others in the vicinity of the project; these people must be informed of the project as soon as possible) Employee Representatives: (Collective bargaining unit, safety committee or other designated representative for the employees affected by the project.) • Department of Labor and Industries Asbestos Certification Program PO Box 44614 Olympia WA 98504 -4614 ASBESTOS ABATEMENT PROJECT NOTICE OF INTENT L &I DOSH ASBESTOS PROGRAJ This notice must be received no later than 10 calendar days prior to the start date. Complete all applicable boxes — incomplete or illegible notices will not be accepted. Circle changes on amended notices. Mail to the address above or fax to (360) 902 -4409. Submit this form online or get more information at http:/ /www.ini.wa.gov /TradesLicensing /LicensingReq /Asbestos/ Notice date: / / 16 Start date: / / 16 Completion: / / 16 Initial 0 Amended ❑ Site Work Hours Su Mo Tu We Th Fr Sa On Hold ❑ Off Hold ❑ Emergency ❑ am to pm am pm Project Dates and Work Hours must be Exact CONTRACTOR PROPERTY OWNER Company Name Name City of Federal Way ❑ Boiler insulation Contractor Certification Number Owner's Agent John Bowman, General Manager for Franchisee ❑ Wrap & cut Signature Company Franchisee: Lakehaven Utility District E1 Neg. pres. enclosure Printed Name Address P.O. Box 4249 ❑ Glove bag Phone Number City State ZIP +4 Federal Way WA. 98063 -9249 ❑ Roofing Job Site C.A.S. Phone number 253- 941 -1516 ■ 1 IEPA vacuum JOB SITE FACILITY ❑ Other Address S. 352nd Street Ext. (SR 161 to SR 99): Pac. Hwy. S. south of S. 351st St. Type Asbestos Cement Water Main ' Building Name Room N/A N/A Age Size 49 -years 8 -inch Dia. City e Federal Way WA RESPIRATORY PROTECTION ❑ Remodel ✓ Demolition 0 Cement asbestos pipe ZIP + 4 County 98003 King ■ Repair ❑ Maintenance ❑ Air cell pipe insulation QUANTITY OF ASBESTOS TO BE: REMOVED ❑ ENCAPSULATED Quantity square feet ❑ Indoors ✓ Outdoors ❑ Fireproofing ❑ Boiler insulation CONTROL MEASURES ❑ Wrap & cut ■ Popcorn ceiling ■ Duct paper E1 Neg. pres. enclosure ❑ CAB ❑ VAT ❑ Glove bag ✓ Wet methods ❑ Sheet vinyl ❑ Roofing ❑ Mini enclosure ■ 1 IEPA vacuum ❑ Asbestos paper ❑ Other 01 Critical barriers • Manual methods Quantity 30 linear feet ❑ Other ❑ Other RESPIRATORY PROTECTION ■ Mag. pipe insulation 0 Cement asbestos pipe ❑ Air cell pipe insulation ❑ Mudded pipe ins. • '/2 mask APR ❑ Type C continuous flow ❑ Duct tape ❑ Type C pressure demand 1 • Ducting /duct insulation • Full face APR ❑ Other ❑ PAPR Other Other F413- 025 -000 notice of asbestos abatement project 9 -2007 For clean copies go to httpJ /www.tni.wa.gov /i'onns/ •pscleanair.org Puget Sound Clean Air Agency • • Asbestos / Demolition Notification for Contractors and Property Owners As of May 1, 2009, individual notifications will be required for structures having a separate street address. Should you have any questions, please contact Supervising Inspector Rick Hess at 206.689.4029 or rickh @pscleanair.org. Fee Information: (Fees Last Revised 7/1/2011) Project Categories After payment, when can I start my project? Asbestos Fee Demolition Fee Single- Family Residence Project Q'Asbestos removal only J'Today 1$25 Demolition (with or without asbestos removal) Demolition - In 10 Days Asbestos Removal - Today $0 $65 Project other than Single - Family Residence with < 10 linear feet and /or < 48 square feet of friable asbestos Demolition In 10 Days $0 $65 0 >= 10 - 259 linear feet and /or >= 48 - 159 square feet of asbestos Asbestos Removal - Today' $65 Demolition - In 10 Days 1 $65 260 - 999 linear feet and /or 160 - 4,999 square feet of asbestos In 10 Days $210 $65 >= 1,000 linear feet and /or >= 5,000 square feet of asbestos In 10 Days $640 $85 If your project is an Emergency, an additional fee may apply. Emergency Demolition or Emergency Asbestos Removal * Today applicable fees + $40 *Single - family residences are exempt from the emer4ency fee. Please enter the following: Owner's Name 'Lakehaven Utility District Phone ( 253 ) 941 -1516 Project Street Address 'South 352nd Street Extension, SR 161 to SR 99: Pacific Highway S., south of Zip 198003 City Contact Person 'Federal Way 'Ken Miller, Engineering Manager Phone ( 253 ) 1946 -5405 If the property owner's mailing address is different from the project street address, enter the mailing address: Mailing Address 'P.O. Box 4249 Mailing City 'Federal Way State 'Washington Ed *Zip 98063 +4245 ❑ This is a single - family residence project. The structure is used by one family who owns the property as their domicile. See the full definition to the left. Asbestos will be removed as part of this project. If asbestos will be removed, complete the following section: Quantity of friable asbestos to be removed: 130 linear feet Project Start Date 1 /_/2016 Completion Date x_/_/2016 This asbestos removal will be completed by: 0 the property owner the following licensed asbestos abatement contractor square feet Contractor I Contact 1 Mailing Address I Mailing City Contractor Job # 1 Phone (r-- ) 1 State Washington l_ 1 Zip I ❑ A demolition will occur as part of this project. If a demolition will occur, complete the following section: Demolition Start Date 1 Completion Date I This demolition will be completed by: 0 the property owner 0 the fire department the following demolition contractor Demo Contractor I Contact Mailing Address Mailing City Contractor Job # 1 Phone ( ) �.1 State 'Washington Zip!. ❑ This is an emergency project. If this project is an emergency, select the reason that best describes your situation: 0There was a sudden, unexpected event that resulted in a public health or safety hazard. 0The project must proceed immediately to protect equipment, ensure continuous vital utilities, or minimize property damage. 0 Asbestos-containing materials were encountered that were not identified during the asbestos survey. The project must proceed to avoid imposing an unreasonable burden. • • • • By submitting this notification, (1) I certify that the information I have provided is to the best of my knowledge true and accurate. (2) I understand that I must file an Amendment to this Notification if: • The type of project has changed. The project types are asbestos and demolition. • The quantity of friable asbestos to be removed meets a larger project category. • The project's start or completion date has changed. (3) I understand one Notification must be filed for each structure. The only exception is for a single - family residence that includes multiple ancillary structures, such as a detached garage or other outbuildings having the same street address. If there is no street address, I have used a building number. (4) I understand the fees for this Notification are nonrefundable. Submit Notification I If you have questions, contact us by e- mail (mailto :asbe tos{ spscleanair.org) or phone at 206.689.4058. LAKEHAVEN UTILITY DISTRICT ASBESTOS CEMENT PIPE — WASTE SHIPMENT RECORD Page 1 of 2 I 1. WORK SITE Pac. Hwv. S. south of S. 351St St. M MAILING Public Right of Way LOCATION: A ADDRESS: OWNER: M MAILING P.O. BOX 4249 I PHONE NO.: ADDRESS: F Federal Way, WA. 98063 -4249 I 2. AC PIPE REMOVAL BY: M MAILING P PHONE NO.: JJAMF: I ADDRESS: I / REG. NO : 3. WASTE DISPOSAL SITE (WDSI: M MAILING I PHONE NO.: / ADDRESS: / LOCATION: 1 { 4. NESHAP JURISDICTIONAL AGENCY: M MAILING 1904 3rd AVE.. Suite 105 i PHONE NO.: i 206 / 689 -4058 ADDRESS: O1 A Seattle. WA. 98101 -3317 i V i 5. MATERIAL: D DM. 6 6. CONTAINERS: 7. TOTAL OUANTT Y: FRIABLE ASBESTOS MATERIAL per PSCAA. ( NO. TYPE ( (LF for pipe, or CY) Z ' ASBESTOS CEMENT PIPE B BA F A I Ref. 40 CFR Part 61, Subpart M, Section 61.150 (05/29/14), and PSCAA Form 66 -145 (09/10/07) Rev. 06/20/14 LAKEHAVEN UTILITY DISTRICT ASBESTOS CEMENT PIPE — WASTE SHIPMENT RECORD Page 2 of 2 w 12. OBSERVED DISCREPANCIES: (If none, state "None. ") to a V) tni- 0 { 13. WASTE DISPOSAL SITE (WDS) OWNER OR OPERATOR: (ACKNOWLEDGMENT OF RECEIPT OF MATERIALS) I, as Owner / Operator (circle the one or ones that apply) of the WDS, hereby certify receipt of the asbestos materials covered by this Waste Shipment Record (manifest), except as noted in Item 12 above. PRINTED / TYPED NAME and TITLE SIGNATURE MO. DAY YR. INSTRUCTIONS WASTE GENERATOR SECTION (Items 1 -9) 1. Enter the name of the facility at which asbestos waste is generated and the address where the facility is located. In the appropriate spaces, also enter the name of the Owner of the facility and the Owner's phone number. 2. Enter the name and address of the Owner, authorized agent or Contractor responsible for performing the asbestos removal. In the appropriate spaces, also enter the phone number of the authorized agent or Contractor. 3. Enter the name, address, and physical site location of the Waste Disposal Site (WDS) that will be receiving the asbestos materials. In the appropriate spaces, also enter the phone number of the WDS. 4. Provide the name and address of the local, State, or EPA Regional office responsible for administering the asbestos NESHAP program. 5. Indicate the types of asbestos waste materials generated. 6. Enter the number of containers used to transport the asbestos materials listed in Item 5. Also enter one of the following container codes used in transporting each type of asbestos material (specify any other type of container used if not listed below): DM - Metal drums, barrels DP - Plastic drums, barrels BA - 6 mil plastic bags or wrapping 7. Enter the quantities of each type of asbestos material removed in units of linear feet for asbestos cement pipe. 8. Use this space to indicate special transportation, treatment, storage or disposal or Bill of Lading information. If an alternate waste disposal site is designated, note it here. Emergency response telephone numbers or similar information may be included here. 9. The Owner, authorized agent of the Waste Generator, or Contractor performing the removal and preparing the waste materials for transport to the WDS must read and then sign and date this certification. The date is the date of receipt by the transporter. NOTE: The WASTE GENERATOR must retain a cony of this form. TRANSPORTER SECTION (Items 10 and 11) 10. & 11. Enter name, address, and telephone number of each transporter used, if applicable. Print or type the full name and title of person accepting responsibility and acknowledging receipt of materials as listed on this Waste Shipment Record for transport. Enter date of receipt and signature. If transporter is the same as the Owner, authorized agent, or Contractor, so indicate. NOTE: The TRANSPORTER must retain a copy of this form. WASTE OISPOSAL SITE SECTION (Items 12 and 13) 12. The authorized representative of the WDS must note in this space any discrepancy between the waste described on this Waste Shipment Record (manifest) and waste actually received, as well as any improperly enclosed or contained waste, Any rejected materials should be listed, and the destination of those materials provided. A site that converts asbestos - containing waste material to non - asbestos material is considered a WDS. 13. The signature (by hand) of the authorized WDS agent indicates acceptance and agreement with statements on this manifest except as noted in Item 12. The date is the date of signature and receipt of shipment. NOTE: The WDS must retain a completed copy of this form, AND must send a completed copy to the named Owner and Contractor in Items 1 and 2, respectively. Ref. 40 CFR Part 61, Subpart M, Section 61.150 (05/29/14), and PSCAA Form 66 -145 (09/10/07) Rev. 06/20/14 o Appendix H • Proposal - Schedule B Lakehaven Water & Sewer District Water Construction Sequence Abbreviations: Pacific Highway South (PHS) Lakehaven Water & Sewer District (LWSD) Definitions: Cut and Cap — Process involving LWSD and contractor, including but not limited to segment isolation, excavating and exposing main, draining one or more main segments, confirming isolation, cutting pipe, draining, preparing pump, pumping excess water from excavation, and installing temporary cap /plug and all work associated with completing these items of work. For temporary water bypass and staging details, see plan sheets 60 and 61 For temporary water bypass construction details, see sheets 52 and 53 • Temporary water main and service connection detail • Temporary water main assembly detail • Temporary blow off detail Construction sequence staging described below is shown on Temporary Water Bypass Plans, Sheets 60- 61. Stage 1— New 8" DI Water Main from Station 212 +90 to Station 219 +80 Stage 1A — Set Up Temporary Water Bypass for Parcels 29104 -9049 & 292104 -9002 (Donald B Murphy Contractors) and 292104 -9036 (Graham Real Ventures) 1. Prepare and deliver water service disruption notification forms to buildings on Parcels 29104- 9049 & 292104 - 9002_0.220 & 1200 S 356th Street) & 29104 -9036 (1225 S 356th Street) for temporary night time disruption of domestic and fire service. Install temporary water service connections to 3 parcels including driveway ramps as necessary. 2. Isolate (valve operation by LWSD staff only) and drain existing water main by closing existing gate valves at Station 213 +10, 85' LT and Station 219 +80, LT. Coordinate with Fire Department to maintain sufficient firefighting capability while hydrant is out of service. Stage 1B — Remove conflicting section of AC water main & install new 8" DI water main 1. Cut and remove existing & conflicting portion of AC water main near Station 214 +40 LT. Install temporary plug and temporary blow off. 2. Install new 8" DI water main from approximate station 213 +05, 85' LT to approximate station 219 +80, 43' LT including water service connections, stubs and temporary blow offs. 3. Fill, flush, disinfect and pressure test new section of water main. 4. Drain, fill, flush and sample water main on 2 consecutive days. Stage 1C — Remove existing DI water main and fire hydrant assembly near driveway 4. Complete connection and restore service. 1. Subsequent to passing sample test results, provide service disruption notice to parcel 292104- 9049 (1220 S 356th Street). This shall be scheduled for night work. 2. Isolate (valve operation by LWSD staff only) and drain existing water main by closing existing gate valve at Station 212 +82, 108' LT. 3. Cut and remove existing ductile iron water main and existing fire hydrant assembly near station 213 +00, LT. Isolate (valve operation by LWSD staff only) and drain new water main from driveway 4 to station 213 +10, 85' LT. Complete connection at driveway 4 (swab and go). Fill, flush and activate new water main and water service connections from station 213 +00, LT to station 219 +80, LT. 4. Remove existing water main from station 213 +10, 85' LT and station 219 +80, LT Remove temporary water service connection lines. Stage 2 — Water main installations and connections at eastern end of project, station 220 +25 to project end. Stage 2A — Provide service disruption notices and set -up work relating to Parcels # 292104 -9107 (Park 16 LLC), 292104 -9005 & 292104 -9092 (Morgan Spencer and Smith). 1. Prepare and deliver water service disruption notification forms to buildings on parcels # 292104- 9107 (Park 16 LLC), 292104 -9005 & 29104 -9092 (Morgan Spencer and Smith) for temporary night time disruption of domestic and fire service. Coordinate with Fire Department to maintain sufficient firefighting capability while hydrant is out of service. 2. Night 1 - Isolate (valve operation by LWSD staff only) existing water main between stations 220 +00 and 16th Ave SE by closing existing gate valves at stations 220 +00, 221 +82, 223 +80, 224 +80, and 226 +75 (16th Ave 5). Expose main and install 2" saddle and corporation stop at approximately 220 +25 to drain existing water main. At Station 223 +40, cut & drain existing water main. Install temporary plug with blow off on existing AC water main. Restore service in water main to the east of temporary plug and blow off. 3. Night 2 — Isolate (valve operation by LWSD staff only) existing 8" DI water main south of park 16. At station 221 +80, remove tapping tee and conflicting segments of AC water main between station 220 +25 & 223 +40. Install DI pipe and 8" tee with 3 corresponding gate valves including MJ plugs and temporary restraining blocks (Swab and go). Recharge, flush and activate existing DI water main to the south into Park 16. 2 • • • • Stage 2B — Install new 8" DI water main from station 220 +20 to station 222 +10 1. Install new 8" DI water main from approximate station 220 +20 to station 222 +10 with temporary blow offs. Remove plugs at new 8" DI tee installed in Stage 2A — step 4. 2. Fill, flush, disinfect, pressure test new water main section. 3. Drain, fill, flush and sample on 2 consecutive days. Stage 2C — Install new water main at entrance of Lowe's Driveway (station 219 +87, LT) 1. Subsequent to passing sample test results in stage 2B -step 3, provide notices to customers in stage 1 area & Lowe's parcel of night time service disruption and driveway access disruption. Schedule night work for conflicting water main section at station 219 +87 LT. 2. Isolate (valve operation by LWSD staff only), drain and remove existing AC water main near Lowe's driveway. Isolate (valve operation by LWSD staff only) and drain new water main east & west of Lowe's driveway. Install new tee connecting to Lowe's driveway and extend new water main east and west to connect into new mains installed during stage 1 & stage 2B including temporary plug with blow off to the north (Swab and go). 3. Fill, flush and activate up to new gate valves installed at station 219 +87, LT. Stage 3 — Water main installations and connections within water easement on Lowe's property near station 220 +00, LT and making water main connection at eastern end of project. Stage 3A — Provide notices to Parcel 292104 -9077 (Lowe's) for service disruption. 1. Provide service disruption notice to Lowe's Parcel and schedule work for area. Coordinate with Fire Department to maintain sufficient firefighting capability while hydrant is out of service. 2. Isolate (valve operation by LWSD staff only), drain, cut, drain and remove existing 8" DI water main in Lowe's easement (including valves, fittings and thrust blocks.) 3. Install new 8" water main from new tee at station 219 +87, LT through new 8" closed gate valve on northeast side of tee at station 219 +95, LT. Make connection to 8" water main running north -south behind Lowe's to fire hydrant. Swab and go. Fill, flush and activate. 4. Install new 8" water main from new gate valve to on northeast side of tee at station 219 +95, LT. Make connection to 8" water main running east -west through Lowe's shipment receiving area. Swab and go. Fill, flush and activate. Stage 3B — Provide service disruption notices to parcels 292104 -9005 & 292104 -9092 (Morgan Spencer and Smith) 1. Provide service disruption notice to 1505 S 356th St of night -time water service disruption. Schedule work. Coordinate with Fire Department to maintain sufficient firefighting capability while hydrant is out of service. 2. Isolate (valve operation by LWSD staff only) and drain new water main east of new tee installed at station 221 +82, LT and existing AC water main west of 16th Ave S. 3. Complete connection to at eastern extents of project (station 223 +40). 4. Fill, flush, ensure air release and activate new and existing water mains. Stage 3C — Remove and dispose of all existing deactivated water facilities. 1. Remove and dispose of remaining out of service (inactivated) water mains, hydrant assemblies and water service connections as designated in the plans. 4 • • • • APPENDIX I PUGET SOUND ENERGY CONSTRUCTION STANDARDS • Scope In This Standard Definitions Vault, Handhole, and Padmounted Equipment Location 6775.0035 This standard covers the factors that must be considered in choosing a location for a vault, handhole, or padmounted piece of equipment. It also covers placement requirements related to vehicular or pedestrian traffic. It does not address the location of cables or conduit. These topics are covered in this standard: Topic See Page Definitions 1 Location Requirements 2 Accessibility 2 Working Space 2 Terrain and Retaining Walls 6 Hillholder 7 Soil Conditions 7 Length of Cable Run 7 Operating Rights 7 Easements and Permits 8 Utility Conflicts 8 Vehicular Traffic 8 Pedestrian Traffic 10 Aesthetics 10 Customer Notification 10 These are definitions of terms used in this standard: Term Definition Government Entity A city, county, or state entity that has authority over the Public Thoroughfare in the conversion or relocation area. Public Thoroughfare A publicly owned road, right -of -way or real property that allows for electric utility use. Underground Equipment Vaults, handholes, junction boxes, padmounted transformers, padmounted switches, submersible transformers, and submersible switches. ©2000 Puget Sound Energy Effective on: 08/11/09 Canceling: 05/01/09 Page 1 of 10 Vault, Handhole, and Padmounted Equipment Location Location Requirements Accessibility Working Space 6775.0035 Underground Equipment must be readily accessible by workers and equipment during construction and for future operation and maintenance. Workers should not have to climb over or remove obstacles to gain access. Heavy construction equipment must be able to get close enough to the excavation to place the vault in the hole. Consider the underground equipment's weight and the lifting angle and swinging radius of the boom truck when choosing the underground equipment's location. Remember that dump trucks may need access if select fill is used for fill or if excavated material will be hauled away. A clear and level working space is necessary for the operation and maintenance of Underground Equipment (Figures 1 —6). The location must allow room to operate a switch handle, completely open a hinged steel door, or use a hotstick to install and operate equipment. In no case shall clearances be less than those required by code from combustible and noncombustible walls, bodies of water, fire escapes, et cetera. See Standard 0700.1500. The working space should be free from obstructions such as trees, shrubbery, poles, buildings, retaining walls, structures, fences, fire hydrants, utility pedestals, decorative screens, ditches, streams, roadways, etc. Consider possible future structures and equipment which could interfere with clearances and accessibility. Working Space may extend into a traveled roadway under the following conditions: • The equipment is accessible to PSE crews and vehicles for installation and scheduled maintenance work. • When operating the system (such as opening and closing switches) or for unscheduled repair work due to equipment failure: — A PSE truck may be parked in the traveled roadway in the immediate vicinity of the equipment. — The working space is not on a blind corner or blocked from the vision of the on- coming traffic. — Any required traffic control devices shall be limited to those devices that are normally carried on a service truck, which can be deployed by a single lineman /serviceman, and can be left unattended while the equipment is operated. — The working hours within the Working Space (including the roadway portion) are not restricted. — Permission from the Government Entity is not required. — The roadway speed limit in the vicinity of the working space does not exceed 35 mph. Continued on next page Effective on: 08/11/09 Canceling: 05/01/09 Page 2 of 10 ©2000 Puget Sound Energy • Figure 1 Vault, Handhole, and Padmounted Equipment Location 6775.0035 Clear working space for padmount transformers and aboveground J -box enclosures Vault Lid —\ 18" Min Cooling Fins o' Equipment Access Door 18" Min o--- Equipment Access Door 10' Min Figure 2 Clear working space for vaults containing submersible transformers, submersible switches, J- boxes, and splice vaults. ROAD SIDE (PREFERRED) 6' Min (3' for Splice Vault) FIELD SIDE (PREFERRED) NOTE: Six feet of working space is required from the side of the vault opposite the interior wall where a J -box is installed. If J -boxes are mounted on multiple walls, six feet of working space is required in front of each J -box. Continued on next page ©2000 Puget Sound Energy Effective on: 08/11/09 Canceling: 05/01/09 Page 3 of 10 Vault, Handhole, and Padmounted Equipment Location Location Requirements, continued Figure 3 Clear working space for padmount switches 6775.0035 24" Min 1 Equipment Access Door 10' Min 10' Min Equipment Access Door 18" Min Vault Lid Figure 4 Clear working space for padmount switches rotated 90 degrees on the pad Equipment Access Door 24" Min Vault Lid 4' — Min Equipment Access Door Equipment Access Door 10' Min — Equipment 24" Min Access Door Continued on next page Effective on: 08/11/09 Canceling: 05/01/09 Page 4 of 10 ©2000 Puget Sound Energy • Figure 5 Terrain and Retaining Walls Vault, Handhole, and Padmounted Equipment Location Clear working space for primary metering cabinets Vault Lid 6775.0035 Avoid placing equipment where a slope makes it difficult for the worker to stand and operate the equipment or where it is subject to landslides or drainage wash. When practical, restrict the slope to a one -foot rise over a three -foot run (Figure 6) within the clear working space. Terracing of the site and /or adding a retaining wall may be required to protect the equipment and provide adequate working space. Working space requirements shall be maintained from the equipment to the retaining walls. The customer is responsible for the installation and maintenance of retaining walls of sufficient strength and suitable construction to meet this requirement (Figure 7). Figure 6 Recommended slope within the clear working space Slope should not exceed a 1' vertical rise to a 3' horizontal run (IV:3H). 3' Horizontal Run Continued on next page ©2000 Puget Sound Energy Effective on: 08/11/09 Canceling: 05/01/09 Page 5 of 10 Vault, Handhole, and Padmounted Equipment Location 6775.0035 Location Requirements, continued Figure 7 shows clear working space from a transformer to a retaining wall. See Standard 0700.1500 for information on clearances from other objects. Figure 7 Transformer to retaining wall clear working space Hillholder Soil Conditions Length of Cable Run Hillholders may be used for single -phase minipad transformers on gentle slopes to prevent the soil from sloughing into a transformer. See Standard 6775.0700 for additional information. When properly installed, hillholders are not considered an infringement into the required clear working space. Avoid placing vaults in poor or unstable soil conditions which may require special construction methods such as pilings or rip rap. Contact the Civil Engineering Group when poor soil conditions are unavoidable. Select backfill may be required to replace undesirable material. A vault location may need adjustment, or additional vaults may be required, so that the cable pulling limits are not exceeded. See Standard 6825.6150 for additional information. Effective on: 08/11/09 Canceling: 05/01/09 Page 6 of 10 ©2000 Puget Sound Energy Vault, Handhole, and Padmounted Equipment Location Operating Rights Table 1 gives the location requirements for various types of construction. Table 1 Easements and Permits 6775.0035 Location requirements for various types of construction Type cti Construction Location Requirements Conversions for Governmental Entities (Sch 74) See Schedule 74 for the requirements concerning the location of underground facilities in an underground conversion area for those applications that meet the tariff requirements. Conversions for customers other than Governmental Entities (Sch 73) If the existing overhead facilities are on private property, locate the new underground facilities on private property. If the existing overhead facilities are on a public thoroughfare, it is preferred to locate the underground facilities on private property, although they may be located on a public thoroughfare, at the sole discretion of PSE if the requirements of this standard are met. New Developments In new developments, locate Underground Equipment on private property when the requirements of this standard can be met. When extending a new power line along a Public Thoroughfare that is not bordered by the new development, the Underground Equipment may be located on the Public Thoroughfare, at the sole discretion of PSE if the requirements of this standard are met. Relocations When relocating Underground Equipment that is on private property, locate the new Underground Equipment onto private property. When relocating Underground Equipment that is on Public Thoroughfare, it is acceptable to place the new Underground Equipment on public thoroughfare, at the sole discretion of PSE, if the requirements of this standard are met. See Standard 0350.1000 for information and requirements on obtaining easements and permits. In general, easements are required for cable, equipment, and operating space located on private property. If a piece of equipment is located entirely on property Parcel A (either Public Thoroughfare or private property), and the required work space overlaps onto private property Parcel B, an easement must be obtained for that portion of the working space on Parcel B. When working near water or wetlands, additional permits may be required from various agencies, including: • Washington State Department of Fish and Wildlife • Department of Ecology • Corps of Engineers, and • Department of Natural Resources These permits may take a long time to acquire, so consideration should be given to avoiding areas where these permits are required. Contact the Municipal & Land Planning group for additional information and assistance. ©2000 Puget Sound Energy Effective on: 08/11/09 Canceling: 05/01/09 Page 7 of 10 Vault, Handhole, and Padmounted Equipment Location 6775.0035 Location Requirements, continued Utility Conflicts Vaults or handholes shall not be placed on top of PSE's or another utility's facilities. Vehicular Traffic Avoid placing vaults in roadway traffic locations. When roadway location is necessary, do not place vault doors or manhole covers in line with direct wheel loads. Table 2 gives the location requirements for Underground Equipment that is subject to vehicular traffic. Effective on: 08/11/09 Canceling: 05/01/09 Page 8 of 10 ©2000 Puget Sound Energy Table 2 Vault, Handhole, and Padmounted Equipment Location Location requirements for equipment that is subject to vehicular traffic 6775.0035 Type of Equipment Location requirements Pulling Vaults Do not place vaults in road intersections or crosswalks. Use cast -iron manhole covers on pulling vaults in areas that are subject to normal roadway traffic. When installed in a driven lane, the vault should be placed so the covers fall between the wheel paths. Vaults installed within a road shall include one 6 -inch and one 12 -inch ring riser to accommodate potential grade changes and to allow adequate backfill depth over the vault. Junction Boxes and Submersible Equipment Vaults Vaults with plate doors and ventilated doors should not be used in areas subjected to normal roadway traffic. Commercial parking lots, truck bays, commercial /industrial driveways, et cetera fall into this category. The reasons for this are: • The doors have a history of warping and breaking. • The hold -down bolts tend to work loose, so the doors bang loudly when cars drive over them. • Gravel and debris tends to pack in and jam in the doors so they will not open. See Standard 6775.0030 for additional information. When in parking lots, locate equipment in planter strips or in landscaped areas to avoid having cars parked over the vault when the equipment needs to be operated or maintained. An existing lid with standard plate doors may be replaced with a more durable "stealth" door lid that uses 4 lock -down bolts or a heavy -duty full traffic lid. These lids are special order material that may be appropriate where existing vaults are difficult to relocate. Contact the Standards and Compliance Department for application and use. Vaults installed in pavement or sidewalks shall include an adjustable cover to accommodate potential grade changes. Padmounted Equipment Visual Obstruction Do not place padmounted equipment where it creates a visual obstruction to traffic. Control Zone Padmounted equipment shall not be located within control zone areas. Contact the municipality's traffic engineer to determine the control zone requirements. If padmounted equipment is located near a private roadway that is not covered by a municipality's control zone policy, and the traffic on the roadway is expected to travel at greater than 10 mph, follow the control zone requirements of the county in which the private road is located. See WSDOT Design Manual, Chapter 700, "Clear Zone," for additional information. Guard Posts See Standard 0700.1600 for information on the use of guard posts. ©2000 Puget Sound Energy Effective on: 08/11/09 Canceling: 05/01/09 Page 9 of 10 Vault, Handhole, and Padmounted Equipment Location Location Requirements, continued Pedestrian Traffic 6775.0035 Place padmount equipment so that it is not an obstruction to pedestrians. Locate vaults to minimize tripping or slipping hazards. Locate access openings so that barricades or other suitable guards can be placed to protect the opening when it is uncovered. Standard slip- resistant diamond -plate doors are appropriate in non - pedestrian traffic applications for vault and handholes. Aggressive traction "anti- skid" doors are required on all vaults placed in sidewalks or other pedestrian traffic locations. Aesthetics Consider the visual impact to the customer and the public when choosing a location for vaults or handholes. Customer Notification References Sources NESC Notify the property owner or customer of Puget Sound Energy's requirements, including the need to keep a clear path to and working space for the Underground Equipment during the life of the installation. The following Puget Sound Energy documents apply to this standard: 0350.1000 Easements 0700.1500 Clearances for Oil - Filled Equipment 0700.1600 Guard Posts for Padmounted Equipment 6775.0030 Vault and Handhole Selection and Application 6775.0700 Using and Installing Hillholders 6825.6150 Cable Pulling Calculations 323 Manholes, Handholes, and Vaults 380 Equipment — General 382 Equipment — Location in Underground Structures WAC 296 -45 -48515 Access and Working Space WSDOT Design Manual, Pedestrian Design Considerations WSDOT Design Manual, Chapter 700, Clear Zone Effective on: 08/11/09 Canceling: 05/01/09 Page 10 of 10 ©2000 Puget Sound Energy • Scope In This Standard General Vault and Handhole Installation 6775.0040 This standard describes the basic installation procedures for electric and gas handholes and vaults. For more detailed requirements on manhole vault installation, refer to Standard 6775.0050. These topics are covered in this standard: Topic See Page Safety Requirements 1 Confined Space 2 Permit Requirements 2 Environmental Requirements 2 Vault Delivery and Boom Truck Capacity 2 Before Installing the Vault 4 Basic Vault Excavation 4 Setting the Vault 5 Backfilling and Finishing the Installation 8 Safety Requirements Be aware of hazards when excavating and installing vaults and handholes. To avoid personal injury or damage to equipment or materials, follow safe procedures and use correct equipment when lifting, transporting, and setting precast concrete handholes and vaults. Tailgate Meeting Public Safety A job planning (tailgate) conference shall be held prior to starting work. Crews shall be briefed on the content of the job and shall examine the worksite for unsafe conditions. • The worksite is properly barricaded and appropriate warning signs are used. • When workers leave the area, holes are covered or barricaded with approved barriers or guards, and clearly marked to prevent injury or damage to the public. Maintaining public safety is part of the job. Ensure that: • Equipment or material is not be left in a condition that will create a public hazard. • After dark, approved lights, reflectors, or similar devices are used. ©1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 03/01/09 Page 1 of 10 Confined Space Electric Installations General Vault and Handhole Installation 6775.0040 For electric vault and handhole installations, refer to Standard 0100.2310 for safe work practices. Gas Installations For gas vault and handhole installations, refer to Field Procedure 4800.1000 for safe work practices. Permit Requirements Work shall be performed in accordance with the requirements of local jurisdiction and /or any issued permits. Where permit requirements conflict with this standard, contact the Standards Department for a variance request prior to proceeding with the work. Environmental Requirements Temporary erosion and sediment control requirements must be identified and appropriate controls installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard 0150.3200 and local jurisdiction requirements. Vault Delivery and Boom Truck Capacity Order in Advance Preparing for Delivery For prompt delivery, place vault orders a minimum of 48 hours in advance. For noncoded custom vault products, up to four weeks may be required from time of order to delivery. A specific delivery schedule can be obtained from the manufacturer when the order is placed. The cost of coded standard vaults includes delivery to the job site and vault setting by the manufacturer. Some larger special order vaults include delivery only; Puget Sound Energy must supply a 35 -ton crane to set these vaults. To ensure successful delivery, the following conditions must be met: • The job site and vault setting location must be accessible without requiring pushing or towing of the manufacturer's delivery truck. • The excavation shall be properly prepared and ready to receive the vault. All excessive standby time resulting from the lack of or incomplete preparation at the job site by Puget Sound Energy or its contractor will be charged for by the vault manufacturer. • The vault must be accurately set, since the manufacturer's delivery truck will make no adjustment after its initial installation. Continued on next page Effective on: 05/01/09 Canceling: 03/01/09 Page 2 of 10 ©1998 Puget Sound Energy • Vault Company Boom Truck Capacities General Vault and Handhole Installation Boom delivery trucks generally meet one of the following lift capacities: 6775.0040 Truck Boom Lift Range Side Lift Capacity @ Maximum Range Rear Lift Capacity @ Maximum Range 20 ft Max 13,000 Ibs Max 15,000 Ibs Max 29 ft Max 6,800 Ibs Max 7,300 Ibs Max Figure 1 Boom truck lifting capacities 20 ft. Boom Truck Crane Capacity Range A SIDE REAR 8' -0" 28,500 Ibs 28,500 Ibs 10' -0" 27,000 Ibs 27,500 Ibs 15' -0" 22,000 Ibs 24,500 Ibs 20' -0" 13,000Ibs 15,000Ibs 29 ft. Boom Truck Crane Capacity Range A SIDE REAR 8' -0" 20,0001bs 20,000 Ibs 10' -0" 20,000 Ibs 20,000 Ibs 15' -0" 20,000Ibs 20,000Ibs 20' -0" 13,1701bs 16,1501bs 25' -0" 8,560 Ibs 9,860 Ibs 29' -0" 6,860 Ibs 7,390 Ibs A Rear Range 18' -0" Firm Ground A - Side Range When delivery trucks position their boom riggers, the lift range will decrease if the riggers cannot be fully extended. NOTE: If there are curbs, sidewalks, and other obstacles in place; the maximum lift range will further decrease. Manufacturer's delivery truck may not be able to set a vault when an excavation site is not accessible due to poorly designed vault placement or temporary construction obstacles. Any third party who lifts a vault, must follow proper lifting requirements noted in this standard. Continued on next page ©1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 03/01/09 Page 3 of 10 General Vault and Handhole Installation 6775.0040 Vault Delivery and Boom Truck Capacity, continued Vault Inspection Vaults shall be inspected and accepted before being unloaded or installed. Verify that the vault and lid are the correct size with the appropriate accessories. Do not accept or install vaults or accessories with structural problems such as: • Cracks radiating from the lifting inserts. • Exposed reinforcing. • Cracks or damage that will impair strength or watertightness. • Broken door hinges, defective door latches, or misaligned doors. If the problem is minor and can be repaired by the manufacturer at the the worksite, install the material and contact the Storekeeper who will arrange repairs with the manufacturer. If the vault is defective or the incorrect size, contact the Storekeeper who will contact the manufacturer and have the material replaced. Damage occurring after delivery is not the responsibility of the manufacturer. Before Installing the Vault Ensure the following tasks have been done before excavating for the vault: • Contact local government agencies when required. • Locate and mark underground utilities. • Determine the vault's location and establish the site's finished grade. Basic Vault Excavation Excavation Shoring Excavations over 4 feet deep shall be shored or sloped before any worker enters. On deep excavations where it is impractical to shore or slope, the vault hole can be over - excavated by 8 to 10 inches and then raised to depth with crushed rock. The excavation can then be leveled from above with a backhoe before the vault is set. Unstable Soil In areas such as river valleys where there is a high water table, several things can be done to minimize construction problems due to soil caving into the excavation: • If the problem is severe enough, the area around the excavation site can be dewatered with well points and pumps before digging. • A manhole shoring box can be rented. • Sheet piling and jacks can be used for larger or deeper excavations. Continued on next page Effective on: 05/01/09 Canceling: 03/01/09 Page 4 of 10 ©1998 Puget Sound Energy • Excavation Procedure Setting the Vault Vault Storage Lifting 0 CAUTION! Flooded Excavations General Vault and Handhole Installation Follow these steps to excavate for the vault. 6775.0040 Step Action 1 Determine a suitable place to put the spoils, at least 2 feet from the edge of the excavation and per local jurisdiction requirements. Consider sediment control requirements. 2 Dig a hole large enough to accommodate the vault and allow for easy installation and compaction. A minimum clearance of 6 inches is required around the sidewalls of the vault. 3 Remove debris and level the bottom of the excavation. 4 Prepare the bottom of the excavation so that the vault will rest on solid undisturbed earth or compacted soil with a 6 -inch base of crushed rock. This prevents vault settling and conduit or pipe breakage. Set vaults and handholes using the vault manufacturer's delivery truck whenever possible. If this is not possible or practical, store the vault on firm level ground. Vaults and lids are subject to damage if stored on uneven terrain. When rigging for a vault lift, all provided lift points must be utilized. Most vaults have pulling irons in each interior corner that should be used for lifting. Vault lids commonly have four 3/4" or 1" lifting inserts cast into the concrete. Lifting eye bolts (MID 7223300 or 7223100) should be fully seated in the inserts to assure a safe lift. When lifting handholes 4' -8" x 7' or smaller, at minimum use either 6 -foot slings (MID 7487600) or a spreader bar. The increased angle created by using a sling any shorter than 6 feet may stress the vault walls to the point of collapse. For larger vaults, the lift rigging length must be 2 -1/2 times the longest distance between lift points. Vaults lifted improperly can catastrophically fail during th Larger vaults will float if the excavation is flooded. Do not lower a vault into a flooded excavation until as much water as possible has been removed. If an excavation is to be left open in saturated soil where the water table is likely to rise and fill in the hole, it is helpful to allow water back into the vault to prevent the vault from floating to the surface. To protect against flotation, create a small hole in the vault wall for water flow, using an available knockout. Be sure to seal any holes with grout when work is complete. Continued on next page ©1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 03/01/09 Page 5 of 10 General Vault and Handhole Installation Setting the Vault, continued General Vault Follow these steps to set the vault. Setting Procedure 6775.0040 Step Action 1 Set the vault into the excavation in correct alignment with the trench, so that pipe or conduits can be brought straight into the vault. Be certain that: • The vault is level, square with adjacent structures, and at the proper grade. • The vault is square with sidewalks and curbs where applicable. • If final grade is sloping, plan to adjust the vault cover to match. • The cover is aligned so that it is not necessary to stand on the open lid while operating equipment inside the vault. • The sump is located at the same end as the entrance cover where applicable. 2 Keep vault key ways, gaskets, and joints free of dirt, rocks, and debris. 3 Install mastic gasket, provided by the manufacturer, between the sections of multisection vaults (i.e., 5106 and 712 vaults). • Remove all protective paper from mastic. • Place mastic gasket on outside edge of joint or in tongue and groove joint. • Butt mastic end to end with no overlapping joints. • Additional mastic gasket (MID 9996153) can be obtained from Stores. Adjusting to Grade All vaults shall be set to a depth that meets the following requirements: • The vault shall not present a tripping hazard. Vaults set in pavement or in a sidewalk shall match final grade. Vaults abutting a sidewalk or pedestrian walkway shall be set to match the final grade unless a guard is in place, or the situation is such that pedestrians will not trip on the vault. • In unpaved areas, the vault shall be set high enough to keep dirt, bark, grass, landscaping, gravel, et cetera from covering the top of the vault. Generally, this means setting the vault approximately 2 inches abovegrade in areas that will be landscaped. The exception is secondary handholes, which are always set flush with final grade. • The minimum cover over the cables and conduits shall be obtained. • No holes in the side of the vault shall be exposed. • On the minipad, the Unistrut shall be a minimum of 6 inches belowgrade. CAUTION! Setting electric 687 Vista switch vaults to final grade is critical. These vault lids cannot be adjusted more than 3 inches or else the switch operating access becomes impaired. If a Vista lid must be adjusted more than 3 inches, the Vista switch must be raised with "height adjustment stands" in accordance with Standard 6056.2000. Continued on next page Effective on: 05/01/09 Canceling: 03/01/09 Page 6 of 10 ©1998 Puget Sound Energy • Figure 2 0 CAUTION! Vaults Installed in Sidewalks General Vault and Handhole Installation Installing adjustable vault lids 6775.0040 Machine Bolt (MID 1191700) 1" dia x 14" long. Screw in bolt as needed to raise lid to grade. Remove bolt and grout bolt hole (4 places) after grout has set and lid is supported. Install felt joint around vault perimeter when installed in concrete pavement. Varies as required to match grade. Vault riser(s) as required for adjustable lid. Vault Install and mortar into place concrete bricks (MID 9996191) and precast plastic shims (MIDs 9997400, 9997401, 9997402, and 9997403) as needed to match grade, then mortar all remaining gaps and interior surface area with nonshrink grout (MID 7658100). Galvanized Steel Tube (Installed by vault manufacturer) NOTE: If more than 4" of height adjustment is needed on all sides, use standard coded or custom noncoded concrete vault risers as required. j- Removable Bolt 1" Dia x 14" long (MID 1191700) 6" Thread Length Square Nut Welded to Tube (Installed by vault manufacturer) Adjustable Bolt Detail Do not use conduit sealing foam as a substitute for grout. Fo can contribute to vault lid failure if applied in place of grout. is not structural and Vault lids installed in concrete surfaces, such as sidewalks, shall be felted on all sides to allow future removal of the lid. ©1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 03/01/09 Page 7 of 10 General Vault and Handhole Installation Backfilling and Finishing the Installation Factors that Affect Sidewall Strength 8 CAUTION! Knockouts CAUTION! 6775.0040 Vaults lack sidewall strength unless the keyed risers and cover are in place. If it is necessary to backfill without the cover in place, temporary internal shoring will be needed to prevent the vault from collapsing. If a vault is backfilled with CDF, FTSB, or wet material, or if large amounts of water are allowed to saturate the backfill material before it can become compacted, the vault walls may collapse. Use internal shoring as required. Do not backfill until the vault is completely assembled. Careless back' cause the vault sidewalls to collapse. Knockouts are provided in various locations. Any knockout section may be completely removed without impairing the strength of the vault. Remove knockouts from the inside of the vault. Do not remove any portion of a vault wall other than the knockouts. Removal of concrete walls other than at knockouts reduces vault sidewall strength and can cause failure of the vault under traffic conditions. If pipe or conduit must enter through a vault wall, core drilling is required to prevent vault degradation. Care must be taken to ensure core drilling does not damage or sever the vault internal ground. Backfill Material Backfill around vaults should consist of good compactible material such as clean earth fill, crushed rock, flowable fill (CDF or FTSB), or sand. General Backfilling Procedure and Adjusting to Finish Grade Follow these steps to backfill and finish the vault installation. Step Action 1 Install piping or conduits. 2 Seal openings in the vault floor or walls with grout to prevent dirt and water from entering. This also prevents soil settling around the outside of the vault. 3 For vaults with adjustable lids, insert machine bolts into the lid adjustment tubes at each corner and raise lid to finish grade. (See Figure 2.) 4 Adjust the vault cover to final grade using concrete bricks, shims, additional risers and grout. NOTE: Do not exceed a 4 -inch brick and mortar adjustment to achieve the proper grade. If more than 4 inches is needed on all sides, use an additional riser. 8 CAUTION! Do not shim or brick interlocking vault lids or the vault may collapse. Raise to finished grade by using additional keyed risers. Continued on next page Effective on: 05/01/09 Canceling: 03/01/09 Page 8 of 10 ©1998 Puget Sound Energy General Vault and Handhole Installation 6775.0040 Step Action 5 Use a mortar mix grout for securing all risers and covers. Strictly follow the grout manufacturer's instructions printed on the grout container. • Each brick and shim shall be completely mortared into place so that no gaps remain. • For a proper bond, concrete surfaces should be saturated surface dry (SSD) before applying the grout. • Apply grout so that it fills the voids in all the joints or gaps. NOTE: SSD is when concrete surfaces remain saturated, but with the surface dry as required for proper grout or mortar bonding to concrete surfaces. 6 For vaults with adjustable lids, remove all machine bolts after grout is set. in the adjustment tubes or in any means of support for vault or adequately supported unless bolts removed. 0 CAUTION! Do not cut off bolts way use bolts as permanent lid. The lid is not secured grouted in place and 7 Completely assemble the vault before backfilling. Backfill and tamp to 95% compaction, as required. Refer to Standard 6790.0250 for compaction requirements. 8 Backfill exceed No The sidewalks, jurisdictional in a uniform manner such that the differential height of backfill does not 12 inches around the vault. 0 backtiil is ... Then ... Compatible soils, crushed rock, or sand, Backfill progressively in maximum of 18 -inch lifts on all sides of the vault and compact each lift thoroughly. Flowable fill (CDF or FTSB), Backfill of the entire excavation depth requires internal shoring in the vault. Alternately, the flowable fill can be placed to half the height of the vault and allowed to cure for 24 hours before the backfill is completed. voids should remain between the vault walls and the sides of the excavation. backfill material around vaults set on public rights -of -way, such as within shall have a minimum 95% compaction or in accordance with requirements. 9 For vaults set in traffic locations, protect vault from traffic loads for 24 hours to allow grout to cure. Continued on next page ©1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 03/01/09 Page 9 of 10 General Backfilling Procedure and Adjusting to Finish Grade (continued) References General Vault and Handhole Installation 6775.0040 Step Action 10 Remove mud and debris from the vault interior and secure the vault. • Cap the lifting inserts with plastic caps. • Lock and secure lid with the pentahead bolts. • Cover and secure open access holes before leaving the site. 11 Remove all spoils and construction debris from the job site. The following Puget Sound Energy documents apply to this standard: Gas Field 0150.3200 Procedures 4800.1000 6775.0050 6790.0250 Standards Techniques for Temporary Erosion and Sediment Control Confined Space Entry for Gas Vaults Manhole Vault Installation Soil Compaction 0100.2310 0150.3200 6056.2000 6775.0050 6790.0250 Rescue and Enclosed Space Entry Techniques for Temporary Erosion and Sediment Control S &C Vista Submersible Switches Manhole Vault Installation Soil Compaction Effective on: 05/01/09 Canceling: 03/01/09 Page 10 of 10 ©1998 Puget Sound Energy Scope Using and Installing Hillholders 6775.0700 This standard covers the use and installation of preformed fiber - reinforced plastic retaining walls ( "hillholders "). Environmental Requirements Temporary erosion and sediment control requirements must be identified and appropriate controls installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard 0150.3200 and local jurisdiction requirements. Purpose of Hillholders When to Use Hillholders Whenever a cut is made into sloping terrain to allow for the placement of padmount or submersible equipment, the potential for dirt and rocks sloughing onto and around the back and sides of the equipment is a concern. This can cause: • Corrosion • Damage to the equipment finish • Possible shifting of the equipment off the pad • Restricted ventilation for padmount transformers • Unsafe footing for operating personnel Prefabricated hillholders provide protection for single transformers and other padmounted equipment. A hillholder can be installed at the time equipment is installed or added to existing installations. Hillholders are not recommended for slopes adjacent to submersible equipment to ensure vaults remain accessible and equipment is operable. Use a hillholder for padmounted equipment when: • A retaining wall 14 to 30 inches high is needed. • A slope is in excess of 1 foot rise for each 3 feet of horizontal distance. NOTE: For a retaining wall less than 14 inches, use treated railroad ties or modular concrete blocks. Clearances Clearances for hillholders around oil- filled equipment shall follow Standard 0700.1500. Continued on next page ©2000 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 1 of 5 Using and Installing Hillholders Purpose of Hillholders, continued Select the Correct Size 6775.0700 The dimensions of the padmount equipment and /or vault must be known so that a hillholder of the proper size can be selected. Table 1 lists dimensions and typical applications for the various sizes of hillholders commonly used. Other sizes are available as noncoded items. Table 1 Dimensions and typical applications for commonly used hillholders MID Dimensions (in4 Application Helght H Inside W Inside D 7661503 16 44 48 15 kV minipad transformer up to 75 kVA J -box enclosures (single - phase) 7661508 32 44 48 Same 7661504 16 66 48 15 kV minipad transformer 100 -167 kVA 35 kV minipad transformer (all sizes) 7661509 32 66 48 Same 7661510 32 78 48 Special applications Figure 1 Typical hillholder design Effective on: 05/01/09 Canceling: 06/01/07 Page 2 of 5 ©2000 Puget Sound Energy • • • Installation Using and Installing Hillholders Follow these steps to correctly install the hillholder. 6775.0700 Step ' Action 1 Check the slope where the hillholder is to be installed and confirm that the hillholder's height is adequate. 2 Excavate into the hillside and prepare a level area of sufficient size for the vault and the hillholder. Do not disturb any more of the hillside than is necessary. 3 Prepare the excavation and install the vault. Refer to Standard 6775.0040. 4 Backfill the excavation to within 4 inches of finished grade. 5 Level and tamp the soil around the edges of the vault. Refer to Figure 5. NOTE: The inside opening of the hillholder should be slightly larger than the vault and /or vault lid. This allows the hillholder to be installed around the outside of the vault. The vault will help to anchor the hillholder in place and prevent movement. For an Existing To add a hillholder to an existing installation, excavate a suitable area 4 inches deep around Installation Specific Hillholder Situations the perimeter of the vault. Level and tamp the soil around the edges of the vault. Figures 2 through 5 illustrate the proper placement of the hillholder for various situations that may be encountered in the field. NOTE: Whenever possible, install the hillholder to allow for vault lid removal. Figure 2 Minipad handhole installation Position the hillholder along the rear of the minipad handhole. Fill all spaces between the two with tamped soil. Continued on next page ©2000 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 3 of 5 Using and Installing Hillholders Installation, continued Figure 3 Minipad handhole installation adjacent to sidewalk 6775.0700 Tamped Soil Sidewalk Hillholder Tamped Soil Tamped Soil 4— Sidewalk 71 v I 4i— Handhole k �a SIDE VIEW If a sidewalk is available in a suitable location, butt the front edge of the hillholder against the sidewalk. Fill the space around the vault with tamped soil. Figure 4 Larger vault installation If the hillholder must be set on top of a larger vault, drive two 18 -inch machine bolts into the ground at the back edge of the vault to prevent the hillholder from sliding forward. The bolts should extend several inches above the top of the vault. Place the inside edge of the hillholder against the bolts as illustrated. Continued on next page Effective on: 05/01/09 Canceling: 06/01/07 Page4of5 ©2000 Puget Sound Energy • Figure 5 References Sources Using and Installing Hillholders Grade of backfill around hillholder 6775.0700 After the vault and the hillholder are set in their final positions, carefully backfill around the hillholder and compact the soil in 12 -inch lifts to the level of the surrounding grade. The grade on the backfill at the rear of the hillholder will depend upon the condition of the hillside. If the hillside is a lawn, then the slope of the hillside should match the slope of the hillholder as closely as possible. If the hillside is of loose material or soil, make a small depression or trench of approximately 2 or 3 inches behind the hillholder. The following Puget Sound Energy documents apply to this standard: 0150.3200 0700.1500 6775.0040 Techniques for Temporary Erosion and Sediment Control Clearances for Oil- Filled Equipment General Vault and Handhole Installation Associated Plastics, Product Catalog ©2000 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 5 of 5 Scope Introduction What is Soil Compaction? Soil Compaction 6790.0250 This standard covers compaction techniques to meet the requirements of city, county, and state codes when performing work that includes excavation and backfilling. Soil compaction is the process of increasing the mean density of disturbed soil by applying mechanical energy to drive out air voids and excess water. Proper compaction is desirable because it: • Decreases frost damage. • Eliminates settling. • Improves soil stability. • Increases load carrying characteristics. • Reduces water penetration and movement. Safety Requirements Traffic control must be considered, as specified in Standard 0100.4000. Factors that Affect Soil Compaction Moisture Content Lifts Proper compaction depends on having the right moisture content in the soil. Just enough water is needed to act as a lubricant between soil particles so that compaction energy will move soil particles closer to each other, and in the process, expel air and water. Too much or too little moisture will make proper soil compaction difficult, if not impossible. The thickness of the soil being worked at one time (called the lift) is also important to good compaction. The thinner the lift, the better the compaction. Saving time by working in thick lifts will result in poor compaction. Clay soil, especially, requires small lifts. Clay tends to laminate when lifts are too thick, because water can work between the lifts, making it impossible for the layers to bind tightly together. The maximum size of the lift is also related to the type of tamping equipment being used (see the Road Crossings and Underground Installations section of this standard). • • Soil Classifications General soil classification information, as it relates to compaction, is noted below. For more detailed soil classification information, refer to Standard 0100.3200. Sand Silt (Granular) Sand silt consists of small mineral grains, which may be coarse or fine. If you squeeze dry sand silt in your hand, it will fall apart when pressure is released. If you squeeze moist sand silt, it will retain its shape when pressure is released. • ©1998 Puget Sound Energy Effective on: 07/01/07 Canceling: 03/01/07 Page 1 of 3 • • Sandy Loam and Silt Loam (Cohesive) Clay (Cohesive) Soil Compaction 6790.0250 Sandy or silt loam is a mixture of primarily fine sand and silt. It is lumpy when dry, but can be pulverized easily. Sandy loam and silt loam have a soft fluffy feel. When wet, these loams run together in puddles. Moist casts can be handled without breaking, which indicates that they can be compacted effectively. Clay is made up of the finest particle size of any soil. Particles are scale -like and slide on one another. Thus, there is little friction between particles. With the proper equipment and moisture content, clay can be readily compacted. It is naturally plastic and cohesive. Compaction Over Gas Pipelines Refer to Operating Standard 2525.1800 for compaction requirements over gas pipelines. Soil Compaction Procedures IRoad Crossings and Underground Installations within Rights -of -Way Pole Setting or Excavations Outside of Roadways Follow these steps to compact soil in trench lines and other excavations, such as at road crossings or underground construction sites within rights -of -way or vehicular traffic areas. NOTE: Do not use machine compaction within 18 inches of cable or conduit. Add 3 inches of sand over the cables or conduit for protection. Step Action 1 Use required Refer a mechanical tamper to restore roads to 95% of maximum dry density or as by city, county, and state codes. to Operating Standard 2525.1800 for gas facility requirements. If using ... A mechanical soil tamper, Then tamp in lifts of ... 4 to 6 inches, depending on the type of soil. Clay soils require 4 -inch lifts. Lifts greater than 6 inches will not compact to 95 %. A backhoe compactor attachment (Hoe -pak), 18 inches; 12 inches if in roadway. Follow these steps to compact soil when setting a pole or compacting soils in small excavations not located in a roadway or paved area. Refer to Standard 6450.6100 for poles set in silt or soft soil. Step Action 1 Using a mechanical soil tamper, compact the soil in 6 -inch lifts. NOTE: If mechanical tamping equipment is not available, hand tamp 4 -inch lifts. • I Vault Installations Refer to Standards 6775.0040 and 6775.0050 for additional requirements. Effective on: 07/01/07 Canceling: 03/01/07 Page 2 of 3 ©1998 Puget Sound Energy Soil Compaction 6790.0250 Compaction Testing When compaction testing for 95% of maximum dry density (according to the latest version of ASTM D 1557), call a local testing laboratory for assistance, or contact the substation engineering department. References The following Puget Sound Energy document applies to this standard: 0100.3200 0100.4000 2525.1800 6450.6100 6775.0040 6775.0050 Soil Classification Traffic Control Backfill for Pipelines Setting Distribution and Transmission Poles General Vault and Handhole Installation Manhole Vault Installation Sources ASTM D 1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft- lbf /ft3 (2,700 kN- m /m3)) ©1998 Puget Sound Energy Effective on: 07/01/07 Canceling: 03/01/07 Page 3 of 3 Scope In This Standard Splicing and Repair of Polyethylene Conduit 6800.8050 This standard covers tools, materials, and methods for splicing, coupling, and repairing polyethylene (PE) conduit, vacant conduit, and conduit with cable. These topics are covered in this standard: Topic See Page Environmental Requirements 1 Tools and Materials 1 -4 Instructions for Using the Poly Lok Epoxy Cement System 5 Repairing PE Conduit 6 Using Electrofusion 6 Using Poly Lok Epoxy Cement 8 Using 2" Mechanical Coupling 9 Empty Conduit that is Gouged or Punched 10 Empty Conduit that is Crushed, Split, or Severed 11 Conduit with Cable if the Cable is Undamaged 12 Conduit with Cable if the Conduit and Cable are Damaged 13 Environmental Requirements Temporary erosion and sediment control requirements must be identified and appropriate controls installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard 0150.3200 and local jurisdiction requirements. Tools and Materials Tools These are the required tools. Tool Availability/ MID Diagram Emery Cloth 7237300 Electrofusion Processor, (Universal type) Innogaz Noncoded Tubing Cutter 3/8" to 3 -1/2" 7243601 Pipe Cutter, ratcheting shears 7243602 #. w Continued on next page ©1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 07/01/07 Page 1 of 13 Splicing and Repair of Polyethylene Conduit Tools and Materials, continued Tools (continued) 6800.8050 Tool Scissor Saw Cutter Pipe Beveler Availability /MID Integral (by LPO) Diagram 7243603 Conduit Slitting Tool Arnco or Integral (by LPO) Deburring Tool up to 2" 7243604 Deburring Tool up to 4" 7243605 Continued on next page Effective on: 05/01/09 Canceling: 07/01/07 Page 2 of 13 ©1998 Puget Sound Energy Splicing and Repair of Polyethylene Conduit 6800.8050 Tool Availability /MID Diagram Pipe Cutting Saw Pipe Cutting Saw w /offset blade 7243606 7243607 Scraping Tool Clamping Vise Grip Central Plastics (by LPO) Central Plastics (by LPO) Skinning Knife 7407000 PE Epoxy Cement Dispenser (Poly Lok) 9995977 Continued on next page ©1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 07/01/07 Page 3 of 13 Splicing and Repair of Polyethylene Conduit Tools and Materials, continued Materials 6800.8050 Material MID 2" PE conduit 7645630 3" PE conduit 7645634 4" PE conduit 9995463 6" PE conduit 9995464 1 -1/2" coldshrink seal 7645640 2" coldshrink seal 7645641 3" coldshrink seal 7645642 Zipper heatshrink wrap 7811500 2" PVC split conduit 7634801 3" PVC split conduit 7634901 4" PVC split conduit 7635001 6" PVC split conduit 7635101 2" PE conduit coupling 9995382 2" PVC slip sleeve coupler 7641701 3" PVC slip sleeve coupler 7641801 4" PVC slip sleeve coupler 7641901 6" PVC slip sleeve coupler 7642101 2" electrofusion coupler 5800470 3" electrofusion coupler 5800500 4" electrofusion coupler 5800510 6" electrofusion coupler 5800645 PE epoxy cement kit 9995976 Effective on: 05/01/09 Canceling: 07/01/07 Page 4 of 13 ©1998 Puget Sound Energy • Splicing and Repair of Polyethylene Conduit Instructions for Using the Poly Lok Epoxy Cement System 6800.8050 Step Action Diagram 1 2 3 4 Unlock the cartridge- retaining collar's black latch at the top of the gun. Rotate the collar forward. Insert the epoxy cartridge in the side slot in the collar. Push the collar back and press firmly on the front of the collar until it snaps into place. Remove the cap of the epoxy cartridge (save the cap to reseal). Place a new mixing tube on the tip of the epoxy cartridge and twist until it locks into place. Pump the gun until the epoxy passes through the tube. The epoxy will change to a gray color. NOTE: The epoxy must be mixed to a creamy gray and be uniform in color before using. 5 Poly Lok should be applied to a surface that has been "roughed up." Rough up the conduit and also the inside of the coupling. Continued on next page ©1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 07/01/07 Page 5 of 13 Splicing and Repair of Polyethylene Conduit Instructions for Using the Poly Lok Epoxy Cement System, continued 6800.8050 Step Action Diagram 6 Place the tip of the mixing tube against the conduit about 1/4 in. from the end. Apply a thin bead of Poly Lok completely around the conduit. NOTE: Do not apply any Poly Lok to any part of the coupling. 7 Insert the coupling onto the end of the conduit, turning the coupling as you push it onto the conduit. Poly Lok will set up in 10-15 minutes. The mixing tube can be removed and the cap replaced, or the mixing tube can be left the immediate reuse. NOTE: The mixing tube can be used for multiple joints as long as the epoxy has not set up, normally after 10-20 minutes of nonuse. Repairing PE Conduit Using Electrofusion PE or PVC conduit of similar size may be joined by an electrofusion coupler. Figure 1 shows electrofusion coupling. Use... When ... The electrofusion process The joint will be subjected to pullout tensions over 300 pounds. • The electrofusion joint is the strongest and most watertight method available. • The joint may be fashioned in confined spaces. Continued on next page Effective on: 05/01/09 Canceling: 07/01/07 Page 6 of 13 ©1998 Puget Sound Energy • Splicing and Repair of Polyethylene Conduit The Process Follow these steps for electrofusion coupling. 6800.8050 Step Action 1 Prepare the conduit by cutting the ends square with a pipe cutting tool. 2 Cut grooves into the conduit with a scraping tool. 3 Wipe it clean with a cloth rag. 4 Fuse the joint following the manufacturer instructions. NOTE: Hold the joint in place with a vise -grip clamp while the heated coupler cools and fuses the joint. Figure 1 Electrofusion coupling Electrofusion Coupling Spraped Grooves PE or PVC Conduit Electrofusion Processor 120 VAC Source Continued on next page ©1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 07/01/07 Page 7 of 13 Splicing and Repair of Polyethylene Conduit 6800.8050 Repairing PE Conduit, continued Using Poly Lok PE or PVC conduit of similar size may be joined with Poly Lok epoxy cement using a rigid Epoxy Cement PVC slip sleeve coupler. Figure 2 shows the PVC slip sleeve coupling. Use... For... The PVC slip sleeve coupling Repair work only. Do not use for new construction. The Process Follow these steps for PVC slip sleeve coupling. Step i Action 1 Prepare the conduit by cutting the ends square with pipe cutting tools. 2 Chamfer the inside of the pipe end with a chamfering tool. 3 Rough up the conduit surface with an emery cloth. 4 Clean the coupler and the pipe with a rag. 5 Apply a bead of epoxy cement around the conduit about 1/4 in. from the end. Do not apply epoxy to the coupling. 6 Slide the conduits into the slip coupler until flush. Let set 10-15 minutes. Figure 2 PVC slip sleeve coupling Epoxy Cement PE or PVC Conduit —{ PVC Slip Coupling -K }- PE or PVC Conduit ■ Apply epoxy cement around the conduit only. Continued on next page Effective on: 05/01/09 Canceling: 07/01/07 Page 8 of 13 ©1998 Puget Sound Energy • Using 2" Mechanical Coupling Splicing and Repair of Polyethylene Conduit 6800.8050 PE or PVC conduit of 2 -inch size may be joined with the mechanical coupling. Figure 3 shows the mechanical coupling. Use ... For The PVC slip sleeve coupling Repair work or new construction. The Process Follow these steps for PVC slip sleeve coupling. Step Action 1 Prepare the conduit by cutting the ends square with pipe cutting tools. 2 Chamfer the inside of the pipe end with a chamfering tool. 3 Follow manufacturer's instructions to install coupling. Figure 3 Mechanical PE coupling Continued on next page ©1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 07/01/07 Page 9 of 13 Splicing and Repair of Polyethylene Conduit Repairing PE Conduit, continued Empty Conduit that is Gouged or Punched 6800.8050 Step Action 1 Clean off the rough edges around the damaged area with a skinning knife, emery cloth, and rags. 2 Glue a cut -to- length piece of PVC split repair conduit around the damaged area with polyethylene Poly Lock epoxy cement to seal the coupler's joining edges. 3 Seal the repaired area with a zipper heatshrink for a watertight seal. NOTE: The heatshrink will seal at temperatures well below polyethylene's 420 °F melting temperature. Figure 4 Repairing gouged conduit (empty) PVC Split Repair Conduit PE Conduit ATTACH PVC SPLIT REPAIR CONDUIT Heatshrink Wrap PVC Split Repair Conduit SEAL REPAIR USING HEATSHRINK WRAP Continued on next page Effective on: 05/01/09 Canceling: 07/01/07 Page 10 of 13 ©1998 Puget Sound Energy • Empty Conduit that is Crushed, Split, or Severed Splicing and Repair of Polyethylene Conduit 6800.8050 Step Action 1 Remove the damaged area. 2 Make the end cuts square with pipe cutting tools. 3 Replace the damaged area with new PE conduit cut -to- length. 4 Make the joints as described in Splicing and Coupling Techniques (Figure 2). Figure 5 Repairing crushed, split or severed conduit (empty) Existing Damaged PE Conduit Existing PE Conduit Cut and remove empty damaged conduit REMOVE DAMAGED SECTION OF CONDUIT Replace damaged conduit with new section of PE conduit Apply Epoxy Cement Finish repair per Figure 2. REPLACE DAMAGED CONDUIT WITH NEW PE CONDUIT Continued on next page ©1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 07/01/07 Page 11 of 13 Splicing and Repair of Polyethylene Conduit Repairing PE Conduit, continued Conduit with Cable if the Cable is Undamaged 6800.8050 Step Action 1 De- energize and ground the conductor. 2 Test the cable for any damage not obvious by visual inspection. NOTE: If the cable is not damaged, proceed with conduit repair. 3 Rough up the polyethylene conduit around the area where the PVC split repair conduit will be applied with epoxy cement. 4 Clean off the rough conduit edges and debris around the damaged area with a skinning knife, emery cloth, and rags. 5 Glue cut -to- length PVC split conduit around the damaged area with polyethylene Poly Lok epoxy cement to seal the coupler's joining edges. 6 Seal the repaired area with zipper heatshrink for a watertight seal. NOTE: The heatshrink will seal at temperatures well below polyethylene's 420 °F melting temperature. Figure 6 Repairing conduit with undamaged cable PVC Split Repair Conduit ATTACH PVC SPLIT REPAIR CONDUIT Heatshrink Wrap PVC Split Repair Conduit SEAL REPAIR USING HEATSHRINK WRAP Continued on next page Effective on: 05/01/09 Canceling: 07/01/07 Page 12 of 13 ©1998 Puget Sound Energy • Conduit with Cable if the Conduit and Cable are Damaged Splicing and Repair of Polyethylene Conduit 6800.8050 Step Action 1 Isolate, test, and ground the cable. 2 Cut away the damaged area. 3 Make the conduit ends square. 4 Clean off the debris with rags. 5 Pull and remove cable. 6 Replaced the damaged conduit with a new PE conduit section cut -to- length. 7 Make the joints as described in Splicing and Coupling Techniques (Figure 2). 8 Pull in the new cable. Test and energize. Figure 7 Repairing damaged conduit and cable References Existing Damaged Cut and remove PE Conduit damaged conduit Pull and remove cable Pull in new cable REMOVE DAMAGED SECTION OF CONDUIT AND CABLE Existing PE Conduit Replace damaged conduit with new section of PE conduit Finish repair per Figure 2. Apply Epoxy Cement REPLACE DAMAGED CONDUIT WITH NEW PE CONDUIT AND PULL IN NEW CABLE The following Puget Sound Energy documents apply to this standard: 0150.3200 Techniques for Temporary Erosion and Sediment Control ©1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 07/01/07 Page 13 of 13 Scope Installation of Electronic Markers 6825.6505 This standard covers installation methods for electronic underground location markers. Why Markers are Used Types of Markers Electronic underground location markers are used to mark any facility that cannot be located with other locating equipment. They are the most dependable way to mark conduit stubs, bu- ried splices, stubouts, etc. Markers removed from temporary installations such as crossings or cable loops should be returned to Stores for reissue. Two electronic markers are available: • 4 in. ball (MID 7668501) • 15 in. flat (MID 7668500) The ball marker has the advantage of being self - leveling and easier to place, which mini- mizes future locating problems. Locating Both markers can be located using the electronic marker locator, MID 6546505. The markers are color coded, and tuned to a specific frequency for each utility. Installation Requirements Install the marker at least 6 in. above or to the side of metallic objects, such as cables or steel handhole lids. These objects will absorb some of its signal and significantly reduce the strength of the signal received by the locator. Never put the marker under a metallic object. The signal will be totally absorbed by the metal. Place the marker about 6 in. above the item it is marking whenever possible. This will pro- vide a cushion of soil, and allow flat markers to act as a digging shield when excavating with a backhoe. ©1998 Puget Sound Energy September 15, 1997 Revision 1 Page 1 of 2 • • • • • • Installation of Electronic Markers Installation Procedures Flat Marker (Toilet Follow these steps to install the flat marker. Seat) Ball Marker 6825.6505 Step Action Diagram Diagram Place the marker over the object, install no deeper than 4 ft, to ensure accurate locating. 1 Tamp a bed of soil for the marker, install no deeper than 6 ft to ensure easy locating. (The maximum signal range is 8 ft.) 2 Spade a few inches of soil over the to protect it. EMS detector Complete the backfill. „, 5 it ki! - . ° •• °•�,° o U o • •o, e • °'0 u° 2 Install the marker flat and level. NOTE: Markers installed at an angle, or that are bent or damaged during backfilling, will give false readings or may emit a reduced - strength signal. M' s ft' max. ..`&.._). it e: ;i , -. -' soO o oo°p �' °' o o ooeoc oo, Buried o� marker 3 Spade a few inches of soil over the marker to protect it. min:.;c°;� �, Firm soil � o0 ` °' 4 Complete the backfill. ' ° Buried °o : Q object Follow these steps to install the ball marker. Step Action Diagram 1 Place the marker over the object, install no deeper than 4 ft, to ensure accurate locating. 2 Spade a few inches of soil over the to protect it. 3 Complete the backfill. September 15, 1997 Revision 1 Page 2 of 2 ©1998 Puget Sound Energy Scope In This Standard Safety PVC Conduit Installation 6800.6000 This standard covers the installation of direct - buried, polyvinyl chloride (PVC) conduit systems. These topics are covered in this standard: Topic See Page Safety 1 Before Work Begins 1 Conduit Type and Sizes 2 Trench Preparation 2 Conduit Placement 2 Cable Pulling Tension 4 Conduit Assembly Procedure 5 PVC to PE Assembly 5 Ability to Switch 5 Coiling Directions Inside Vaults 5 Trench Line 10 Side of Vaults 10 Corners of Vaults 10 Installing Concrete Vaults with Knockouts 10 Installing Conduit at Other Facilities 11 Concrete Capping of a Conduit Run 11 Backfill and Compaction 12 Finishing the Job 12 • Keep solvent cements for PVC pipe away from all sources of ignition. Maintain ventilation to minimize breathing of solvent vapors and to reduce fire hazard. When PVC glue is used in vaults, constant ventilation shall be maintained or workers shall wear respiratory protection. Avoid contact with skin and eyes. Do not smoke, eat, or drink while handling solvents. • Excavations shall be properly shored or sloped before work in the trench begins. Precautions such as air testing and forced ventilation may also be necessary. Before Work Begins • • A tailgate conference shall be held, and potential hazards discussed with all workers. • Underground utilities shall be located and marked. • Detailed planning is essential. Plan ahead whenever possible, including a careful inspection of the job site. Determine special equipment needs before bringing a crew onto the site. • ©2000 Puget Sound Energy Effective on: 10/12/09 Canceling: 05/01/09 Page 1 of 14 • PVC Conduit Installation 6800.6000 Conduit Types and Sizes Puget Sound Energy's standard conduit is 2 -, 3 -, 4 -, or 6 -inch grey PVC DB -120 in accordance with Specification 1025.6310, "DB -120 PVC Conduit, Bends, and Fittings," or Schedule 80 in accordance with Specification 1025.6320, "Schedule 80 PVC Conduit, Bends, and Fittings." All conduit systems owned and maintained by PSE shall be supplied by PSE, unless prior approval is granted by Standards and Compliance. When approved, conduit provided by the customer that is to be owned and maintained by PSE shall be grey PVC electrical grade DB -120, Schedule 40 or Schedule 80. Conduit sizes shall be 2, 3, 4, or 6 inches. Conduit shall meet ASTM F 512 requirements for DB -120 and NEMA TC 2 requirements for Schedule 40 or 80. Trench Preparation Consider these points when constructing the trench • Construct the trench so that the bottom provides a firm, stable, and uniform support for the full length of the conduit. Clear the bottom of rocks and any debris which could damage the conduit. • If other utilities obstruct the way, slope or drift the trench to avoid the obstacle, to minimize the use of conduit bends which will increase cable pulling tension. • Trench depth will vary depending on duct bank formation, final grade, earth cover requirements, and local regulations. See Standard 6790.0130, "Trench Dimensions and Facility Placement," for additional requirements on trench dimensions. • Pay particular attention to elevation changes in the trench bottom. Numerous changes in elevation, even if gradual, add bends to the conduit run which will substantially increase cable pulling tension. • Level the trench so that there are no low spots which will trap water and silt in the conduit system. Customer - supplied trenches shall meet the requirements of Standard 6790.0075, "Customer- Supplied Trench Requirements." Conduit Placement Separation The separation between 2 -, 3 -, 4 -, and 6 -inch conduits shall be a minimum of 1 -1/2 inches. Requirements Separation between 6 -inch conduits shall be a minimum of 2 inches. The separation between 6 -inch conduits shall be a minimum of 2 inches. Feeders require greater spacing to help dissipate heat to maintain their ampacity ratings. See Standard 6790.0130, "Trench Dimensions and Facility Placement," for requirements on separation between various utilities and between the power cables and the customer's facilities. Provide adequate support on each side of conduit when conduit crosses over another utility, to prevent load transference onto other utilities. Continued on next page Effective on: 10/12/09 Canceling: 05/01/09 Page 2 of 14 ©2000 Puget Sound Energy Bank Height Spacers PVC Conduit Installation 6800.6000 Build conduit banks ... And ... Diagram Two -by -fours and wood Stagger the bell ends To a maximum of three conduits high. 5' Intervals stakes between conduits and between layers at five foot intervals or use... between layers. This will make assembly easier and eliminate interference from adjacent bells when the conduit is / Anything higher becomes an underground wall for other utilities. There may be exceptions where underground obstructions 4 4 4 4 0 QV VC) or horizontal space constrictions require a 4 4 4 4 C 0 higher buildup. Preferred Discouraged Wooden 2- by 4 -inch spacers may be used when 1 -1/2 inch spacing is required. Prefabricated spacers are required when: • Two -inch spacing is required • Six -inch the conduits are part of a stacked conduit bank • Fluidized thermal backfill (FTB) is required by Standard 6790.0140, "Trench Excavation and Backfill." Use ... And ... Diagram Two -by -fours and wood Stagger the bell ends 5' Intervals stakes between conduits and between layers at five foot intervals or use... between layers. This will make assembly easier and eliminate interference from adjacent bells when the conduit is / Staggered f ) ,• Preformed spacers at five buried. (� foot intervals. :'' ` 1 Install with Install all primary conduit systems with a minimum 36 inches of cover. 36 Inches of Cover Measure this distance from final grade to the top of the conduit system. Install the system at increased depth where changes in grade are likely. A duct run may be installed with less cover, when necessary, but only if adequate mechanical protection is provided. Refer to Standard 6790.0130, "Trench Dimensions and Facility Placement," for specific requirements for cover less than 36 inches. ©2000 Puget Sound Energy Effective on: 10/12/09 Canceling: 05/01/09 Page 3 of 14 • PVC Conduit Installation 6800.6000 Cable Pulling Tension Conduit systems are designed for maximum cable pulling tension calculations in accordance with Standard 6825.6150, "Cable Pulling Calculations." Add manufactured bends to the system only if they are absolutely necessary. Any deviation from the original design shall be discussed with the engineer to ensure that the change will not render the system unusable. Keep the Bends Down Bends If Sidewall Pressure Exceeds 1000 Pounds PVC Cement Placement of conduit can also significantly affect pulling tension. Undulations from snaking a conduit may look minor, but can result in hundreds of degrees of bend per thousand feet of pull. Pulling tensions in straight conduit runs add up in a linear fashion, but bends in the conduit cause the cable tension to be multiplied, greatly increasing the stress on the cable. This can increase cable pulling tension beyond acceptable limits. Lay conduit as straight and level as possible, to ensure that a usable system is installed. The radius of any bend should be as large as possible to aid in cable pulling. Large sweeping bends can be formed by assembling several conduit sections, allowing approximately 30 minutes for the joints to cure, and then bending them into the trench. The conduit run should be firmly staked for the desired radius, to ensure that the joint is not disturbed or damaged before or during backfill. Keep bends at least three feet outside the vault to allow for operation of the rodder. The maximum amount of bend at joints should be limited to 5 degrees to prevent damage to conduit fittings and cable during pulling. Mark on the work sketch all bends that are added to the conduit run, including their degree, radius, and location. Keep the number of 90 degree bends in a primary conduit run to a minimum. When calculations show that the sidewall pressure at a 45 or 90 degree elbow exceeds 1000 pounds, encase the conduit bends in concrete to prevent burn- through. Use all- weather grade PVC solvent cement on all PVC conduit, following manufacturer's recommendations. Do not use PVC cement that appears lumpy or stringy, exhibits excessive thickening, or will not stir to a smooth consistency. Reclose all containers tightly to prevent solvent evaporation. Effective on: 10/12/09 Canceling: 05/01/09 Page 4 of 14 ©2000 Puget Sound Energy PVC Conduit Installation Conduit Assembly Procedure Follow these steps to assemble the conduit. 6800.6000 Step Action 1 If conduit needs to be cut, make a square cut with a fine tooth saw (diagonal cuts reduce bonding). Bevel the outside edge with a knife and abrasive cloth to remove burrs and raised edges for easier installation. 2 Wipe all dirt, mud, and shavings from conduit and fittings before joining. Conduit surfaces must be clean and dry so cement will adequately adhere. Use the small dauber on 2 -inch and 3 -inch conduit; use the roller on 4 -inch and 6 -inch conduit. 3 Apply a liberal and uniform coat of PVC cement to the conduit and bell end, coating both surfaces to the full depth for ease of assembly. Assembly must be done while the surfaces are still wet and fluid. 4 Slip the conduit straight into the fitting with a slight twist until it bottoms. Hold the joint for 15 seconds so the conduit won't push out. If it is necessary to drive two conduits together, use a board to protect the conduit edge. 5 Let the joined sections cure undisturbed for at least five minutes before handling. If the conduit is to be bent in the trench, let the joints cure completely before bending, approximately 30 minutes. 6 Plug all exposed conduit ends during breaks in work to keep dirt, mud, and water out of the conduit. 7 Bevel the inside edge of Schedule 80 when joining it to DB -120 conduit. PVC to PE Assembly For PVC conduit to PE conduit coupling procedure, see Standard 6800.8050, "Splicing and Repair of Polyethylene Conduit." Ability to Switch 1/0 cables shall be plumbed into junction box vaults so all the elbows can be freely switched and parked without restriction from other cables. ©2000 Puget Sound Energy Effective on: 10/12/09 Canceling: 05/01/09 Page 5 of 14 PVC Conduit Installation 6800.6000 Conduit Entry into Vaults Sides of Vaults 1/0 cables may enter either the ends or the sides of the vault, but entering the sides is less • desirable because it is more difficult to rig and pull the cable. See Figures 1 and 3. Feeder cables should enter vaults through their ends because of the difficulty in rigging and pulling the cable when it comes in the sides of the vault. See Figures 4 and 5. Junction Boxes It is preferred to plumb the conduits so all of the cables coil in the same direction. A rotation of either clockwise or counterclockwise is acceptable. See Figures 1, 2, and 3. Splice Vaults It is preferred to plumb the conduits so the cables coil in opposite directions and meet at the splices. See Figure 4. Hammerheads Hammerhead splices offer the flexibility for either circuit to coil in either direction. See Figure 5. Trench Line It is undesirable for the vault to be set out of alignment with the trench line because this causes additional bends to be installed to route the cable into the vault. These bends increase the cable pulling tension and may consequently require an additional vault be cut into the circuit. When it is necessary to place a vault outside of the trench line, it is preferred to use 45- degree bends, instead of 90- degree bends, to route the conduit to the vault. This will help minimize the pulling tension. See Figure 1. Corners of Vaults Two circuits should not enter a vault at 90 degrees to each other in the same corner due to the potential physical interference between the two circuits and because one of the circuits will be entering through the side of the vault. See Figure 3. Effective on: 10/12/09 Canceling: 05/01/09 Page 6 of 14 ©2000 Puget Sound Energy PVC Conduit Installation Conduit Entry into Vaults, continued Figure 1 Junction Box - Trench Passing by the Vault Figure 2 6800.6000 10001 10001 10001 45° Bends • • • • • Trench Line ....... ............................... 10001 10001 10001 10001 (0001 10001 Preferred Acceptable Discouraged Junction Box - Vault in the Trench Line 10001 10001 10001 10001 10001 10001 Preferred Discouraged ©2000 Puget Sound Energy Effective on: 10/12/09 Canceling: 05/01/09 Page 7 of 14 PVC Conduit Installation Figure 3 Junction Box with Road Crossing 6800.6000 10001 10001 10001 10001 10001 10001 Road Crossing Preferred, if pulling tensions are OK Acceptable Discouraged Effective on: 10/12/09 Canceling: 05/01/09 Page 8 of 14 ©2000 Puget Sound Energy PVC Conduit Installation Figure 4 Vaults with Splices 6800.6000 �1 -1.. ..... Preferred Acceptable Acceptable for 1/0, but discouraged for feeder Discouraged ©2000 Puget Sound Energy Effective on: 10/12/09 Canceling: 05/01/09 Page 9 of 14 Figure 5 PVC Conduit Installation Vaults with Hammerheads 6800.6000 Preferred Acceptable, if pulling tensions are OK Acceptable Discouraged Effective on: 10/12/09 Canceling: 05/01/09 Page 10 of 14 ©2000 Puget Sound Energy PVC Conduit Installation Installing Conduit in Concrete Vaults with Knockouts Follow these steps to install the conduit in concrete vaults with knockouts. CAUTION! 6800.6000 Step Action 1 Place compacted soil in the trench up to the knockouts. This will help to prevent shearing or "egg shaping" of the conduit where it enters the vault. 2 Push the conduits through the knockouts at the end of the vault, making sure they enter straight and level, perpendicular to the vault wall. 3 Cut the ends off 1 to 2 inches inside the vault, keeping the conduit approximately 2 inches apart to allow for placement of cable pulling equipment. 4 Glue the bell ends onto the conduit inside the vault. 5 Grout around the conduits and bell ends to prevent dirt and water from entering the vault. This will also keep the soil from settling around the outside of the vault. Seal all PSE -owned empty ducts with expandable duct plugs. Use duct foam to seal around PSE -owned cables in ducts to prevent water migration into vault. Refer to Standard 6800.6500, "Application of Conduit Plugs and Seals." NOTE: Vaults fitted with "termaducts" do not require grouting. Do not use conduit sealing foam as a substitute for grout. Installing Conduit at Other Facilities If conduit is plumbed to a ... Install conduit in accordance with the following: Riser pole, Standard 6042.1000, "Conduit Risers" Minipad transformer, Standard 6045.1010, "Minipad Transformer (Conduit System)" Secondary pedestal, Standard 6050.1000, "Secondary Pedestals" Plastic or fiberglass secondary handhole, Standard 6050.2000, "Single -Phase Secondary Handhole Up to 350" Single -phase J -box on a minipad handhole, Standard 6055.1010, "Single -Phase Primary Junction Box" ©2000 Puget Sound Energy Effective on: 10/12/09 Canceling: 05/01/09 Page 11 of 14 • PVC Conduit Installation Concrete Capping of a Conduit Run 6800.6000 If conduit is capped with concrete a'.. install the concrete cap .. Backfill them with sand or fluidized A minimum of 4 inches thick. Allow the concrete thermal backfill (FTB) to 3 inches to set up before backfilling. For a faster setup, high over the top conduit before the early strength additives may be used. Specify concrete cap is installed. Refer to concrete with 3/8 -inch aggregate and a nominal Standard 6790.0130, "Trench compressive strength of 2500 psi. Dimensions and Facility Placement," for specific requirements when cover ` . ,° Native Material 4 +r* is less than 36 inches. is or Select uacktai 4" Concrete' rr a _fig Qf �. j4.i W 1 Nd: va9'°.�R$t A troy "LF•,.a Effective on: 10/12/09 Canceling: 05/01/09 Page 12 of 14 ©2000 Puget Sound Energy PVC Conduit Installation 6800.6000 Backfill and Compaction Refer to Standard 6790.0140, "Trench Excavation and Backfill," for information on backfill and compaction requirements. Adding Backfill Follow these steps to add backfill to the conduit bank. Q CAUTION! Finishing the Job Step Action 1 Pump any standing water out of the trench following the requirements of Standard 0150.3200, "Techniques for Temporary Erosion and Sediment Control." 2 Check conduit spacing. Conduits must be approximately 1 -1/2 to 2 inches apart and at least 1 -1/2 to 2 inches from the trench walls, so that the backfill can flow around the conduit and provide equal support for the duct on all sides. (Proper spacing will also increase the current carrying capacity of the conductors.) 3 Add backfill gradually to the sides of the conduit bank first. This will act as a vertical and lateral support and protect the pipe from deflection. ? Kwrg f'r ■ • FA. 1 -1/2" to 2" Space between conduits` and nearest sidewall ,i , . ,,r - _ ..„. _ ,,,, 4 When a minimum of 3 inches of cover is in place, fill in the rest of the trench, compacting in 12 -inch lifts Backhoe compactors (hoe -pacts) can generate tremendous forces which are difficult to measure. Hoe pats should be used for, final compaction only and with caution. Do not use a hoe -pac directly over the conduit until at least 30 inches of backfill is in place, to ensure that the compactor will not damage the pipe. Do not penetrate the soil deeper than 3 inches during compaction with a backhoe compactor. • Remove mud and debris from vault interior. . • Remove all spoils and construction debris from the job site. ©2000 Puget Sound Energy Effective on: 10/12/09 Canceling: 05/01/09 Page 13 of 14 • References e es Sources ASTM • NEMA NESC PVC Conduit Installation The following 0150.3200 1025.6310 1025.6320 6042.1000 6045.1010 6050.1000 6050.2000 6055.1010 6790.0075 6790.0130 6790.0140 6800.6500 6800.8050 6825.6150 Puget Sound Energy documents apply to this standard: Techniques for Temporary Erosion and Sediment Control DB -120 PVC Conduit, Bends, and Fittings Schedule 80 PVC Conduit, Bends, and Fittings Conduit Risers Minipad Transformer (Conduit System) Secondary Pedestals Single -Phase Secondary Handhole Up to 350 Single -Phase Primary Junction Box Customer - Supplied Trench Requirements Trench Dimensions and Facility Placement Trench Excavation and Backfill Application of Conduit Plugs and Seals Splicing and Repair of Polyethylene Conduit Cable Pulling Calculations 6800.6000 F 512 Standard Specification for Smooth -Wall Poly(Vinyl Chloride) (PVC) Conduit and Fittings for Underground Installation TC 2 Electrical Polyvinyl Chloride (PVC) Conduit 320 Underground Conduit System 321 Excavation and Backfill 322 Ducts and Joints Canadian GE, Work Practice for Direct Burial Installations Edison Electric Institute, Underground Systems Reference Book IPS, Weld -On Product Information Guide McGraw - Edison, Underground Construction Handbook McGraw -Hill, Inc., The Lineman's and Cableman's Handbook Effective on: 10/12/09 Canceling: 05/01/09 Page 14 of 14 ©2000 Puget Sound Energy Scope Application of Conduit Plugs and Seals 6800.6500 This standard covers the different applications involved with sealing conduit systems. Purpose of Conduit Plugs Conduit plugs help minimize gases, foreign materials, rodents, insects, and water from entering vaults and conduit. It is particularly important to seal all ducts entering switch and transformer vaults with exposed live parts. General Application Conduit systems shall be plugged or sealed as follows: if conduit is ... And used for ... Use Empty 2 in., 3 in., 4 in., and 6 in. duct Road crossings and pole risers Pulling Rope Tie Eye Conduit Cap Plugs MID 7643000 (typical) Vaults, handholes and padmounted enclosures � Hot Stick i_ Twist Ring .� Pulling Rope} Tie Eye Conduit Expanding Plugs (water -tight ) MID 7643001 (typical) Filed, single cable, 2 in. primary 3 ar duct with primary cable Vaults and handholes (EMIIIIIIE2i L Cold Shrink Conduit Cable Cold Shrink (Installed) MID 7645640 (typical) Continued on next page ©2000 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/05 Page 1 of 3 • • Application of Conduit Plugs and Seals General Application, continued 6800.6500 If conduit is ... And used for , . Use Filled, 1 in. duct Street light CIC aril el — ------- - - - -- -- 1 - 1 MID 7645644 Filled, single cable, 2 in. duct, 1/0 primary cable only Minipad handholes and padmounted J -Box enclosures MID , i II 7645643 Filled, single or multiple cables, and is in flowing water. All conduit sizes. Note: See section on Application Details for Conduit Sealing Foam Vaults and handholes, and secondary pedestals Cables 1:• Spray foam heat shrink, €' ° b Foam ='' M 1 D 7643502 Conduit through 1" piece of or guy guard, etc. -Fill 400 conduit sealant enclosed space, a blower good ventilation. b CAUTION! When using Duo in a confined or must be used for Effective on: 05/01/09 Canceling: 06/01/05 Page 2 of 3 ©2000 Puget Sound Energy Application of Conduit Plugs and Seals Application Details for Conduit Sealing Foam Follow these steps to install sealing foam. Step References 6800.6500 Action 1 Keep Duo -Fill cans in the cab or a heated portion of the truck. Foam does not dispense properly at low temperatures. 2 Make sure to separate cables to allow foam to penetrate completely around cables. A hollow tube (heat shrink or guy guard) approximately 1 -in. long works well. 3 Shake the can for at least 20 seconds before using. 4 Insert straw applicator. 5 Spray foam into conduit with the can upside down. Spray foam through the 1 -in. hollow tube used to separate cables. 6 Rip off straw applicator immediately after use. 7 If it looks like there might be some clogging in the nozzle, use an extra straw to scrape it out before putting the can away. 8 Use a clean straw for each subsequent use. The following Puget Sound Energy documents apply to this standard: 0100.2310 Rescue and Enclosed Space Entry 6775.0040 General Vault and Handhole Installation 6800.6000 PVC Conduit Installation ©2000 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/05 Page 3of3 Scope p Customer - Supplied Trench Requirements 6790.0075 This standard provides requirements for customer - constructed trenches, vault holes, and road crossings. Customer Responsibilities Puget Sound Energy (PSE) Electric Tariff Schedule 85, requires customers: To, O Or... Provide the trenching and excavation for C Contract with PSE to provide this work at See Standard 6790.0050 for authorization requirements on public rights -of -way and easements on property other than the customer's. Inspection /Coordination PSE shall assign an inspector /coordinator to oversee the trenching, equipment placement /installation, and backfilling. • Work shall be subject to the inspection and approval of PSE. • No work shall be backfilled, covered, or concealed until it has been inspected and approved by the inspector. Erosion Control The customer is responsible for identifying the necessary temporary erosion and sediment control requirements. These controls must be installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard 0150.3200 and local jurisdiction requirements. Trenching and Backfill The trench shall meet the requirements of Standards 6790.0130 and 6790.0140. Sloping and Shoring Placement of Spoils Trenches or vault excavations which are 4 -feet deep or greater shall be sloped according to WAC 296 -155 Part N, unless directed otherwise by PSE. NOTE: Shoring is not allowed except when specifically approved by PSE. Trench spoils shall be placed in a location that allows workers access to the trench and does not block vehicles from passing alongside the trench to unreel cable or unload conduit. ©2000 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 1 of 4 Conduit Vaults Excavation Requirements Excavation Procedure Vault Backfill Material Customer - Supplied Trench Requirements 6790.0075 If the conduit is supplied by the customer and owned /maintained by PSE, it shall meet the following specifications: • PVC electrical grade DB120 or Schedule 40, except Schedule 80 may be required by PSE or the local jurisdiction where there are poor soil conditions. • Gray in color. • Diameter of 2 ", 3 ", 4 ", or 6" as specified on the work sketch. • Conduit bends shall be long radius bends, 36" minimum. • Meet requirements of ASTM F512, NEMA TC -2. Excavation for vaults and handholes must meet the requirements of Standard 6775.0040. Step Action 1 Locate the vault according to PSE's work sketch. 2 Determine a suitable place to put the spoils which is at least 2 feet from the field edge of the excavation. 3 Excavate so the vault is in correct alignment with the trench and so that conduits can be brought straight into the vault. 4 Dig a hole large enough to accommodate the vault and allow for easy installation and compaction, as shown in Figures 1 through 8 in Standard 6775.0040. 5 Remove debris and level the bottom of the excavation. 6 Prepare the bottom of the excavation so that the vault rests on solid, undisturbed earth or compacted soil with a 6 -inch base of crushed rock. This prevents vault settling and conduit breakage. NOTE: Be certain that the vault will be level, square with adjacent structures, and at the proper grade. The backfill material around vaults should consist of compactible material such as clean earth fill, crushed rock, flowable fill, or sand. No voids should remain between the vault walls and the sides of the excavation. Effective on: 05/01/09 Canceling: 06/01/07 Page 2 of 4 ©2000 Puget Sound Energy • Customer - Supplied Trench Requirements Job Site Requirements Trench Grade Access Property Lines and Grade Staking 6790.0075 These requirements must be met before power conduits /cables will be installed. • Curbs and gutters shall be installed if they are planned or required by the permitting agency. • Roads shall be paved or have a compacted, crushed rock base in place. • Sewer, water, and roof drain stubouts shall be installed and clearly marked and extend 2 feet to the field side of the utility trench if they are planned or required. • The trench shall be excavated per PSE's standards and work sketch. • The trench shall be smooth, level, and free from rocks, obstructions, sharp objects, garbage, glass, and construction debris. • Excavated or loose material shall be placed at least 2 feet from the field edge of the trench. • Water shall be removed by pumping or draining. The site shall be at final grade or acceptable subgrade in the area of construction. PSE's heavy vehicles must have access to the site, trench line, and vault locations. • The property line(s) nearest to the work shall be surveyed and staked. If the trenching operation might disturb the stakes, then either 10 -foot or 20 -foot offset stakes shall be installed. • Finish grade stakes shall be installed at 10- or 20 -foot offsets from vaults, transformers, and the ends of road crossings. • A radius hub shall be installed for property lines at all intersections and cul -de -sacs. Backfill and Restoration The customer is responsible for: • Completing backfill as soon as practical after facilities are placed and inspected. • Cost of damages to PSE facilities caused by improper backfill or compaction. • Relocation costs of cables, transformers, pedestals, or manholes due to change in grade or realignment of property lines. ©2000 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 3 of 4 References Customer - Supplied Trench Requirements The following Puget Sound Energy documents apply to this standard: 0150.3200 6775.0040 6790.0050 6790.0130 6790.0140 6790.0075 Techniques for Temporary Erosion and Sediment Control General Vault and Handhole Installation Customer's Acknowledgement of Responsibilities When Providing Trenching Trench Dimensions and Facility Placement Trench Excavation and Backfill Effective on: 05/01/09 Canceling: 06/01/07 Page 4 of 4 ©2000 Puget Sound Energy scope P Using Fluidized Thermal Backfill (FTB) 6790.3050 This standard covers the use and application of fluidized thermal backfill (FTB) for electrical conduit backfill. What is FTB and Where is it Used? Q CAUTION! FTB is a simple concrete mixture that is designed to conduct heat. Its is poured around cables and conduit to conduct heat away from them. This allows the cables to carry more current without overheating. FTB is primarily used in backfilling trenches where a high value of cable ampacity is required. It may also be used as backfill where 100 percent compaction is required, where physical protection of the cable or conduit is needed, or where adequate backfill material is unavailable. 'B is not to be used for backfill around gas Selection of FTB Material FTB material is available in the following two variations: Type A Application M MID Fluidized Thermal • • Trenches over 12 -in. deep. 9 9995644 Fluidized Thermal • • Backfill of trenches 12 -in. deep 9 9995645 NOTE: Both products can be ordered with a red tint, if required by the municipality. ©2000 Puget Sound Energy Effective on: 06/01/05 Canceling: 10/31/00 Page 1 of 4 Site Preparation Prior to Backfilling the Trench Using Fluidized Thermal Backfill (FTB) 6790.3050 Prior to backfilling a trench with FTB the following conditions must be met: • Trenching activities and conduit installation should be done in accordance with PSE Standard Practices 6790.0075, "Customer- Supplied Trench Requirements," 6790.0130, "Trench Dimensions and Facility Placement," 6790.0140, "Trench Excavation and Backfill," and 6800.6000, "PVC Conduit Installation." • Steps must be taken to prevent the conduit banks from "floating" when the FTB is introduced to the trench, see Figure 1. Figure 1 Cut -away view of typical trench with tie -downs and FI piles Site Preparation Procedure FTB Pile Centered Between Tie -Downs 8" Min Step Action 1 Re -steel bars, #6, should be driven on either side of the conduit bank at 20 -ft intervals, and lashed together with bare copper wire, #14 (MID 8484300). 2 If necessary, place a small pile of FTB midway between the re -steel tie -downs from the first mix truck. Then, beginning at the initial starting point, place the balance of the following mix trucks. Procedure for Placing the FTB Placement Before placement activities begin the following conditions should be met: Conditions • The supplied backfill shall be transported by an acceptable means to minimize segregation (i.e., ready mix concrete truck). • FTB placement may start when the temperature is 34 °F and rising. FTB shall not be placed on frozen ground. • At the time of placement, FTB must have a temperature of 40 °F. Mixing and placing shall stop when temperature is 38 °F or less and falling. • The ends of the trench shall be secured by bulkhead or earth fill. Continued on next page Effective on: 06/01/05 Canceling: 10/31/00 Page 2 of 4 ©2000 Puget Sound Energy • Using Fluidized Thermal Backfill (FTB) Placing the FTB Follow these instructions for placing the FTB: 6790.3050 Step Action 1 Pour into the trench and completely fill all voids without causing excessive segregation. Maximum pour height shall be 4 feet. NOTE: Do not vibrate or compact the mixture. 2 To reach inaccessible locations, the mixture may be pumped through conventional concrete pumps. 3 The flow rate can be adjusted slightly by adding water at the site (as long as no segregation occurs, and the FTB fills all the voids completely when poured). Conducting a Thermal Probe Test Collecting Samples If directed by the project manager, a sample of the FTB should be collected, at a minimum, every pour date. For larger backfill operations, a sample should be collected every fourth mix truck to ensure consistency of the product. Each sample should be labeled appropriately with the following: • Date • Time • Mix truck identification number • Location of pour • Name of person collecting the sample Samples shall be cast in 3 -inch by 6 -inch cardboard or plastic molds, held in a moist environment, and not disturbed until the FTB has hardened. Follow ASTM Standards C172 and C31 for the sampling, curing, and testing of concrete, except use cardboard or plastic sampling molds to facilitate stripping. Thermal Resistivity When hardened, the FTB should have a thermal resistivity of less than 40 °C -cm/W when moist and less than 100 °C -cm/W when totally dry. References The following Puget Sound Energy documents apply to this standard: 6790.0075 6790.0130 6790.0140 6800.6000 Customer - Supplied Trench Requirements Trench Dimensions and Facility Placement Trench Excavation and Backfill PVC Conduit Installation ©2000 Puget Sound Energy Effective on: 06/01/05 Canceling: 10/31/00 Page 3of4 Sources Using Fluidized Thermal Backfill (FTB) 6790.3050 ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C236 Hot box Thermal Performance Test ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C94 Standard Specification for Ready -Mix Concrete IEEE Std 442 -1981 IEEE guide for Soil Thermal Resistivity Measurements Washington State Standard Specification, English 2000 2- 09.3(1) Backfilling 9- 03.1(2)B Grading Effective on: 06/01/05 Canceling: 10/31/00 Page4of4 ©2000 Puget Sound Energy • Scope In This Standard Codes Route Selection Trench Dimensions and Facility Placement 6790.0130 This standard covers the depth and width requirements for trenches that will contain primary, secondary, and service cables. It also addresses the preferred locations for various utilities in the trench and the required separations. See PSE's Gas Operating Standards for the rules that pertain to the placement and separation of gas lines. These topics are covered in this standard: Topic See Page Codes 1 Route Selection 1 Definitions 2 Trench Depth 3 Trench Width 5 Wheel Trenching 5 Radial Separation 6 Mainline Trench Excavation 7 Road Crossings 9 Vaults and Pedestals 13 Cable Stubouts 15 Service Trench 16 Equipment Protection and Accessibility 18 The requirements listed in this standard meet or exceed the requirements of both the Washington Administrative Code and the National Electric Safety Code. Local requirements may be more stringent, and in these cases the requirements of the local governmental entity shall take precedence. The route should be as straight and direct as practical, and it shall allow safe access for construction, inspection and maintenance. It shall not be through unstable soil, areas susceptible to erosion, wetlands or traverse slopes upon which it is hazardous to operate mechanized equipment. Continued on next page ©2003 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 1 of 18 Route Selection, Cables Under Structures Definitions Figure 1 Trench Dimensions and Facility Placement continued 6790.0130 Directly buried cables shall not be installed under a structure that will restrict access for maintenance or replacement. If no other route is available, 1/0 primary and secondary cables may be placed under a structure if the following conditions are met: • The cable is installed in conduit • There are no low points in the conduit that could fill with sediment and prevent the cable from being replaced in the future. • The soil and the structure are both structurally sound and not susceptible to settling. • The cable system will not be loaded to over half of their normal ampacity (because the soil can dry out beneath structures, which will limit the ability of the soil to conduct heat away from the cable). • Adequate access is provided to each end of the conduit, including room for vaults, if necessary. • The cable does not pass within 5 ft of where a computer monitor will be used. This is because the EMF from the power line can cause the image on the computer monitor to be distorted or jittery. Feeder cables shall not be installed under structures without approval of the Standards department. Term Definition Cover The depth of the backfill, measured from the top of an underground cable or conduit to the ground level (Figure 1). Supplemental protection Cable installed in conduit and /or capped with concrete. Depth of backfill Effective on: 05/01/09 Canceling: 06/01/07 Page 2 of 18 ©2003 Puget Sound Energy • Trench Depth Table 1 Exceptions Trench Dimensions and Facility Placement 6790.0130 The trench excavation shall provide the minimum cover (Table 1) when the cables are energized and thereafter, except as noted under "Exceptions" in this section of this standard. If the site will be cut down to final grade, the trench must be dug deeper to compensate. If the trench depth exceeds the maximum cover depth, shoring may be required to install the facilities and will be required to maintain the facilities in the future. The cable shall be installed in conduit if it will be deeper than 48 inches. Voltage Minimum Cover Preferred Cover Preferred Maximum Trench Depth Primary (601 to 50,000 V, phase -to- phase) 30" 36" 48" Secondary (0 to 600 V) 24" 36" 48" Service (0 to 600 V) 24" 24" 36" Exceptions to the cover requirements listed in Table 1 may be made only if the minimum cover listed above cannot be obtained due to obstructions or other utilities. In these cases the cover may be reduced when supplemental protection is provided. This protection shall be sufficient to protect the cable from damage imposed by the expected surface usage. Figure 2 illustrates some typical supplemental protection methods, however not all are appropriate in all situations. Contact the Standards group to obtain a variance for situations other than those shown in Figure 2. Continued on next page ©2003 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 3 of 18 Trench Dimensions and Facility Placement Trench Depth, continued Figure 2 Exceptions with supplemental protection Ditches and Swales 6790.0130 18" Schedule 80 Conduit Cover for Cables in Schedule 80 Conduit 4" sraa1Wawn. WIr-w= Concrete Cap SLAP DB 120 Conduit Cover for Cables in DB 120 Conduit with a Concrete Cap Note: Wheel trench in asphalt roadways with controlled - density backfill may also have 12" of minimum cover. See Standard 6800.4030. Schedule 80 PVC Concrete Cap Cover for Cables in Schedule 80 PVC with a Concrete Cap NOTE: Whenever the trench depth is shallower than the design specifications, the foreman shall note this information on the as -built work sketch. Cable systems that cross under a ditch that is maintained with mechanized equipment shall be a minimum of 24 inches below the bottom of the ditch. If the cable system must be installed with less cover, protection must be installed that can withstand the impact of a backhoe bucket. Effective on: 05/01/09 Canceling: 06/01/07 Page 4 of 18 ©2003 Puget Sound Energy • Trench Width Trench Dimensions and Facility Placement 6790.0130 The trench width depends on the number and type of utilities that will be sharing the trench. The trench shall have a minimum width of that shown in Table 2 for a trench with a single power circuit. Table 3 is used to calculate the minimum trench width when multiple utilities occupy a trench. The trench must be widened when additional circuits are added. Table 2 Trench width for single power circuit Table 3 Wheel Trenching Size of Power Utilities in the Trench Minimum Trench Width Direct bury cables or 2" conduit 6" Roots shall not protrude into the trench. This may be difficult to obtain with a trencher. 3" or 4" conduit 8" (6" when wheel trenching) Add the width values in Table 3 to come up with the minimum trench width when multiple utilities are present. Utilities in the Trench Width Clearance between power cable /conduit and trench wall (2" on each side) 4" Primary cable conduit diameter 2" to 6" Second primary cable conduit diameter + 2" of separation 4" to 8" Secondary cable conduit diameter + 4" of separation 6" to 7" Communications cable (4" of separation plus 2" line)* 6" Second communications utility company cable /conduit (e.g., telephone and TV) 4" Gas Line (Typically 12" of separation for mainlines and 6" for services)+ 12" Total Trench Width = * In certain cases, the separation of power and communication possibly may have to be increased. See the "Radial Separation Power to Communication," section later in this standard. + See PSE's Gas Operating Standards 2525.1500 and 2525.1700 for the separation requirements between gas lines and other utilities. Wheel trenching is an approved construction method that requires a minimum cover of 12 inches of either concrete or controlled- density fill (CDF). Refer to Standard 6790.0150, for more information. ©2003 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 5 of 18 Radial Separation Trench Dimensions and Facility Placement 6790.0130 "Separation" is the minimum distance between the surfaces of two utilities, not the centerline distance. Power to Power Conduits shall have a minimum separation of two inches in all directions from each other. See Standard 6800.6000 for additional information. Power to Gas Power to Communications Power to Other Utilities A minimum of 12 inches of radial separation shall be maintained when directly- buried electric and gas utilities run parallel (NESC 353.A.1 Deliberate Separation). Gas and power circuits shall not be random laid with each other. A minimum of 12 inches of vertical separation shall be maintained when directly- buried electric and gas utilities cross, except a minimum of 6 inches shall be maintained if the electric cables are in a continuous (vault -to- vault) section of conduit. Conduit containing electric cables shall not enter the same manhole, handhole, or vault with gas or other fuel lines (NESC 320.B.5). . A minimum of 12 inches of radial separation shall be maintained between the electric and communications cables (NESC 320B.2, 353, and 354). Exception: This distance may be reduced if both parties agree. If both parties agree, the separation may be reduced to 4 inches (a PSE requirement). Stacking communications conduits on top of power conduits is discouraged. If this must be done, see Standard 6790.0140 for special backfill requirements around duct banks. Generally, other utilities may share a trench with PSE's facilities, but this permission may be denied if: • In PSE's judgement, the installation, operation, or maintenance of either PSE or the other utility will be hazardous, or • The logistics of the installation are onerous. • Direct access to PSE's facilities would be compromised. Continued on next page Effective on: 05/01/09 Canceling: 06/01/07 Page 6 of 18 ©2003 Puget Sound Energy • Trench Dimensions and Facility Placement Radial Separation, continued Power to Other (continued) Mainline Trench Location of the Mainline Trench 6790.0130 The following other utility lines may be installed in the same trench as the power line if a minimum horizontal separation of 12 inches is maintained from the power line when the utility lines are parallel or 6 inches of vertical separation if the lines are crossing: • Water service • Irrigation • Electric power (lighting, security, etc.) • Customer communication lines • Closed system roof drains and storm drains (not French drains). • Culverts A customer may install the following privately -owned utility lines in the same trench as the power line if a minimum horizontal separation of 18 inches is maintained from the power line when the utilities are parallel and 12 inches of vertical separation if the lines are crossing: • Tightline sewer (not tile) • Natural gas line • Propane gas line • Fuel oil line • Water mains up to 6 in. A minimum of five feet shall be maintained from septic tanks and a minimum of 10 feet from drain fields. Excavation The mainline trench shall have a minimum of 36 inches of cover over and 36 inches of soil to the side of the trench facing the ditch, such as slopes for retention ponds, ditches, or banks. Figures 3 and 4 illustrate typical trench layouts. Within residential subdivisions, the preferred location of the mainline trench is on the front (street side) of the utility easement, approximately 1 foot inside the property line. A trench in this location minimizes the number of 90- degree bends necessary to loop the conduit in and out of equipment. This reduces pulling tensions and allows longer spans between pulling vaults. The trench may be located in the road right -of -way to avoid obstructions in the easement, such as: • Zero lot line homes • Steep slopes • Ditches • Wetlands • Bioswales • Contaminated soil Continued on next page ©2003 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 7 of 18 Location of the Mainline Trench (continued) Placement of Utilities Trench Dimensions and Facility Placement 6790.0130 These are examples of circumstances when the trench can be placed in the road right -of -way. Padmounted equipment and pedestals shall continue to be installed in the utility easement. Although not preferred, flush - mounted equipment may be located in the road right -of -way, but they shall not be located in the driven portion of the roadway. This chart shows where the joint utilities are to be placed in the trench. Utility Utility Placement in Trench Power cables and ducts Property side Communications Middle Gas Street side Figure 3 Typical mainline joint trench for commercial, multifamily, and single - family line extensions ROADSIDE Final Grade 32" Typical (Power, Gas, and Communications) 24" Min 12" Mtn Separation 4" 'Min* Separation V" Mitt 48" M 36" Min Cover Gas Communications Primary Power Cables or Conduit Power, Gas, and Communications ROADSIDE Final Grade 24" Min �I 48" Max 4" Min• Separation 36" Min Cover Communications Primary Power Cables or Conduit Power and Communications Excavated.;.. Dirt Pile Excavated Dirt 'Pits Continued on next page Effective on: 05/01/09 Canceling: 06/01/07 Page 8 of 18 ©2003 Puget Sound Energy • Trench Dimensions and Facility Placement Mainline Trench Excavation, continued Figure 4 Typical mainline joint trench cross - section within residential subdivision (* Communication companies may require additional separation) 6790.0130 Curb Sidewalk - R/W — 12" Minh See Table 3 24" Min -1 Final Grade Excavated Location of roof drain intercept (depth varies). 48" Max Gas Communications Power Road Crossings Figures 5 -9 illustrate the requirements for road crossings when other utilities are present. Trenches must provide for 36 inches of cover and must not exceed a depth of 48 inches. See Table 2 for the trench width. Figure 5 Typical joint trench road crossing Continued on next page ©2003 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 9 of 18 Trench Dimensions and Facility Placement Road Crossings, continued Figure 6 Plan view of crossings with transformer on right side of property line Back of Utility Easement 6790.0130 Figure 7 Road crossing elevations Road Pavement Curb Sidewalk R/W or Property Line Edge of 12" Mainline Typical Trench Road crossing conduits must be at the same depth and have the same horizontal separations as the mainline trench facilities. 36" Min Cover* Road Crossing Conduit per Utility Specification *Some jurisdictions may require a deeper installation. Continued on next page Effective on: 05/01/09 Canceling: 06/01/07 Page 10 of 18 ©2003 Puget Sound Energy • Trench Dimensions and Facility Placement Road Crossings, continued Figure 8 Plan view of crossings with transformer on left side of property line 6790.0130 Back of Unlit Easement 12" 12" 42" ro -----10-1 Transformer Site P/L 10' Easement T Back of R/W Second Pr ma,1' Ccrnrnunr 1 44' 12' t► 24"—o- 12' 4' - Figure 9 Plan view of crossings with transformer straddling property line Back of Utility Easement Transformer Site 10' Easement Gas Communications Secondary Power Primary Power - Back of R/W 1 " � - 4-15 " 17 '—' 29" 1r Continued on next page ©2003 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 11 of 18 Trench Dimensions and Facility Placement Road Crossings, continued Figure 10 Crossings at intersections Placement of Facilities 6790.0130 R/W R/W 10' Easement "e Radius Stake Trench Detail when crossings meet at 90 degrees Road R/W 60' Typical Trench 60' 2 Typical U 1 Radius Stake 10' Easement R/W R/W Use radius stakes to accurately locate crossing. Crossing conduit must line up with the mainline trench conduit. Trench shall gradually curve from front of 10' easement to back of 10' easement at crossings so no preformed bends are used. (Field bends only) PLAN VIEW Whenever possible, at street intersections, street crossings for primary power and gas mains shall be installed so the gas company can maintain the roadside conduit without crossing over power or other facilities. A minimum of 12 inches of horizontal separation is required between gas and other utilities' facilities. If There is an Open The open ditch: Storm Drain Ditch • Must have a culvert that is a minimum of 10 foot in length centered over the cable system. • Be backfilled to the surrounding grade where there are street crossings and transformers. Figure 11 illustrates the requirements for open drainage ditches. NOTE: The installation of a culvert in a ditch may not be allowed by some jurisdictions. Effective on: 05/01/09 Canceling: 06/01/07 Page 12 of 18 ©2003 Puget Sound Energy • Trench Dimensions and Facility Placement Road Crossings, continued Figure 11 Typical backfilled drainage ditch detail at road crossings and transformers 6790.0130 Road Crossin Conduit Backfilled Drainage Ditch Curb � 36" 6" ``Min Road crossing T SIDE VIEW Transformer TOP VIEW Vaults and Pedestals Additional excavation and base preparation is necessary at vault and pedestal locations. • Use a 6 -inch base of compacted 5/8 -inch minus crushed rock beneath each vault. • Unless the conduit enters straight into the vault, leave 18 inches between the end of the conduit and the vault to allow for height differences between the vault entrance and and the road crossing. See Top View of Figure 11. See Standard 6775.0040 for more information on installation procedures and 6775.0035, for more information on the best locations to place vaults. See Figure 12 for vault excavation dimensions. Continued on next page ©2003 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 13 of 18 Trench Dimensions and Facility Placement Vaults and Pedestals, continued Figure 12 Joint trench detail for vaults and pedestals 6790.0130 PSE 10' P • FRONTAGE L EASEMENT ROAD SIDE 36" Cover 48" Max 7 ROAD SIDE See Table 2 Communications— Gas 12 Min TRANSFORMER 21" Min MINIPAD VAULT FIELD SIDE Secondary Power Primary Power PSE 10' FRONTAGE EASEMENT SECONDARY POWER PEDESTAL 18" Lower Pedestal -a. 2" 6" of crushed rock (base for vault) 1 36" 48" Cover Max � Conduit Communications Primary Secondary Power Power Effective on: 05/01/09 Canceling: 06/01/07 Page 14 of 18 ©2003 Puget Sound Energy • Trench Dimensions and Facility Placement Cable Stubouts 6790.0130 Location Access from the mainline trench to a stubout location behind a transformer or vault for utilities other than power shall be on the side of the vault that is closest to property line. Figure 13 Cable stubout location behind transformers and pedestals SERVICE TRENCH Minimum 18" wide for separation of utilities 42" Transformer Site ROADSIDE P/L Private Property Side Continued on next page ©2003 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 15 of 18 Trench Dimensions and Facility Placement 6790.0130 Cable Stubouts, continued Cable and Stubout Stubouts require an area to be dug out on the field side of the mainline trench at the lot Requirements corners when other utilities are present. Figure 14 Trench detail - stubout with no transformer or pedestal Placement of Other Utilities at Stubout Locations Service Trench Work Pit —RIW /W TOP VIEW OF MAINLINE TRENCH TOP VIEW OF MAINLINE TRENCH AT PEDESTAL AT SINGLE STUBOUT LOCATION OR DOUBLE STUBOUT LOCATION This table shows where the joint utilities are to be placed at the stubout location. This placement shall remain consistent through construction. Utility Trench Placement Power cables and ducts On either side Communications In the middle Gas On the opposite side from power The service trench depth shall meet the requirements of Table 1 of this standard. The width shall meet the requirements of Tables 2 and 3. A work pit shall be dug around the base of the service entrance and at the property line stubout. This pit is used by the PSE workers when installing the service. See Standard 6325.3200, for additional information. Continued on next page Effective on: 05/01/09 Canceling: 06/01/07 Page 16 of 18 ©2003 Puget Sound Energy • Figure 15 Trench Dimensions and Facility Placement Property line and service entrance work pit details 6790.0130 PROPERTY LINE WORK PIT Electric Service Cable Conduit with Bellend Customer provides and plugs conduit end Electric Stub Marker* Utility Provided 3/4 Yard Bedding and Shading Sand Sand shall be provided on -site by the customer and placed within hand - shoveling distance to the work pit for bedding and shading of direct - buried facilities. A larger work pit may require more sand. Pipes and Wires Utility Installed Gas Service Line Conduit Customer provides and plugs conduit end Gas Stub Marker Utility Provided Dig to 12" from the Gas Stub Marker Customer shall not expose the stub. If accidentally exposed, cover gas stub with 12" of sand. * If connecting to transformer or handhole, dig up to connection point and leave knockout exposed and accessible. t Trench to } Building J 48" ( Approx) Work Pit Dimensions Electric and Joint Utility SERVICE ENTRANCE WORK PIT — DISCONTINUOUS CONDUIT Electric Meter Base Customer provided Electric Meter Utility Provided 48" to 60" (App Ox) 32" to 38" -.- Typical Conduit Service Riser with Bell End % d Customer Provided Fuel Line Typically Protrudes 4" to 5" ' Customer Provided Gas Meter ':'� fn i Gas Meter Set isAssembly Utility Provided Shutoff Valve Conduit Straps (2 Minimum) Customer Provided Conduit Stake \~ Customer Provided Service Riser 48" to 60" (Approx) 1 Electric Meter Drainage Pipe 6" Minimum clearance should be maintained tram gas service line. Min Electric Service Cable Conduit with Bellend Customer provides and plugs conduit end TV & TEL Conduit Stake Customer Provided Gas Service Line Conduit Customer provides and plugs conduit end 12" Min k- 12 "—+1 Min 24' to 36" Radius bends for both electric service cable and gas service fine. -- 32" Typical Work Pit Dimensions Electric and Joint Utility 3/4 Yard Bedding and Shading Sand Sand shall be provided on -site by the customer and placed within hand - shoveling distance to the work pit for bedding and shading of direct - buried facilities. A larger work pit may require more sand. ©2003 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 17 of 18 Trench Dimensions and Facility Placement 6790.0130 Equipment Protection and Accessibility Protection Before any joint utility energizes its system, the following protective measures shall be provided by the customer. • Guard posts for padmounted equipment protection if required by the utility's customer service representative. See Standard 6315.0008. • Retaining walls as required to prevent transformers, vaults, handholes, or pedestals from being buried or exposed by erosion or settling of soil. • Landscaping materials such as beauty bark, shall not be piled onto any utility's surface mount or above - ground facility. Accessibility References Forms Sources Transformers and utility pedestals will normally be located adjacent to property lines as approved by each utility's engineer. • Transformers and pedestals shall be accessible at all times by utility equipment from an area normally used by vehicular traffic. • An adequate work area shall be maintained at all times around the transformer or vaults with access unimpeded by fences, walls, rockeries, structures, and open ditches. • Within projects with open ditches, swales or bar ditches, the area in front of transformers and equipment requiring access shall have a culvert installed to provide access for workers and equipment. The following Puget Sound Energy documents apply to this standard: 0150.3200 6800.6000 6325.3200 6775.0035 6790.0050 6790.0150 Techniques for Temporary Erosion and Sediment Control PVC Conduit Installation Underground Service Vault, Handhole, and Padmounted Equipment Location Customer's Acknowledgement of Responsibilities When Providing Trenching Wheel Trenching Construction Electric Tariff G Schedule 85, Line Extensions, Item 12 Form 1218 Form 3061 Electric Service Handbook /Permanent Single- Family Residential Services Installation Requirements for Residential Underground Services ASTM D -1557, Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort NESC 320.B.5, 352D, 353 and 354 NEC 300.5 Underground Installations, Depth of 600V NEC 300.50 Underground Installations, Depth of Primary Effective on: 05/01/09 Canceling: 06/01/07 Page 18 of 18 ©2003 Puget Sound Energy Scope P Installing Secondary Pedestals and Handholes in Residential Plats 6775.2100 This standard covers the procedure for installing secondary handholes and above -grade secondary pedestals in an underground residential plat with an all- conduit system. Environmental Requirements Temporary erosion and sediment control requirements must be identified and appropriate controls installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard Practice 0150.3200, "Techniques for Temporary Erosion and Sediment Control," and local jurisdiction requirements. Required Materials The Process These are the materials you will need for installation of both pedestals and handholes. If you are only installing one of those components, then use the appropriate material. Item MID Secondary Pedestal 9" x 14" 7663501 Handhole 13" x 24" 7664300 Handhole 17" x 30" 7664500 Bend 2" PVC DB120 90 deg 24 "R 7635300 Bend 3" PVC DB120 90 deg 24 "R 7635400 Coupling 2" PVC 7641700 Coupling 3" PVC 7641800 Conduit Cap Plug 2" 7643000 Conduit Cap Plug 3" 7643100 Foam Sealant 7643502 Blank Yellow Tags 3861101 Connectors as appropriate - -- PVC conduit as appropriate - -- There are 21 steps detailed in this standard. If you are installing ... F Follow steps.... Pedestals or Handholes 1 1 -6 Pedestals only 1 1 -14 Handholes only 1 1- 6,15 -21 ©1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 07/12/01 Page 1 of 4 Installing Secondary Pedestals and Handholes in Residential Plats Pedestals and Handholes These steps apply to installing all pedestals or handholes. 6775.2100 Step Action Diagram 1 Glue a conduit coupling onto the spigot end of a 2 in. or 3 in. DB120 PVC 90 deg 24 -inch radius bend. ©a 2 Group the conduit bends together at the pedestal site on the field side of the trench. ii ;1/2-, yi,, ;, ,,, R ;, 9» x 14" Max. ; ; ;�, ��,, ;; , ,.,/, Trench •_� IN■Ro■• II — L _ 12" /, J.� %\/'. /,\ r1 , /.� FUWLine 3 Cut the conduit runs to length and glue them into the bellend of the conduit bends. iia �i Tape Wrap Sand Base 4 Wrap the bends together with electrical tape to hold them in position. ! : ,,, \\ .., \\,,,,,, \.y „. \.•i �: ,,; 5 Glue three -foot lengths of DB120 onto the bends to extend them above finished - grade. e 8 i Final 21” Grade 36" ^ v v.. 0 /4'.' .. ,lexA 'te 4re a. °" `. 10' i 42" Tie 6 Install cap plugs into the conduit openings to keep the conduit clean during backfill. _— • , 1 \\;% \\'' : \\ >< \ \\Z% \\i. \\ W% \\: Effective on: 05/01/09 Canceling: 07/12/01 Page 2 of 4 ©1998 Puget Sound Energy 411 Pedestals Installing Secondary Pedestals and Handholes in Residential Plats If you are installing pedestals, continue the process with these steps. 6775.2100 Step Action Diagram 7 Backfill the trench. 8 After the trench has been backfilled, dig out the soil 10 in. deep around the conduits. _ _ . -� �i ' o ° ° °'i' ! 5" T bf ' 10° 12 11 9 Cut the conduits off a few inches below grade. 10 Set the base section of the pedestal over the conduits and backfill around its perimeter. ' • 11 Install the secondary cable into the conduits. 12 Make up the secondary connections so the connector bars are staggered, like stairs. NOTE: The neutral connector bar should be the lowest and in the front. Pedestal accept up to six 3" conduits. Connector bars shall be staggered Neutrals shall be � 1 in the front •I 18" 16" 13 Label + I IA I 10 + i 1 13 Seal the conduits with expanding foam sealant to stop ilt from h accumulating in the duct run. Conduit shall �- �- •�� 41 be sealed • ,, - o °' Ir , ^- --'`-' "\ ��� )Ix°. 1 to ,° d?" Typical 24" radius DB 120 PVC conduit elbows 14 Label the neutral cables with yellow tags to identify the lot number or service address. t �T • ©1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 07/12/01 Page 3of4 Installing Secondary Pedestals and Handholes in Residential Plats 6775.2100 If you are installing handholes, continue the process from Step 6, Pedestals or Handholes. Step Action Diagram 15 Backfill the trench. 16 After the trench has been backfilled, dig out the soil around the conduits. Dig: • 15 in. deep for the smaller 13 in. x 24 in. handhole • 18 in. deep for the larger 17 in. x 30 in. handhole cam; Icy • `;, y °' tr v; �� yD.) y�.' 15" for small h/h /J, 18" for large h/h °�` �,�/; f�• i i� 3,. 17 Cut the conduits off about 3 in. above the handhole's bottom. 18 Set the handhole over the conduits and backfill around its perimeter. 19 Install the secondary cable into the conduits. NOTE: Make up the secondary connections so the cable may be folded back down into the handhole. 20 Seal the conduits with expanding foam sealant,..,.._ to stop silt from accumulating in the duct run. Label . %": Conduit shall be u1 `)o X�3 sealed with foam l' • . J� 21 Label the neutral cables with yellow tags to identify the lot number or service address. Typical 24" radius DB 120 PVC conduit elbows • —• The following Puget Sound Energy documents apply to this standard: 0150.3200 Techniques for Temporary Erosion and Sediment Control 6050.1000 Secondary Pedestals 6050.2000 Single -Phase Secondary Handhole Effective on: 05/01/09 Canceling: 07/12/01 Page4of4 ©1998 Puget Sound Energy C INDUSTRIES LLC Glendora, California Toll-Free. 800.735 5566 Phone: 909.592.6272 Fax: 909.592.7971 Floscommon, Ireland Phone: 35.39.03.25922 Fax; 35.39.03.25921 24" 35-5/8" (610 mm) mm) Medium Duty Cover Material: Polymer Concrete Weight: 140.0 lbs. (63.5 kg) Model: G2436-PC See OPTIONS SECTION: - Light Weight Cover Ring Material: Polymer Concrete Weight: 75.0 Ibs. (34.0 kg) Model: G2436-PR • Body - Made to order 26-7/8" 38-3/8" (683 mm) 18' (457 mrn) r-• ....„.... 4-. 41-1/2" 4.,--- (1,054 mrn) 34" (864 mrn) 45-1/2" (1,156 mm) Body Material: GF-HDPE Weight: 59.0 Ibs. (26.7 kg) Model: 02436-18 Extension - Made to order • 8" (203 mm) 34" (864 mm) 45-1/2" (1,156 mm) Extensions Material: GF-HDPE - 8" Weight: 21 Ibs. (9.5 kg) Model: G2436-8X Colors Available Body - Gray Cover and Ring - Gray or Green Note: For use in non-vehicular traffic situations only. Weights and dimensions may vary slightly. Revision Date 4/2003