Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SWP2702817_1
98038/LD/ar 094283 SD-01, Data Design Data, FIO a. System pressure calculations b. Irrigation requirements Manufacturer's Catalog Data, FIO a. Valves b. Sprinkler heads c. Backflow preventers d. Automatic controllers Spare Parts, FIO Spare parts data for each different item of material and equipment specified, after approval of the related submittals and not later than the start of the field tests. The data shall include a complete list of parts and supplies, with current unit prices and sources of supply. SD-04, Drawings As -Built Drawings, FIO a. Sprinkler system As built drawings which provide current factual information showing locations of mains, laterals, heads, valves, and controllers, including deviations from and amendments to the drawings and change in the work. b. Irrigation legend Sprinkler System Drawing, GA Indicate the following: a. Extent of coverage, general arrangement of system, slopes of terrain. b. Type and number of heads, number of circuits, and sizes of pipHILL c. Invert elevations. Indicate obstructions interfering with operation. d. Water source equipment and sizes, including existing mains, piping, valves and meters. e. System and supply pressures. DACW67-99-B-0017 02811 - 3 98038/LD/ar 094283 f. Weekly precipitation requirements of the area. Requirements for irrigating the area in hours per day per cycle. g. Typical wind velocity and direction. h. Tabulate radius of throw, psi, gpm of sprinklers and gph of emitters. i. Detail of drain pockets. SD-06, Instructions Manufacturer's Instructions, FIO a. Automatic controllers b. Sprinkler heads c. Backflow preventers Submit mounting details for automatic controllers. SD-09, Reports Field Test Reports, FIO a. Pressure test b. Operation test Submit record of pressure tests conducted on recording gauge. SD-13, Certificates Certificates of Compliance, FIO a. Backflow preventers Submit a certificate of Full Approval or a current Certificate of Approval from FCCCHR for size, and make of backflow preventer being provided for this project. A Certificate of Provisional Approval will not be acceptable. 1.5 DELIVERY, STORAGE, AND HANDLING 1.5.1 Delivery Deliver materials in original rolls, packages, cartons, and containers with the name of manufacturer, brand, and model. Inspect materials delivered to the site for damage. DACW67-99-B-0017 02811 - 4 98038/LD/ar 094283 1.5.2 Storage Store materials on site in enclosures or under protective covering. Store plastic piping and rubber gaskets under cover out of direct sunlight. Do not store materials directly on ground. Keep inside of pipes and fittings free from dirt and debris. 1.5.3 Handling Handle and carry pipe, fittings, valves, and accessories in such a manner as to ensure delivery to trench in sound undamaged condition. Do not drag pipe. 1.6 EXTRA STOCK a. Two additional sprinkler heads of each size and type; b. Two valve keys for operating manual valves; c. Two wrenches for removing and installing each type of head; d. Two quick coupler keys and hose swivels; and e. Four irrigation controller housing keys. PART 2 PRODUCTS 2.1 GENERAL MATERIALS AND EQUIPMENT REQUIREMENTS 2.1.1 Standard Products Materials and equipment shall be the standard products of a manufacturer who has produced similar systems which have performed well for a minimum period of 2 years prior to bid opening. Equipment shall be supported by a service organization that is, in the opinion of the contracting Officer, reasonably convenient to the site. Sprinkler heads, quick -coupler valves, remote control valves, and controllers shall be manufactured by Rain Bird, Inc. Backflow Preventer shall be compatible with Rain Bird products. 2.1.2 Equipment Identification Each item of equipment shall have the manufacturer's name, address, type or style, model or serial number on a plate secured to the item of equipment. 2.2 PIPING MATERIALS 2.2.1 Galvanized Steel Pipe and Associated Fittings 2.2.1.1 Pipe ASTM A53, Schedule 40. DACW67-99-B-0017 02811 - 5 98038/LD/ar 094283 2.2.1.2 Fittings ANSI B 16.3, Class 150. 2.2.2 Polyvinyl Chloride (PVC) Pipe, Fittings and Solvent Cement NSF STD 14, seal of approval for potable water. 2.2.2.1 Pipe ASTM D2241, PVC 1120 SDR 21, Class 200. 2.2.2.2 Fittings a. Solvent Welded Socket Type: ASTM D2466, Schedule 40. b. Threaded Type: ASTM D2464, Schedule 80. 2.2.2.3 Solvent Cement ASTM D2564. 2.2.3 Dielectric Fittings ASTM F441, Schedule 80, CPVC threaded pipe nipples, 4-inch minimum length. 2.3 SPRINKLERS 2.3.1 Pop -Up Sprinkler Heads Nozzle rises a minimum of 4 inches above body. 2.3.2 Rotary Pop -Up Sprinklers Sprinklers shall match existing and shall be manufactured by the Rain Bird Inc. to match existing. 2.4 VALVES 2.4.1 Gate Valves, Less than 3 inches MSS SP80, Type 1, Class 150, threaded ends. 2.4.2 Angle Valves, Less Than 2-1/2 inches MSS SP80, Type 3, Class 150 threaded ends. 2.4.3 Quick Coupling Valves Two-piece unit consisting of a coupler water seal valve assembly and a removable upper body to allow spring and key track to be serviced without shutdown of main. Provide brass parts. Provide lockable DACW67-99-B-0017 02811 - 6 98038/LD/ar 094283 vinyl lids with springs for positive closure on key removal. Quick coupler valves shall be manufactured by Rain Bird, Inc. 2.4.4 Remote Control Valves, Electrical Solenoid actuated globe valves of 3/4 inch to 3 inch -size, suitable for 24 volts, 60/50 cycle, with power rating of 6.5 watts, and designed to provide for shut-off in event of power failure. Incorporate an external flow control adjustment with shut-off capability. Provide external plug at diaphragm chamber to enable manual operation. Provide filter in control chamber to prevent valve clogged with debris. Provide durable nylon diaphragm. Provide accessibility to internal parts without removing valve from system. Provide cast bronze valve housing suitable for service at 150 operating pressure. Remote control valves shall be manufactured by Rain Bird, Inc. 2.4.5 Drain Valves 2.4.5.1 Manual MSS SP80, Type 3, Class 150 threaded ends for sizes less than 2-1/2 inches. 2.4.6 Backflow Preventers Double check valve assemblies shall be tested, approved, and listed in accordance with FCCHR-01. Backflow preventer shall be compatible with Rain Bird, Inc. 2.5 ACCESSORIES AND APPURTENANCES 2.5.1 Valve Keys for Manually Operated Valves One-half inch diameter by 4 feet long, tee handles and key to fit valves. 2.5.2 Valve Boxes and Concrete Pads 2.5.2.1 Valve Boxes Cast-iron or precast concrete valve box for each gate valve, manual control valve and remote control valve. Provide box sizes that are suitable and adjustable for valve used. Cast the word "IRRIGATION' on cover. Use minimum 5-inch shaft diameter of box. Paint cast-iron box with bituminous material. 2.6 AUTOMATIC CONTROLLERS, ELECTRICAL Controller, NEMA ICS2 with 120-volt single phase service, operating with indicated stations, and grounded chassis. Provide enclosure, NEMA ICS6 Type 3R, with locking hinged cover, wall -mounted or free standing. Controller shall be manufactured by Rain Bird, Inc. Program controller for various schedules by setting switches and dials equipped with the following features: a. A switch for each day of week for two schedules, allowing each station to be scheduled individually as to days of watering. b. A minute switch for each station with a positive increment range of 2 to 60 minutes for sprinkler heads and 0 to 3 hours for emitter heads. Set time within one percent. DACW67-99-B-0017 02811 - 7 98038/LD/ar 094283 c. A switch allowing selected schedules to be repeated after each completion of initial watering schedule and allowing each operation to be scheduled throughout a 24-hour day. 2.7 ELECTRICAL CIRCUITS 2.7.1 Wiring for Electrically Operated Valves and Rigid Conduit for Electrical Power shall be in accordance with NFPA 70 and local code. Electric wire shall be solid or stranded copper, type OF single conductor cable, UL approved for direct underground burial. White coated wire shall be used for common ground wire. Use easily distinguishable colors for other control wires. Spare control wires shall be of a color different from that of the active control wire. Wire color to be continuous over its entire length. For splices, use water connectors with waterproof sealant. 2.8 WATER SUPPLY MAIN MATERIALS Tapping sleeves, service cut off valves, and connections to water supply mains shall be in accordance with FCCC HR and the 1996 National Standard Plumbing Code (NSPC). 2.9 DIELECTRIC FITTINGS Dielectric fittings shall be in accordance with Section 02660 - WATER LINES. PART 3 EXECUTION 3.1 INSTALLATION Install sprinkler system after site grading has been completed. Excavation, trenching, and backfilling for irrigation system shall be in accordance with the applicable provisions of specification Section 02221 - EXCAVATION, TRENCHING, AND BACKFILLING FOR UTILITY SYSTEMS, except as modified herein. 3.1.1 Trenching Hand trench around roots to pipe grade when roots of 2-inch diameter or greater are encountered. Make width of trench 4-inch minimum or 1-1/2 times diameter of pipe, whichever is wider. Backfill and hand tamp over excavation. When rock is encountered, excavate 4 inches deeper and backfill with silty sand (SM) or well -graded sand (SW) to pipe grade. Keep trenches free of obstructions and debris that would damage pipe. Do not mix subsoil with topsoil. Bore under existing concrete walks, drives and other obstacles at a depth conforming to bottom of adjacent trenches. Install pipe sleeve, two pipe diameters larger than sprinkler pipe, to fill bore. 3.1.2 Piping System 3.1.2.1 Cover Install horizontal underground piping in accordance with minimum depths of backfill cover specified. DACW67-99-B-0017 02811 - 8 98038/LD/ar 094283 3.1.2.2 Clearances a. Minimum horizontal clearances between lines: 4 inches for 2 inches pipe and less; 12 inches for 2-1/2 inch pipe and larger. b. Minimum vertical clearances between lines: 1-inch. 3.1.2.3 Minimum Pitch Down 6 inches per 130 feet in direction of drain valves. 3.1.3 Piping Installation 3.1.3.1 Polyvinyl Chloride (PVC) Pipe a. Solvent -Cemented Joints: ASTM D2855. b. Threaded Joints: PPI TN8/8; full cut with a maximum of three threads remain exposed on pipe and nipples. Make threaded joints tight without recourse to wicks or fillers, other than polytetrafluoroethylene thread tape. c. Piping: ASTM D2774 or ASTM D2855, and pipe manufacturer's instructions. Install pipe in a serpentine (snaked) manner to allow for expansion and contraction in trench before backfilling. Install pipes at temperatures over 5 degrees Celsius. 3.1.3.2 Galvanized Steel Pipe Prior to installation ream pipe. Cut threads as specified in ANSI B 1.2. Make joints with pipe joint compound applied to male end only. 3.1.3.3 Dielectric Protection Where pipes of dissimilar metal are joined, make connection with dielectric fitting. 3.1.4 Valve Installation 3.1.4.1 Gate and Remote Control Valves Install and plumb valve in a valve box extending from grade to below valve body, with a minimum of 4 inches cover measured from finish grade to top of valve stem. 3.1.4.2 Drain Valves Entire system shall be manually drainable. Equip low point of each underground line with drain valve draining into an excavation containing 1 cubic foot gravel. Cover gravel with building paper. Backfill with excavated material and 6 inches of topsoil. DACW67-99-B-0017 02811 - 9 98038/LD/ar 094283 3.1.5 Sprinklers and Quick Coupling Valves Install plumb and level with terrain. 3.1.6 Backflow Preventers Install backflow preventer in new connection to existing water distribution system, between connection and control valves. Back flow preventer shall be installed in a valve box. 3.1.7 Control Wire and Conduit 3.1.7.1 Wires Bury wires beside pipe in same trench. Provide conduit where wires run under paving. Wires shall be number tagged at key locations along main to facilitate service. Provide one control circuit for each zone and a circuit to control sprinkler system. 3.1.7.2 Loops Provide a 12 inch loop of wire at each valve where controls are connected. 3.1.7.3 Expansion and Contraction Bundle multiple tubes or wires and tape together at 12 foot to 15 foot intervals with 12-inch loop for expansion and contraction. 3.1.7.4 Splices Make electrical splices waterproof. 3.1.8 Automatic Controller Determine exact location of controllers in field before installation. Coordinate the electrical service to these locations. Install in accordance with manufacturers recommendations and NFPA 70. 3.1.9 Flushing After piping, risers, and valves are in place and connected, but prior to installation of sprinkler heads, quick coupler assemblies and valves, flush piping system under a full head of water. Maintain flushing for 3 minutes. 3.1.10 Backfill 3.1.10.1 Minimum Cover a. 72 inches for laterals b. 24 inches for mainlines c. 450 mm for low -voltage wires. DACW67-99-B-0017 02811 - 10 98038/LD/ar 094283 Fill remainder of trench or pipe cover with excavated soil, and compact soil with plate hand-held compactors to same density as undisturbed adjacent soil. Provide topsoil depth or planting soil depth as required in accordance with Section 02935 - TURF and Section 02950 - TREES, SHRUBS, AND MITIGATION PLANTING. 3.1.10.2 Restoration Restore lawns and plants according to Section 02935 - TURF, and Section 02950 - TREES, SHRUBS, AND MITIGATION PLANTING. Restore pavements to match existing. 3.1.11 Adjustment After grading, seeding, and rolling of planted areas, adjust sprinkler heads flush with finished grade. Make adjustments by providing new nipples of proper length or by use of heads having an approved device, integral with head, which will permit adjustment in height of head without changing piping. 3.1.12 Sterilization Sprinkler system fed from a potable water system shall be sterilized upstream of backflow preventer in accordance with AWWA C 651. 3.2 FIELD QUALITY CONTROL/FIELD TESTS The CQC representative will witness field inspections and field tests specified in this section. All instruments, equipment, facilities, and labor required to conduct the tests shall be provided by Contractor. 3.2.1 Pressure Test 3.2.1.1 Duration During pressure test, maintain a hydrostatic pressure of 150 psi without pumping for a period of one hour with an allowable pressure drop of 5 psi before backfilling system. 3.2.1.2 Leaks Correct leaks. Make necessary corrections to stop leakage. 3.2.1.3 Retest Retest system twice until pressure can be maintained for duration of test. 3.2.2 Operation Test 3.2.2.1 Accessories At conclusion of pressure test, install sprinkler heads or emitter heads, quick coupling assemblies, and hose valves, and test entire system for operation under normal operating pressure. 3.2.2.2 Acceptance DACW67-99-B-0017 02811 - 11 98038/LD/ar 094283 Operation test is acceptable if system operates through at least one complete cycle for areas to be sprinkled. 3.2.3 Controller Charts After as -built drawings are approved by Contracting Officer, prepare controller charts. Provide one chart for each controller supplied. Indicate in chart area controlled by automatic controller. The chart is a reduced drawing of actual as -built system that will fit the maximum dimensions inside controller housing. Use black line print for chart and a different pastel or transparent color to indicate each station area of coverage. After chart is completed and approved for final acceptance, seal chart between two 20 mil thick pieces of clear plastic. 3.3 FIELD TRAINING A field training course shall be provided for designated operating and maintenance staff members. Training shall be provided for a total period of 4 hours of normal working time and shall start after the system is functionally complete but prior to final acceptance tests. Field training shall cover all of the items contained in the operating and maintenance manuals. 3.4 CLEANUP Upon completion of installation of system, all debris and surplus materials resulting from the work shall be removed. END OF SECTION DACW67-99-B-0017 02811 -12 98038/LD/ar 094283 SECTION 02846 GUARDRAILS PART 1 - GENERAL 1.1 APPLICABLE PUBLICATIONS The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) WSDOT M 21-10 (1993) Standard Plans for Road and Bridge Construction WSDOT M 41-10 (1991) Standard Specifications for Road, Bridge and Municipal Construction 1.2 SUBMITTALS Government approval is required for submittals with a "GA" designation; submittals having an "FIO" designation are for information only. The following shall be submitted in accordance with Section 01300 SUBMITTAL PROCEDURES: Certificates Certificates of Compliance; FIO. Submit certifications that material is in compliance with specification requirements. PART 2 - PRODUCTS 2.1 GUARDRAIL WSDOT M 41-10, specifically sections pertaining to "Guardrail" 2.1.1 Exceptions (a) All field work described as "by the Engineer", such as layout or alignment shall be read as "by the Contractor." (b) All reference to "approval of the Engineer" or "the State" shall be read as "approval of the Contracting Officer". (c) Measurement and payment items shall be disregarded. 2.2 CONFIGURATION 2.2.1 Beam Guardrail DACW67-99-13-0017 02846-1 98038/LD/ar 094283 Beam guardrail shall be as indicated on the drawings. 2.2.2 Terminal Rail Beam guardrail terminal sections shall be Design "A" as indicated on the drawings. PART 3 - EXECUTION 3.1 POSTS 3.1.1 General The posts shall be set to the true line and grade of the road and spaced as shown in the standard plans. End treatment shall be in accordance with the appropriate standard plans. 3.1.2 Post Holes Posts may be placed in dug or drilled holes. Ramming or driving will be permitted only if approved by the Contracting Officer and if no damage to the shoulders and adjacent slopes results therefrom. 3.2 RAILS 3.2.1 General All metal work shall be fabricated in the shop. No punching, cutting, or welding shall be done in the field except that holes for special details in exceptional cases may be drilled in the field when approved by the Contracting Officer. The rail shall be erected so that the bolts at expansion joints will be located at the centers of the slotted holes. 3.2.2 Rail Plates Rail plates shall be assembled with the splice joints lapping in the direction of the traffic. (a) Galvanized rail plates shall be fastened to the posts with galvanized bolts, washers, and nuts of the size and kind shown in the plans. (b) Weathering steel rail plates shall be fastened to the posts with weathering steel bolts, washers, and nuts of the size and kind shown in the plans and shall not be galvanized. 3.2.4 Bolts All bolts, except where otherwise required at expansion joints, shall be drawn tight. Bolts through expansion joints shall be drawn up as tight as possible without being tight enough to prevent the rail elements from sliding past one another longitudinally. Bolts shall be sufficiently long to extend at least 1/4 inch beyond the nuts. Except where required for adjustments, bolts shall not extend more than 1/2 inch beyond the nuts. Bolts through posts of variable thickness shall be cut off 1/4 inch beyond the nuts and burred. 3.3 ASSEMBLY AND SETTING DACW67-99-B-0017 02846-2 98038/LD/ar 094283 Posts shall be set and rails as indicated on the drawings. END OF SECTION DACW67-99-B-0017 02846-3 This page intentionally blank 98038/LD/ar SECTION 02935 OEM PART1 GENERAL 1.1 REFERENCES 094283 The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AGRICULTURAL MARKETING SERVICE (AMS) AMS-01 (Amended Through August 1988) Federal Seed Act Regulations (Part 201-202 COMMERCIAL ITEM DESCRIPTIONS (CID) CID-A-A-1909 (Basic; Notice 1) Fertilizer 1.2 SUBMITTALS Government approval is required for submittals with a "GA" designation; submittals having an "Fl O" designation are for information only. The following shall be submitted in accordance with Section 01300 SUBMITTAL PROCEDURES: Schedules Equipment List; F10. A list of proposed pesticide application, seeding and mulching equipment to be used in performance of turfing operation, including descriptive data and calibration tests. Statements Delivery; F10. Delivery schedule, at least 10 days prior to the intended date of the first delivery. Maintenance Report; F10. Written record of maintenance work performed. Turf Establishment Period; GA. Written calendar time period for the turf establishment period. When there is more than one turf establishment period, the boundaries of the turfed area covered for each period shall be described. DACW67-99-B-0017 02935-1 98038/LD/ar Certificates Certificates of Compliance; FIO. 094283 Certificates of compliance certifying that materials meet the requirements specified, prior to the delivery of materials. Certified copies of the reports for the following materials shall be included: a. Seed: For mixture, percent pure live seed, minimum percent germination and hard seed, maximum percent weed seed content, maximum percent other crop and/or inert, date tested and state certification. b. Fertilizer: For chemical analysis, composition percent. c. Pesticide Material: For EPA registration number and registered uses. d. Topsoil: For pH, organic matter content, textural class, particle size, chemical analysis and soluble salts analysis. 1.4 DELIVERY, INSPECTION, STORAGE, AND HANDLING 1.4.1 Delivery 1.4.1.1 Topsoil On site topsoil shall be existing surface soil which has been stripped, stockpiled and treated in accordance with Section 02100, CLEARING, GRUBBING AND STRIPPING. Contractor shall provide additional topsoil from offsite if required beyond that available from onsite. Delivered topsoil shall be a mixture of pure compost; and sand, sandy loam, or silty sand. The soil shall have 10 percent minimum organic matter, and shall be comprised of fully composted and mature organic material. No fresh sawdust or other fresh wood by-products shall be added to extend the volume after the composting process. Compost shall be produced at a permitted solid waste composting facility (health permit, DOE stormwater permit, PSAPCA facility and equipment registration. Maximum screen size shall be 7/16 inch. Total nitrogen shall be 25 percent. Topsoil shall be obtained from well drained areas and shall not contain more than 5 percent water by volume. Topsoil shall be free from debris, noxious weeds, toxic substances or any other material that may be harmful to plant growth. The pH shall be between 5.5 and 7.5. Conductivity shall not exceed 5mmhos/cm. A soil test for delivered topsoil shall be required. 1.4.1.2 Fertilizer Fertilizer shall be delivered to the site in the original, unopened containers bearing the manufacturer's chemical analysis. In lieu of containers, fertilizer may be furnished in bulk. A chemical analysis shall be provided for bulk deliveries. 1.4.2 Inspection Seed shall be inspected upon arrival at the job site by the Contracting Officer for conformity to type and quality in accordance with paragraph MATERIALS. Other materials shall be inspected for meeting specified requirements and unacceptable materials shall be removed from the job site. 1.4.3 Storage DACW67-99-B-0017 02935-2 98038/LD/ar 094283 Materials shall be stored in areas designated by the Contracting Officer. Seed and fertilizer shall be stored in cool, dry locations away from contaminants. Chemical treatment materials shall not be stored with other landscape materials. 1.4.4 Handling 1.4.4.1 Materials Except for bulk deliveries, materials shall not be dropped or dumped from vehicles. PART 2 PRODUCTS 2.1 MATERIALS 2.1.1 Seed 2.1.1.1 Seed Classification State -certified seed of the latest season's crop shall be provided in original sealed packages bearing the producer's guaranteed analysis for percentages of mixture, purity, germination, hard seed, wee seed content, and inert material. Labels shall be in conformance with AMS-01 and applicable state seed laws. 2.1.1.2 Seed Mixtures Seed Mixture `A' Seed mixtures shall be proportioned by weight as follows: Botanical Name Common Name LOlium perenne Poa pratensis Turf -type perennial ryegrass Hybrid Kentucky Bluegrass Approx. Mixture Percent Pure (by Weight) Live Seed 50 86 50 87 Seed shall be pre -germinated to aid establishment. Seed shall be Briargreen Rapid Lawn, Agro, Medallist, or approved equal. Seed Mixture `B' Seed mixtures shall be used on the left bank where indicated on the drawings: DACW67-99-B-0017 02935-3 98038/L.D/ar Botanical Name Elymus glaucus Common Name Blue Wild Rye Elymus mollis Dune Wild Rye Calamagrostis Pacific Reed grass nutkaensis Achilles White Yarrow Millefolium Festuca Tall Fescue arundinacaea 094283 Approx. Mixture Percent Pure % (by Weight) Live Seed 10 81 10 81 10 81 10 83 60 83 2.1.1.3 Quality Weed seed shall not exceed 1 percent by weight of the total mixture. 2 percent maximum other crop and/or inert. Restricted noxious not to exceed 90 per pound. Must be free of prohibited noxious. Wet, moldy, or otherwise damaged seed shall be rejected. 2.1.1.4 Seed Mixing The field mixing of seed shall be performed on site in the presence of the Contracting Officer. 2.1.2 Fertilizer Fertilizer shall be commercial grade, free flowing, uniform in composition and conforming to CID -A -A 1909. Fertilizer: Consists of nitrogen -phosphorus- potassium ratio: 10 percent nitrogen 10 percent phosphorus, and 8 percent potassium. Fertilizer shall be balanced with the inclusion of trace minerals and nutrients. 2.1.3 Mulch Mulch for use in hydroseeding or hydromulching shall be Wood Cellulose Fiber mulch or Paper Fiber mulch at Contractors option. Mulch shall be free from weeds, mold, and other deleterious materials. 2.1.3.1 Wood Cellulose Fiber Wood cellulose fiber shall not contain any growth or germination -inhibiting factors and shall be dyed an appropriate color to facilitate visual metering during application. Composition on air-dry weight basis: 9 to 15 percent moisture, pH range from 4.5 to 6.0. 2.1.3.2 Paper Fiber Mulch DACW67-99-B-0017 02935-4 98038/LD/ar 094283 Paper fiber mulch shall be 95 percent high grade news print that is shredded for the purpose of mulching seed. Moisture content shall be 9 percent or lower. Paper fiber mulch surfactants and defoamers during loading and application. 2.1.4 Water Water shall be the responsibility of the Contractor unless otherwise noted. Water shall not contain elements toxic to plant life. 2.1.5 Organic Tackifier Organic tackifier shall consist of a minimum of three hydrophilic colloids and shall be physiologically harmless to plant and animal life, without phytotoxic agents. Colloids shall be naturally occurring, silicate powder based, and shall form a water insoluble membrane after curing. Colloids must resist mold growth. PART 3 EXECUTION 3.1 SEEDING TIMES AND CONDITIONS 3.1.1 Seeding Time Seed shall be sown anytime that grass seeding conditions are met. 3.1.2 Grass Seeding Conditions Grass seeding operations shall be performed only during periods when beneficial results can be obtained. When drought, frozen ground, excessive moisture or other unsatisfactory conditions prevail, the work shall be stopped when directed. When special conditions warrant a variance to the grass seeding operations, proposed times shall be submitted to and approved by the Contracting Officer. 3.1.3 Application Rate Seed mix `A' shall be applied at a rate of 175 pounds per acre. Seed mix `B' shall be applied at a rate of 140 pounds per acre. 3.2 SITE PREPARATION 3.2.1 Grading The Contracting Officer shall verify that elevations are as indicated on drawings and the rough grading has been completed in accordance with Section 02210, GRADING (EARTHWORK). Prior to placing topsoil over compacted or impermeable soils, thoroughly till areas to a minimum depth of 6 inches by scarifying, disking, harrowing or other approved methods. Spread topsoil evenly to a minimum depth of 4 inches. Do not spread topsoil when frozen or excessively wet or dry. Protect topsoiled areas from damage by vehicular or pedestrian traffic. 3.2.2 Application of Fertilizer DACW67-99-13-0017 02935-5 98038/LD/ar 094283 3.2.2.1 Soil Test A soil test shall be performed on delivered topsoil as described in paragraph 1.3, SUBMITTALS, Certificates to ensure the delivered topsoil meets the topsoil description in paragraph `TOPSOIL'. 3.2.2.2 Fertilizer For bidding purposes, assume fertilizer shall not exceed 150 pounds per acre. Fertilizer shall be incorporated into the soil to a minimum depth of 4 inches or may be incorporated as part of the tillage or hydroseeding operation. 3.2.3 Tillage 3.2.3.1 Minimum Depth Soil on slopes gentler than 3-horizontal40-1-vertical shall be tilled to a minimum depth of 4 inches. On slopes between 3-horizontal-to- I -vertical and I-horizontal-to-1 vertical, the soil shall be tilled to a minimum depth of 2 inches by scarifying with heavy rakes, or other method. Rototillers shall be used where soil conditions and length of slope permit. On slopes 1-horizontal-to- I -vertical and steeper, no tillage is required. 3.2.4 Finished Grading 3.2.4.1 Preparation Seeded areas compacted by construction operations shall be completely pulverized by tillage and smooth graded. Seeded areas shall be filled as needed or have surplus soil removed to attain the finished grade. Soil used for repair of erosion or grade deficiencies shall conform to topsoil requirements specified herein. Drainage patterns shall be maintained as indicated on drawings. Finished grade shall be 1 inch below the adjoining grade of any surfaced area. Seeded areas shall be smooth graded and blended to existing areas. Debris and stones larger than 1/2 inch in any dimension shall be removed. 3.2.4.2 Protection Finished graded areas shall be protected from damage by vehicular or pedestrian traffic and erosion. 3.3 SEEDING 3.3.1 General Prior to seeding, any previously prepared seedbed areas compacted or damaged by interim rain, traffic or other cause, shall be reworked to restore the ground condition previously specified. Seeding operations shall not take place when the wind velocity will prevent uniform seed distribution. 3.3.2 Equipment Calibration The equipment to be used and the methods of turfing shall be subject to the inspection and approval of the Contracting Officer prior to commencement of turfing operations. Immediately prior to the DACW67-99-B-0017 02935-6 98038/LD/ar 094283 commencement of turfing operations, the Contractor shall conduct turfing equipment calibration tests in the presence of the Contracting Officer. 3.3.3 Applying Seed 3.3.3.1 Hydroseeding Seed and fertilizer shall be added to water and thoroughly mixed at the rates specified above. Wood cellulose fiber mulch shall be added at the rates recommended by the manufacturer but not to exceed 2,000 pounds per acre after the seed, fertilizer and water have been thoroughly mixed, to produce a homogeneous slurry. Organic tackifier shall be added at the rates recommended by the manufacturer. Slurry shall be uniformly applied under pressure over the entire area. The hydroseeded area shall not be rolled. 3.3.4 Mulch 3.3.4.1 Wood Cellulose Fiber/Recycled Paper Mulch Wood cellulose fiber mulch or recycled paper mulch for use with the hydraulic application of seed and fertilizer shall be applied as part of the hydroseeding operation. 3.3.5 Water Watering shall be started within 7 days after completing the seeded area. Water shall be applied at a rate of 1-1/2 inches of water per week and at sufficient intervals to ensure moist soil conditions to a minimum depth of 1 inch. Run-off and puddling shall be prevented. 3.3.6 Organic Tackifier Organic tackifier shall be applied at the rate recommended by manufacturer. Apply with hydraulic equipment suitable for mixing and applying uniform mixture with tackifier. 3.4 RESTORATION AND CLEAN UP 3.4.1 Restoration Existing turf areas, pavements and facilities that have been damaged from the turfing operation shall be restored to original condition at Contractors expense. 3.4.2 Clean Up Excess and waste material shall be removed from the planting operation and shall be disposed of off the site or at the disposal site subject to approval of the Contracting Officer. Adjacent paved areas shall be leaned. 3.5 PROTECTION OF TURFED AREAS Immediately after turfing, the area shall be protected against traffic or other use by erecting barricades and providing signage as required, or as directed by the Contracting Officer. DACW67-99-B-0017 02935-7 98038/LD/ar 3.6 TURF ESTABLISHMENT PERIOD 3.6.1 Commencement 094283 The Turf Establishment Period for establishing a healthy stand of turf shall begin on the first day of work under this contract and shall end three (3) months after the last day of turfing operations required by this contract. Written calendar time period shall be furnished to the Contracting Officer for the Turf Establishment Period. When there is more than one turf establishment period, describe the boundaries of the turfed area covered for each period. 3.6.2 Satisfactory Stand of Turf 3.6.2.1 Seeded Area A satisfactory stand of turf from the seeding operation is defined as a minimum of 100 grass plants per square foot. Bare spots shall be no larger than 6 inches square. The total bare spots shall not exceed 5 percent of the total seeded area. 3.6.3 Maintenance During Establishment Period 3.6.3.1 General Maintenance of the turfed areas shall include eradicating weeds, eradicating insects and diseases, protecting embankments and ditches from erosion, maintaining erosion control materials and mulch, protecting turfed areas from traffic, mowing, watering, and post -fertilization. 3.6.3.2 Mowing Seeded areas shall be mowed by the Contractor at least once during the season or whenever grass height reaches 3-1/2 inches it shall be cut to a minimum height of 2 inches. 3.6.3.3 Watering Watering shall be applied at a rate of 1-1/2 inches of water per week and at sufficient intervals to obtain a moist soil condition to a minimum depth of 1 inch. Frequency of watering and quantity of water shall be adjusted in accordance with the growth of the turf and the occurrence of natural rainfall. Run-off, puddling and wilting shall be prevented. 3.6.3.4 Repair The Contractor shall re-establish as specified herein, eroded, damaged or barren areas. Mulch shall also be repaired or replaced as required. 3.6.3.5 Maintenance Report A written record shall be furnished to the Contracting Officer of the maintenance work performed. DACW67-99-B-0017 02935-8 98038/LD/ar 3.7 FINAL ACCEPTANCE 3.7.1 Preliminary Inspection 094283 Prior to the completion of the Turf Establishment Period, a preliminary inspection shall be held by the Contracting Officer. Time for the inspection shall be established in writing. The acceptability of the turf in accordance with the Turf Establishment Period shall be determined. An unacceptable stand of turf shall be repaired as soon as turfing conditions permit. 3.7.2 Final Inspection A final inspection shall be held by the Contracting Officer to determine that deficiencies noted in the preliminary inspection have been corrected. Time for the inspection shall be established in writing. END OF SECTION DACW67-99-B-0017 02935-9 This page intentionally blank 98038/LD/ar SECTION 02950 TREES, SHRUBS, AND MITIGATION PLANTING PART1 GENERAL 1.1 REFERENCES 094283 The publications listed below form a part of this specification to the extent referenced. The publication are referred to in the text by basic designation only. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) AAN-01 (1990) American Standard for Nursery Products FEDERAL SPECIFICATIONS (FS) CID-A-A-1909 (Basic; Notice 1) Fertilizer 1.3 SUBMITTALS Government approval is required for submittals with a "GA" designation; submittals having an "FIO" designation are for information only. The following shall be submitted in accordance with Section 01300 SUBMITTAL PROCEDURES: Statements Delivery; FIO. The following work plans, before work is started. a. Delivery Schedule at least 10 days prior to the intended date of the first delivery. Reports Soil Test; FIO. Certified reports of inspections and laboratory tests, prepared by an independent testing agency, including analysis and interpretation of test results. Each report shall be properly identified. Test methods used and compliance with recognized test standards shall be described. DACW67-99-B-0017 02950-1 98038/LD/ar Certificates Topsoil; FIO. Soil Amendments; FIO. Plants; FIO. 094283 Certificates of compliance certifying that materials meet the requirements specified, prior to the delivery of materials. Reports for the following materials shall be included. a. Topsoil: For pH, organic matter content, chemical analysis, mechanical analysis and particle size. b. Fertilizer: For chemical analysis and composition percent. C. Plant Materials: For botanical and common name, size, quantity by species, grade, nursery grown, harvested site. Records Plant Establishment Period; GA. Maintenance Report; FIO. Maintenance Instructions; FIO. a. Maintenance Report. Written record of maintenance work performed and quantity of plant losses and replacements. b. Plant Establishment Period. Written calendar time period for the beginning of the plant establishment period. When there is more than one establishment period, the boundaries of the planted areas covered for each period shall be described. C. Maintenance Instruction. Written instructions for year-round care of installed plants. 1.4 SOURCE INSPECTIONS 1.4.1 Plant Materials Plant materials shall be subject to inspection at the growing site by the Contracting Officer. 1.4.2 Delivered Topsoil The source of topsoil shall be subject to inspection by the Contracting Officer. 1.5 SHIPMENT, DELIVERY, INSPECTION, STORAGE, AND HANDLING 1.5.1 Preparation for Shipment Digging and preparation for shipment shall be done in a manner that will not cause shock or damage to branches, trunk, or root systems. a. Balled and Burlapped (BB) Plants: Ball size and ratio shall be provided as recommended by AAN-01. The ball shall be of a diameter and depth to encompass enough fibrous and feeding root DACW67-99-B-0017 02950-2 98038/LD/ar 094283 system necessary for the full recovery of the plant. Removal shall be accomplished by hand digging or mechanical devices. Center the plant stem or trunk in the ball and clean cut all roots at the ball surface. No roots shall be pulled from the ground. The root ball shall be completely wrapped with burlap or other suitable material and securely laced with twine. Existing trees to be transplanted that are removed from the Park shall be marked to indicate original orientation by a 2-inch `x' on the south side of the trunks. b. Container -Grown (C) Plants: Container size shall be provided as recommended by AAN-01. Plants shall be grown in a container sufficiently long for new fibrous roots to have developed and for root mass to retain its shape and hold together when removed from container. Container shall be sufficiently rigid to hold ball shape and protect root mass during shipping. 1.5.2 Delivery 1.5.2.1 Identification Plants shall be identified with durable waterproof labels and weather -resistant ink. Plants shall have attached labels stating the correct botanical and common plant name and size. 1.5.2.2 Protection During Delivery Plants shall be protected during delivery to prevent desiccation of the plant or damage to the roots or balls. Branches of plants shall be protected by tying -in the branches and covering all exposed branches. 1.5.2.3 Topsoil A soil test shall be provided for topsoil delivered to the site. 1.5.2.4 Soil Amendments Soil amendments shall be delivered to the site in the original, unopened containers bearing the manufacturer's chemical analysis. In lieu of containers, soil amendments may be furnished in bulk. A chemical analysis shall be provided for bulk deliveries. 1.5.3 Inspection and Arrival Time Plant material shall be inspected upon arrival at the jobsite by the Contracting Officer for conformity to the paragraph PLANTS and paragraph Shipment, and any unacceptable plant material shall be removed from the jobsite. Live stakes or cuttings shall arrive on the job site within 8 hours of harvesting. 1.5.4 Storage DACW67-99-B-0017 02950-3 98038/LD/ar 1.5.4.1 Plant Storage 094283 Existing trees removed from the site during clearing and grubbing to be stored at locations as directed by the Contracting Officer and transplanted in new locations indicated on the drawings. Plants not installed on the day of arrival at the site shall be stored and protected from the wind in areas designated by the Contracting Officer. Plants shall be protected from exposure to wind and shall be shaded from the sun. Covering that will allow air to circulate and prevent internal heat from building up shall be provided. Bare -root plants shall be heeled -in. All plants shall be kept in a moist condition by watering daily with a fine mist spray until planted. Live stakes or cuttings shall be heeled in moist soil or submerged in water and shall be protected from drying at all times. When the night temperature is less than 50 degrees F, the cuttings shall be stored in areas approved by the Contracting Officer for a maximum of 16 hours. When the night temperature is above 50 degrees F, the live willow cuttings shall be planted within 8 hours of harvesting. When the cuttings have been prepared in appropriate construction lengths i.e. for live staking, they shall be installed within 8 hours. This prepared material may not be stored overnight. 1.5.4.2 Storage of Other Materials Soil amendments shall be stored in dry locations away from contaminants. Pesticide materials shall not be stored with other landscape materials. Storage of materials shall be in areas designated or as approved by the Contracting Officer. 1.5.5 Handling Care shall be taken to avoid injury to plants. Materials shall not be dropped from vehicles. Balled and burlapped plants shall be handled carefully to avoid cracking or breaking the earth ball and container -grown plants shall be handled by the container. Plants shall not be handled by the trunk or stems. 1.5.5.1 Time Limitation a. Mulch: Limitation of time between installing plant and placing mulch is 48 hours. b. Trunk Wrap: Limitation of time between installing deciduous trees and wrapping the trunks is 24 hours. 1.6 WARRANTY Nursery -grown plants and transplanted existing plants shall be guaranteed to be in a vigorous growing condition for a period of 12 months regardless of the contract time period. A plant shall be replaced one time under this guarantee. A written calendar time period for the guarantee of plant growth shall be furnished to the Contracting Officer. PART 2 PRODUCTS 2.1 PLANTS 2.1.1 Plant Materials DACW67-99-B-0017 02950-4 98038/LD/ar 094283 Plants shall be nursery grown or plantation grown stock conforming to AAN-01 and shall be of the varieties specified in the plant list bearing botanical names listed in one or more of the publications listed under "Nomenclature" in AAN-01. Plant materials for use as live stakes shall be woody plant stem cuttings which shall be taken prior to leaf bud development. See paragraph `Live Willow Stakes' below. 2.1.2 Substitutions Substitutions will not be permitted without written request from the Contractor for approval by the Contracting Officer. 2.1.3 Growing Conditions Plants shall be grown under climatic conditions similar to those in the locality of the project. 2.1.4 Quality Well shaped, well grown, vigorous, healthy plants having healthy and well branched root systems shall be provided. Plants shall be provided free from disease, harmful insects and insect eggs, sun -scald injury, disfigurement and abrasion. Plants shall be provided that are typical of the species or variety and conforming to standards as set forth in AAN-01 and as specified herein. 2.1.4.1 Shade and Flowering Trees A height relationship to caliper shall be provided as recommended by AAN-01. Height of branching should bear a relationship to the size and variety of tree specified and with the crown in good balance with the trunk. Trees shall not be "poled" or the leader removed. a. Single stem: Trunk shall be reasonably straight and symmetrical with crown and have a persistent main leader. b. Multi -stem: All countable stems, in aggregate, shall average the size specified. To be considered a stem, there should be no division of the trunk which branches more than six inches from ground level. C. Specimen: A plant shall be provided that is well branched and pruned naturally according to the species. The form of growth desired, which may not be in accordance with natural growth habit, shall be as indicated. 2.1.4.2 Deciduous Shrub Plants shall be provided that have the height and number of primary stems as recommended by AAN-01. An acceptable plant shall be well shaped with sufficient well -spaced side branches recognized by the trade as typical for the variety grown in the region. 2.1.4.3 Coniferous Evergreen Trees shall be provided that have the height -to -spread ratio as recommended by AAN-01. Trees shall not be "poled" or the leader removed. An acceptable plant shall be exceptionally heavy, well shaped and DACW67-99-B-0017 02950-5 98038/LD/ar 094283 trimmed to form a symmetrical and tightly knit plant. The form of growth desired shall be as indicated. 2.1.4.4 Broadleaf Evergreen Plants shall be provided that have ratio of height -to -spread as recommended by AAN-01. An acceptable plant shall be well shaped and recognized by the trade as typical for the variety grown in the region. 2.1.4.5 Live Willow Cutting Live stakes shall be prepared from branches of Pacific Willow (Salix lasiandra) and Geyer's Willow (Salix geyeriana) as indicated on the drawings. Live stakes shall have a 1/2-inch to 3/4-inch basal end diameter and shall be cut into 18 inch lengths. All side branches shall be removed. Plant material for use as live stakes shall be woody plant stem cuttings which shall be taken prior to leaf bud development. The stakes shall be cut flat on the top an at an approximate 45 degree angle on the bottom (for easier tampering into the ground and easier identification as to which end goes into the ground). Cuttings shall be prepared so that a terminal bud scar is within 1 to 4 inches of the top of the stake. Live stakes may be obtained from the local county Soil Conservation Service (206) 297-7575. 2.1.5 Size Nursery grown plants shall be furnished in sizes indicated. Plants larger in size than specified may be provided at no additional cost to the Government. 2.1.6 Measurement Plant measurements shall be in accordance with AAN-01. 2.2 TOPSOIL Topsoil shall be the existing surface soil stripped to the depth indicated and stockpiled on the site in accordance with Section 02100, CLEARING, GRUBBING, AND STRIPPING. Additional topsoil, if required, beyond that available from stripping operations, shall be delivered. Delivered topsoil shall conform to topsoil requirement specified in Section 02935, TURF and shall be amended as recommended by soil tests for the plants specified. 2.2.1 Soil Test A soil test shall be performed on delivered topsoil for pH, particle size, organic matter content, chemical analysis and mechanical analysis to ensure the delivered topsoil meets the topsoil description stated in Specification Section 02935 TURF. 2.3 SOIL AMENDMENTS FOR TREES AND SHRUBS Soil amendments consist of, fertilizer, organic soil amendments and soil conditioner. DACW67-99-B-0017 02950-6 98038/LD/ar 2.3.1 Fertilizer 094283 Fertilizer shall be commercial grade, free flowing, uniform in composition and conforming to CID A-A-1909. Existing transplanted trees shall be fertilized with a B-1 vitamin supplement diluted per manufacturers recommendations. 2.3.1.1 Dry Fertilizer a. Controlled -Release Fertilizer: Consists of nitrogen -phosphorous -potassium ratio: 20 percent nitrogen, 10 percent phosphorous, and 5 percent potassium. Controlled -release fertilizer may be in packet or tablet form. 2.3.2 Organic Soil Amendments a. Sand: Sand shall be clean and free of toxic materials and at least 95 percent by weight shall pass a 10-mesh sieve, and 10 percent by weight shall pass a 16-mesh sieve. b. Rotted Manure: Rotted manure shall be unleached stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials and containing no chemicals or ingredients harmful to plants. The manure shall be heat treated to kill weed seeds and be free of stones, sticks, and soil. c. Decomposed Wood Derivatives: Decomposed wood derivatives shall be ground bark, sawdust, or other wood waste material free of stones, sticks, and toxic substances harmful to plants and stabilized with nitrogen and having the following properties: Minimum percent by Particle size weight passing No. 4 mesh screen 95 No. 8 mesh screen 80 Minimum percent based Nitrogen Content on dry weight Redwood Sawdust 0.5 Fir Sawdust 0.7 Fir or Pine Bark 1.0 d. Recycled sewage sludge or yard waste: Recycled compost product made with (a) wastewater (sludge and septage) and discarded brush, yard waste, leaves, grass, or other demolished debris that is environmentally and hygienically safe; (b) 100 percent composted yard waste; (c) 100 percent composted sewage sludge; (d) or Composted sewage sludge/sawdust. e. Rock Phosphate: Rock phosphate shall contain a minimum of 18-30 percent phosphorous with a minimum of 3 percent initial availability, commercially packaged and free flowing. f. Worm Castings: Worm castings shall be screened from worms and food source and DACW67-99-B-0017 02950-7 98038/LD/ar commercially packaged. 2.4 MULCH Mulch shall be free from weeds, mold and other deleterious materials. 2.4.1 Organic Mulch Material Organic mulch materials shall be fine screen ground or shredded fir or hemlock bark. 2.5 TRUNK WRAPPING MATERIAL 094283 Tree wrap shall be two thicknesses of crinkled paper cemented together with a layer of bituminous material. Wrapping material shall be a minimum of 4 inches in width and have a stretch factor of 33-1/3 percent. Twine for tying shall be lightly tarred medium or coarse sisal yarn. 2.6 GUYING AND STAKING MATERIAL 2.6.1 Stakes Stakes for tree support shall be rough sawn wood, free from knots, rot, cross grain, or other defects that would impair the strength. Standard stakes shall be hardwood or fir treated with pentachlorophenol. 2.6.1.1 Bracing Stakes Bracing stakes shall be a minimum of 2 inches by 2 inches or 2-1/2 inches in diameter by 8 feet long and pointed at one end. 2.6.1.2 Ground Stakes Ground stakes shall be a minimum of 2 inches by 2 inches or 2-1/2 inches in diameter by 3 feet long and pointed at one end. 2.6.2 Guying Material 2.6.2.1 Guying Wire Guying wire shall be 12-gauge annealed galvanized steel wire. 2.6.2.2 Guying Cable Guying cable shall be a minimum of five -strand, 3/16-inch diameter cadmium plated steel cable. 2.6.3 Chafing Guard Hose chafing guards shall be new or used 2-ply reinforced rubber or plastic hose and shall be all the same color on the project. Length shall be 1-1/2 times the circumference of the plant at its base. DACW67-99-B-0017 02950-8 98038/LD/ar 094283 2.6.4 Flags Flags to be fastened to guys shall be white surveyor's plastic tape, 6 inches in length. 2.6.5 Turnbuckles Turnbuckles shall be galvanized or cadmium -plated steel and have a 3-inch minimum lengthwise opening fitted with screw eyes. 2.7 WATER Water shall not contain elements toxic to plant life. Water required for planting or maintenance operations shall be provided by the contractor. PART 3 EXECUTION 3.1 EXAMINATION 3.1.1 Verify Grades The Contracting Officer shall verify the finished grades are as indicated on drawings, and the placing of topsoil and smooth grading has been completed in accordance with Section 02210 GRADING (EARTHWORK). 3.1.2 Underground Obstructions to Planting The location of underground utilities and facilities shall be verified. Damage to underground utilities and facilities shall be repaired at the Contractor's expense. 3.2 SITE PREPARATION 3.2.1 Layout All tree locations and planting bed outlines shall be staked on the project site by the Contractor and approved by the Contracting Officer before any excavation is made. Plant material locations may be adjusted by the Contracting Officer to meet field conditions. 3.2.2 Protection of Existing Vegetation If lawns have been established prior to planting operations, the surrounding turf shall be covered before excavations are made in a manner that will protect turf areas. Existing trees, shrubbery, and beds that are to be preserved shall be barricaded in a manner that will effectively protect plant materials and their roots during planting operations. Existing vegetation to be preserved that is damaged or destroyed due to Contractor activities shall be restored as noted on the drawings unless shown otherwise. Restoration shall be at Contractor's expense. 3.3 EXCAVATION DAC W67-99-B-0017 02950-9 98038/LD/ar 094283 3.3.1 Obstructions Below Ground or Poor Drainage When obstructions below ground or poor drainage affect the contract operation, proposed adjustments to plant location, type of plant and planting method or drainage correction shall be submitted to and approved by the Contracting Officer. 3.3.2 Turf Removal Where planting beds occur in existing turf areas, the turf shall be removed to a depth that will ensure the removal of the entire root system. 3.3.3 Plant Pits Plant pits shall be dug to produce vertical sides and flat, uncompacted bottoms. When pits are dug with an auger and the sides of the pits become glazed, the glazed surface shall be scarified. The size of plant pits shall be as shown. 3.4 PLANTING TIMES AND CONDITIONS 3.4.1 Deciduous Planting Time Install deciduous plants from 1 September to 30 March. 3.4.2 Evergreen Planting Time Install evergreen plants from I September to 30 March. 3.4.3 Planting Conditions Planting operations shall be performed only during periods when beneficial results can be obtained. When drought, excessive moisture or other unsatisfactory conditions prevail, the work shall be stopped when directed. When special conditions warrant a variance to the planting operations, proposed planting times shall be submitted to and approved by the Contracting Officer. Live stakes shall be planted only when dormant. 3.5 INSTALLATION 3.5.1 Backfill Soil Mixture The backfill soil mixture shall be topsoil. The backfill soil mixture for existing trees to be transplanted shall be existing excavated soil in cut situations and topsoil in fill situations. 3.5.2 Setting Plants Plants shall be set plumb and held in position until sufficient soil has been firmly placed around roots or ball. Plants shall be set in relation to surrounding grade so that they are even with the depth at which they were grown in the nursery, or container. DACW67-99-B-0017 02950-10 98038/L.D/ar 3.5.3 Controlled -Release Fertilizer And B-I Supplement 094283 Controlled -release fertilizer shall be placed in packet or tablet form in the plant pit in the immediate vicinity of the feeding roots in accordance with the manufacturer's recommendations. B-1 vitamin supplement shall be applied in accordance with the manufacturer's recommendations. 3.5.4 Balled and Burlapped Plants Materials shall be removed that are metal, plastic, nylon or treated burlap, prior to backfilling. Balled and burlapped stock shall be backfilled to approximately half the depth of the ball and then tamped and watered. Biodegradable burlap and tying material shall be carefully opened and folded back. The backfill shall be completed, tamped and watered. A 4-inch-high earth saucer shall be formed around individual plants to serve as a temporary waterholding basin. For existing trees to be transplanted, the plant pit shall be a minimum of 12 inches wider on all sides and the same depth as the root ball of the existing tree. The sides of the pit shall not be glazed. 3.5.5 Container -Grown Non -biodegradable containers or platforms shall be removed without damage to the plant or root system. Biodegradable containers shall be split. The backfill shall be completed as specified for BB plants. 3.5.6 Existing Transplanted Trees Existing trees to be transplanted shall be removed from the ground by means of mechanical devices using a 90-inch tree spade with a ball attached meeting the requirements of paragraph Shipment. Sharp root cuts shall be required. Existing trees to be transplanted shall be stored meeting the requirements of paragraph `PLANT STORAGE'. Existing trees to be transplanted shall be planted where indicated on the drawings in accordance with paragraph INSTALLATION BALLED AND BURLAPPED PLANTS. Existing trees shall be installed with the same orientation that it originally had. 3.5.7 Staking and Guying 3.5.7.1 One Bracing Stake Trees less than 2 inches caliper shall be held in place with one bracing stake. The tree shall be held firmly to the stake with a double strand of wire. A chafing guard shall be used where the wire contacts the tree. Bracing stakes shall be driven vertically into firm ground and shall not injure the ball or roots. 3.5.7.2 Two Bracing Stakes Deciduous trees 2 inches caliper or over shall be held in place with two bracing stakes placed on opposite sides. The tree shall be held firmly between the stakes with a double strand of wire. Chafing guards shall be used where the wire contacts the tree. Bracing stakes shall be driven vertically into firm ground and shall not injure the ball or roots. 3.5.7.3 Three Guying Wires Evergreen trees over 2 inches caliper (or over 6 ` height) and existing transplanted trees 3 inches or larger DACW67-99-B-0017 02950-11 98038/LD/ar 094283 in caliper shall be held firmly in place with three guying lines of double strand wire spaced equidistantly around the tree. The line shall be anchored with ground stakes. The line shall be anchored to the tree at a point equal to one half its height. Chafing guards shall be used where the line contacts the tree. One turnbuckle shall be centered on each line for tree straightening purposes. Ground stakes shall be driven into firm ground outside the earth saucer and plant pit with the top of the stake flush with the ground surface. 3.6 Flags A flag shall be securely fastened to each guying line to be visible by pedestrians. 3.7 FINISHING 3.7.1 Plant Beds Planted areas shall be uniformly edged to provide a clear-cut division line between the planted area and the adjacent turf area and to provide a shape as indicated. The entire planted area shall be raked and smoothed while maintaining the earth saucers. 3.7.2 Pruning The typical growth habit of individual plants shall be retained. Clean cuts shall be made flush with the parent trunk. Improper cuts, stubs, dead and broken branches shall be removed. "Headback" cuts at right angles to the line of growth shall not be permitted. Trees shall not be poled or the leader removed, nor shall the leader be pruned or "topped off." Existing trees to be transplanted shall be pruned up to'/4 by generally thinning out of branches, and removal broken, seriously damaged, or crossing branches. The typical growth habit and tops or leader shall be retained. 3.7.3 Mulch Mulch shall be spread to a uniform thickness of 2 inches within 48 hours after planting. Mulch shall be kept out of the crowns of shrubs and off buildings, sidewalks and other facilities. 3.7.4 Trunk Wrap The trunks to deciduous trees shall be wrapped within 24 hours after planting. Trees 1-1/2 inches or greater in caliper shall be wrapped with the specified material beginning at the base and extending up to the first branches. The wrapping shall be securely tied with twine at the top and bottom and at 18-inch intervals. 3.7.5 Water Plants shall be watered as necessary to maintain an adequate supply of moisture within the root zone. Run-off, puddling and wilting shall be prevented. 3.8 MAINTENANCE DURING PLANTING OPERATION Installed plants shall be maintained in a healthy growing condition. Maintenance operations shall begin DACW67-99-B-0017 02950-12 98038/LD/ar 094283 immediately after each plant is installed and shall continue until the plant establishment period commences. The maintenance includes watering, pruning, straightening and other necessary operations. Plant beds and earth saucers shall be kept free of weeds, grass and other undesired vegetation. Plants shall be checked for settlement and shall be reset proper grade as necessary. Run-off, puddling and wilting shall be prevented. 3.9 RESTORATION AND CLEAN UP 3.9.1 Restoration Turf areas, pavements and facilities that have been damaged from the planting operation shall be restored to original condition at the Contractor's expense. 3.9.2 Clean Up Excess and waste material from the planting operation shall be removed and disposed of off the site. Adjacent paved areas shall be cleared. 3.10 PLANT ESTABLISHMENT PERIOD 3.10.1 Commencement On completion of the last day of the planting operation, the plant establishment period for maintaining installed plants including existing transplanted trees, in a healthy growing condition shall commence and shall be in effect for 12 months. When the planting operation extends over more than one season or there is a variance to the planting times, plant establishment periods shall be established for the work completed, as directed. Written calendar time period shall be furnished to the Contracting Officer for the beginning of the plant establishment period. When there is more than one plant establishment period, describe the boundaries of the planted area covered for each period. 3.10.2 Maintenance During Establishment Period 3.10.2.1 General Maintenance of plants shall include straightening plants, tightening stakes and guying material, repairing tree wrapping, protecting plant areas from erosion, maintaining erosion control material, supplementing mulch, removing dead or broken tip growth by pruning, maintaining edging of beds, checking for girdling of plants and maintaining plant labels, watering, weeding, removing and replacing unhealthy plants. Maintenance of live staking shall include ensuring adequate water is available to the stakes by natural rainfall and/or supplemental irrigation (1 inch min. per week), and repair or replacement of live stakes as stated in para. Replacement plants. 3.10.2.2 Water The plants shall be watered as necessary to maintain an adequate supply of moisture within the root zone. Water requirement for trees 2 inches caliper or larger shall be 10 gallons per tree delivered at least three times each week for a total of 30 gallons per week throughout the maintenance period. An adequate supply of moisture for all other plants is estimated to be the equivalent of one inch of absorbed water per DACW67-99-13-0017 02950-13 98038/LD/ar 094283 week delivered in the form of natural rain or augmented as required by periodic waterings. Run-off, puddling and wilting shall be prevented. 3.10.2.3 Weeding Grass and weeds in earth saucers and plant beds shall not be allowed to reach a height of 6 inches before being completely removed, including the root growth. 3.10.2.4 Unhealthy Plants A plant shall be considered unhealthy or dead when the main leader has died back, or 25 percent of the crown is dead. Determine the cause for an unhealthy plant. Unhealthy or dead plants shall be removed immediately and shall be replaced as soon as seasonal conditions permit. 3.10.2.5 Fertilizing Existing transplanted trees shall be fertilized with a B-1 vitamin supplement every 3 months at rates recommended by the manufacturer. All other plants shall be topdressed at least once during the period of establishment with dry fertilizer at the rate recommended by manufacturer. Dry fertilizer adhering to plants shall be flushed off. The application shall be timed prior to the advent of winter dormancy. 3.10.2.6 Settlement Topsoil shall be added to maintain grade and to maintain earth saucers. Serious settlement affecting the setting of the plant in relation to the depth at which it was grown requires replanting in accordance with paragraph INSTALLATION. 3.10.2.7 Maintenance Report A written record shall be furnished to the Contracting Officer of the maintenance work performed, the quality of plant losses, cause for plant loss and replacements made on each site visit. 3.10.2.8 Maintenance Instruction Written instructions shall be furnished to the Contracting Officer for year-round care of installed plants. 3.10.3 Replacement Plants Plants shall be provided for replacement in accordance with paragraph PLANTS. Replacement plants shall be installed in accordance with paragraph INSTALLATION. Replacement plants for live staking shall utilize hardwood cuttings between 1 December and 30 March only. Replacement plants for existing transplanted trees shall be a 4-inch minimum caliper tree of the same species. No extended plant establishment period Shall be required for replacement plants. A plant will be replaced in accordance with paragraph WARRANTY. DACW67-99-B-0017 02950-14 98038/LD/ar 3.11 FINAL ACCEPTANCE 3.11.1 Preliminary Inspection 094283 Prior to the completion of the plant establishment period a preliminary inspection shall be held by the Contracting Officer. Time for the inspection shall be established in writing. The quantity and type of plants installed and the acceptability of the plants in accordance with the plant establishment period shall be determined. An acceptable live staking installation shall be defined as a minimum of 90 percent of initial live stakes installed are healthy, living, and growing. 3.11.2 Final Inspection A final inspection shall be held by the Contracting Officer to determine that deficiencies noted in the preliminary inspection have been corrected. Time for the inspection shall be established in writing. Acceptance of the planting operation is subject to the guarantee of plant growth. END OF SECTION DACW67-99-B-0017 02950-15 98038/LD/ar DACW67-99-B-0017 02950-16 094283 98038/LD/az 094283 SECTION 03250 EXPANSION JOINTS, CONTRACTION JOINTS, AND WATERSTOPS PART1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 920 (1994) Elastomeric Joint Sealants ASTM D 1190 (1994) Concrete Joint Sealer, Hot -Poured Elastic Type ASTM D 1191 (1984; R 1994) Test Methods for Concrete Joint Sealers ASTM D 1751 (1983; R 1991) Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) ASTM D 5249 (1992) Backer Material for Use With Cold and Hot -Applied Joint Sealants in Portland -Cement Concrete and Asphalt Joints CORPS OF ENGINEERS (COE) COE CRD-C 572 (1974) Corps of Engineers Specifications for Polyvinylchloride Waterstops 1.2 SUBMITTALS Government approval is required for submittals with a "GA" designation; submittals having an "FIO" designation are for information only. The following shall be submitted in accordance with Section 01300 SUBMITTAL PROCEDURES: Data Preformed Expansion Joint Filler, GA. Sealant; GA. Waterstops; GA. Manufacturer's literature, including safety data sheets, for preformed fillers and the lubricants used in their installation; field -molded sealants and primers (when required by sealant manufacturer); preformed compression seals; and waterstops. Drawings Waterstops; GA. Shop drawings and fabrication drawings provided by the manufacturer or prepared by the Contractor. DACW67-99-B-0017 03250-1 98038/LD/ar 094283 Instructions Preformed Expansion Joint Filler; GA. Sealant; GA. Waterstops; GA. Manufacturer's recommended instructions for installing preformed fillers, field -molded sealants; preformed compression seals; and waterstops; and for splicing non-metallic waterstops. Certificates Preformed Expansion Joint Filler; GA. Sealant: GA. Waterstops; GA. Certificates of compliance stating that the joint filler and sealant materials and waterstops conform to the requirements specified. Samples Preformed Compression Seals and Lubricants; FIO. Specimens identified to indicate the manufacturer, type of material, size and quantity of material, and shipment or lot represented. Each sample shall be a piece not less than 3 m (9 ft) of 25 mm (1 inch) nominal width or wider seal or a piece not less than 4 m (12 ft) of compression seal less than 25 mm (1 inch) nominal width. One liter quart of lubricant shall be provided. Field -Molded Sealant and Primer; FIO. Four liters (One gallon) of field -molded sealant and one liter (quart) of primer (when primer is recommended by the sealant manufacturer) identified to indicate manufacturer, type of material, quantity, and shipment or lot represented. Non-metallic Waterstops and Splices; FIO Specimens identified to indicate manufacturer, type of material, size, quantity of material, and shipment or lot represented. Each sample shall be a piece not less than 300 mm (12 inch) long cut from each 61 m (200 ft) of finished waterstop furnished, but not less than a total of 1 m (4 ft) of each type, size, and lot furnished. One splice sample of each size and type for every 50 splices made in the factory and every 10 splices made at the job site. The splice samples shall be made using straight run pieces with the splice located at the mid -length of the sample and finished as required for the installed waterstop. The total length of each splice shall be not less than 300 mm (12 inches) long. 1.3 DELIVERY AND STORAGE Material delivered and placed in storage shall be stored off the ground and protected from moisture, dirt, and other contaminants. Sealants shall be delivered in the manufacturer's original unopened containers. Sealants whose shelf life has expired shall be removed from the site. DAC W67-99-B-0017 03250-2 98038/LD/ar 094283 PART2 PRODUCTS 2.1 PREFORMED EXPANSION JOINT FILLER Expansion joint filler shall be preformed material conforming to ASTM D 1751 or ASTM D 1752. Unless otherwise indicated, filler material shall be 3/8 inch thick and of a width applicable for the joint formed. Backer material, when required, shall conform to ASTM D 5249. 2.2 SEALANT Joint sealant shall conform to the following: 2.2.1 Field Molded Type ASTM C 920, Type M for horizontal joints or Type NS for vertical joints, Class 25, and Use NT. Bond breaker material shall be polyethylene tape, coated paper, metal foil or similar type materials. The back-up material shall be compressible, non -shrink, nonreactive with sealant, and non -absorptive material type such as extruded butyl or polychloroprene rubber. 2.3 WATERSTOPS Intersection and change of direction waterstops shall be shop fabricated. 2.3.1 Non -Metallic Non-metallic waterstops shall be manufactured from a prime virgin resin; reclaimed material is not acceptable. The compound shall contain plasticizers, stabilizers, and other additives to meet specified requirements. Polyvinylchloride waterstops shall conform to COE CRD-C 572. PART 3 EXECUTION 3.1 JOINTS Joints shall be installed at locations indicated and as authorized. 3.1.1 Contraction/Expansion Joints Preformed expansion joint filler shall be used in expansion/contraction joints between vertical surfaces where indicated. The filler shall extend the full wall height, unless otherwise indicated. The edges of the joint shall be neatly finished with a 1 inch chamfer. Where the joint is to receive a sealant, the filler strips shall be installed at the proper distance from the surface of the wall forming a groove. The groove shall be thoroughly cleaned of laitance, curing compound, foreign materials, protrusions of hardened concrete, and any dust which shall be blown out of the groove with oil -free compressed air. 3.1.2 Joint Sealant Contraction joints and expansion joints in walls shall be filled with joint sealant, unless otherwise shown. Joint surfaces shall be clean, dry, and free of oil or other foreign material which would DACW67-99-B-0017 03250-3 98038/LD/ar 094283 adversely affect the bond between sealant and concrete. Joint sealant shall be applied as recommended by the manufacturer of the sealant. 3.1.2.1 Joints With Field -Molded Sealant Joints shall not be sealed when the sealant material, ambient air, or concrete temperature is less than 4 degrees C (40 degrees F). Joints requiring a bond breaker shall be coated with curing compound or with bituminous paint. Bond breaker and back-up material shall be installed where required. Joints shall be primed and filled flush with joint sealant in accordance with the manufacturer's recommendations. 3.2 WATERSTOPS, INSTALLATION AND SPLICES Waterstops shall be installed at the locations shown to form a continuous water -tight diaphragm. Adequate provision shall be made to support and completely protect the waterstops during the progress of the work. Any waterstop punctured or damaged shall be repaired or replaced. Exposed waterstops shall be protected during application of form release agents to avoid being coated. Suitable guards shall be provided to protect exposed projecting edges and ends of partially embedded waterstops from damage when concrete placement has been discontinued. Splices shall be made by certified trained personnel using approved equipment and procedures. 3.2.1 Non -Metallic Fittings shall be shop made using a machine specifically designed to mechanically weld the waterstop. A miter guide, proper fixturing (profile dependant), and portable power saw shall be used to miter cut the ends to be joined to ensure good alignment and contact between joined surfaces. The splicing of straight lengths shall be done by squaring the ends to be joined. Continuity of the characteristic features of the cross section of the waterstop (ribs, tabular center axis, protrusions, etc.) shall be maintained across the splice. 3.2.1.1 Polyvinyl Chloride Waterstop Splices shall be made by heat sealing the adjacent waterstop edges together using a thermoplastic splicing iron utilizing a non-stick surface specifically designed for waterstop welding. The correct temperature shall be used to sufficiently melt without charring the plastic. The spliced area, when cooled, shall show no signs of separation, holes, or other imperfections when bent by hand in as sharp an angle as possible. DACW67-99-B-0017 032504 98038/LD/ar 094283 3.2.1.2 Quality Assurance Edge welding will not be permitted. Centerbulbs shall be compressed or closed when welding to non- centerbulb type. Waterstop splicing defects which are unacceptable include, but are not limited to the following: 1) Tensile strength less than 80 percent of parent section. 2) Free lap joints. 3) Misalignment of centerbulb, ribs, and end bulbs greater than 2 mm (1/16 inch). 4) Misalignment which reduces waterstop cross section more than 15 percent. 5) Bond failure at joint deeper than 2 mm (1/16 inch) or 15 percent of material thickness. 6) Misalignment of waterstop splice resulting in misalignment of waterstop in excess of 13 mm (1/2 inch) in 3 m. (10 feet.) 7) Visible porosity in the weld area, including pin holes. 8) Charred or burnt material. 9) Bubbles or inadequate bonding. 10) Visible signs of splice separation when cooled splice is bent by hand at a sharp angle. END OF SECTION DACW67-99-B-0017 03250-5 98038/LD/ar 094283 DACW67-99-B-0017 03250-6 98038/LD/ar 094283 SECTION 03301 CONCRETE FOR BUILDING CONSTRUCTION PART] GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. ACI INTERNATIONAL (ACI) ACI 318/318R (1989; Rev 1992; Errata) Building Code Requirements for Reinforced Concrete AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A 615 (1994) Deformed and Plain Billet -Steel Bars for Concrete Reinforcement ASTM C 94 (1994) Ready -Mixed Concrete ASTM C 309 (1993) Liquid Membrane -Forming Compounds for Curing Concrete 1.2 SUBMITTALS Government approval is required for submittals with a "GA" designation; submittals having an "FIO" designation are for information only. The following shall be submitted in accordance with Section 01300 SUBMITTAL PROCEDURES: SD-13 Certificates Cementitious Materials; GA. Cement and pozzolan will be accepted on the basis of manufacturer's certification of compliance, accompanied by mill test reports attesting that the materials meet the requirements of the specification under which it is furnished. No cement, pozzolan, or slag shall be used until notice of acceptance has been given by the Contracting Officer. Cement and pozzolan may be subjected to check testing by the Government from samples obtained at the mill, at transfer points, or at the project site. 1.3 GENERAL REQUIREMENTS 1.3.1 Strength Requirements Structural concrete for all work shall have a 28-day compressive strength of 3000 pounds per square inch. Concrete slabs on -grade as indicated shall have a 28-day flexural strength of 600 pounds per square inch. DACW67-99-B-0017 03301-1 98038/LD/ar 094283 Concrete made with high -early strength cement shall have a 7-day strength equal to the specified 28-day strength for concrete made with Type I or 11 portland cement. 1.3.2 Air Entrainment All concrete shall contain from 4 to 7 percent total air. 1.3.3 Special Properties Concrete may contain other admixtures, such as water reducers, superplasticizers, or set retarding agents to provide special properties to the concrete, if approved. 1.3.4 Slump Slump shall be within the following limits: *Slump in inches Structural Element Minimum Maximum Walls, columns and beams 2 4 Foundation walls, substructure 1 3 walls, footings, pavement, and slabs Any structural concrete None 6 approved for placement by pumping *Where use of superplasticizers are approved to produce flowing concrete these slump requirements do not apply. PART 2 PRODUCTS 2.1 CONCRETE INGREDIENTS 2.1.1 Admixtures Air -entraining admixture shall conform to ASTM C 260. Water -reducing or retarding admixtures shall conform to ASTM C 494, Type A, B, or D. No calcium chloride or admixture containing chloride shall be used. 2.1.2 Aggregates Aggregates for normal weight concrete shall conform to ASTM C33. 2.1.3 Cementing Materials DACW67-99-B-0017 03301-2 98038/LD/ar 094283 Only one source and type of cement shall be used for exposed concrete surfaces of any structure. Pozzolan may be blended with Type I or II portland cement in an amount not exceeding 30 percent of the combined volume. Only one class of pozzolan, from a single source, may be used. 2.1.3.1 Portland Cement Portland cement shall conform to ASTM C 150, Type I or II. 2.1.3.2 High Early -Strength Portland Cement High early -strength portland cement shall conform to ASTM C 150, Type III, and shall be used only when specifically approved in writing. Concrete made with such cement shall be subject to all applicable provisions of these specifications. 2.1.3.3 Pozzolan Pozzolan shall conform to ASTM C 618, Class F. 2.2 CURING MATERIALS Curing materials shall be burlap, impervious sheets, or membrane -forming compounds. 2.3 EMBEDDED ITEMS Embedded items shall be of the size and type indicated or as needed for the application. Dovetail slots shall be galvanized steel. 2.4 FORM MATERIALS Forms for concrete surfaces shall be metal, plywood, or hardboard capable of producing the required surface without adverse effect on the concrete. Form coating shall be nonstaining form oil or form release agent that will not adversely affect the concrete surfaces or impair subsequent applications to the concrete. Form ties shall be metal, factory -fabricated, removable or snap -off type that will not leave holes less than 1/4 inch nor more than 1 inch deep and not more than 1 inch in diameter. 2.5 NONSLIP SURFACING MATERIAL Nonslip surfacing material shall consist of fifty-five percent, minimum, aluminum oxide or silicon -dioxide abrasive ceramically bonded together to form a homogenous material sufficiently porous to provide a good bond with portland paste; or factory -graded emery material consisting of not less than 45 percent aluminum oxide and 25 percent ferric oxide. The material shall be well graded from particles retained on the No. 30 sieve to particles passing the No. 8 sieve. 2.7 REINFORCEMENT Bar reinforcement shall be deformed, Grade 40 or Grade 60 billet steel conforming to ASTM A 615. Mesh reinforcement shall be welded steel wire fabric with wires at right angles to each other. DACW67-99-B-0017 03301-3 98038/LD/ar 094283 2.9 WATER Water shall be potable. PART 3 EXECUTION 3.1 PREPARATION OF SURFACES Surfaces to receive concrete shall be clean and free from frost, ice, mud, and water. Conduit and other similar items shall be in place and clean of any deleterious substance. Surfaces shall be moist but without free water when the concrete is placed. 3.2 FORMWORK Formwork shall be mortar -tight, properly aligned, and adequately supported to produce concrete conforming accurately to the indicated shapes, lines, dimensions, and with surfaces free of offsets, waviness, or bulges. Where surfaces are to be exposed or painted, panels shall be of uniform sizes, using smaller panels only where required by openings, joints or for closure. Unless otherwise shown, exposed external comers shall be chamfered, beveled or rounded by moldings placed in the forms. Form surfaces shall be thoroughly cleaned and coated before each use. Forms shall be removed at a time and in a manner that will not injure the concrete. 3.3 INSTALLATION OF REINFORCEMENT Reinforcement shall be fabricated to the required shapes. Reinforcement shall be interrupted 2 inches on each side of expansion joints. Reinforcement shall be accurately positioned and secured in place. 3.6 INSTALLATION OF EMBEDDED ITEMS Embedded items shall be free from oil, loose scale or rust, and paint. Embedded items shall be installed at the locations indicated and required to serve the intended purpose. Voids in sleeves, slots and inserts shall be filled with readily removable material to prevent the entry of concrete. 3.7 BATCHING, MIXING AND TRANSPORTING CONCRETE The work shall conform to ACI 318/318R part Construction Requirements, except as otherwise specified. 3.8 CONCRETE PLACEMENT Concrete shall be handled from mixer to forms in a continuous manner until the approved unit of operation is completed. Adequate scaffolding, ramps and walkways shall be provided so that personnel and equipment are not supported by in -place reinforcement. Placing will not be permitted when the sun, heat, wind, or limitations of facilities furnished by the Contractor prevent proper consolidation, finishing and curing. Concrete shall be deposited as close as possible to its final position in the forms, and there shall be no vertical drop greater than 8 feet except where suitable equipment is provided to prevent segregation and where specifically authorized. Depositing of the concrete shall be so regulated that it will be effectively consolidated in horizontal layers not more than 12 inches thick, except that all slabs shall be placed in a single layer. Concrete to receive other construction shall be screeded to the proper level to avoid excessive shimming or grouting. DACW67-99-B-0017 03301-4 98038/LD/ar 094283 3.9 CONSOLIDATION Immediately after placing, each layer of concrete shall be consolidated by internal vibrators, except for slabs 4 inches or less. The vibrators shall at all times be adequate in effectiveness and number to properly consolidate the concrete; a spare vibrator shall be kept at the jobsite during all concrete placing operations. The vibrators shall have a frequency of not less than 8000 vibrations per minute, and the head diameter and amplitude shall be appropriate for the concrete mixture being placed. Vibrators shall be inserted vertically at uniform spacing over the area of placement. The distance between insertions shall be approximately 1-1/2 times the radius of action of the vibrator so that the area being vibrated will overlap the adjacent just -vibrated area by a few inches. The vibrator shall penetrate rapidly to the bottom of the layer and at least 6 inches into the preceding layer if there is such. Vibrator shall be held stationary until the concrete is consolidated and then withdrawn slowly. The use of form vibrators must be specifically approved. Vibrators shall not be used to transport concrete within the forms. Slabs 4 inches and less in thickness shall be consolidated by properly designed vibrating screeds or other approved technique. 3.10 WEATHER LIMITATIONS Special protection measures, approved by the Contracting Officer, shall be used if freezing temperatures are anticipated before the expiration of the specified curing period. The temperature of the concrete placed during warm weather shall not exceed 85 degrees F except where an approved retarder is used. The mixing water and/or aggregates shall be cooled, if necessary, to maintain a satisfactory placing temperature. In no case shall the placing temperature exceed 95 degrees F. 3.11 CONSTRUCTION JOINTS Construction joints shall be located as indicated or approved. Where concrete work is interrupted by weather, end of work shift or other similar type of delay, location and type of construction joint shall be subject to approval of the Contracting Officer. 3.12 FINISHING CONCRETE 3.12.1 Formed Surfaces Fins and loose material shall be removed. Unsound concrete, voids over 1/2 inch in diameter, and tie -rod bolt holes shall be cut back to solid concrete, reamed, brush -coated with cement grout, and filled solid with a stiff portland cement and sand mortar mix. Patchwork shall finish flush with adjoining concrete surfaces in texture and color. Patchwork shall be cured for 72 hours. 3.12.2 Unformed Surfaces 3.12.2.1 Broom Finish After floating, slabs shall be lightly trowelled, and then broomed with a fiber -bristle brush in a direction transverse to that of the main traffic. DACW67-99-B-0017 03301-5 98038/LD/ar 094283 3.13 CURING AND PROTECTION 3.13.1 General Immediately after placement, concrete shall be protected from premature drying extremes in temperatures, rapid temperature change, mechanical injury and injury from rain and flowing water. Air and forms in contact with concrete shall be maintained at a temperature above 50 degrees F for the first 3 days and at a temperature above 32 degrees F for the remainder of the specified curing period. 3.13.2 Moist Curing Concrete to be moist -cured shall be maintained continuously wet for the entire curing period. If water or curing materials used stains or discolors concrete surfaces which are to be permanently exposed, the concrete surfaces shall be cleaned. When wooden forms are left in place during curing, they shall be kept wet at all times. If the forms are removed before the end of the curing period, curing shall be carried out as on unformed surfaces, using suitable materials. Horizontal surfaces shall be cured by ponding, by covering with a 2 inch minimum thickness of continuously saturated sand, or by covering with waterproof paper, polyethylene sheet, polyethylene -coated burlap or saturated burlap. 3.13.3 Membrane Curing Membrane curing shall not be used on surfaces that are to receive any subsequent treatment depending on adhesion or bonding to the concrete; except a styrene acrylate or chlorinated rubber compound meeting ASTM C 309, Class B requirements may be used for surfaces which are to be painted or are to receive bituminous roofing or waterproofing, or floors that are to receive adhesive applications of resilient flooring. The curing compound selected shall be compatible with any subsequent paint, roofing, waterproofing or flooring specified. Membrane curing compound shall not be used on surfaces that are maintained at curing temperatures with free steam. Curing compound shall be applied to formed surfaces immediately after the forms are removed and prior to any patching or other surface treatment except the cleaning of loose sand, mortar, and debris from the surface. Surfaces shall be thoroughly moistened with water and the curing compound shall be applied to slab surfaces as soon as the bleeding water has disappeared, with the tops of joints being temporarily sealed to prevent entry of the compound and to prevent moisture loss during the curing period. Compound shall be applied in a one -coat continuous operation by mechanical spraying equipment, at a uniform coverage in accordance with the manufacturer's printed instructions. Concrete surfaces which have been subjected to rainfall within 3 hours after curing compound has been applied shall be resprayed by the method and at the coverage specified. On surfaces permanently exposed to view, the surface shall be shaded from direct rays of the sun for the duration of the curing period. Surfaces coated with curing compound shall be kept free of foot and vehicular traffic, and from other sources of abrasion and contamination during the curing period. 3.14 SETTING BASE PLATES AND BEARING PLATES After being properly positioned, column base plates, bearing plates for beams and similar structural members, and machinery and equipment base plates shall be set to the proper line and elevation with damp -pack bedding mortar, except where nonshrink grout is indicated. The thickness of the mortar or grout shall be approximately 1/24 the width of the plate, but not less than 3/4 inch. Concrete and meta] surfaces in contact with grout shall be clean and free of oil and grease, and concrete surfaces in contact with grout shall be damp and free of laitance when grout is placed. DACW67-99-B-0017 03301-6 98038/LD/ar 094283 END OF SECTION DACW67-99-B-0017 03301-7 98038/LD/ar 094283 DACW67-99-B-0017 03301-8 98038/LD/ar 094283 SECTION 05055 WELDING, STRUCTURAL PART] GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN INSTITUTE OF STEEL CONSTRUCTION (AISC) AISC-04 (1989) Specification for Structural Steel Buildings - Allowable Stress Design, Plastic Design AMERICAN SOCIETY FOR NONDESTRUCTIVE TESTING (ASNT) ASNT-01 (1996) Recommended Practice SNT-TC-1 A AMERICAN WELDING SOCIETY (AWS) AWS A2.4 (1993) Standard Symbols for Welding, Brazing and Nondestructive Examination AWS A3.0 (1994) Standard Welding Terms and Definitions AWS D 1.1 (1994) Structural Welding Code - Steel AWS Z49.1 (1994) Safety in Welding and Cutting and Allied Processes 1.2 DEFINITIONS Definitions of welding terms shall be in accordance with AWS A3.0. 1.3 GENERAL REQUIREMENTS The design of welded connections shall conform to AISC-04 unless otherwise indicated or specified. Material with welds will not be accepted unless the welding is specified or indicated on the drawings or otherwise approved. Welding shall be as specified in this section, except where additional requirements are shown on the drawings or are specified in other sections. Welding shall not be started until welding procedures, welders, welding operators, and tackers have been qualified and the submittals approved by the Contracting Officer. Qualification testing shall be performed at or near the work site. Each Contractor performing welding shall maintain records of the test results obtained in welding procedure, welder, welding operator, and tacker performance qualifications. DACW67-99-B-0017 05055-1 98038/LD/ar 094283 1.4 SUBMITTALS Government approval is required for submittals with a "GA" designation; submittals having an "FIO" designation are for information only. The following shall be submitted in accordance with Section 01300 SUBMITTAL PROCEDURES: SD-08 Statements Welding Procedure Qualifications; GA. Welder, Welding Operator, and Tacker Qualification; GA. Inspector Qualification; GA. Copies of the welding procedure specifications; the procedure qualification test records; and the welder, welding operator, or tacker qualification test records. SD-18 Records Quality Control; GA. A quality assurance plan and records of tests and inspections. 1.5 WELDING PROCEDURE QUALIFICATIONS Except for prequalified (per AWS D1.1) and previously qualified procedures, each Contractor performing welding shall record in detail and shall qualify the welding procedure specification for any welding procedure followed in the fabrication of weldments. Qualification of welding procedures shall conform to AWS D1.1 and to the specifications in this section. Copies of the welding procedure specification and the results of the procedure qualification test for each type of welding which requires procedure qualification shall be submitted for approval. Approval of any procedure, however, will not relieve the Contractor of the sole responsibility for producing a finished structure meeting all the requirements of these specifications. This information shall be submitted on the forms in Appendix E of AWS D1.1. Welding procedure specifications shall be individually identified and shall be referenced on the detail drawings and erection drawings, or shall be suitably keyed to the contract drawings. In case of conflict between this specification and AWS D1.1, this specification governs. 1.5.1 Previous Qualifications Welding procedures previously qualified by test may be accepted for this contract without requalification if the following conditions are met: a. Testing was performed by an approved testing laboratory, technical consultant, or the Contractors approved quality control organization. b. The qualified welding procedure conforms to the requirements of this specification and is applicable to welding conditions encountered under this contract. c. The welder, welding operator, and tacker qualification tests conform to the requirements of this specification and are applicable to welding conditions encountered under this contract. DACW67-99-B-0017 05055-2 98038/LD/ar 094283 1.5.2 Prequalified Procedures Welding procedures which are considered prequalified as specified in AWS D1.1 will be accepted without further qualification. The Contractor shall submit for approval a listing or an annotated drawing to indicate the joints not prequalified. Procedure qualification shall be required for these joints. 1.5.3 Retests If welding procedure fails to meet the requirements of AWS D1.1, the procedure specification shall be revised and requalified, or at the Contractor's option, welding procedure may be retested in accordance with AWS D 1.1. If the welding procedure is qualified through retesting, all test results, including those of test welds that failed to meet the requirements, shall be submitted with the welding procedure. 1.6 WELDER, WELDING OPERATOR, AND TACKER QUALIFICATION Each welder, welding operator, and tacker assigned to work on this contract shall be qualified in accordance with the applicable requirements of AWS D1.1 and as specified in this section. Welders, welding operators, and tackers who make acceptable procedure qualification test welds will be considered qualified for the welding procedure used. 1.6.1 Previous Qualifications At the discretion of the Contracting Officer, welders, welding operators, and tackers qualified by test within the previous 6 months may be accepted for this contract without requalification if all the following conditions are met: a. Copies of the welding procedure specifications, the procedure qualification test records, and the welder, welding operator, and tacker qualification test records are submitted and approved in accordance with the specified requirements for detail drawings. b. Testing was performed by an approved testing laboratory, technical consultant, or the Contractor's approved quality control organization. c. The previously qualified welding procedure conforms to the requirements of this specification and is applicable to welding conditions encountered under this contract. d. The welder, welding operator, and tacker qualification tests conform to the requirements of this specification and are applicable to welding conditions encountered under this contract. 1.6.2 Certificates Before assigning any welder, welding operator, or tacker to work under this contract, the Contractor shall submit the names of the welders, welding operators, and tackers to be employed, and certification that each individual is qualified as specified. The certification shall state the type of welding and positions for which the welder, welding operator, or tacker is qualified, the code and procedure under which the individual is qualified, the date qualified, and the name of the firm and person certifying the qualification tests. The certification shall be kept on file, and 3 copies shall be furnished. The certification shall be kept current for the duration of the contract. DACW67-99-B-0017 05055-3 98038/LD/ar 094283 1.6.3 Renewal of Qualification Requalification of a welder or welding operator shall be required under any of the following conditions: a. It has been more than 6 months since the welder or welding operator has used the specific welding process for which he is qualified. b. There is specific reason to question the welder or welding operator's ability to make welds that meet the requirements of these specifications. c. The welder or welding operator was qualified by an employer other than those firms performing work under this contract, and a qualification test has not been taken within the past 12 months. Records showing periods of employment, name of employer where welder, or welding operator, was last employed, and the process for which qualified shall be submitted as evidence of conformance. d. A tacker who passes the qualification test shall be considered eligible to perform tack welding indefinitely in the positions and with the processes for which he is qualified, unless there is some specific reason to question the tacker's ability. In such a case, the tacker shall be required to pass the prescribed tack welding test. 1.7 INSPECTOR QUALIFICATION Inspection and nondestructive testing personnel shall be qualified in accordance with the requirements of ASNT-01 for Levels I or II in the applicable nondestructive testing method. The inspector may be supported by assistant welding inspectors who are not qualified to ASNT-01, and assistant inspectors may perform specific inspection functions under the supervision of the qualified inspector. 1.8 SYMBOLS Symbols shall be in accordance with AWS A2.4, unless otherwise indicated. 1.9 SAFETY Safety precautions during welding shall conform to AWS Z49.1. PART 2 PRODUCTS 2.1 WELDING EQUIPMENT AND MATERIALS All welding equipment, electrodes, welding wire, and fluxes shall be capable of producing satisfactory welds when used by a qualified welder or welding operator performing qualified welding procedures. All welding equipment and materials shall comply with the applicable requirements of AWS D1.1. Use E70xx Electrodes. DACW67-99-B-0017 05055-4 98038/LD/ar 094283 PART 3 EXECUTION 3.1 WELDING OPERATIONS 3.1.1 Requirements Workmanship and techniques for welded construction shall conform to the requirements of AWS D1 and AISC-04 When AWS D1.1 and the AISC-04 specification conflict, the requirements of AWS DI shall govern. 3.1.2 Dewatering for Welding at Drainage Structures Some field welds for the major drainage structures are at an elevation near MLLW and may require dewatering to perform. See Section 01560 CARE AND DIVERSION OF WATER. 3.1.3 Identification Welds shall be identified in one of the following ways: a. Written records shall be submitted to indicate the location of welds made by each welder, welding operator, or tacker. b. Each welder, welding operator, or tacker shall be assigned a number, letter, or symbol to identify welds made by that individual. The Contracting Officer may require welders, welding operators, and tackers to apply their symbol next to the weld by means of rubber stamp, felt -tipped marker with waterproof ink, or other methods that do not cause an indentation in the metal. For seam welds, the identification mark shall be adjacent to the weld at 3 foot intervals. Identification with die stamps or electric etchers shall not be allowed. 3.2 QUALITY CONTROL The Contractor shall perform visual inspection to determine conformance with paragraph STANDARDS OF ACCEPTANCE. Procedures and techniques for inspection shall be in accordance with applicable requirements of AWS D1.1. 3.3 STANDARDS OF ACCEPTANCE Dimensional tolerances for welded construction, details of welds, and quality of welds shall be in accordance with the applicable requirements of AWS D1.1 and the contract drawings. Welding inspectors shall visually inspect and mark all welds. 3.3.1 Nondestructive Examination The welding shall be subject to inspection in the mill, shop, and field. Inspection and tests in the mill or shop will not relieve the Contractor of the responsibility to furnish weldments of satisfactory quality. When materials or workmanship do not conform to the specification requirements, the Government reserves the right to reject material or workmanship or both at any time before final acceptance of the structure containing the weldment. DACW67-99-13-0017 05055-5 98038/LD/ar 094283 3.4 GOVERNMENT INSPECTION AND TESTING In addition to the inspection performed by the Contractor for quality control, the Government will perform inspection for acceptance to the extent determined by the Contracting Officer. The costs of such inspection will be borne by the Contractor if unsatisfactory welds are discovered, or by the Government if the welds are satisfactory. The work may be performed by the Government's own forces or under a separate contract for inspection and testing. The Government reserves the right to perform supplemental nondestructive and destructive tests to determine compliance with paragraph STANDARDS OF ACCEPTANCE. 3.5 CORRECTIONS AND REPAIRS When inspection indicates defects in the weld joints, the welds shall be repaired using a qualified welder or welding operator as applicable. Corrections shall be in accordance with the requirements of AWS D1.1 and the specifications. Defects shall be repaired in accordance with the approved procedures. Defects discovered between passes shall be repaired before additional weld material is deposited. Wherever a defect is removed and repair by welding is not required, the affected area shall be blended into the surrounding surface to eliminate sharp notches, crevices, or comers. After a defect is thought to have been removed, and before rewelding, the area shall be examined by suitable methods to insure that the defect has been eliminated. Repair welds shall meet the inspection requirements for the original welds. Any indication of a defect shall be regarded as a defect, unless reevaluation by nondestructive methods or by surface conditioning shows that no unacceptable defect is present. END OF SECTION DAC W67-99-B-0017 05055-6 98038/LD/ar 094283 SECTION 05101 METALWORK FABRICATION AND MISCELLANEOUS PROVISIONS PART1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A 123 (1989a) Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products ASTM A 325 (1992a) Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength ASTM A 307 (1994) Carbon Steel Bolts and Studs ASTM A 490 (1992) Heat -Treated Steel Structural Bolts, 150 ksi Minimum Tensile Strength ASTM A 780 (1993a) Repair of Damaged and Uncoated Areas of Hot -Dip Galvanized Coatings AMERICAN SOCIETY OF MECHANICAL ENGINEERS (ASME) ASME B4.1 (1967; R 1987; Errata) Preferred Limits and Fits for Cylindrical Parts AMERICAN WELDING SOCIETY, INC. (AWS) AWS D1.1 (1992) Structural Welding Code - Steel 1.2 RELATED SECTIONS 1.2.1 Welding Requirements Refer to Section 05055, WELDING, STRUCTURAL. 1.3 SUBMITTALS Government approval is required for all submittals with a "GA" designation; submittals having an "FIO" designation are for information only. The following shall be submitted in accordance with Section 01300 SUBMITTAL PROCEDURES: DACW67-99-B-0017 05101-1 98038/LD/ar 094283 Schedules Materials Orders; FIO. Copies of purchase orders, mill orders, shop orders and work orders for materials shall be submitted prior to the use of the materials in the work. Materials List; FIO. Materials list for fabricated items shall be submitted at the time of submittal of detail drawings. Shipping Bill; FIO. Shipping bill for all hydraulic and vehicle gates shall be submitted with the delivery of finished pieces to the site. Reports Tests, Inspections, and Verifications; FIO. Certified test reports for materials shall be submitted with all materials delivered to the site. Records Materials Disposition Records; FIO. Materials disposition records shall be submitted before completion of contract. PART 2 PRODUCTS 2.1 MATERIALS 2.1.1 Materials Orders The Contractor shall furnish three copies of purchase orders, mill orders, shop orders and work orders for all materials and items used in the work. Where mill tests are required purchase orders shall contain the test site address and the name of the testing agency. 2.1.2 Materials List The Contractor shall furnish a list of the materials to be used in the fabrication of each item. 2.1.3 Shipping Bill The Contractor shall furnish a shipping bill or memorandum of each shipment of finished pieces or members to the project site giving the designation mark and weight of each item, the number of items, the total weight, and the car initial and number if shipped by rail in carload lots. Duplicate copies of shipping bills shall be mailed promptly to the Contracting Officer. DACW67-99-B-0017 05101-2 98038/LD/ar 094283 2.2 FABRICATION 2.2.1 Structural Fabrication Material must be straight before being laid off or worked. If straightening is necessary it shall be done by methods that will not impair the metal. Sharp kinks or bends shall be cause for rejection of the material. Material with welds will not be accepted except where welding is definitely specified, indicated on the drawings or otherwise approved. Bends shall be made by approved dies, press brakes or bending rolls. Where heating is required, precautions shall be taken to avoid overheating the metal and it shall be allowed to cool in a manner that will not impair the original properties of the metal. Proposed flame cutting of material other than structural steel shall be subject to approval and shall be indicated on detail drawings. Shearing shall be accurate and all portions of the work shall be neatly finished. Corners shall be square and true unless otherwise shown on the drawings. Re-entrant cuts shall be filleted to a minimum radius of 3/4-inch unless otherwise approved. Finished members shall be free of twists, bends and open joints. Bolts, nuts and screws shall be tight. 2.2.1.1 Dimensional Tolerances for Structural Work Dimensions shall be measured by an approved calibrated steel tape of approximately the same temperature as the material being measured. The overall dimensions of an assembled structural unit shall be within the tolerances indicated on the drawings or as specified in the particular section of these specifications for the item of work. Where tolerances are not specified in other sections of these specifications or shown on the drawings an allowable variation of 1/32-inch is permissible in the overall length of component members with both ends milled and component members without milled ends shall not deviate from the dimensions shown on the drawings by more than 1/8-inch for members 30 feet or less in length and by more than 1/4-inch for members over 30 feet in length. 2.2.1.2 Structural Steel Fabrication Structural steel may be cut by mechanically guided or hand -guided torches, provided an accurate profile with a surface that is smooth and free from cracks and notches is obtained. Surfaces and edges to be welded shall be prepared in accordance with AWS D 1.1, Subsection 3.2. Where structural steel is not to be welded, chipping or grinding will not be required except as necessary to remove slag and sharp edges of mechanically guided or hand -guided cuts not exposed to view. Hand -guided cuts which are to be exposed or visible shall be chipped, ground or machined to sound metal. 2.2.2 Welding 2.2.2.1 Welding of Structural Steel a. Welding Procedures for Structural Steel Refer to Section 05055, WELDING, STRUCTURAL. DACW67-99-B-0017 05101-3 98038/LD/ar 094283 2.2.3 Bolted Connections 2.2.3.1 Bolted Structural Steel Connections Bolts, nuts and washers shall be of the type specified or indicated on the drawings. All nuts shall be equipped with washers. Beveled washers shall be used where bearing faces have a slope of more than 1:20 with respect to a plane normal to the bolt axis. a. Bolt Holes Bolt holes shall be accurately located, smooth, perpendicular to the member and cylindrical. (1) Holes for regular bolts shall be drilled or subdrilled and reamed in the shop and shall not be more than 1/16-inch larger than the diameter of the bolt. (2) Holes for fitted bolts shall be match -reamed or drilled in the shop. Burrs resulting from reaming shall be removed. The threads of bolts shall be entirely outside of the holes. The body diameter of bolts shall have tolerances as recommended by ASME B4.1 for the class of fit specified. Fitted bolts shall be fitted in reamed holes by selective assembly to provide an LN-2 fit. (3) Holes shall have diameters of not more than 1/16-inch larger than bolt diameters. If the thickness of the material is not greater than the diameter of the bolts the holes may be punched. Poor matching of holes will be cause for rejection. Drifting occurring during assembly shall not distort the metal or enlarge the holes. Reaming to a larger diameter of the next standard size bolt will be allowed for slight mismatching. 2.2.4 Miscellaneous Provisions 2.2.4.1 Metallic Coatings a. Zinc Coatings Zinc coatings shall be applied in a manner and of a thickness and quality conforming to ASTM A 123. Where zinc coatings are destroyed by cutting, welding or other causes the affected areas shall be regalvanized. Coatings 2 ounces or heavier shall be regalvanized with a suitable low -melting zinc base alloy similar to the recommendations of the American Hot -Dip Galvanizers Association to the thickness and quality specified for the original zinc coating. Coatings less than 2 ounces shall be regalvanized by a repair compound conforming to ASTM A 780. 2.3 TESTS, INSPECTIONS, AND VERIFICATIONS The Contractor shall have required material tests and analyses performed and certified by an approved laboratory to demonstrate that materials are in conformity with the specifications. These tests and analyses shall be performed and certified at the Contractors expense. Tests shall conform to the requirements of the particular sections of these specifications for the respective items of work unless otherwise specified or authorized. Tests shall be conducted in the presence of the Contracting Officer if so required. The Contractor shall furnish specimens and samples for additional independent tests and analyses upon request by the Contracting Officer. Specimens and samples shall be properly labeled and prepared for shipment. DACW67-99-B-0017 05101-4 98038/LD/ar 094283 2.3.1 Nondestructive Testing When doubt exists as to the soundness of any material part such part may be subjected to any form of nondestructive testing determined by the Contracting Officer. This may include ultrasonic, magnaflux, dye penetrant, x-ray, gamma ray or any other test that will thoroughly investigate the part in question. The cost of such investigation will be borne by the Government. Any defects will be cause for rejection and rejected parts shall be replaced and retested at the Contractors expense. 2.3.2 Tests of Levee Closure Gates The details for testing of levee closure gate units shall conform to the requirements. After being installed at the site each complete machinery or structural unit shall be operated through a sufficient number of complete cycles to demonstrate to the satisfaction of the Contracting Officer that it meets the specified operational requirements in all respects. PART 3 EXECUTION 3.1 INSTALLATION All parts to be installed shall be thoroughly cleaned. Packing compounds, rust, dirt, grit and other foreign matter shall be removed. Holes and grooves for lubrication shall be cleaned. Enclosed chambers or passages shall be examined to make sure that they are free from damaging materials. Where units or items are shipped as assemblies they will be inspected by the Contracting Officer prior to installation. Disassembly, cleaning and lubrication will not be required except where necessary to place the assembly in a clean and properly lubricated condition. Pipe wrenches, cold chisels or other tools likely to cause damage to the surfaces of rods, nuts or other parts shall not be used for assembling and tightening parts. Bolts and screws shall be tightened firmly and uniformly but care shall be taken not to overstress the threads. When a half nut is used for locking a full nut the half nut shall be placed first and followed by the full nut. Threads of all bolts except high strength bolts, nuts and screws shall be lubricated with an approved lubricant before assembly. Threads of corrosion -resisting steel bolts and nuts shall be coated with an approved antigalling compound. Driving and drifting bolts or keys will not be permitted. 3.1.1 Alignment and Setting Each machinery or structural unit shall be accurately aligned by the use of steel shims or other approved methods so that no binding in any moving parts or distortion of any member occurs before it is fastened in place. The alignment of all parts with respect to each other shall be true within the respective tolerances required. Machines shall be set true to the elevations shown on the drawings. 3.1.2 Blocking and Wedges All blocking and wedges used during installation for the support of parts to be grouted in foundations shall be removed before final grouting unless otherwise directed by the Contracting Officer. Blocking and wedges left in the foundations with the approval of the Contracting Officer shall be of steel or iron. 3.2 PROTECTION OF FINISHED WORK 3.2.1 Machined Surfaces Machined surfaces shall be thoroughly cleaned of foreign matter. All finished surfaces shall be protected DACW67-99-B-0017 05101-5 98038/LD/ar 094283 by suitable means. Unassembled pins and bolts shall be oiled and wrapped with moisture resistant paper or protected by other approved means. Finished surfaces of ferrous metals to be in bolted contact shall be washed with an approved rust inhibitor and coated with an approved rust resisting compound for temporary protection during fabrication, shipping and storage periods. Finished surfaces of metals which shall be exposed after installation except corrosion resisting steel or nonferrous metals shall be galvanized. 3.3 TESTS 3.3.1 Workmanship Workmanship shall be of the highest grade and in accordance with the best modern practices to conform with the specifications for the item of work being furnished. END OF SECTION DACW67-99-B-0017 05101-6 98038/LD/ar 094283 DACW67-99-B-0017 05101-7 This page intentionally blank 98038 094283 SECTION 05120 STRUCTURAL STEEL PART1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN INSTITUTE OF STEEL CONSTRUCTION (AISC) AISC ASD Manual (1989) Manual of Steel Construction Allowable Stress Design AISC ASD/LRFD Vol II (1992) Manual of Steel Construction Vol II: Connections AISC LRFD Vol I (1995) Manual of Steel Construction Load & Resistance Factor Design, Vol 1: Structural Members, Specifications & Codes AISC LRFD Vol II (1995) Manual of Steel Construction Load & Resistance Factor Design, Vol II: Structural Members, Specifications & Codes AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A 6/A 6M (1996b) General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling ASTM A 36/A 36M (1996) Carbon Structural Steel ASTM A 53 (1996) Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless ASTM A 242/A 242M (1993a) High -Strength Low -Alloy Structural Steel ASTM A 307 (1994) Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength ASTM A 325 (1996) Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength ASTM A 325M (1993) High -Strength Bolts for Structural Steel Joints (Metric) ASTM A 490 (1993) Heat -Treated Steel Structural Bolts, 150 ksi Minimum Tensile Strength ASTM A 490M (1993) High -Strength Steel Bolts, Classes 10.9 and 10.9.3, for Structural Steel Joints (Metric) DACW67-99-B-0017 05120-1 98038 094283 ASTM A 500 (1993) Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes ASTM A 501 (1993) Hot -Formed Welded and Seamless Carbon Steel Structural Tubing ASTM A 502 (1993) Steel Structural Rivets ASTM A 514/A 514M (1994a) High -Yield -Strength, Quenched and Tempered Alloy Steel Plate, Suitable for Welding ASTM A 529/A 529M (1994) High -Strength Carbon -Manganese Steel of Structural Quality ASTM A 563 (1994) Carbon and Alloy Steel Nuts ASTM A 563M (1993) Carbon and Alloy Steel Nuts (Metric) ASTM A 572/A 572M (1994c) High -Strength Low -Alloy Columbium -Vanadium Structural Steel ASTM A 588/A 588M (1994) High -Strength Low -Alloy Structural Steel with 50 ksi (345 MPa) Minimum Yield Point to 4 in. (100 mm) Thick ASTM A 618 (1993; R 1995) Hot -Formed Welded and Seamless High - Strength Low -Alloy Structural Tubing ASTM A 709/A 709M (1996) Carbon and High -Strength Low -Alloy Structural Steel Shapes, Plates, and Bars and Quenched -and -Tempered Alloy Structural Steel Plates for Bridges ASTM A 852/A 852M (1994) Quenched and Tempered Low -Alloy Structural Steel Plate with 70 ksi (485 MPa) Minimum Yield Strength to 4 in. (100 mm) Thick ASTM F 436 (1993) Hardened Steel Washers ASTM F 436M (1993) Hardened Steel Washers (Metric) ASTM F 844 (1990) Washers, Steel, Plain (Flat), Unhardened for General Use ASTM F 959 (1996) Compressible -Washer -Type Direct Tension Indicators for Use with Structural Fasteners AMERICAN SOCIETY OF MECHANICAL ENGINEERS (ASME) ASME B18.21.1 (1994) Lock Washers (Inch Series) DAC W67-99-B-0017 05120-2 98038 094283 ASME B46.1 (1995) Surface Texture (Surface Roughness, Waviness, and Lay) AMERICAN WELDING SOCIETY (AWS) AWS A2.4 (1993) Standard Symbols for Welding, Brazing and Nondestructive Examination AWS D 1.1 (1996) Structural Welding Code - Steel STEEL STRUCTURES PAINTING COUNCIL (SSPC) SSPC Paint 25 (1991) Red Iron Oxide, Zinc Oxide, Raw Linseed Oil and Alkyd Primer (without Lead and Chromate Pigments) 1.2 GENERAL REQUIREMENTS Structural steel fabrication and erection shall be performed by an organization experienced in structural steel work of equivalent magnitude. The Contractor shall be responsible for correctness of detailing, fabrication, and for the correct fitting of structural members. Connections, for any part of the structure not shown on the contract drawings, shall be considered simple shear connections and shall be designed and detailed in accordance with pertinent provisions of AISC ASD Manual and AISC LRFD Vol II. Substitution of sections or modification of connection details will not be accepted unless approved by the Contracting Officer. AISC ASD Manual and AISC ASD/LRFD Vol II shall govern the work. Welding shall be in accordance with AWS D1.1. 1.3 SUBMITTALS Government approval is required for submittals with a "GA" designation; submittals having an "FIO" designation are for information only. The following shall be submitted in accordance with Section 01300 SUBMITTAL PROCEDURES: Drawings Structural Steel System; GA. Structural Connections; GA. Shop and erection details including members (with their connections) not shown on the contract drawings. Welds shall be indicated by standard welding symbols in accordance with AWS A2.4. Statements Erection; GA. Prior to erection, erection plan of the structural steel framing describing all necessan, temporary supports, including the sequence of installation and removal. Certificates Mill Test Reports; GA. DACW67-99-B-0017 05120-3 98038 094283 Certified copies of mill test reports for structural steel, structural bolts, nuts, washers and other related structural steel items, including attesting that the structural steel furnished contains no less than 25 percent recycled scrap steel and meets the requirements specified herein, prior to the installation. Welder Qualifications; GA. Certified copies of welder qualifications test records showing qualification in accordance with AWS D1.1. Fabrication; GA. A copy of the AISC certificate indicating that the fabrication plant meets the specified structural steelwork category. Samples Carbon Steel Bolts and Nuts; FIO. Nuts Dimensional Style; FIO. Washers; FIO. Random samples of bolts, nuts, and washers as delivered to the job site if requested, taken in the presence of the Contracting Officer and provided to the Contracting Officer for testing to establish compliance with specified requirements. 1.4 STORAGE Material shall be stored out of contact with the ground in such manner and location as will minimize deterioration. PART 2 PRODUCTS 2.1 STRUCTURAL STEEL 2.1.1 Carbon Grade Steel Carbon grade steel shall conform to ASTM A 36/A 36M. 2.2 STRUCTURAL TUBING Structural tubing shall conform to ASTM A 500, Grade B. 2.3 STEEL PIPE Steel pipe shall conform to ASTM A 53, Type S, Grade B. 2.4 CARBON STEEL BOLTS AND NUTS Carbon steel bolts shall conform to ASTM A 307, Grade A with carbon steel nuts conforming to ASTM A 563, Grade A. DACW67-99-B-0017 05120-4 98038 094283 2.5 WASHERS Plain washers shall conform to ASTM F 844. 2.6 GALVANIZING Structural members as indicated shall be galvanized. PART 3 EXECUTION 3.1 FABRICATION Fabrication shall be in accordance with the applicable provisions ofAISC ASD Manual. Fabrication and assembly shall be done in the shop to the greatest extent possible. The fabricating plant shall be certified under the AISC quality certification program for Category I structural steelwork. Compression joints depending on contact bearing shall have a surface roughness not in excess of 500 micro inches as determined by ASME B46.1, and ends shall be square within the tolerances for milled ends specified in ASTM A 6/A 6M. Structural steelwork, except surfaces of steel to be encased in concrete, and railroad rail need not be galvanized. 3.2 ERECTION Erection of structural steel shall be in accordance with the applicable provisions ofAISC ASD Manual. 3.2.1 Structural Connections Connections between the structural steel members shall be provided and shall be properly located and built into connecting work. 3.2.2 Field Weld Connections Field welded structural connections shall be completed before load is applied. 3.2.3 Field Priming After erection, the field bolt heads and nuts, field welds, and any abrasions in the shop coat shall be cleaned and primed with galvanizing of the same quality as that specified. END OF SECTION DACW67-99-B-0017 05120-5 98038 094283 DACW67-99-B-0017 05120-6 98038... SECTION 05502 METALS: MISCELLANEOUS, STANDARD ARTICLES, SHOP FABRICATED ITEMS, AND STEEL DECKING PART1 GENERAL 1.1 REFERENCES 094283 The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY OF MECHANICAL ENGINEERS (ASME) ASME B18.2.1 (1996) Square and Hex Bolts and Screws (Inch Series) ASME B18.2.2 (1987) Square and Hex Nuts (Inch Series) ASME B 18.22.1 (1965; R 1990) Plain Washers ASME B18.23.1 (1967; R 1975) Beveled Washers AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A 36 (1996) Structural Steel ASTM A 53 (1996) Pipe, Steel, Black and Hot -Dipped, Zinc -Coated Welded and Seamless ASTM A 307 (1994) Carbon Steel Bolts and Studs ASTM A 325 (1996) Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength ASTM A 449 (1993) Quenched and Tempered Steel Bolts and Studs ASTM A 500 (1996a) Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes ASTM A 611 (1996) Structural Steel (SS) Sheet, Carbon, Cold -Rolled ASTM A 653 (1996) Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron, Alloy Coated (Galvannealed) by the Hot -Dip Method ASTM A 792 (1996) Steel Sheet 55 Percent Aluminum - Zinc Alloy Coated by the Hot Dip Process nAC'W67_00-R-nn17 05501_1 98038... 094283 1.2 RELATED SECTIONS 1.2.1 Welding and Workmanship Requirements Section 05055 WELDING, STRUCTURAL. 1.3 SUBMITTALS Government approval is required for all submittals with a "GA" designation; submittals having an "FIO" designation are for information only. The following shall be submitted in accordance with Section 01300 SUBMITTAL PROCEDURES: Reports Miscellaneous Metals and Standard Metal Articles; GA. Certified test reports for materials tests and analyses shall be submitted for approval as specified herein. Records Miscellaneous Metals and Standard Metal Articles; FIO. Records which identify the disposition of approved material and fabricated items in the work must be submitted for approval as specified herein. Data Deck Units; GA. Catalog cuts for the structural properties of the deck units or SDI certification that the units are designed in accordance with SDI specifications. Drawings Deck Units; GA. Attachments; GA. Drawings shall include type, configuration, structural properties, location, and necessary details of deck units, accessories, and supporting members; size and location of holes to be cut and reinforcement to be provided; location and sequence of welded or fastener connections; and the manufacturer's erection instructions. PART 2 PRODUCTS 2.1 MISCELLANEOUS METALS AND STANDARD METAL ARTICLES Miscellaneous metal materials and standard metal articles shall conform to the respective specifications and other designated requirements. Sizes shall be as specified or shown on drawings. Where material requirements are not specified, materials furnished shall be suitable for the intended use and shall be subject to the approval of the Contracting Officer. TIACW67_g9_R_001 7 n55m_� 98038... 094283 2.1.1 Structural Steel ASTM A 36. 2.1.2 Steel Plates 2.1.2.1 Structural ASTM A 36. 2.1.3 Steel Tubing 2.1.3.1 Structural ASTM A 500, Grade B, FY 46 ksi, seamless, outside dimensions and nominal wall thickness as shown on the drawings. 2.1.4 Steel Pipes and Pipe Fittings 2.1.4.1 Pipes ASTM A 53, Type S, Grade B, seamless, galvanized, nominal size and weight class or outside diameter and nominal wall thickness as shown on the drawings, plain ends. 2.1.5 Tie Rods ASTM A 449, Fy 58 Ksi. Associated nuts and washers shall conform to ASTM A 325. 2.1.6 Bolts, Nuts, and Washers Bolts, nuts, and washers shall be of the material, grade, type, class, style and finish indicated or best suited for intended use. 2.1.6.1 High -Strength Bolts, Nuts, and Washers ASTM A 325, Type, bearing. 2.1.6.2 Bolts, Nuts, and Washers (Other Than High -Strength) a. Bolts and Nuts ASTM A 307, Grade A, hot -dip galvanized. b. Bolts ASME B18.2.1. c. Nuts ASME B 18.2.2. D A CW67-99-R-nn 1 7 0550-1 G-1i7cl0 d. Washers (1) Plain Washers ASME B18.22.1, Type B. (2) Beveled Washers ASME B 18.23. I. 2.1.7 Screws Screws shall be of the material, grade, type, style, and finish indicated or best suited for use intended. 2.1.8 Floor Gratings Solid, diamond tread steel plate, galvanized. 2.2 SHOP FABRICATED METAL ITEMS 094283 Shop fabricated metal items shall conform to the requirements and details as specified or shown on the drawings and to the workmanship provisions and other applicable fabrication requirements as specified in Section 05055 WELDING, STRUCTURAL. 2.2.1 Railings Railings shall be of the type specified and shown on the drawings and shall be furnished and installed complete with all fittings, brackets, fasteners, and other appurtenances as shown and as required for proper installation. 2.2.1.1 Materials Steel railings shall be of steel as specified in paragraph "STEEL PIPES AND PIPE FITTINGS" subparagraph "PIPES". Sleeves and other appurtenances shall be of the same material as the rails and posts or approved compatible materials. 2.2.1.2 Fabrication Rigid joints in railings shall be of welded assembly as shown on the drawings. Welds shall be ground smooth. Railings shall be free of burrs, sharp corners, and sharp edges. For railings of other than welded assembly, manufacturer design calculations, showing that the installed railings are capable of withstanding a design working load of 5,00 pounds applied in any direction at any point on the top rail without permanent deformation, must be submitted and approved prior to installation. 2.2.2 Gratings 2.2.2.1 General M W(7_gq_R_OM 7 M5 V-a 98038... 094283 Grating shall be of the material and size shown on the drawings, and shall be fabricated in sectional panels of the width and length shown on the drawings, or as appropriate, to accurately fit within the supporting conditions. Openings through panels shall be provided as shown on the drawings or as required. Steel gratings shall be galvanized after fabrication. 2.3 ROOF DECK 2.3.1 Steel deck used shall conform to ASTM A 653, ASTM A 611 or ASTM A 792. Roof deck units shall be fabricated of 18 gage thickness or thicker steel and shall be galvanized in accordance with manufacturer's standard, zinc -coated in conformance with ASTM A 653, G90 coating class. 2.3.2 Touch -Up Galvanizing Coatings Touch-up paint for zinc -coated units shall be an approved galvanizing repair paint with a high -zinc dust content. Finish of deck units and accessories shall be maintained by using touch-up paint whenever necessary to prevent the formation of rust. PART 3 EXECUTION 3.1 INSTALLATION 3.1.1 General Provide items as indicated on the drawings and as required to complete the work. 3.1.2 Railings Railings shall be installed as specified and shown on the drawings. A 1/4-inch drain hole shall be drilled near the bottom of each post. Railing posts anchored to structural metal shall be welded to structural metal. END OF SECTION nACW67_QQ-R-0017 This page intentionally blank FROM: US ARMY ENGR DIST, SEATTLE �x PO BOX 3755 EB 1°99 SEATTLE, WA. 98124-2255 (206)764-4481, CENWS-CT-CB-CU, Bonilie L. Lackey CITY OF r-1ENToj% 1. Refer to Invitation for Bids DACW67-99-B-0017, Dated 12/30/98, entitled LOWER CEDAR RIVER FLOOD CONTROL LEVEES AND FLOODWALLS, RENTON, WASHINGTON 2. This is amendment two (0002), dated 3 February 1999, which provides for the following: a. SECTION 01005, PARAGRAPH 1.3 CONSTRUCTION SCHEDULE REQUIREMENTS Under 1.3.1 for the "Item of Work" change "(a) Earthwork, irrigation, seeding and paving in park." to read "(a) Earthwork, irrigation, seeding and paving in park between Stations RT 10+00 and RT 64+20 on the right bank." and change "(b) All work to construct the levees and floodwalls between Stations 0+00 and 56+75 on the left bank and between Stations RT 10+00 and RT 64+20 on the right bank including the levee closure gates and hydroseeding of levee sections." to read " (b) All work to construct the levees and floodwalls between Stations 0+00 and 56+75 on the left bank and between Stations RT 64+20 and RT 73+80 on the right bank including the levee closure gates and hydroseeding of levee sections." Bid Opening time and date of 2:00 p.m. LOCAL TIME 9 February 1999 remains unchanged. 4. NOTICE TO BIDDERS: Bidders must acknowledge receipt of this amendment by number and date on bid or by telegram. Please mark outside of envelop in which bid is enclosed to show amendment received. 98038/LD/ar 094283 SECTION 01005 SITE SPECIFIC SUPPLEMENTARY REQUIREMENTS PART 1 - GENERAL 1. CONDUCT OF WORK 1.1 COORDINATION Coordination for this work shall be made through the Contracting Officer except elements of the work may require joint coordination by the Contractor with the Contracting Officer, City of Renton, and Municipal Airport Manager, and other administrative agencies as specified in the contract documents and as directed by the Contracting Officer. 1.2 WORK HOURS Standard work hours in the construction area for pile driving shall be 7:30 A.M. to 4:00 P.M., Monday through Sunday. There are no restrictions concerning work hours for work other than pile driving except Contractor shall coordinate with the Contracting Officer work hours other than 7:30 A.M. to 4:00 P.M. 1.3 CONSTRUCTION SCHEDULE REQUIREMENTS 1.3.1 Milestones In conjunction with the completion schedule under Section 00800, paragraph SC-1 the Contractor shall incorporate the following milestones into the work sequence: Item of Work (a) Earthwork, irrigation, seeding and paving in park between .Stations_RT__10+00.and.RT_64+20.on _the right bank. (b) All work to construct the levees and floodwalis between Stations 0+00 and 56+75 on the left bank and between Stations RT 64+20 d RT 73+80 641 aO� on the right bank including the levee closure gates and hvdroseeding of levee sections. 1.3.2 Constraints Completion Date Not later than 30 June 1999 Not later than 30 September 1999 The following special constraints have been identified as having an impact on the performance of the Work. It is not intended to be a comprehensive list of constraints that will result from the execution of the Work, but as an aid to the CONTRACTOR in development of schedules and in executing the Work. Additional constraints may exist or develop as a result of required Work execution or CONTRACTOR's proposed work methods or sequence. In any event, the CONTRACTOR is responsible for compliance with the requirements of the various specification sections and the work procedures and protection requirements DACW67-99-B-0017 01005-1 — R0002 1.CONTRACT 10 CODE PAGE 0-r PAGES AMENDMENT OF SOLICITATION/ - 1 3 11 n,-' :SU2A'.19J'C1-J1 G�69Ff•'n c Dore tore, lire rl; i,., ni.i 6.ISSUED BY CODE I W68N009 1 7. ADMINISTERED BY (if otherthan Item 6) CODE US ARMY Et:GINEER DISTRICT, SFATTL£ PO BOX 3755 SEAT":LF WA 98124-3755 T. A03(206) 764-4461 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and 21P Code) Vendor ID: $A. AMENDMENT OF SOLICITATION NO. DACW67-99-B-0017 X 99. DATED (SEE ITEM 11) 12/30/98 10A, MODIFICATION OF CONTRACTIOROER NO. toe. DATED (SEE ITEM 13) _ CODE I FACILITY CODE I I 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS x The aoove numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, & Is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram wTE includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDG- MEN' T TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the soliatabon and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (X) A. THIS CHAN3E ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM tOA. B. TH E ASCI'-e NUMB E RE.^. CCNTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 1.4, PURSUANT TO THE AUTHORITY OF FAR 43.103 (ti. C. THIS SU%PLEMENTA_ AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify tyce of mod:ficat:on and authcnty) E. IMPORTANT: Contractor is not, is required to sign this docurnent and return copies to the issuing office. 14. C E5Cc.:P7i0N CF AMENOVENTih'em 0 !Alf 5 0 {Orgar.Ted by UCF section heading$, including solicitatonlcontract subject matter where feasible.) LCWER CEChR is*,ER FLOO_- CO.^T...ZOL LEEVTES A2n FLOODWALLS, RENTON, WA i. This arend^ent One (0001) provides for the following changes: a. Info:rlation Page, Administrative Matters - Internet Address should be L.LACXEYst7AS02.USACE.ARMY. MIL E xcect as prow ded he'ein al: tares and conditions of the coclment referenced In Item 9A or IOA, as heretofore changed, remains unchanged and in full force and effect. 15A, %AME AN:) T,TLE IF SIGNER (Type or pant) I 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 159.CCNTRACTCR10FFERCA IS]ra;.�e c4 -.e's;r a-trC• Zed to Wvn) NSN 754:-01-1S2-9070 PAEVIO'JS EDITION UNUSAB,E 30-105 ay (Signature of Contracting Officer) STANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (46 CFR) 53.243 b. Solicitation, Offer and Award (SF 1442). Block 11 "Contractor shalt begin ... and complete it within See Paragraph SC-1 Special Clau'ses, Section 00800 after receiving notice to proceed." c. Modification No. 13, dated 8 January 1999, to Davis Bacon Wage Determination No. WA980001, is hereby incorporated into the solicitation. d. Modifications to contract drawings by notation in the Special Clauses, Section 00800, after INDEX OF DRAWINGS. e. Revisions to the Bidding Schedule (page 00010-4). f. Revisions To Submittal Register, Form 4288 (page 01300-A3). g. Revisions to general requirements under Section 01005, 01025, 01400 and 01501. h. Revisions to technical specifications under Section 02411 and 02575. i. Miscellaneous changes as noted. 2. The attached revised and new specification pages supersede and replace the corresponding pages and are to be inserted in sequence. Specification changes are generally identified, for convenience, either by strikeout for deletions, and double underlining of text for additions or a single dark line in the right hand margin. All portions of the revised or new pages shall apply whether or not changes have been indicated. 3. The bid openirg date and time remain unchanged at: 9 February 1999 at 2:00 p.m., LOCAL TIME 4. NOTICE: Please allow sufficient time for hand carried bids. Increased security measures now require personnel entering Federal Center Southh to show a picture ID and sign in BEFORE proceeding to the bic opening room,. 5. NOTICE TO BIDDERS: Bidders must acknowledge receipt of this a-nendrnent by n,rmer and date on bid or by telegram. Please mark on outside of the envelope in which you bid is enclosed to show that the amendment has been received. Encl: wage Determination No. WA980001, MOD 13, dated 8 January 1999 Revised 00010-4 Revised Section 00800, pages 00800-i - 00800-14, 00800-Al Revised Section 01005, pages 01005-1 - 01005-5a, plus sketch DACw67-99-s-0017 Amend. 0001 2 Revised Section 01025, pages 01025-1 - 01025-3 Revised Section 01400, pages 01400-1 - 01400-19 Revised Section 01501, pages 01501-1 - 01501-8, pages 01501-A1 - 01501-A3 Revised Section 02411, pages 02411-1 - C2411.5 Revised Section 02575, pages 02575-1 - 02575-4 Submittal Register Eng Form 4288, pages 0130D-Al - 01300A-A22 DA.'►57.99-6-0017 Amend. 0001 3 This page intentionally blank 98038/LD/ar 094283 SCHEDULE Item No. Description of Item 0001 All Work Except For Items 0002 through 0005 0002 All Work For Airport Drainage Improvements As Shown On Drawings, Plates C-18 Through C-23 0003 All Work For Asphaltic Concrete Class A Overlay and Pavement Markings as Shown on Drawings, Plates C-33 Through C-37 0004 Access Road Maintenance 0004A First 200 S.Y. 0004B Over 200 S.Y. 0005 Crack Sealing in Existing Pavement Surface 0005A First 100 L.F. 0005B Over 100 L.F. Unit Quantijy Unit Price Amount 1 JOB L.S. $ 1 JOB L.S. $ 1 JOB L.S. $ 200 S.Y. $ $ 200 S.Y. $ $ 100 L.F. $ $ 100 L.F. $ $ TOTAL ALL ITEMS NOTE Under heading for "UNIT" quantities are estimated unless described as "JOB." DAC W67-99-B-0017 00010-4 R000 I 99038 094283 TABLE OF CONTENTS SPECIAL CLAUSES PARAGRAPH NO. PARAGRAPH TITLE SC-1 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK SC-1.1 DELETED -OPTION FOR INCREASED QUANTITY SC-2 LIQUIDATED DAMAGES - CONSTRUCTION SC-3 DELETED - TIME EXTENSIONS SC-4 VARIATIONS IN ESTIMATED QUANTITIES - SUBDIVIDED ITEMS SC-5 DELETED - INSURANCE - WORK ON A GOVERNMENT INSTALLATION SC-6 DELETED - CONTINUING CONTRACTS SC-7 PERFORMANCE OF WORK BY THE CONTRACTOR SC-8 PHYSICAL DATA SC-9 DELETED - QUANTITY SURVEYS SC-10 LAYOUT OF WORK SC-11 DELETED - PAYMENT FOR MOBILIZATION AND DEMOBILIZATION SC-12 DELETED - AIRFIELD SAFETY PRECAUTIONS SC-13 DELETED - IDENTIFICATION OF GOVERNMENT -FURNISHED PROPERTY SC-14 EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE SC-15 PAYMENT FOR MATERIALS DELIVERED OFF -SITE SC-16 DELETED - ORDER OF PRECEDENCE SC-17 DELETED - LIMITATION OF PAYMENT FOR DESIGN SC-18 CONTRACT DRAWINGS, MAPS AND SPECIFICATIONS SC-19. DELETED - TECHNICAL PROPOSAL - COPIES TO BE FURNISHED UPON AWARD SC-20. DELETED - COMPLIANCE CERTIFICATION SC-21. DELETED - VALUE ENGINEERING SC-22. EPA ENERGY STAR SC-23 YEAR 2000 WARRANTY DAC W67-99-B-0017 00800-i 98038 094283 SPECIAL CLAUSES SC-1. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) (FAR 52.211-10). (a) The Contractor shall be required to (1) commence work under this Contract within 10 calendar days after the date the Contractor receives the notice to proceed, (2) prosecute the work diligently, and (3) complete the entire work ready for use not later than 15 November 1999. The time stated for completion shall include final cleanup of the premises. See Section 01005 for Construction Schedule Milestones and AIRPORT AND ROAD RESTRICTIONS. (b) The completion date is based on the assumption that the successful offeror will receive the notice to proceed by 15 March 1999. The completion date will be extended by the number of calendar days after the above date that the Contractor receives the notice to proceed, except to the extent that the delay in issuance of the notice to proceed results from the failure of the Contractor to execute the Contract and give the required performance and payment bonds within the time specified in the offer. (c) Exception to Completion Period(s): In case the Contracting Officer determines that completion of seeding, sodding, and planting, and establishment of same is not feasible within the completion period(s) stated above, the Contractor shall accomplish such work in the first planting period following the contract completion period and shall complete such work as specified, unless other planting periods are directed or approved by the Contracting Officer. SC-2. LIQUIDATED DAMAGES - CONSTRUCTION (APR 1984) (FAR 52.211-12) (a) If the Contractor fails to complete the work within the time specified in the Contract, or any extension, the Contractor shall pay to the Government as liquidated damages, the sum of $848.00 for each day of delay. (b) If the Government terminates the Contractor's right to proceed, the resulting damage will consist of liquidated damages until such reasonable time as may be required for final completion of the work together with any increased costs occasioned the Government in completing the work. (c) If the Government does not terminate the Contractor's right to proceed, the resulting damage will consist of liquidated damages until the work is completed or accepted. (d) Exception .to Liquidated Damage: In case the Contracting Officer determines that completion of work stated above in paragraph Exception to Completion Period(s) is not feasible during the completion period(s) stated in SC-1, such work will be exempted from liquidated damages. SC-3. DELETED. SC-4. VARIATIONS IN ESTIMATED QUANTITIES - SUBDIVIDED ITEMS (MAR 1995) (EFARS 52.212-5001): This variation in estimated quantities clause is applicable only to Item Nos. 0004 and 0005. DACW67-99-B-0017 00800-1 R0001 98038 094283 (a) Variation from the estimated quantity in the actual work performed under any second or subsequent sub -item or elimination of all work under such a second or subsequent sub -item will not be the basis for an adjustment in contract unit price. (b) Where the actual quantity of work performed for Items Nos. 0004 and 0005 is less than 85 % of the quantity of the first sub -item listed under such item, the Contractor will be paid at the contract unit price for that sub -item for the actual quantity of work performed and, in addition, an equitable adjustment shall be made in accordance with the clause FAR 52.211-18, Variation in Estimated Quantities. (c) If the actual quantity of work performed under Items Nos. 0004 and 0005 exceeds 115 percent or is less than 85 percent of the total estimated quantity of the sub -item under that item and/or if the quantity of the work performed under the second sub -item or any subsequent sub -item under Items Nos. 0004 and 0005 exceeds 115 % or is less than 85 % of the estimated quantity of any such sub -item, and if such variation causes an increase or a decrease in the time required for performance of this contract the contract completion time will be adjusted in accordance with the clause FAR 52.211-18, Variation in Estimated Quantities. SC-5. AND SC-6. DELETED. SC-7. PERFORMANCE OF WORK BY THE CONTRACTOR (APR 1984) (FAR 52.236-1): The Contractor shall perform on the site, and with its own organization, work equivalent to at least fifteen (15) percent of the total amount of work to be performed under the Contract. The percentage may be reduced by a supplemental agreement to this Contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government. SC-8. PHYSICAL DATA (APR 1984) (FAR 52.236-4): Data and information furnished or referred to below is for the Contractor's information. The Government will not be responsible for any interpretation of or conclusion drawn from the data or information by the Contractor. (a) Physical Conditions: The indications of physical conditions on the drawings and in the specifications are the result of site investigations by test holes shown on the drawings. (b) Weather Conditions: Each bidder shall be satisfied before submitting his bid as to the hazards likely to arise from weather conditions. Complete weather records and reports may be obtained from any National Weather Service Office. (c) Transportation Facilities: Each bidder, before submitting his bid, shall make an investigation of the conditions of existing public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress at the jobsite. The unavailability of transportation facilities or limitations thereon shall not become a basis for claims for damages or extension of time for completion of the work. (d) Rislit-of-Way: The right-of-way for the work covered by these specifications will be furnished by the Government, except that the Contractor shall provide right-of-way for ingress and egress across private propem• where necessary to gain access to the jobsite. The Contractor may use such portions of the land within the right-of-way not otherwise occupied as may be designated by the Contracting Officer. The Contractor shall, without expense to the Government, and at any time during the progress of the work when DAC W67-99-B-0017 00800-2 98038 094283 space is needed within the right-of-way for any other purposes, promptly vacate and clean up any part of the grounds that have been allotted to, or have been in use by, him when directed to do so by the Contracting Officer. The Contractor shall keep the buildings and grounds in use by him at the site of the work in an orderly and sanitary condition. Should the Contractor require additional working space or lands for material yards, job offices, or other purposes, he shall obtain such additional lands or easements at his expense. SC-9. DELETED. SC-10. LAYOUT OF WORK (APR 1984) (FAR 52.236-17): The Contractor shall lay out its work from Government -established base lines and bench marks indicated on the drawings, and shall be responsible for all measurements in connection with the layout. The Contractor shall furnish, at its own expense, all stakes, templates, platforms, equipment, tools, materials, and labor required to lay out any part of the work. The Contractor shall be responsible for executing the work to the lines and grades that may be established or indicated by the Contracting Officer. The Contractor shall also be responsible for maintaining and preserving all stakes and other marks established by the Contracting Officer until authorized to remove them. If such marks are destroyed by the Contractor or through its negligence before their removal is authorized, the Contracting Officer may replace them and deduct the expense of the replacement from any amounts due, or to become due, to the Contractor. SC -I I THROUGH SC-13. DELETED. SC-14. EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE (MAR 1995)- (EFARS 52.231-5000) (a) This clause does not apply to terminations. See 52.249-5000, Basis for Settlement of Proposals and FAR Part 49. (b) Allowable cost for construction and marine plant and equipment in sound workable condition owned or controlled and furnished by a contractor or subcontractor at any tier shall be based on actual cost data for each piece of equipment or groups of similar serial and series for which the Government can determine both ownership and operating costs from the contractor's accounting records. When both ownership and operating costs cannot be determined for any piece of equipment or groups of similar serial or series equipment from the contractor's accounting records, costs for that equipment shall be based upon the applicable provisions of EP 1110-1-8, Construction Equipment Ownership and Operating Expense Schedule, Region VIII. Working conditions shall be considered to be average for determining equipment rates using the schedule unless specified otherwise by the Contracting Officer. For equipment not included in the schedule, rates for comparable pieces of equipment may be used or a rate may be developed using the formula provided in the schedule. For forward pricing, the schedule in effect at the time of negotiations shall apply. For retroactive pricing, the schedule in effect at the time the work was performed shall apply. (c) Equipment rental costs are allowable, subject to the provisions of FAR 31.105(d)(ii) and FAR 31.205-36. Rates for equipment rented from an organization under common control, lease -purchase arrangements, and sale -leaseback arrangements, will be determined using the schedule, except that actual rates will be used for equipment leased from an organization under common control that has an established practice of leasing the same or similar equipment to unaffiliated lessees. (d) When actual equipment costs are proposed and the total amount of the pricing action exceeds the small purchase threshold, the contracting officer shall request the contractor to submit either certified cost DAC W67-99-B-0017 00800-3 98038 094283 or pricing data, or partial/limited data, as appropriate. The data shall be submitted on Standard Form 1411, Contract Pricing Proposal Cover Sheet. SC-15. PAYMENT FOR MATERIALS DELIVERED OFF -SITE (MAR 1995)-(EFARS 52.232- 5000) (a) Pursuant to FAR clause 52.232-5, Payments Under Fixed Priced Construction Contracts, materials delivered to the contractor at locations other than the site of the work may be taken into consideration in making payments if included in payment estimates and if all the conditions of the General Provisions are fulfilled. Payment for items delivered to locations other than the work site will be limited to: (1) materials required by the technical provisions; or (3) materials that have been fabricated to the point where they are identifiable to an item of work required under this contract. (b) Such payment will be made only after receipt of paid or receipted invoices or invoices with canceled check showing title to the items in the prime contractor and including the value of material and labor incorporated into the item. In addition to petroleum products, payment for materials delivered off -site is limited to the following items: Any other construction material stored offsite may be considered in determining the amount of a progress payment. SC-16 AND SC-17. DELETED. SC-18. CONTRACT DRAWINGS, MAPS, AND SPECIFICATIONS (OCT 1996) (52.0236-4001 EBS) (a) The Government-- (1) Will provide the Contractor, without charge, one set of contract drawings and one set of specifications in electronic format on a compact disk. The Government will not provide the Contractor any hard copy paper drawings or specifications for any contract resulting from this solicitation. (b) The Contractor shall-- and (1) check all drawings furnished immediately upon receipt: (2) Compare all drawings and verify the figures before laying out the work; (3) Promptly notify the Contracting Officer of any discrepancies; (4) Be responsible for any errors which might have been avoided by complying with this paragraph (b). (c) Large scale drawings shall, in general, govern small scale drawings. Figures marked on drawings shall, in general, be followed in preference to scale measurements. (d) Omissions from the drawings or specifications or the misdescription of details of work which are manifestly necessary to cant' out the intent of the drawings and specifications, or which are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the DACW67-99-B-0017 00800-4 98038 094283 work, but shall be performed as if fully and correctly set forth and described in the drawings and specifications. (e) The work shall conform to the specifications and the contract drawings identified in the index of drawings attached at the end of the Special Clauses. SC-19 THROUGH SC-21. DELETED. SC-22. EPA ENERGY STAR: The Government requires that certain equipment be Energy Star compliant. Initially, the sole Energy Star requirement shall be the self certification by the bidder that the specified equipment is Energy Star compliant. Within 3 months of the availability of an EPA sanctioned test for Energy Star compliance, the Contractor shall submit all equipment upgrades and additions for testing and provide proof of compliance to the Government upon completion of testing. Testing shall be at the Contractor's expense. SC-23. YEAR 2000 COMPLIANCE: a. In accordance with FAR 39.106, the Contractor shall ensure that with respect to any design, construction, goods, or services under this contract as well as any subsequent task/delivery orders issued under this contract (if applicable), all information technology contained therein shall be Year 2000 compliant. Specifically: b. The Contractor shall: (1) Perform, maintain, and provide an inventory of all major components to include structures, equipment, items, parts, and furnishings under this contract and each task/delivery order which may be affected by the Year 2000 compliance requirement. (2) Indicate whether each component is currently Year 2000 compliant or requires an upgrade for compliance prior to Government acceptance. DACW67-99-B-0017 00800-5 98038 094283 DESIGN AUTHENTICATION Flood Control Levees and Floodwalls Lower Cedar River, Renton, WA. Signatures affixed below indicate the drawings and specifications included in this solicitation were prepared, reviewed and certified in accordance with Department of Army Engineer Regulations. Lloyd G. Darko, P.E. Civil Engineer, Washington Acting Chief, Cost Eng & Tech Support --- ",,� & "W Timothy w, Pt. Civil Engineer, Washington Project Manager l Rick L. oshier, P.E Mechani al Engineer, Vashington Chief, Design Branch �G(Phillip M. O'Dell, P.E. Civil Engineer, Washington Chief, Engineering Division This project was designed by the U.S. Army Corps of Engineers, Seattle District. The initials and/or signatures and registration designations of individuals appearing on these project documents are wlthin the scope of their employment as required by ER 1110-1-8152, ENGINEERING AND DESIGN PROFESSIONAL REGISTRATION. DACW67-99-B-0017 0 0 0 0- 5 98038 094283 INDEX OF DRAWINGS DRAWING SHEET NUMBER NUMBER PLATE NUMBER REVISION TITLE NUMBER DATE LOWER CEDAR RIVER FLOOD CONTROL -LEVEES AND FLOODWALLS RENTON, WASHINGTON GENERAL LEVEES & FLOODWALLS E-19-1-70 I G-1 Cover Sheet 98DEC03 2 G-2 Drawing Index 98DEC03 3 G-3 Location Map 98DEC03 4 G-4 Legend and Abbreviations 98DEC03 GEOTECHNICAL GENERAL 5 GT-1 Locations of Exploration I 98DEC03 6 GT-2 Locations of Exploration II 98DEC03 7 GT-3 Exploration Logs I 98DEC03 8 GT-4 Exploration Logs II 98DEC03 CIVIL LEVEES & FLOODWALLS 9 C-1 Demolition Plan I 98DEC03 10 C-2 Demolition Plan II 98DEC03 1 1 C-3 Demolition Plan III 98DEC03 12 C-4 Demolition Plan IV 98DEC03 DAC W67-99-B-0017 00800-7 98038 094?$ DRAWING SHEET NUMBER NUMBER PLATE NUMBER TITLE REVISION DATE NUMBER E-19-1-70 13 C-5 Demolition Plan V 98DEC03 14 C-6 Demolition Plan VI 98DEC03 15 C-7 Demolition Plan VII 98DEC03 16 C-8 Demolition Plan VIII 98DEC03 17 C-9 Demolition Plan IX 98DEC03 18 C-10 Left Bank Plan & Profile / 98DEC03 Station 0+00 To 8+00 19 C-1 1 Left Bank Plan & Profile / 98DEC03 Station 8+00 To 17+00 20 C-12 Left Bank Plan & Profile / 98DEC03 Station 17+00 to 26+00 21 C-13 Left Bank Plan & Profile / 98DEC03 Station 26+00 To 35+20 22 C-14 Left Bank Plan & Profile / 98DEC03 Station 3 5+20 To 44+40 23 C-15 Left Bank Plan & Profile / 98DEC03 Station 44+40 to 51+00 24 C-16 Left Bank Plan & Profile / 98DEC03 Station 51+00 to 59+00 25 C-17 Left Bank Plan & Profile / 98DEC03 Station 59+00 To 65+40 26 C-18 Left Bank Airport Drainage 98DEC03 Improvements I 27 C-19 Left Bank Airport Drainage 98DEC03 Improvements II 28 C-20 Left Bank Airport Drainage 98DEC03 Improvements III 29 C-21 Left Bank Airport Drainage 98DEC03 Improvements IV DACW67-99-B-0017 008004 98038 094283 DRAWING SHEET PLATE REVISION DATE NUMBER NUMBER NUMBER TITLE NUMBER E-19-1-70 30 C-22 Left Bank Airport Drainage 98DEC03 Improvements V 31 C-23 Left Bank Airport Drainage 98DEC03 Improvements VI 32 C-24 Right Bank Plan & Profile / 98DEC03 Station 10+00 To 16+80 33 C-25 Right Bank Plan & Profile / 98DEC03 Station 16+80 To 24+40 34 C-26 Right Bank Plan & Profile / 98DEC03 Station 24+40 To 32+00 35 C-27 Right Bank Plan & Profile / 98DEC03 Station 32+00 To 39+40 36 C-28 Right Bank Plan & Profile / 98DEC03 Station 39+40 To 46+80 37 C-29 Right Bank Plan & Profile / 98DEC03 Station 46+80 To 54+40 38 C-30 Right Bank Plan & Profile / 98DEC03 Station 54+40 To 61+60 39 C-31 Right Bank Plan & Profile / 98DEC03 Station 61+60 To 67+20 40 C-32 Right Bank Plan & Profile / 98DEC03 Station 67+20 To 73+80 41 C-33 Right Bank Park Trail Plan & 98DEC03 Profile I 42 C-34 Right Bank Park Trail Plan & 98DEC03 Profile II 43 C-35 Right Bank Park Trail Plan & 98DEC03 Profile III 44 C-36 Right Bank Park Trail Plan & 98DEC03 Profile IV DAC W67-99-B-0017 00800-9 98638 094283 DRAWING SHEET PLATE REVISION DATE NUMBER NUMBER NUMBER TITLE NUMBER E-19-1-70 45 C-37 Right Bank Park Trail Plan R: 98DEC03 Profile V 46 C-38 Right Bank Park Trail Plan & 98DEC03 Profile VI 47 C-39 Right Bank Park Trail Plan & 98DEC03 Profile VII 48 C-40 Civil Details I 98DEC03 49 C-41 Civil Details II 98DEC03 50 C-42 Civil Details III 98DEC03 51 C-43 Civil Details IV 98DEC03 52 C-44 Civil Details V 98DEC03 53 C-45 Civil Details VI 98DEC03 54 C-46 CIN it Details VII 98DEC03 55 C-47 Civil Details VIII 98DEC03 56 C-48 Civil Details IX 98DEC03 57 C-49 Civil Details X 98DEC03 LANDSCAPE 58 L-1 Plant List/Legend and / General 98DEC03 Landscape Notes 59 L-2 Landscape Plan I 98DEC03 60 L-3 Landscape Plan II 98DEC03 61 L-4 Landscape Plan III 98DEC03 62 L-5 Landscape Plan IV 98DEC03 63 L-6 Landscape Plan V 98DEC03 64 L-7 Landscape Plan VI 98DEC03 DACW67-99-B-0017 00800-10 98038 094283 DRAWING SHEET PLATE REVISION DATE NUMBER NUMBER NUMBER TITLE NUMBER E-19-1-70 65 L-8 Landscape Plan VII 98DEC03 66 L-9 Landscape Plan VIII 98DEC03 67 L-10 Landscape Plan IX 98DEC03 68 L-11 Restroom Area Plan 98DEC03 69 L-12 Landscape Details I 98DEC03 70 L-13 Landscape Details II 98DEC03 STRUCTURAL 71 S-1 Levee Closure Gate Details I 98DEC03 72 S-2 Levee Closure Gate Details II 98DEC03 73 S-4 Floodwall Details 98DEC03 REFERENCE 74 R-1 Irrigation Plan I 98DEC03 75 R-2 Irrigation Plan II 98DEC03 76 R-3 Irrigation Plan III 98DEC03 77 R-4 Irrigation Plan IV 98DEC03 78 R-5 Irrigation Plan V 98DEC03 79 R-6 Irrigation Plan VI 98DEC03 80 R-7 Irrigation Plan VII 98DEC03 81 R-8 Irrigation Plan VIII 98DEC03 DAC W67-99-B-0017 00800-11 R0001 99038 094283 MODIFICATIONS TO DRAWINGS 1. Plate C-7, sheet 15. Delete note "Guardrail to be removed" and Guardrail svmbol. 2. Plate C-10, sheet 18. Add note "Metro Manhole on 24" SS siphon at levee station 2+30 to be extended to final grade of levee." 3. Plate C-11, sheet 19. Change Catch Basin at Station 14+80 from Type I to Type I1 as shoNN n on attached sketch, page 00800- A1. Add Tideflex valve to outfall of pipe from this Catch Basin. 4. Plate C-13, sheet 21. Add Note "Extend and install Tideflex valve to outfall of pipe at Station 31+00. 5. Plate C-14, sheet 22. Change Catch Basins at Station 36+80 and Station 40+80 from Type I to Type II shown on attached sketch, page 00800-A I. 6. Plate C-15, sheet 23. Add Note "Extend and install Tideflex valve to outfall of pipe at Station 48+00. 7. Plate C-16, sheet 24. Change Catch Basin at Station 51+50 from Type I to Type II shown on attached sketch, page 00800-A1. 8. Plate C-18, sheet 26. Change Clean Out at pipe intersection to a Type II Catch Basin and change Type I Catch Basin shown to Type 11 shown on attached sketch, page 00800-A I . 9. Plate C-19, sheet 27. Change Clean Out at pipe intersection to a Type II Catch Basin and change Type I Catch Basin shown to Type 11 shown on attached sketch, page 00800-A 1. 10. Plate C-21, sheet 29. Change Type I Catch Basin to Type II shown on attached sketch page 00800-A1 DACW67-99-B-0017 00800-12 R0001 98038 094283 MODIFICATIONS TO DRAWINGS 11. Plate C-22, sheet 30. Change Clean Out shown in inset to Type II Catch Basin shown on attached sketch, page 00800-A I. 12. Plate C-30, sheet 38. Extend by 40 feet and install tideflex valve on existing 12 inch CMP outfall at station 60+40. 13. Plate C-31, sheet 39. - Extend by_20 feet and install tideflex valve on existing, 12 inch CMP outfall at station_63+60. 14. Plate C-32, sheet 40. Install tideflex valves on existing 12 inch CMP outfalls at station 66+80 and station 69+20. 15. Plate C-41, sheet 49. Add note "4. ALL STEEL SHALL BE HOT DIP GALVANIZED UNLESS OTHERWISE SHOWN." 16. Plate C-49, sheet 57. Delete "Typical Surface Cleanout" detail and add "48 inch Type II" detail shown on attached sketch page 00800-A 1. DAC W67-99-B-0017 00800-13 R0001 98038 094283 REFERENCE DRAWINGS Reference drawings provided show conditions at time of construction. These drawings are furnished for information only and the Government does not warrant that conditions will be exactly as shown. Minor deviations can be anticipated and shall not be the basis for a claim for extra compensation. REFERENCE DRAWING REVISION NUMBER TITLE NUMBER DATE I Irrigation Plan I 80JAN22 2 Irrigation Plan II _ 80JAN22 3 Irrigation Plan III 80JAN22 4 Irrigation Plan IV 80JAN22 5 Irrigation Plan V 80JAN22 6 Irrigation Plan VI 80JAN22 7 Irrigation Plan VII 80JAN22 8 Irrigation Plan VIII 80JAN22 STANDARD DETAILS BOUND IN THE SPECIFICATIONS DRAWING SHEET DATE NUMBER NUMBER TITLE SECTION 01501 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1, 2, & 3 Civil Works Project Identification Sign 1 Hard Hat Sign SECTION 02800 - SITE FURNISHINGS 24-Foot Square, All Steel Shelter SK - 1 Layout Plan & Elevation SK - 2 Support Section & Footing Elevations END OF SECTION REV 07APR88 IOSEP90 93JUN06 93JUN06 DAC W67-99-B-0017 00800-14 0 0 CO CD 0 REINFORCING STEEL- 6' CATCH BASIN IN FRAME AND GRATE OR MANHOLE RING AND COVER RECTANGULAR ADJUSTMENT SECTION OR CIRCULAR ADJUSTMENT SECTION FLAT SLAB 70P STEPS OR LADDER MORTAR ITYPI /' I I FLOW I SEPARATE UST rRECAST RASZ WRH N PLACE BASE NTEGRAL RISER GRAVEL BACKR4L FOR - •0" RING PIPL ZONE BLDUING SErARATE PRECAST BASE 48" TYPE 0 CD NO SCALE NOTES, 1. CATCH BASINS TO DE CONSTRUCTED IN ACCORDANCE WITH A57M C 47a (AASTO M 199) AND ASTM C /90. UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN 7HE STANDARD SPECIFICATIONS. 2. HANDHOLDS IN RISER OR ADJUSTMENT SECTION SHALL HAVE 7' MIN CLEARANCE. STEPS IN CATCH BASIN SHALL HAVE 6' MIN CLEARANCE. NO STEPS ARE REOUIRED WHLN "B' IS 4' OR LESS. FOR DETAILS SEE STANDARD PLAN "MISCELLANEOUS CATCH BASIN DETAILS.' J. ALL REINFORCED CAST IN PLACE CONCRETE SHALL BE CLASS 4000. ALL PRECAST CONCRLIE SHALL OBTAIN 400 PSI At 71 DAYS. 4. PRECAST BASES SHALL HAVE CUTOUTS OR KNONCKOUTS WITH A WALL THICKNESS OF 2' MIN. KNOCKOUTS OR CUTOUT WILE SIZE IS EQUAL 70 PIPE OUTER DIAMETER PLUS CATCH BASIN WALL THICKNESS. MAXIMUM MOLE SIZE IS 36" FOR 48' CATCH BASIN. MINIMUM DISTANCE BETWEEN WILES IS B-. S. ALL BASE REINFOFCING STEEL SHALL BE PLACED IN THE TOP HALF OF THE BASE. 1' MIN CLEARANCE. YIELD STRENGTH SHALL BE 60,000 PSI MIR. L THE BOTTOM OF THE PRECAST CATCH BASIN MAY BE ROUNDED. Y. FRAME AND GRATE MAY BE INSTALLED WITH FLANGE DOWN OR CAST INTO RISER. FOR DETAILS SFF STANDARD PLAN 'METAL FRAME AND CRATE FOR CATCH BASIN AND INLET.' L DESIGN ASSUMPTIONS, SOIL RFARING VALUE EQUALS I300 LBS/FT MIN. 98038 094283 DACW67-99-B-0017 00800-15 094293 General Decision Number WA980001 Superseded General Decision No. WA970001 State: Washington Construction Type: DREDGING HEAVY HIGHWAY County(ies): STATEWIDE HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number 0 1 2 3 4 5 6 7 8 9 10 11 12 13 COUNTY(ies): STATEWIDE CARPOOOIW 06/01/1998 Publication Date 02/13/1998 03/27/1998 04/10/1998 05/22/1998 06/12/1998 06/19/1998 07/10/1998 07/24/1998 07/31/1998 08/28/1998 10/09/1998 10/16/1998 11/20/1998 O1/O8/1999 Rates Fringes COLUMBIA RIVER AREA - ADAMS. BENTON, COLUMBIA. DOUGLAS (EAST OF THE 120TH MERIDIAN). FERRY, FRANKLIN. GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES CARPENTERS: GROUP 1: 21.57 5.55 GROUP 2 22.64 5.55 GROUP 3 21.83 5.55 GROUP 4 21.57 5.55 GROUP 5 53.48 5.55 GROUP 6 25.S5 5.55 SPOKANE AREA ASOTIN. GARFIELD, LINCOLN. PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES CARPENTERS GROUP 1 20.92 5.5S GROUP 2: 21.98 5.55 GROUP 3 21.17 5.55 GROUP 4 20.92 5.55 GROUP 5 51.87 5.55 GROUP 6 24.89 5.55 DAC V4'67-99-B-0017 WA980001-1 R0001 094283 CARPENTERS CLASSIFICATIONS GROUP 1: Carpenter; Burner -Welder; Rigger and Signaler: Insulators (all types), Acoustical, Drywall and Metal Studs, Metal Panels and Partitions; Floor Layer, Sander, Finisher and Astro Turf; Layout Carpenters; Form Builder; Rough Framer; Outside or Inside Finisher, including doors, windows, and jams; Sawfiler; Shingler (wood, composition) Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary Saw -Off Bearer; Wire, Wood and Metal Lather Applicator GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, dock and wharf carpenters GROUP 5: Divers GROUP 6: Divers Tender DEPTH PAYY FOR DIVERS: Each foot over 50-100 feet $1.00 Each foot over 100-175 feet 2.25 Each foot over 175-250 feet 5.50 HAZMAT PROJECTS Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + S.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + S.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + S.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- CARP00030 06/01/1998 Rates Fringes SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS (Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1 CARPENTERS. ACOUSTICAL 24.27 6.42 DRYWALL 24.27 6.42 FLOOR LAYERS & FLOOR FINISHERS (the laying of all hardwood floors nailed and mastic set, parquet and wood -type tiles. and block floors, the sanding and finishing of floors, the preparation of old and new DAC W67-99-B-0017 WA98000I - I Pr R0001 094283 floors when the materials mentioned above are to be installed); INSULATORS (fiberglass and similar irritating materils 24.42 6.42 MILLWRIGHTS 24.77 6.42 PILEDRIVERS 24.77 6.42 DIVERS 55.03 6.42 DIVERS TENDERS 24.59 6.42 DEPTH PAY 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 100 TO 150 FEET 1.50 PER FOOT OVER 100 FEET 150 TO 200 FEET 2.00 PER FOOT OVER 150 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE S: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities ---------------------------------------------------------------- CARP0770D 06/01/1998 Rates Fringes WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING. KITSAP, LEWIS (excludes piledrivers only). MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE. SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES CARPENTERS AND DRYWALL APPLICATORS CARPENTERS ON CREOSOTE MATERIAL SAWFILERS. STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS MILLWRIGHT AND MACHINE ERECTORS ACOUSTICAL WOKRERS PILEDRIVER. DRIVING. PULLING. CUTTING. PLACING COLLARS, 24.50 6.27 24.60 6.27 24.63 6.27 25.50 6.27 24.66 6.27 DAC W67-99-B-0017 W A98OOO1-2 ROOO1 094283 SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING 24.70 6.27 PILEDRIVER, BRIDGE DOCK & WHARF CARPENTERS 24.50 6.27 DIVERS 60.52 6.27 DIVERS TENDER 26.92 6.27 (HOURLY ZONE PAY APPLICABLE TO ALL CLASSIFICATIONS EXCEPT MILLWRIGHT AND PILEDRIVER) Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes — Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay 0 -25 radius miles Free 25-35 radius miles $1.00/hour 35-45 radius miles S1.15/hour 45-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay 0 -25 radius miles Free 25-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour CENTRAL WASHINGTON: CHELAN. DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS. OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS AND DRYWALL APPLICATORS 19.77 6.27 CARPENTERS ON CREOSOTED MATERIAL 19.87 6.27 SAWFILERS. STATIONARY POWER SAW OPERATORS. FLOOR FINISHER, FLOOR LAYER, SHINGLERS, FLOOR SANDER OPERATORS 19.90 6.27 MILLWRIGHT AND MACHINE ERECTORS 25.50 6.27 PILEDRIVER. DRIVING. PULLING, CUTTING. PLACING COLLARS. SETTING. WELDING OR CRESOTE TREATED MATERIAL. ALL PILING 24.70 6.27 PILEDRIVER, BRIDGE DOCK AND WHARF CARPENTERS 24.50 6.27 DIVERS 60.52 6.27 DIVERS TENDER 26.93 6.27 (HOURLY ZONE PAY APPLICABLE TO ALL CLASSIFICATIONS EXCEPT MILLWRIGHT AND PILEDRIVER) DACW67-99-B-0017 WA980001-3 R0001 094283 Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay 0 -25 radius miles Free — 25-35 radius miles $1.00/hour 35-45 radius miles $1.15/hour 45-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay 0 -25 radius miles Free 25-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ELECO046A 06/01/1997 Rates Fringes CALLAM. JEFFERSON, KING AND KITSAP COUNTIES ELECTRICIANS 25.81 7.255+3% CABLE SPLICERS 28.39 7.255+3% ---------------------------------------------------------------- ELECOO48C 01/01/1998 Rates Fringes CLARK, KLICKITAT SKAMANIA COUNTIES ELECTRICIANS 26.50 8.85+3% CABLE SPLICERS 26.75 8.85+3% ---------------------------------------------------------------- ELECOO73A O1/01/1999 Rates Fringes ADAMS. FERRY, LINCOLN. PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES ELECTRICIANS 22.77 7.23+3% CABLE SPLICERS 23.17 7.23+3% ---------------------------------------------------------------- DACW67-99-B-0017 WA980001-4 R0001 094283 ELECO076B 07/01/1998 Rates Fringes GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES ELECTRICIANS 24.37 9.04+3% CABLE SPLICERS 26.81 9.04+3% ---------------------------------------------------------------- ELECO077C 02/01/1998 Rates Fringes LINE CONSTRUCTION CABLE SPLICERS 27.72 6.00+3.5% LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN 25.00 — 6.00+3.5% LINE EQUIPMENT MEN 21.54 4.75+3.5% POWDERMEN, JACKHAMMERMEN 18.81 4.75+3.5% GROUNDMEN 17.66 4.75+3.5% TREE TRIMMER ---------------------------------------------------------------- 18.83 4.75+3.5% ELECO112E 06/01/1998 Rates Fringes ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES ELECTRICIANS 26.20 6.83+3% CABLE SPLICERS 27.51 6.83+3% ---------------------------------------------------------------- ELECO191C 06/01/1998 Rates Fringes ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES ELECTRICIANS 25.34 6.63+3% CABLE SPLICERS 27.87 6.63+3% ---------------------------------------------------------------- ELECO191D 06/01/1998 Rates Fringes CHELAN, DOUGLAS. GRANT AND OKANOGAN COUNTIES ELECTRICIANS 23.19 6.63+3% CABLE SPLICERS 2S.51 6.63+3% ---------------------------------------------------------------- ELEC0970A 06/01/1998 Rates Fringes COWLITZ AND WAHKIAKUM COUNTIES ELECTRICIANS 25.05 7.50+3% CABLE SPLICERS 27.56 7.50+3% ---------------------------------------------------------------- ENGI0302E 06/01/1998 Rates Fringes CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF DACW67-99-B-0017 WA980001-5 R0001 094283 THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUAN, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS CATEGORY A PROJECTS (excludes Category B projects, as show below) POWER EQUIPMENT OPERATORS: Zone 1 (0-25 radius miles): GROUP 1AAA 26.66 7.13 GROUP 1AA 26.16 7.13 GROUP IA 25.66 7.13 GROUP 1 25.16 7.13 GROUP 2 24.72 7.13 GROUP 3 24.36 7.13 GROUP 4 22.26 7.13 Zone 2 (26-45 radius miles) - Add $ .70 to Zone 1 rates Zone 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates BASEPOINTS: Bellingham, Mount Vernon, Kent, Port Angeles, Port Townsend, Aberdeen, Shelton, Bremerton, Wenatchee, Yakima, Seattle, Everett POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons or 300 ft. of boom (including job with attachments) GROUP 1AA - Cranes - 200 tons to 300 tons or 250 ft. of boom (including jib and attachments); Tower crane over 175 ft. in height, base to boom GROUP lA - Cranes - 100 tons thru 199 tons or 150' of boom (including jib with attachments): Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft. in height base to boom: Loader -overhead, 8 yards and over; Shovel, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway: Cranes-45 tons thru 99 tons, under 150 ft. of boom (including jib with attachments): Crane -overhead, bridge type. 45 tons thru 99 tons; Shovel. excavator, backhoes over 3 yards and under 6 yards: Hard tail end dump articulating off -road equipment 45 yards and over: Loader -overhead, 6 yards to, but not including 8 yards: Mucking machine, mole, tunnel, drill and/or shield: Quad 9. HD 41. d-10: Remote control operator on rubber tired earth moving equipment: Rollagon; Scrapers-self-propelled- 45 yards and over, Slipform pavers; Transporters, all track or truck type GROUP 2 Barrier machine (zipper): Barch Plant opeator- concrete: Bump cutter; Cranes-20 tons thru 44 tons with attachments. Cranes -overheads, bridge type-20 tons through 44 tons: Cnipper: Concrete pump -truck mount with boom attachment; Crusher, Deck Engineer/Deck Winches (power): Drilling machine; Excavator, shovel backhoe-3 yards and under; Finishing machine Bidwell. Gamaco and similar equipment: Guardrail punch; Horizontal/directional drill operator; Loaders, overhead under 6 yds.. Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant: Motor patrol graders -finishing; Pildriver DACW67-99-B-0017 WA980001-6 R0001 09'4283 (other than crane mount); Roto-mill, roto-grinder; Screedman, Spreader, Topside Operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self-propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrader trimmer; Tractors, backhoes-over 75 hp: Transfer material service machine -shuttle buggy, blow knox, roadtec; Truck crane oiler/driver-100 tons and over; Truck mount portable conveyor;Yo Yo Pay Dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments: Cranes -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers D9 and under; Forklifts-3000 lbs and over with attachments: horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strao tower bucket elevators; Hydralifts/boom truck -over 10 tons; Loader -elevating type belt; Motor Patrol Grader -non -finishing; Plant Oiler - asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrapers -concrete and carryall; Service engineers -equipment; Trenching machines; Truck crane oiler/ driver -under 100 tons Tractors, backhoes-under 75 hp GROUP 4 - Assistant Engineer; Bobcat: Brooms; Compressor: Concrete Finish Machine -laser screed; Cranes-A-frame-16 tons and under: Elevator and manlift-permanent and shaft type; Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts, boom trucks-10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Post Hole Digger -mechanical; Power Plant: Pumps -water: Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shot crete/gunite equipment operator CATEGORY B PROJECTS - 90% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects. Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150.000. WORK PERFORMED ON HYDRAULIC DREDGES: Total Project Cost $300,000 and over GROUP 1 23.90 6.88 GROUP 2 23.98 6.88 GROUP 3 24.34 6.88 GROUP 4 24.39 6.88 GROUP 5 25.78 6.88 GROUP 6 23.90 6.88 GROUP 1: Assistant Mate (Deckhand) GROUP 2 Oiler GROUP 3: Assistant Engineer (Electric. Diesel, Steam or Booster Pump): Mates and Boatmen GROUP 4. Craneman, Engineer Welder GROUP 5. Leverman. Hydraulic GROUP 6. Maintenance Total Project cost under $300.000 GROUP 1 21.51 6.88 GROUP 2 21.58 6.88 DAC W67-99-B-0017 WA980001-7 R0001 094283 GROUP 3 21.91 6.88 GROUP 4 21.95 6.88 GROUP 5 23.20 6.88 GROUP 6 21.51 6.88 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. HANDLING OF HAZAARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit Base wage rate plus S.25 per hour. H-3 Class "B" Suit Base wage rate plus S.50 per hour. H-4 Class "A" Suit Base wage rate plus $.75 per hour. ---------------------------------------------------------------- ENGI0370C 06/01/1998 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD. GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: POWER EQUIPMENT OPERATORS. GROUP lA 19.91 5.40 GROUP 1 20.45 5.40 GROUP 2 20.76 5.40 GROUP 3 21.35 5.40 GROUP 4 21.51 5.40 GROUP 5 21.66 5.40 GROUP 6 21.93 5.40 GROUP 7 22.20 5.40 GROUP 8 23.26 5.40 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane. Moses Lake, Pasco, Washington; Lewiston. Idaho Zone 2. Outside 45 mile radius of Spokane, Moses Lake, Pasco, Washington: Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS DACW67-99-B-0017 WA980001-8 R0001 094283 GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand: Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Grade Checker; Hydro -seeder, Mulcher, Nozzleman: Oiler Driver, & Cable Tender, Mucking Machine: Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton): Assistant Plant Operator, Fireman or Pugmixer (asphalt): Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut): Distributor Leverman; Ditch Witch or similar: Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe; Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete): Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat; Boring Machine (earth); Boring Machine (rock under 8" bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid. Barber Green & similar): Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric): Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine: Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Tractor (to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete): Drills (churn, core, calyx or diamond)(operate drilling machine, drive or transport drill rig to and on job site and weld well casing); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-en(l. under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8" bit) GROUP 5: Backhoe (under 45,000 gw): Backhoe & Hoe Ram (under 3/4 DACW67-99-B-0017 WA980001-9 R0001 094283 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks Stifflegs (under 65 tons); Drilling Equipment(8" bit & over) (Robbins, reverse circulation & similar)(operates drilling machine, drive or transport drill rig to and on job site and weld well casing); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar) GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments, Athey & Huber); Boom Cats (side); Cable Controller (dispatcher); Clamshell Operator (under 3 yds.); Compactor (self-propelled with blade); Concrete Pu;np Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic; H.D. Welder; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.): Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.): Tractors (D-6 & equilvalent & over); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker GROUP 7: Backhoe (over 110,000 gw): Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic: Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator: Loader (360 degrees revolving Koehring Scooper or similar): Loaders (overhead & front-end. over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers): Shovels (3 yds. & over): Whirleys & Hammerheads, ALL GROUP 8: Cranes (85 tons and over, and all climbing, overhead.rail and tower), all attachments including clamshell. dragline: Loaders (overhead and front-end. 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes. Including Tower) 180' to 250' S .30 over scale Over 250' S .60 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ---------------------------------------------------------------- ENGI0370G 06/01/1998 Rates Fringes ADAMS. ASOTIN. BENTON. CHELAN (EAST OF THE 120TH MERIDIAN), DACW67-99-B-0017 WA980001-10 ROOO1 094283 COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN. OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES WORK PERFORMED ON HYDRAULIC DREDGES GROUP 1: 23.28 5.40 GROUP 2: 23.64 5.40 GROUP 3: 23.67 5.40 GROUP 4: 24.05 5.40 GROUP 5: 23.10 5.40 GROUP 1: Assistant Mate (Deckhand) and Oiler GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump); Mates and Boatmen — GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS. CRANES AND BULLDOZERS. ---------------------------------------------------------------- ENGIO612A 06/01/1998 Rates Fringes LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES PROJECTS: CATEGORY A PROJECTS (excludes Category B projects, as shown below) POWER EQUIPMENT OPERATORS: ZONE 1 (0-25 radius miles): GROUP 1AAA 26.66 7.13 GROUP 1AA 26.16 7.13 GROUP lA 25.66 7.13 GROUP 1 25.16 7.13 GROUP 2 24.72 7.13 GROUP 3 24.36 7.13 GROUP 4 22.26 7.13 ZONE 2 (26-45 radius miles) - Add S.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates BASEPOINTS: Tacoma. Olympia, and Centralia POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-300 tons. or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 tons to 300 tons, or 250 ft of boom (including jib with attachments): Tower crane over 175 ft in height, base to boom DAC W67-99-B-0017 WA980001-11 R0001 094283 GROUP IA - Crane 108 tons thru 199 tons, or 150 of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Shovel, excavator, backhoes-6 yds and over with attachments GROUP 1 - Cableways; Cranes-45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type - 45 tons thru 99 tons: Excavator, shovel, backhoes over 3 yards and under 6 yards; hard tail end dump articulating off -road equipment 45 yards and over; loader -overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield: Quad 9, HD 41, D-10: Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self- propelled-45 yds and over; Slipform pavers; Transporters -all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump cutter; Cranes-20 tons through 44 tons with attachments: Crane -overhead, bridge type-20 tons thru 44 tons; Chipper, Concrete Pump -truck mounted with boom attachment; Crushers; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch: Horizontal/directional drill operator; Loaders, overhead under 6 yds.; Loaders, plant feed; Locomotive -all; Mechanics -all; Mixers, asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill, roto grinder; screedman, spreader, topside operator -Slaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment under 45 yds.; Subgrader trimmer: Tractors, backhoes over 75 hp.; Transfer material service machine -shuttle buggy, Blaw Knox-Roadtec; Truck Crane Oiler/driver-100 tons and over, Truck Mount Portable Conveyor; Yo Yo Pay dozer. GROUP 3 - Conveyors: Cranes-thru 19 tons with attachments; Cranes -A -frame over 10 tons; Drill Oilers -Auger type, truck or crane mount; Dozers-D-9 and under; Forklifts-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/Boom Trucks -over 10 tons: Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant Oiler -Asphalt, Crusher; Pumps. Concrete: Roller, plant mix or multi -lift materials; Saws -concrete: Scrapers -Concrete and Carry all; Trenching machines: Truck Crane Oiler/Driver-under 100 tons: Tractor, backhoe-under 75 hp GROUP 4 - Assistant Engineer; Bobcat: Brooms; Compressor; Concrete Finish Machine -laser screed; Crane -A -Frame. 10 tons and under: Elevator and manlift-permanent and shaft type; Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop: Hydralifts. boom trucks, 10 tons and under; Oil distributors. blower distribution and mulch seeding operator: Pavement breaker; Posthole Digger -mechanical; Power plant; Pumps -water: Roller -other than Plant Mix; Wheel Tractors. Farmall type. Shotcrete/Gunite Equipment Operator CATEGORY B PROJECTS - 90% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: 1. Pro)ects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical. electrical. and utility portions of the contract. DACW67-99-B-0017 WA980001-12 R0001 094283 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docts, wharfs, etc.) less than S150,000 WORK PERFORMED ON HYDRAULIC DREDGES: Total Project cost $300,000 and over GROUP 1 23.90 6.88 GROUP 2 23.98 6.88 GROUP 3 24.34 6.88 GROUP 4 24.39 6.88 GROUP 5 25.78 6.88 GROUP 6 23.90 6.88 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler - GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance Total Project .Cost under $300,000 GROUP 1 21.51 6.88 GROUP 2 21.58 6.88 GROUP 3 21.91 6.88 GROUP 4 21.95 6.88 GROUP 5 23.20 6.88 GROUP 6 21.51 6.88 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric. Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS. CRANES AND BULLDOZERS HANDLING OF HAZARDOUS WASTE MATERIALS H-1 - When not outfitted with protective clothing of level D equipment Base wage rate H-2 Class "C" Suit Base wage rate + $.25 per hour H-3 Class "B" Suit - Base wage rate + $.50 per hour H-4 ---------------------------------------------------------------- - Class "A" Suit Base wage rate +$.75 per hour ENGI0701D 01/01/1999 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER. EQUIPMENT OPERATORS (See Footnote A) ZONE 1 GROUP 1 25.91 8.20 GROUP 2 25.00 8.20 GROUP 3 24.30 8.20 GROUP 4 23.83 8.20 GROUP 5 23.27 8.20 DACVV67-99-B-0017 WA980001-13 R0001 094283 GROUP 6 21.10 8.20 Zone Differential (add to Zone 1 rates): Zone 2 - $1.50 Zone 3 - 3.00 For the following metropolitan counties: MULTNOMAH: CLACKAMAS; MARION; WASHINGTON: YAMHILL; AND COLUMBIA: CLARK AND COWLITZ COUNTY. WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 ON Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs located in Yamhill County, Washington County and Columbia County and all jobs or projects located in Clark and Cowlitz Counties, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY: COOS. BAY: EUGENE: GRANTS PASS: KLAMATH FALLS: MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs of projects located more than 30 miles ans less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs of projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more: CRANE: Crane Operator, over 200 tons: Whirley Operator 90 tons and over: Helicopter Operators. when used in erecting work. Floating Crane. 150 tons but less than 250 tons: Lattice Boom Crane - 200 tons and over. Boom 201' through 280': FLOATING EQUIPMENT: Floating Crane. 250 tons and over GROUP 2 ASPHALT Asphalt Plant Operator (any type): Roto- mill, pavement profiler, operator, six foot lateral cut and over: BLADE: Auto Grader or "Trimmer" Operator (Grade Checker required): BULLDOZERS: Tandem bulldozer operator, quad -nine and similar type: D-11: Tandem Bulldozer Operator, Quad -nine and similar type: CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum: Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator: Concrete Profiler, Diamond Head: DACW67-99-B-0017 WA980001-14 R0001 094283 CRANE: Cableway Operator, 25 tons and over; Crane Operator, over 40 tons and including 108 tons; Crane Operator, over 180 tons and including 200; Tower Crane Operator, over 80 tons and including 150 tons; Whirley Operator - under 90 tons; Lattice Boom Crane - 90 through 199 tons, Boom = 150' through 280'; CRUSHER: Crusher Plant Operator: FLOATING QUIPMENT: Floating Clamshell, etc. Operator, 3cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 80 tons; Floating Crane (derrick barge) Operator, 80 ton but less than 150 ton; LOADERS: Loader Operator, 6 cu. yds. but less than 12 cu. yds.; Loader Operator, 12 cu. yds. and over; REMOTE CONTROL: Remote controlled earth - moving equipment (no one operator shall operate more than two pieces of earth -moving equipment at one time): RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator, with tandem scrapers, multi -engine; SHOVEL, DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER, OPERATOR: Shovel, etc., 3 cu. yds., but less than 5 cu. yds.; Shovel, etc., 5 cu. yds. and over; TRENCH MACHINE-- Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour (two Operators and at least one Grade Oiler required); Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise, when used in construction work. GROUP 3: CRANES: Lattice Boom Crane - 50 through 89 tons; FORKLIFT: Rock Hound Operator; LOADERS: Loader Operator, 4 cu. yds. but less than 6 cu. yds.; Rubber -tired RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self -loading, paddle wheel, auger type, finish and/or 2 or more units GROUP 4: ASPHALT: Screed Operator; Asphalt Paver Operator (Screed man required); Diesel -Electric engineer, Plant; Roto- Mill, pavement profiler, operator, under six foot lateral cut; BLADE: Blade Operator, externally controlled by electronic, mechanical hydraulic means: Blade operator, multi -engine; BULLDOZERS: Bulldozer Operator: Drill Cat Operator; Side -boom Operator: Bulldozer Operator, twin engine (TC 12 and similar type, D-10): Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Compactor Operator, with blade; Compactor Operator, multi -engine; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator: Concrete Paving Road Mixer; Concrete Breaker: Reinforced Tank Banding Machine (K-17 or similar types); CRANE: Chicago boom and similar types: Lift Slab Machine Operator; Boom type lifting device. 5 ton capacity or less; Cherry Picker or similar type crane -hoist, 5 ton capacity or less: Crane Operator, under 25 ton (except for rough terrain), Hoist Operator, two drum: Hoist Operator, three or more drums; Derrick Operator, under 100 ton: Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator, up to twenty-five ton; Crane Operator, over twenty-five ton and including forty ton; Bridge Crane Operator: Locomotive, Gantry, Overhead: Lattice Boom Crane - 25 through 49 tons: CRUSHER: Generator Operator; Diesel -Electric Engineer; Grizzley Operator; DRILLING: Drill Doctor; Boring Machine Operator; Driller - Percussion, Diamond. Core, Cable, Rotary and similar type; Cat Drill (John Henry); FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges. Barge Operator, self -unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel -Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer required); GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail auger Operator (all types); Combination Guardrail machines, i.e. punch, auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; DAC W67-99-B-0017 VA'A980001-1 5 R0001 094283 HYDRAULIC HOES: Hydraulic Backhoe Operator, Track Type 3/8 cu. yd. takes shovel Classif. rate); LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 2-1/2 cu. yds. and under 4 cu. yds.; Elevating Loader Operator, Athey and asimilar types; Elevating Grader Operator, operated by Tractor Operator, sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; PIPELINE, SEWER WATER: Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REPAIRMEN, HEAVY DUTY: Diesel -Electric Engineer (Plant or Floating); Bolt Treading Machine Operator; Drill Doctor (bit grinder); H.D. Mechanic; H.D. Welder; Machine Tool Operator; Combination H.D. Mechanic -Welder, when dispatched and/or when required to do both; Welder -Certified, when dispatched and/or required; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator, single engine, single scraper; Self -loading, paddle wheel, auger type under 15 cu. yds.; rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- pull attachments; Self -loading, paddle wheel, auger type 15 cu. yds. and over, single engine: SHOVEL, DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER OPERATOR: Diesel -Electric Engineer; Stationary Drag Scraper Operator; Shovel, Dragline, Clamshell, Hoe, etc., Operator, under 1 cu. yd.; Shovel, etc., 1 cu. yd. and less than 3 cu. yds.: Grade -all Operator, under 1 cu. yd.; Grade -all 1 cu. yd. and over; SURFACING (BASE) MATERIALS: Blade Mounted Spreaders, Ulrich and similar types; TRACTOR -RUBBER TIRED: Tractor Operator, rubber -tired. over 50 H.P. Flywheel; Tractor Operator, with boom attachment: Rubber -tired Dozers and Pushers (Michigan, Cat. Hough type); TRENCHING MACHINE: Trenching Machine Operator, maximum digging capacity over 3 ft. depth (Grade Oiler required); Back Filling Machine Operator; TUNNEL: Mucking Machine Operator; Shield Operator; Boring Machine Operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and reconditioner Operator (any type), 84: roto-mill, Pavement Profiler. ground man.; COMPRESSORS: Compressor Operator any power), over 1.250 cu. ft. total capacity: COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade): CONCRETE: Combination mixer and Compressor Operator, gunite work. Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type) Pavement Grinder and/or Grooving Machine Operator (riding type); Cement Pump Operator. Fuller -Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete Mixer Operator, single drum, under five bag capacity and over, Cast place pipe laying machine; Maginnis Internal Full Slab Vibrator Operator: Concrete Finishing machine Operator, Clary, Johnson, Bidwell, Burgess bridge deck or similar type: Curb Machine Operator, mechanical Berm. Curb and/or Curb and Gutter; Concrete Joint Machine Operator: Concrete Planer Operator: Tower Mobile Operator, Power Jumbo Operator setting slip forms: Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator: Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator Hydraulic Boom Truck. Pittman: DRILLING: Churn Drill and earth Boring Machine Operator; FLOATING EQUIPMENT: Fireman: FORKLIFT: Lull Hi -Lift Operator or similar type: Fork Lift, over 5 ton; HYDRAULIC HOES Hydraulic Backhoe Operator, wheel type 3/8 cu. yd and under with or without front end attachment 2-1/2 cu. yds. and under (Ford. John Deere, Case, Type); LOADERS: Loaders, rubber -tired type, 2-1/2 cu. yds. and under; Elevating Grader Operator. Tractor Towed requiring Operator or Grader; OILERS: Service Oiler (Greaser); PIPELINE, SEWER WATER: Hydra Hammer or similar types. Pavement Breaker Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons: Ballast Regulator Operator; Ballast Tamper Multi -Purpose Operator, Track Liner Operator; Tie DACW6 7-99-B-0017 WA980001-16 R0001 094283 Spacer Operator: Shuttle Car Operator; Locomotive Operator, 40 tons and over; SURFACING (BASE) MATERIAL: Roller Operator, Oiling, C.T.B.; Rock Spreaders self-propelled; Pulva-mixer or similar types; Chip Spreading Machine Operator Lime Spreading Operator, construction job site; SWEEPERS: Sweeper Operator (Wayne Tractor Operator, rubber -tired, 50 H.P. Flywheel and under; TRENCHING: Trench Machine Operator, maximum digging capacity 3 ft. depth GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; BLADE: Blade Operator, pulled type; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Truck Crane Oiler -Driver, 25 tons capacity or over; Fireman, all equipment; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (excluding working platform); Fork Lift or Lumber Stacker Operator, construction job site; GUARDRAIL EQUIPMENT: Oiler, auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bucket Elevator Loader Operator, Barber -Greene and similar types; Bobcat, Skid Steer - Under 1 yd; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler -Driver, 25 ton or over; Auger Oiler; Grade Oiler, required to check grade: Grade Checker; Tar Pot Fireman; PIPELINE SEWER WATER: Tar Pot Fireman (power agitated); Hydraulic Pipe Press Operator: PUMPS: Pump Operator, under 4"; Pump Operator (any power), 4" and over; Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; REPAIRMAN HEAVY DUTY: Parts Man (Tool Room); SHOVEL. DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER OPERATORS: Oiler; Grade Oiler (required to check grade); Grade Checker; Fireman: Signalman; Bell Boy, phones, etc., Operator; Helicopter Radioman (ground); SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine Operator, mechanical, self-propelled; Hydrographic Seeder Machine Operator, staw, pulp or seed; SWEEPERS: Broom Operator, self-propelled, construction job site; TRENCHING: Oiler; Grade Oiler (required to check grade); TUNNEL: Conveyor Operator (any type): air Filtration Equipment Operator; Motormen (dinkey); Oiler: WELDING MACHINES: Welding Machine Operator FOOTNOTE A: HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outline in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing. H-2 Class "C" Suit - Basic hourly wage rate plus $1.00 per hour, fringes plus $0.15. H-3 Class "B" Suit - Basic hourly wage rate plus $1.50 per hour, fringes plus $0.15. H-4 Class "A" Suit - Basic hourly wage rate plus $2.00 per hour, fringes plus $0.15. ---------------------------------------------------------------- ENGI0701E 06/01/1998 Rates Fringes CLARK, COWLITZ. KLICKITAT, PACIFIC (SOUTH), SKAMANIA, DAC W67-99-B-0017 WA980001-17 R0001 094283 AND WAHKIAKUM COUNTIES DREDGING: ZONE A LEVERMAN, HYDRAULIC 27.45 7.25 LEVERMAN, DIPPER, FLOATING CLAMSHELL 27.45 7.25 ASSISTANT ENGINEER 26.62 7.25 TENDERMAN 26.01 7.25 ASSISTANT MATE 23.78 7.25 ZONE B LEVERMAN, HYDRAULIC 29.45 7.25 LEVERMAN, DIPPER, FLOATING CLAMSHELL 29.45 7.25 ASSISTANT ENGINEER 28.62 7.25 TENDERMAN 28.01 7.25 ASSISTANT MATE 25.78 7.25 ZONE C LEVERMAN, HYDRAULIC 30.45 7.25 LEVERMAN, DIPPER, FLOATING CLAMSHELL 30.45 7.25 ASSISTANT ENGINEER 29.62 7.25 TENDERMAN 29.01 7.25 ASSISTANT MATE 26.78 7.25 ZONE DESCRIPTION FOR DREDGING: ZONE A All jobs or projects located within 30 road miles of Portland City Hall. ZONE B Over 30-50 road miles from Portland City Hall. ZONE C Over 50 road miles from Portland City Hall. 'All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. ---------------------------------------------------------------- IR0NOO14F 10/05/1998 Rates Fringes ADAMS. ASOTIN. BENTON. COLUMBIA. DOUGLAS, FERRY. FRANKLIN, GARFIELD. GRANT, LINCOLN. OKANOGAN. PEND ORIELLE. SPOKANE. STEVENS, WALLA WALLA AND WHITMAN COUNTIES IRONWORKERS 22.60 10.17 ---------------------------------------------------------- IR0NOO29I O7/01/1998 Rates Fringes CLARK. CLALLAM, CHELAN, COWLITZ. GRAYS HARBOR, ISLAND, JEFFERSON, KING. KITTITAS, KLICKITAT. KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT. SKAMANIA. SNOHOMISH, THURSTON. WAHKAIKUM, WHATCOM AND YAKIMA COUNTIES IRONWORKERS 22.90 10.17 ---------------------------------------------------------- DAC\N,67-99-B-0017 WA980001-18 R0001 094283 LABOOOOID 06/01/1998 Rates Fringes CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES LABORERS: ZONE 1: GROUP 1 13.44 5.19 GROUP 2 15.76 5.19 GROUP 3 17.48 5.19 GROUP 4 17.96 5.19 GROUP 5 18.32 5.19 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 S .70 - ZONE 3 S1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES LABORERS: ZONE 1: GROUP 1 14.36 5.19 GROUP 2 16.68 5.19 GROUP 3 21.36 5.19 GROUP 4 21.84 5.19 GROUP S 22.20 5.19 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 S .70 ZONE 3 $1.00 BASE POINTS BELLINGHAM. MT. VERNON, EVERETT, SEATTLE. KENT, TACOMA. OLYMPIA. CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND. PT. ANGELES. AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall LABORERS CLASSIFICATIONS GROUP 1 Landscaping and Planting: Watchman: Window wasner/Cleaner (detail clean-up. such as but not limited to DAC«'67-99-B-0017 WA980001-19 R0001 094283 cleaning floors. ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine: Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazar-dous Waste Worker (Level C); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Mortarman and Hodcarrier; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite. shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20'); Spreader (concrete): Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger snorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker: Miner: Powderman: Re-Timberman: Hazardous Waste Worker (Level A). ---------------------------------------------------------------- LAB0023SE 06/01/1998 Rates Fringes ADAMS, ASOTIN, BENTON, COLUMBIA. DOUGLAS (EAST OF THE 120TH MERIDI.AN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN. OKANOG.AN. PEND OREILLE, STEVENS, SPOKANE. WALLA WALLA AND WHITMAN COUNTIES LABORERS ZONE 1. GROUP 1 17.01 4.39 GROUP 2 19.05 4.39 GROUP 3 19.31 4.39 GROUP 4 19.57 4.39 GROUP 5 19.84 4.39 GROUP 6 21.17 4.39 Zone Differential (Add to Zone 1 rate): $2.00 DACNV67-99-B-0017 WA980001-20 R0001 094283 BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman: Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers): Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal): Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Aspahlt Raker; Asphalt Roller, walking: Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non -mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level: Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator): Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator., form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi - plate; Pot Tender: Power Buggy Operator; Power Tool Operator, gas. electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills: Water Pipe Liner; Wheelbarrow (power driven) GROUP 4 Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation DAC W67-99-B-0017 WA980001-21 R0001 094283 of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); Miner Class "D", (to include raise and shaft miner, laser beam operator on riases and shafts) - GROUP 6 - Powderman ---------------------------------------------------------------- LAB00238G 06/01/1998 Rates Fringes COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN HOD CARRIERS 19.71 4.39 ---------------------------------------------------------------- LAB00335A 06/01/1998 Rates Fringes CLARK, COWLITZ. KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES ZONE 1: LABORERS GROUP 1 20.47 6.14 GROUP 2 20.87 6.14 GROUP 3 21.21 6.14 GROUP 4 21.49 6.14 GROUP 5 18.73 6.14 GROUP E. 16.63 6.14 GROUP 7 14.18 6.14 Zone Differential (Add to Zone 1 rates): Zone 2 S 0.65 Zone 3 1.15 Zone 4 - 1.70 Zone 5 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1 Pro)ects within 30 miles of the respective city all. ZONE 2: More than 30 miles but respective city hall. ZONE 3: More than 40 miles but respective city hall. ZONE 4 More than 50 miles but less than 40 miles from the less than 50 miles from the less than 80 miles from the DAC W67-99-B-0017 WA980001-22 R0001 094283 respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders: Batch Weighman; Broomers; Brush Burners and Cutters: Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete: Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site): Tunnel Bullgang (above ground); Weight -Man - Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer;. Chipping Guns; Paving Breakers): Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric: Vibrating Screed; Tampers; Sand Blasting (Wet): Stake -Setter. Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal: Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber -mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers. Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator: Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines. Ballast Regulators. Multiple Tampers, Power Jacks. Tugger Operator: Tunnel -Chuck Tenders, Nippers and Timbermen, Vibrator; Water Blaster GROUP 4 Asphalt Raker; Concrete Saw Operator (walls): Concrete Nozzeeman; Grade Checker; Pipelayer; Laser Beam (pipelaying)-applicable when employee assigned to move, set up, align; Laser Beam: Tunnel Miners: Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel GROUP S Traffic Flaggers GROUP 6: Fence Builders GROUP 7 Landscaping or Planting Laborers --------------------------------------------------------------- DAC W67-99-B-0017 WA980001-23 R0001 094283 PAIN0005B 07/01/1991 Rates Fringes STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES STRIPERS 18.14 2.47 ---------------------------------------------------------------- PAIN0005D 03/01/1998 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFER50N, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT. SNOHOMISH. THURSTON AND WHATCOM COUNTIES PAINTERS 21.11 — 3.52 ---------------------------------------------------------------- PAIN0054D 07/01/1998 Rates Fringes ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES PAINTERS': Brush. Roller, Striping, Steam -cleaning and Spray 18.80 3.67 Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples 19.65 3.67 TV Radio, Electrical Transmission Towers 20.39 3.67 Lead Abatement, Asbestos Abatement 18.80 3.67 'S.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- PAIN0055C 11/01/1997 Rates Fringes CLARK, COWLITZ. KLICKITAT, SKAMANIA, AND WAHKIAKUM COUNTIES INDUSTRIAL - ANY INDUSTRIAL FACILITY, MANUFACTURING PLANTS. PROCESS PLANTS, FACTORIES. PAPER MILLS AND ALUMINUM PLANTS PAINTERS Brusn & Roller 16.68 3.25 Spray and Sandblasting 17.28 3.25 High work - All work 60 ft or higher 17.18 3.25 ---------------------------------------------------------------- PAIN0055L 10/01/1993 Rates Fringes CLARK. COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES DACW67-99-B-0017 WA980001-24 R0001 094283 PAINTERS: Highway and Parking Lot 18.14 2.37 ---------------------------------------------------------------- PLAS0072E 06/01/1998 Rates Fringes ADAMS, ASOTIN, BENTON. CHELAN. COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS. WALLA WALLA, WHITMAN. AND YAKIMA COUNTIES ZONE 1: CEMENT MASONS 21.04 5.14 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- PLAS0528A 06/01/1998 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH. THURSTON, AND WHATCOM COUNTIES CEMENT MASON 23.80 7.89 COMPOSITION, COLOR MASTIC. TROWEL MACHINE, GRINDER, POWER TOOLS. GUNNITE NOZZLE 24.05 7.89 ---------------------------------------------------------------- PLAS0555B 06/01/1998 Rates Fringes CLARK, COWLITZ, KLICKITAT. PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES ZONE 1 CEMENT MASONS 22.81 7.00 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS 23.22 7.00 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD 23.22 7.00 CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD 23.64 7.00 Zone Differential (Add To Zone 1 Rates): Zone 2 $0.65 Zone 3 1.15 Zone 4 - 1.70 Zone 5 2.75 DAC W67-99-B-0017 WA98OOO1-25 ROOO1 094283 BASE POINTS: BEND, CORVALLIS, EUGENE, LONGVIEW, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- PLUM0032B 06/01/1998 Rates Fringes CLALLAM, KING AND JEFFERSON COUNTIES - PLUMBERS AND PIPEFITTERS 29.48 10.08 ---------------------------------------------------------------- PLUM0032D 06/01/1998 Rates Fringes CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN (NORTH) COUNTIES PLUMBERS AND PIPEFITTERS 23.47 8.67 ---------------------------------------------------------------- PLUM0040B 06/01/1996 Rates Fringes WHATCOM COUNTY PLUMBERS AND STEAMFITTERS Plumbing projects over S3.000.000 27.04 7.81 Plumbing projects $3.000,000 and under 24,98 7.81 ---------------------------------------------------------------- PLUM0044C 06/01/1998 Rates Fringes ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN (EASTERN PART), PEND ORIELLE, STEVENS. SPOKANE, AND WHITMAN COUNTIES PLUMBERS AND PIPEFITTERS 26.81 8.34 ---------------------------------------------------------------- PLUM0082A 06/01/1997 Rates Fringes GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION), AND PACIFIC PIERCE AND THURSTON COUNTIES PLUMBERS AND PIPEFITTERS 25.72 9.00 CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ. SKAMANIA AND WAHKIAKUM COUNTIES DAC W67-99-B-0017 WA980001-26 R0001 094283 PLUMBERS AND PIPEFITTERS 24.79 9.00 ---------------------------------------------------------------- PLUM0265C 06/01/1997 Rates Fringes ISLAND, SKAGIT, SNOHOMISH, AND SAN JUAN COUNTIES PLUMBERS AND PIPEFITTERS 28.14 9.39 PLUM0290K 10/01/1998 Rates — Fringes CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) PLUMBERS AND PIPEFITTERS 27.72 8.90 ---------------------------------------------------- ----------- PLUM0598E 06/01/1998 Rates Fringes ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF CLARKSTON), BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY (WESTERN PART), FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN (EASTERN), WALLA WALLA AND YAKIMA COUNTIES PLUMBERS 27.80 9.60 ---------------------------------------------------------------- PLUM0631A 06/01/1997 Rates Fringes MASON (NE SECTION), AND KITSAP COUNTIES PLUMBERS/PIPEFITTERS: All new construction, additions. and remodeling of commercial building projects such as: cocktail lounges and taverns. professional buildings, medical clinics. retail stores, hotels and motels, restaurants and fast food types. gasoline service stations. and car washes where the plumbing and mechanical cost of the project is less than $100.000 14.55 7.98 All other work where the plumbing and mechanical cost of the project is S100.000 and over 20.78 12.28 ---------------------------------------------------------------- TEAM0037C 06/01/1998 Rates Fringes CLARK. COWLITZ. KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to DAC W67-99-B-0017 WA980001-27 R0001 094283 the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES TRUCK DRIVERS ZONE 1: GROUP 1 21.97 7.02 GROUP 2 22.09 7.02 GROUP 3 22.22 7.02 GROUP 4 22.47 7.02 GROUP 5 22.69 7.02 GROUP 6 22.84 7.02 GROUP 7 23.04 7.02 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 — BASE POINTS: ASTORIA. THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Battery Rebuilders: Bus or Manhaul Driver; Concrete Buggies (power operated): Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.. Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site): Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Solo Flat Bed and misc. Body Trucks. 0 - 10 tons; Truck Tender: Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,600 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under. "A" Frame or Hydra -lift Truck with load bearing surface; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack. Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Flaherty Spreader Driver or Leverman: Lowbed Equipment, Flat Bed Semi -trailer. Truck and Trailers or doubles transporting equipment or wet or dry materials: Lumber Carrier Driver - Straddle Carrier (used in loading, unloading and transporting of materials on job site): Oil Distributor Driver or Leverman: Water Wagons (rated capacity) over 3.000 to 5.000 gallons: Dumpsters or similar equipment, all sizes: Transit Mix and Wet or Dry Trucks, over S cu. yds, and including 7 cu. yds GROUP 3: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds.: Transit Mix and Wet or Dry Mix Trucks, over 7 cu. yds. and including 11 cu. yds.; Truck Mechanic -Welder - Body Repairman; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Dump Trucks, side, end and bottom cutups, including Semi -Trucks and Trains or combinations thereof: over 30 cu. yds. DACW67-99-B-0017 WA980001-28 R0001 094283 and including 50 cu. yds.; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,006 gallons to 15,000 gallons GROUP 5: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. GROUP 6: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds. GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds. ------------------------------------------------- -------------- TEAM0174A 06/01/1998 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON. KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES TRUCK DRIVERS; GROUP 1: 22:45 7.75 GROUP 2: 21.87 7.75 GROUP 3: 19.93 7.75 GROUP 4: 16.30 7.75 GROUP 5: 21.62 7.75 TRUCK DRIVERS CLASSIFICATIONS GROUP 1 -"A-frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment. Tournorockers, Tournowagon, Tournotrailer. Cat DW series. Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four -Wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump Trucks, side, end and bottom dump. including semi -trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards 3.15 per hour additional for each 10 yard increment: Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates): Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver: Spreader, Flaherty Transit mix used exclusively in heavy construction: Water Wagon and Tank Truck-3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers. Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau. Westinghouse, Athye wagon, Euclid two and four -wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck. Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross. Hyster) and similar equipment; Team Driver; DACW67-99-B-0017 WA980001-29 R000] 094283 Tractor (small, rubber-tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self-contained breathing apparatus or a supplied air line. ZONE DIFFERENTIALS Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRAVEL - Zone A - 0 - 25 miles - Free Zone Zone B 25 - 45 miles $ .70 per hour. Zone C Over 45 miles $1.00 per hour. ---------------------------------------------------------------- TEAM0760C 06/01/1998 Rates Fringes COUNTIES FROM THE TOP OF THE CASCADE MOUNTAIN RANGE EAST: ADAMS. ASOTIN. BENTON, CHELAN. COLUMBIA, DOUGLAS. FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS. LINCOLN. OKANOGAN, PEND OREILLE, SPOKANE, STEVENS. WALLA WALLA, AND WHITMAN COUNTIES TRUCK DRIVERS (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE I (INCLUDES ALL OF YAKIMA COUNTY) GROUP 1 17.11 7.06 GROUP 2 19.70 7.06 GROUP 3 19.81 7.06 GROUP 4 20.12 7.06 GROUP 5 20.22 7.06 DACW67-99-B-0017 WA980001-30 R0001 091283 GROUP 6 20.39 7.06 GROUP 7 20.90 7.06 GROUP 8 21.22 7.06 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers): Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher: Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.): Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (SO tons & under); Self - loading Roll Off; Semi -Truck & Trailer: Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.): Trucks. side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck -Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton). Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver: Flowboys; Fork Lift (over 16.000 lbs.): Dumps (Semi -end); Mechanic (Field); Semi - end Dumps: Transfer Truck & Trailer: Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks. side, end. bottom and articulated end dump (over 20 yds. to & including 40 yds.): Truck and Pup; Tournarocker, DW's & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14.000 gallons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer). Transit Mixers & Trucks Hauling Concrete (over 20 yds.): Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.): Truck Mounted Crane (with load bearing DAC W67-99-B-0017 WA980001-31 R0001 094283 surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C-D: - S.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is -conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. NOTE: Trucks Pulling Equipment Railers: shall receive S.15/hour over applicable truck rate ----------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(v)). ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: an existing published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: DACW67-99-B-0017 WA980001-32 R0001 094283 Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 — The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION DAC W67-99-B-0017 WA980001-33 R0001 98038/LD/ar 094283 SECTION 01005 SITE SPECIFIC SUPPLEMENTARY REQUIREMENTS PART 1 - GENERAL 1. CONDUCT OF WORK 1.1 COORDINATION Coordination for this work shall be made through the Contracting Officer except elements of the work may require joint coordination by the Contractor with the Contracting Officer, City of Renton, and Municipal Airport Manager, and other administrative agencies as specified in the contract documents and as directed by the Contracting Officer. 1.2 WORK HOURS Standard work hours in the construction area for pile driving shall be 7:30 A.M. to 4:00 P.M., Monday through Sunday. There are no restrictions concerning work hours for work other than pile driving except Contractor shall coordinate with the Contracting Officer work hours other than 7:30 A.M. to 4:00 P.M. 1.3 CONSTRUCTION SCHEDULE REQUIREMENTS 1.3.1 Milestones In conjunction with the completion schedule under Section 00800, paragraph SC-1 the Contractor shall incorporate the following milestones into the work sequence: Item of Work (a) Earthwork, irrigation, seeding and paving in park (b) All work to construct the levees and floodwalls between Stations 0+00 and 56+75 on the left bank and between Stations RT 10+00 and RT 64+20 on the right bank including the levee closure gates and hydroseeding of levee sections. 1.3.2 Constraints Completion Date Not later than 30 June 1999 Not later than 30 September 1999 Tile following special constraints have been identified as having an impact on the performance of the Work. It is not intended to be a comprehensive list of constraints that will result from the execution of the Work, but as an aid to the CONTRACTOR in development of schedules and in executing the Work. Additional constraints may exist or develop as a result of required Work execution or CONTRACTOR's proposed work methods or sequence. In any event, the CONTRACTOR is responsible for compliance with the requirements of the various specification sections and the work procedures and protection requirements DACW67-99-8-0017 01005-1 98038/LD/ar 094283 contained therein and establishing all constraints associated with the Work execution and incorporating them into Work schedules and proposed construction activities. a. Permit requirements (see Section 01001). b. Environmental Protection Plan requirements (see Section 01061). c. Traffic Control Plan requirements (see Sections 01005 and 01501). 1.4 GENERAL ACCESS REQUIREMENTS 1.4.1 Contractor's Vehicles Contractor's vehicles to be operated on the Project site shall be identified by placing an approved sticker or sign inside the windshield. The sticker or sign shall be provided by the Contractor and shall be subject to approval of the Contracting Officer (CO). Contractor's vehicles shall only park in areas as directed by the Contracting Officer. 1.4.2 Contractor Employee Privately -Owned Vehicles The parking of privately -owned vehicles (POV's) of Contractor personnel shall be in designated areas. 1.5 CONTRACTOR SECURITY The Corps of Engineers will not be responsible for providing security for Contractor-owned/controlled equipment, supplies, or materials. The Contractor shall provide those necessary security measures. 1.6 PERSONNEL IDENTIFICATION 1.6.1 Employee Listing The Contractor shall submit a complete listing of Contractor personnel, including job title and identification credential number, who will be working on the project. This listing shall be updated as needed to insure that the Government has been notified of any changes of Contractor Personnel in advance of new personnel engaging in work on the project. 1.6.2 Identification Credentials Contractor personnel shall either be issued a photo identification card (ID) by the Contractor or agree to provide their individual vehicle driver's license as appropriate identification credential. In either case, the identification number shall be included on the listing required above. If the Contractor determines to issue ID cards to its employees, the following information shall be included: Contractor Identification and Card Number Indicating Employees: o Full Name o Current Address o Birth Date o Recent Photograph o Height o Weight o Hair Color o Eye Color DAC W 67-99-B-0017 01005-2 98038/LD/ar 094283 1.6.3 Employee Termination If a Contractor employee resigns or is terminated the Contracting Officer, or designated representative shall be so notified at the earliest opportunity, but in no case later than the start of the succeeding workday. 1.6.4 Access Control Contractor personnel shall be instructed to present identification credential upon request by proper authority as established by the Contracting Officer. 1.7 UTILITY OUTAGES Contractor shall coordinate utility outages with the Contracting Officer at least 7 days in advance. Outages shall be kept to a minimum and any one outage shall not last more than 2 hours. 1.8 PROTECTION OF PROPERTY In addition to requirements of the CONTRACT CLAUSES, Contractor shall protect all property in which the Contractor is working and outside of the construction area, except for such property as is required to be demolished. The Contractor shall ensure that it is not removed, damaged, destroyed, or prevented from its normal use unless so designated in the contract documents. Property that is to be demolished shall be protected until its scheduled demolition time. Protection shall include, but not be limited to, protection from construction -generated dust, debris, water, and vibration. Property includes land, utilities, landscaping, markers and monuments, buildings, structures, and site and drainage improvements, whether shown on the contract drawings or not. 1.9 AIRPORT AND ROAD RESTRICTIONS 1.9.1 When work is to be done inside the Renton Municipal Airport "Runway Safety Area (RSA)" the Contractor shall coordinate with the Renton Municipal Airport Manager and Renton Department of Public Works Surface Water Division in writing through the Contracting Officer a minimum of 3 work days (Monday through Friday) in advance prior to initiating any work in the RSA. Contracting Officer approval shall be obtained prior to initiating work or changing work areas. Figure 1 attached at end of Section shows the extent of the RSA for the City of Renton Municipal Airport. The Runway Safety Area (RSA) extends eastward from the runway edge 150 feet. Generally any area north of the eastside hangar buildings is in the Rumvay Safety Area. This area extends north from the hangar buildings to Lake Washington. Contact for the Airport Safety Area is Mr.'Gail Reed (425-235-2591) and contact for City Public Works is Mr. Hathaway (425-430-7205). All Contractor vehicles and equipment operating within the RSA are subject to prior approval by the Contracting Officer. 1.9.2 The Contractor shall provide the Airport Manager with daily work plans for any work 3 work days (Monday through Friday) in advance of the work taking place, along with requirements for any penetration of the RSA 3 Nvork days in advance. The Contractor shall assure that prior written approval for the work inside the RSA has been obtained from the Contracting Officer prior to commencing any work. The Contractor shall be responsible for delivering all notification as required by the Airport Manager. DAC W67-99-R-0017 01005-3 R0001 98038/LD/ar 094283 1.9.3 No work shall be done in the RSA without the above described 3 work day notice, notice and direct communication with the Airport Manager and the Renton Municipal Airport Control Tower shall be initiated immediately prior to commencing work, and the Contractor shall have capability of conducting continuous two way communication with the Renton Municipal Airport Control Tower by means of a continuously monitored aircraft frequency radio (required at all times). The Contractor shall be required to equip and have present at all times a supervisor with an aviation frequency radio capable of two-way communication with the Renton Airport control tower at all times that Contractor equipment is within the Airport boundary. This required communications equipment shall be mounted within, and powered by the vehicle, and shall be monitored at all times that any piece of Contractor equipment, not just the one so equipped, is within the Airport boundary. The Contractor and all operators shall attend an airport safety orientation prior to operation on the airport. 1.9.4 All vehicles traveling along the east perimeter road of the airport shall be lighted with yellow lights. 1.9.5 The Contractor shall be required to equip all vehicles used for removal, support and supervision with an operating yellow rotating or stroboscopic light, mounted so as to be visible for 360 degrees from a distance of 50 feet from the vehicle. This required lighting shall be in continual operation at all times that the equipment on which the light is mounted is within the RSA. 1.9.6 The Contractor shall contact the Renton Municipal Airport control tower by radio or telephone prior to, and obtain approval for, a Contractor vehicle moving from the east side of the Cedar River across the north Boeing bridge and/or prior to, and obtain approval for, a Contractor vehicle moving north of the airport Non -Directional Beacon structure along the East Perimeter Road. The Contractor shall take appropriate and necessary measures to avoid the spreading of debris such as wood chips, mud, gravel, etc. from the work site and shall clean by sweeping and/or vacuuming the work site and that portion of the East Perimeter Road used as a vehicle route for haul of any loose material including rock and gravel. Cleaning shall be a continuous process so as to prevent the build-up of debris within the work site or along the East Perimeter Road roadway. 1.9.7 The safety restrictions regarding the Renton Municipal Airport are highly emphasized; the Contractor shall coordinate closely with the Airport Manager and Renton Municipal Airport Tower at all times during the project and follow their requirements without variance. The Contractor shall anticipate such coordination of all costs which shall be considered incidental to the project. 1.9.8 Boeing utilizes the North Boeing Bridge for the movement of aircraft, generally during the late evening and early morning hours. The Contractor shall anticipate vacating the North Boeing Bridge area for 30 minutes during each movement, for two movements daily. The haulage vehicle may drive through a gate directly south of this location and through the adjacent gate and the City of Renton Park. Passage through the Cite of Renton Park must be coordinated with the City of Renton Parks Department, point of contact is Mr. Leslie Betlach, Telephone No. 425-277-5549. An alternate access is across the North Boeing Bridge and along the East Perimeter Road of the Renton Municipal Airport. 1.9.9 Contractor shall keep all exposed soils wet to reduce dust and avoid mobilization by aircraft blast and all exposed holes, or excavation shall be barricaded with flashing barricades when excavation is not in process. 1.9.10 No excavation shall be performed within the area of the buried Non Directional Beacon (NDB) antenna. Contractor shall coordinate with the city of Renton and Municipal Airport manager for location of utilities/antenna and permission to excavate 3 work days prior to performing any excavation. DAC W67-99-B-0017 01005-4 98038/LD/ar 094283 1.9.1 I Construction vehicles shall have ambient level backup beepers and dump trucks shall have rubber liners. 1.9.12 Grading within the fields adjacent to the runway shall leave the tops of light cans for runway lighting and taxiway lighting, and the tops of concrete bases for RENIL, PAPI and other navigational aids, flush with the final grade. Grading of slopes from tops of lighting, navaid and other airport fixtures, and runway and taxiway pavement edges shall be to drain away from the feature unless otherwise shown. 1.10 MINIMUM INSURANCE COVERAGES AND REQUIREMENTS 1.10.1 Limits Required These required insurance coverages shall be maintained -throughout the term of this contract. The Contractor shall carry the f-, binds of insurance and minimum limits of liability as required in the Schedule below. 1.10.2 Before conunencine- work under this Contract. the Contractor shall certify to the Contractins; Officer in w'ritine that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that anv cancellation or any material change adversely affecting the Government's interest shall not be effective: ( I ) for such period as the lavvs of the State in which this Contract is to be performed prescribe. or (2) unti 130 days after thrinsurer or the Contractor gives written notice to the Contracting 0I]icer. xxh1cheeer period is lorwer. 1.10.3 The Contractor shall insert the substance of this clause. including, this paragraph 1.10. in subcontracts under this Contract that require work on this project and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the Contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting, Officer upon reclucst. INSI'RANCT SCHEDULE Commercial General Liability General Aggregate Products/Completed Operations Aggregate Each Occurrence Limit Personal/Advertising Injury Fire Damage (Any One Fire) Medical Payments (Any One Person) Stop Gap Liability Automobile Liability Bodily Injury/Property Damage (Each Accident) $2,000,000 $2,000,000 $1,000,000 $1,000,000 $1,000,000 $5,000 $1,000,000 $1,000,000 DACW67-99-R-0017 01005-5 R0001 98038/LD/ar 094283 INSURANCE SCHEDULE (CON'T) Worker's Compensation Coverage A (Workers' Compensation) - Show Washington Labor & Industries Number d. Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 e. Professional Liability (If Required) Each Occurrence/Incident/Claim $1,000,000 Aggregate $1,000,000 f. Pollution Liability (If Required) To Apply on a Per Project Basis Per Loss $1,000,000 Aggregate $1,000,000 1.11 GOVERNMENT FIELD OFFICE The Contractor shall provide suitable office space for Contracting Officer's representatives. This space may consist of a new office trailer or other facility deemed suitable by the Contracting Officer. The facility shall remain the property of the Contractor, but will be used exclusively by the Government. The Contractor shall be responsible for building and equipment repairs as required by the Contracting Officer. The exact location of the facility will require the Contracting Officer's approval. The facility shall be adequately insulated, heated, well lighted, and suitably ventilated. The facility shall be connected to electrical lines. The facility will be at least 200 square feet. The Contractor shall furnish and maintain adequate drinking water (water dispenser) for the building. The building shall be furnished with one desk, 5 feet long by 3 feet wide, with a side drawer and a center drawer that can be locked; and a table 3 feet by 4 feet minimum, suitable for laying out full-size contract plans. Two chairs and one stool shall be furnished. A file cabinet with three drawers (letter size width) shall be furnished. The building shall have two windows. Each window shall have not less than 6 square feet of glass area, and the door shall be 2 feet, 8 inches wide by 6 feet, 8 inches high. Suitable enclosed sanitary toilet and lavatory facilities shall be furnished in the immediate vicinity of the building and kept clean by the Contractor. The Contractor shall provide trash removal service. Necessary entrance with lock and stairs to grade shall be provided by the Contractor. All utilities, including heating, air conditioning, electrical outlets and lighting, appropriate to the use of the space and equipment/furniture will be provided by the Contractor. A commercial/FTS telephone line shall be provided by the Contractor (instruments are the responsibility of the Government). The Contractor shall be responsible for monthly service charge excluding long distance calls which will be the responsibility of the Government. The facility shall be removed and disposed of by the Contractor at the completion of the contract or sooner, at the discretion of the Contracting Officer. PARTS 2 AND 3 - NOT USED DACW67-99-B-0017 01005-5a R0001 OFA Limits 800 Ft. x 7,379 FL. RIJPIWA'( SAFE" AREA (PSA) + � Pdgtirfd To ,pp�_�� . '•�,550�7^ { `. f: i . 4. uj- - RSA Lim - OFA Limits 98038/LD/ar 094283 DAC W67-99-R-0017 01005-8 98038/LD/ar 094283 SECTION 01025 MEASUREMENT AND PAYMENT PART1 GENERAL 1.1 GENERAL The contract price for each item shall constitute full compensation for furnishing all plant, labor, materials, appurtenances, and incidentals and performing all operations necessary to construct and complete the items in accordance with these specifications and the applicable drawings, including surveying performed by the Contractor. Payment for each item shall be considered as full compensation, notwithstanding that minor features may not be mentioned herein. Work paid for under one item will not be paid for under any other item. No separate payment will be made for the work, services, or operations required by the Contractor, as specified in DIVISION 1, GENERAL REQUIREMENTS, to complete the project in accordance with these specifications; all costs thereof shall be considered as incidentaf to the work. 1.2 PAYMENT 1.2.1 ITEM 0001 Payment will be made at the contract lump sum price for Item No. 0001, All Work Except For Items 0002 through 0005, payment of which shall constitute full compensation for Item No. 0001, complete. 1.2.2 ITEM 0002 Payment will be made at the contract lump sum price for Item No. 0002, All Work For Airport Drainage Improvement as Shown on Drawings, Plates C-18 Through C-23 -24, payment of which shall constitute full compensation for Item No. 0002, complete. 1.2.3 ITEM 0003 Pavment will be made at the contract lump sum price for Item No. 0003, All Work For Asphaltic Concrete Class A Overlay and Pavement Markings As Shown on Drawings, Plates C- 33 34 Through C- 37 339 payment of which shall constitute full compensation for Item No. 0003, complete. 1.2.4 ITEM 0004 Payment will be made at the contract unit price for Item No. 0004, Access Road Maintenance, payment of which shall constitute full compensation for Item No. 0004 complete. This item covers work performed under Section 02575, Maintenance of Access Road Pavement. 1.2.5 ITEM 0005 Payment will be made at the contract unit price for Item No. 0005, Crack Sealing in Existing Pavement Surface, payment of which shall constitute full compensation for Item No. 0005, complete. This item covers work performed under Section 02575, Maintenance of Access Road Pavement. DACW67-99-13-0017 01025-1 R0001 98038/LD/ar 094283 1.3 MEASUREMENT 1.3.1 Measurement of the units of work shall be made as hereinafter specified. When an item of work is specifically identified for a portion of the work to be paid for as a lump sum then this paragraph shall not apply. 1.3.2 Lineal Measurement 1.3.2.1 Access Road Maintenance Repair of 1/8 inch to 1 inch wide cracks in pavement will be measured in lineal feet of crack repair. 1.3.3 Area Measurement 1.3.3.1 Access Road Maintenance Pavement repair will be measured by the square yard (S.Y.) of asphaltic concrete pavement placed for road maintenance, as required and approved by the Contracting Officer, in accordance with Section 02575, Maintenance of Access Road Pavement. 1.4 PROGRESS PAYMENT INVOICE Requests for payment shall be submitted in accordance with Federal Acquisition Regulations (FAR) Subpart 32.9, entitled "PROMPT PAYMENT", and Paragraphs 52.232-5 and 52.232-27, entitled "Payments Under Fixed -Price Construction Contracts", and "Prompt Payment for Construction Contracts", respectively. In addition each request shall be submitted in the number of copies and to the designated billing office as shown in the Contract. 1.4.1 When submitting payment requests, the Contractor shall complete Blocks 1 through 12 of the "PROGRESS PAYMENT INVOICE" Form as directed by the Contracting Officer. (A sample form is attached at the end of this Technical Specification Section.) The completed form shall then become the cover document to which all other support data shall be attached. 1.4.2 One additional copy of the entire request for payment, to include the "PROGRESS PAYMENT INVOICE" cover document, shall be forwarded to a separate address as designated by the Contracting Officer. 1.4.3 Tile Contractor shall submit with each pay request, a list of subcontractors that have worked during that pay period. The listing shall be broken down into weeks, identifying each subcontractor that has worked during a particular week, and indicate the total number of employees that have worked on site for each subcontractor for each week. The prime Contractor shall also indicate the total number of employees for its on site staff for each week. PARTS 2 and 3 NOT USED DACW67-99-B-0017 01025-2 R0001 PROGRESS PAYMENT INVOICE See Federal Acquisition Regulations (FAR) 32.900, 52.232-5. & 52.232-27 1. PROJECT AND LOCATION 2. DATE 3. CONTRACTOR NAME AND ADDRESS 4. CONTRACT NO. (Must be the same as in the Contract) 5. INVOICE NO. 6. DESCRIPTION OF WORK 7. PERIOD OF PERFORMANCE From: - To: 8. DISCOUNT TERMS 9. OFFICIAL TO WHOM PAYMENT 10. OFFICIAL TO BE NOTIFIED IS TO BE FORWARDED OF DEFECTIVE INVOICE Name: Name: Title: Title: Phone: ( ) Phone ) - 1 I. CERTIFICATION: I hereby certify, to the best of my knowledge and belief, that (1) The amounts requested are only for the performance in accordance with the specifications, terms, and conditions of this contract; (2) Payments to subcontractors and suppliers have been made from previous payments received under the contract, and timely payments will be made from the proceeds of the payment covered by this certification, in accordance with subcontract agreements and the requirements of Chapter 39 of Title 31, United States Code; and (3) This request for progress payment does not include any amounts which the prime contractor intends to withhold or retain from a subcontractor or supplier in accordance with the terms and conditions of the subcontract. (Signature) (Title) (Date) 12. OTHER INFORMATION OR DOCUMENTATION (FOR GOVERNMENT USE ONLY) required by Contract. Provide two (2) copies of each (check and attach if applicable): I Retainage: % Amt: $ Updated Progress Chart/Schedule Withholdings: S Progress Narrative Certified Ila-,rolls (submitted Nveekly) Reason: Satcty Exposure Report Updated Submittal \register Progress Photos Following items are current: Subcontractor/Employee Listings As-Builts Yes No 0 & M Manuals Yes No 1354 Data Yes No Submittal Register Yes No END OF SECTION 01025-3 — END OF SECTION 01025-4 - SUBMITTAL REGISTER CON1NAC7NUMDFP IInE AWLoE.T.. 98038 Lower Cedar River Flood Control - Levees QNnUC1(R SPECIF—nM SECIY 01001, 01005, 01061 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR AC:TinN GOVERNMENT ACTION 1300 TRANS MITTAI NO a ITEM NO h SPECIFICATION PARAGRAPH NUMBER c DESCRIPTION OF ITEM SUBMITTED d a ❑ O Z r o I o u Z g o w U li z s w a tt O a oc I N a U w � w U N w a i N o O U CL > z z O 1 a cr O LL Z_ 0 > or a z w 2 z w j O (7 w 3 w j w Of SUBMIT APPROVAL NEEDED BY MATERIAL NEEDED BY CODE DATE SUBMIT TO GOVERN MENT CODE DATE REMARKS SECTION 01001 1 5 Audio Video Recordings x x SECTION 01005 1 8 2 Work Plans x x SECTION 01061 1 4.1 5.3 Environmental Protection Plan x x 14 Environmental Site Inspections ix x SECTION 01300 1 1 2 Final Submittal Register x x 1 1 3 Submittal Register Updates x x EN'FORM 4211 MAY 91 01300-A1 f LNilpl GE AUG !N b (lBSCIETE PAGE_ OF _ PAGES SUBMITTAL REGISTER CON—Cl NWBM . . 98038 Lower Cedar River Flood Control - Levees rNTi2NCT/W -ECIFICATION SECTION 01310 TYPE OF SUBMITTAJ. CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MIT TAI NO U ITEM NO h SPECIFICATION PARAGRAPH NUMBER C DESCRIPTION OF ITEM SUBMITTED d a a p e Z j O 1 U Z_ g w o = U n N w w c n O w tY I N 2 U v w U M w a a rn I O O� w > Z O O m O z n 0 > a Z w Z IY w O O o w 3 w w m p SUBMIT Q APPROVAL NEEDED BY I MATERIAL NEEDED BY ,. CODE t. DATE U SUBMIT TO GOVERN v_ CODE w. DATE x REMARKS y_ SECTION 01310 1 1 Preliminary Project Schedule y 1 1 Initial Project Schedule x 1 Schedule Updates x 1 1 Qualifications x ENG FORM 421M MAYf1 01300-A2 HATION OF AUG W IS OBSOLETE SUBMITTAL REGISTER :la CIS t 10i COFri `TN` BER I A.R`1 ry A, rI 98038 Lower Cedar River Flood Control - Levees CONLPACTOR SPECIFICATION SECTION 01400 01501 015s TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL. NO .I ITEM NO b SPECIFICATION PARAGRAPH .NUMBER c DESCRIPTION OF ITEM SUBMITTED d ao e O z O I O 1- _z g O o w U¢ N h w w w N I x O a it I a U LL a w O w a O O m O O F- q� a O z n 0 ¢ F z w f z z j O O o w 3 w j Lit I SUBMIT I] APPROVAL NEEDED BY I MATERIAL NEEDED BY CODE 1 DATE u. SUBMIT TO GOVERN MENi v CODE w DATF a REMARKS y. SECTION 01400 3.2.1 COC Plan x 3 2 2e Laboratory Facilities x SECTION 01501 1 3 3 Temporary Power Connections x X 1 8 Elevated Work Areas x X 19 Traffic Control Plan x X SECTION 01560 1 2 Work Plan x x 1 2 Designs x x ENG FORM ASMI. MAY/1 01300-A3 FfNiION (K AUG®60BSOLETF PAGE OF PAGES ROOO1 SUBMITTAL REGISTER ru.s CONTRACT NUMBER �_ 98038 Lower Cedar River Flood Control - Levees CONTR�CIOR SPECIFICATION SECTION 01702 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO b SPECIFICATION PARAGRAPH NUMBER C DESCRIPTION OF ITEM SUBMIIiED d ¢ ~ o e O Z 3 o f z O F- O U1 Z q w U o w = U u h V) Z w w Q O a w Of I a U w w U k w J a 2 a rn o Qr O O w m. r Z p a tY Ow Z n 0 > O a Q z 2 Z , O U o. Of w 3 w w Of p. SUBMIT q. APPROVAL NEEDED BY r. MATERIAL NEEDED BV s. CODE t. DATE u SUBMIT TO GOVERN MENT v, CODE w, DALE x. REMARKS y. SECTION 01702 3 1.2 As -Built Field Data X X 3.2 As -Built AutoCad Drawings X X E"°FORM " MA"' 01300-A4 EDITION OF AUG 6915 OBSOLETE PAGE_ OF _PAGES SUBMITTAL REGISTER 98038 Lower Cedar River Flood Control -Levees 02050 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAI NO n ITEM NO b `d'ECIE ICAI ION PARAGRAPH NUMBER c DESCRIPTION Of ITEM SUBMITTED d c < p P O z 3 a4 O I r Z _ (7 w o w u N h N w w F a N O m Q Q u u F W U A w a i N o 0 U mw m Z O < x O W Z n Op K c z w � Z w w O C7 o w w w j w p SUBMIT (I APPROVAL NEEDED BY r MATERIAL NEEDED BY CODE I DATE u SUBMIT TO GOVERN MENT CODE w UATF x REMARKS y. SECTION 02050 1 2 Work Plan x x [ Nt: [ [ARM 91M, M- 91 01300-A5 �—.—[.-.—r -,[ 1. 11.111, R0001 SUBMITTAL REGISTER cON wcT m,AeER r .R p ., 98038 Lower Cedar River Flood Control - Levees -nJTHACTOR [rE CIF ICA ICI SECT KK� 02275 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO b SPECIFICATION PARAGRAPH NUMBER C DESCRIPTION OF ITEM SUBMITTED d a F. a ❑ e N i ❑ f N 0 O O z g ❑ ❑ = Zo h z w a O w V a U LL � w c.7 I• w a a rn I o O w Z z O 1 i o , z_ n w 0 Q F z i z K j O c� o w w w p SUBMIT y APPROVAL NEEDED BY r. MATERIAL NEEDED BY s CODE t DATE u SUBMIT TO GOVERN v. CODE w DATE a REMARKS y SECTION02275 12 Material Sources x x 12 Test Report X X 12 Service Records of Stone Materials x Ix E r.G EOFM azne, uAY.I 01300-A6 EDITIONOEAU WbCMOLETE eAGE_GF_PAGES SUBMITTAL REGISTER lER �rSf f0) —11FACT FBER 'r1 F 1Nn l r—f x •1 98038 Lower Cedar River Flood Control - Levees '-�:NIFlgC1M '.F1 CIFICATI M 5EC- 02411 T'FPF nF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MIITAL NO ITEM NO b SPECIFICATION PARAGRAPH NUMBER c DESCRIPTION OF ITEM SUBMITTED d a < a r z a4 n I N O z q o w U n h w w a N r" O a (w N < u u_ Ir w U M.I w aJ 2 ' o cr O O r z zz O ¢ ' p LL z — fl 0 > � a < z z w O r7 o w 3 w w cr p SUBMIT q APPROVAL NEEDED BY I MATERIAL NEEDED BY s CODE t DATE u SUBMIT TO GOVERN MENT v CODE UAIL REMARKS y SECTION 02411 12 Sheet Metal Piling x 1 _2 Pile Driving Equipment x x 1 2 Materials Tests x x 1 2 Dnving x x rvcror+M— -11) 01300-A7 Icl'l.,1..)u:rc,Iaasae*r PAGE oF_PAGES RO001 SUBMITTAL REGISTER CONTRACT NI EP '"1 F .Nf) t r'♦ . 98038 Lower Cedar River Flood Control - Levees ' YliMCTO{i SPECIFICATION SECT- 02512 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO L SPECIFICATION PARAGRAPH NUMBER DE SCRIPTION OF ITEM SUBMITTED d Q p e u1 Z Z 3 p f o O � O O K v) Z q N w o = U N h Z w w a N to Im O w I to w a L) E w F to w a a N co o 0 w m Z o Zff r- 0 Z n 0 0 oL < F Z w Z cr > O U o w 3 w w p SUBMIT q APPROVAL NEEDED BY r MATERIAL NEEDED BY 5 CODE I DATE u SUBMIT TO GOVERN v CODE w DATE x REMARKS y SECTION 02512 13 Test Reports x x ENG FGRM aloe, MAv 11 01300-A8 EORION OF AUG 0 bO CLUE PAGE_ OF _ PAGES SUBMITTAL REGISTER •r „n..,++ 98038 Lower Cedar River Flood Control -Levees co.rtrsnc*oa sPcacic-.n., �rcnury 02565 TYPE OF SLIRMITTAI CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAI NO ITEM NO b ;PECIFICATION PARAGRAPH NUMBER c DESCRIPTION OF ITEM SUBMITTED d a p O z a4 o I o O D Z q w c o w u h Z w g w F. a N 0 O a I ~ a U 1 w U F w a 2 cai o O O m > O Z O a O w Z n 0 > O a z w M z cr j O ,7 o w w 3 w > w Ir SUBMIT APPROVAL NEEDED BY MATERIAL NEEDED BY CODE DATE SUBMIT TO GOVERN MENT CODE DATE REMARKS y SECTION 02565 1 2 Certificates of Comphance x EIG10-4288M"s1 01300-A9 1 1117111,11 A— � 11 rmn, i it PAGE of PAGES SUBMITTAL REGISTER cCN CT WMEIER -IF 98038 Lower Cedar River Flood Control - Levees SECTI- 02580 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO b SPECIFICATION PARAGRAPH NUMBER C DESCRIPTION OF ITEM SUBMITTED d a a e z 3 t U N g w' - o w = U h N w w a ~ 0 O a w cn UJ a c� ,� w k w a 2 a cn I o m O U w ul In > z o O � O w z _ n 0 > Er ci- ¢ z Lu Z o- w O 0 c cr w 3 w w ui p SUBMIT q APPROVAL NEEDED BY r MATERIAL NEEDED BY 5. CODE I DATE u. SUBMIT TO GOVERN MENT v. CODE w. DATE x. REMARKS y. SECTION 02580 12 Data x x 1 2 Equipment Lists k: X 1 2 Mixes. Thinning. and Application I IX 1 2 Material Tests X 12 Certificates X I IX ERG FORM I]lI, MAY .1 01300-A10 ENT—r .11 AS IS OR` -I it PAGE nE PAGES SUBMITTAL REGISTER 98038 Lower Cedar River Flood Control - Levees 02720 TYPE OF SUBMIT T.11 CI ASSI CATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO ! SPECIFICATION PARAGRAPH NUMBER C DESCRIPTION OF ITEM SUBMITTED d. Q a O P z O I N z F.. U Z — q 0 o w U N h z w j w a O a Vl a O LL w U N w d � vai U O O m T J Z O Z r= O w Z_ n 0 W 0 a a a < Z Z K j O O O w 3 w w p SUBMIT q APPROVAL NEEDED BY r. MATERIAL NEEDED BY s CODE I DATE u SUBMIT TO GOVERN MENT v. CODE w DATE x REMARKS y SECTION 02720 1 2 Ttdeflex Valves >< r 1.1:fORM .2lE. MA♦11 01300-A11 -IT-- 111-1s1y111f Tf PAGE GF PAGES SUBMITTAL REGISTER n[ ♦Nntlx•ixN 98038 Lower Cedar River Flood Control - Levees CON[RACTCQ IRELWKG n—SEC LION 02800 1, PE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO b SPECIFICATION PARAGRAPH NUMBER [ DESCRIPTION OF ITEM SUBMITTED d < o n O ? 3 c) o f N o I Z y o w U U h z w a , O a I n a O 1 , w u k. w -� a � N I o w O u w m z z O F ¢ p z n 0 0 Q' a z w z w' O 0 o w 3 w > w p SUBMIT q APPROVAL NEEDED BY r. MATERIAL NEEDED BY 5_ CODE 1. DATE u- SUBMIT GOVERN MENT v. CODE w_ DATE x. REMARKS y. SECTION 02800 1 2 Drawings x 1 2 Delivery Schedule x x 1 2 Catalogue and Design Data x x EN"ORM 12U MAY 11 01300-Al2 P .. _ rOill(Y�OF .UG E96(NiS0.F�E nGE OI PIr ES SUBMITTAL REGISTER fu •r5t tar fr It CI NLb ER -IF AWI At— 98038 Lower Cedar River Flood Control - Levees "�NtMC�CF SMcit ICAIitNJ SEr:iipl 02811 TYPE OF SUBMITTAI CLASSI FICATInN CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO F SPECIFICATION PARAGRAPH NUMBER c DESCRIPTION OF ITEM SUBMITTED d 1 a e O z 3 f N � u D z_ g w O w U h � w w r N ~ O a c I N uj Q u LL L N w a N 0~ u m > z Oz z OLL z n 0 > Q � a z w Z Of j O c9 o w 3 w > w p SUBMIT q APPROVAL NEEDED BY r MATERIAL NEEDED BY S CODE I DATE u SUBMIT TO GOVERN MENT v CODE w DATE REMARKS y SECTION 02811 1 4 1 Design Data x x 1 4.2 Manufacturer's Catalog Data x X 1 4 3 Sprinkler System Drawing x X 1 4 4 Manufacturer's Instructions x X 1 4.5 Backflow Preventers x X 1 4 6 Field Test Reports x X 1 4 7 O and M Manuals x x 1 4 8 Spare Parts Data x x Iti F11—I—-81 01300-A13 —,. I'll •p 6 Fl`.Y t [ PAOE_ O_ e�0E5 R0001 SUBMITTAL REGISTER CONRACT"eER -- — 98038 Lower Cedar River Flood Control - Levees SFECIFK411(W SECTM.IN 02846 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO f SPECIFICATION PARAGRAPH NUMBER C DESCRIPTION OF ITEM SUBMITTED d c Q p pI z 3 a5 o N O Z_ g w o w x O N h v w w F a �.. C O _ w� N < v LL w U F w a 2 a Co O 0 O w z OZ �- a i LLO Z n 0 ¢ F Z w w Z of > O 11 o w 3 w > w p SUBMIT g APPROVAL NEEDED BY r MATERIAL NEEDED BY s CODE t DATE u SUBMIT TO GOVERN MENT CODE DATE x. REMARKS y SECTION 02846 1 2 Cenlficales of Compliance 01300-A14 F pn— BUG 69 6 O&SIX ETF PAGE— OEPAGES PAOES SUBMITTAL REGISTER If— S-, IM "C "RA`T" •rt+I r+ra Tww 98038 Lower Cedar River Flood Control - Levees CONTMCTOR SPECIEICATIC SECTION 02935 TYPE OF SUBMITTAL. CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MIITAI NO 3 ITEM NO b ' PECIFICATION PARAGRAPH NUMBER t- DESCRIPTION OF ITEM SUBMITTED d. Q r ,t c) vl z 2g U I o r- O N z g N W w o w u h z w 2 W a H v/ ae O a I n f- a U LL w k v) w a- Z N I � o O U< m r z z O �- O z n 0 > 0 < z w 2 z cc w O r + o w 5 w > w ll p SUBMIT q APPROVAL NEEDED BY I MATERIAL NEEDED BY s CODE I DATE u SUBMIT TO GOVERN MENT v- CODE w DAIE >< RI MARK; y SECTION 02935 1 2 Equipment List x x 1 2 Delivery Schedule X X 1 2 Maintenance Report I X X 1 2 Turf Establishment Period X X 1 2 Certificates of Compliance X X f— roP. — .Aral 013 0 0 - A 15 MIT— Gr AUG . � Hsu r rE PAGE_ OF _PAGES SUBMITTAL REGISTER IER �151 �0! COWRACTFIUMBE' "F A1nl[KA'M ra 98038 Lower Cedar River Flood Control - Levees rONTFy,C{OR SF'ECiFICAnON SECTKIN 02950 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO b SPECIFICATION PARAGRAPH NUMBER C DESCRIPTION OF ITEM SUBMITTED d Q Q p a O z 3 p t n U O g W 0 p w u h Z w 2 W F- Q N 0 O a I N Q U LL w k W G. 2 O O U m r Z Z r- af O z n_ p > iY H z w 2 O W O (7 o I 3 w >> W p I SUBMIT q APPROVAL NEEDED BY i MATERIAL NEEDED BY s. CODE I DATE u SUBMIT TO GOVERN MENT v CODE w DATE x REMARK; y SECTION 02950 1 3 Delivery Schedule x x 1 3 Sod Test x x 1 3 Topsoil x x 1 3 Soil Amendments x x 1 3 Plants x x 1 3 Plant Establishment Period X x 1 3 Maintenance Report x X 1 3 Maintenance Instructions x x ENG FORM -, MAY r1 01300-A 16 EDITION OF AuG f 5 CbSOEETE PAGE_ OF _ PAGE5 SUBMITTAL REGISTER IrR +1S 1 10! GONiuO Efe irir +rxl �IxN 98038 Lower Cedar River Flood Control - Levees CaNTRACT_ SPECIFICATION SECTION 03250 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a REM NO l SPECIFICATION PARAGRAPH NUMBER C DESCRIPTION OF ITEM SUBMITTED d, < a p r O Z 3 O f o ~ j N Z 9 0 p w U h N Z w w in r 0 a I a U LL F w rJ k W ' a I. o 0 U cr m > J Z �- K 0 2 n p > 0 IX a. a z w Z j O (D O. w cr P SUBMIT q APPROVAL NEEDED BY r. MATERIAL NEEDED BY S. CODE t DATE u SUBMIT GOVERN MENT CODE w_ DATE r RE fw I?H y. SECTION 03250 12 Preformed Expansion Joint Filter x I X X 12 Sealant x X X 1.2 Walerstops X X X X 1.2 Preformed Expansion Joint Filler X X 1.2 Sealant X X 1.2 Walerstops X X 1.2 Preformed Compression Seals and Lubricants X X 12 Field -Molded Sealant and Primer X X 12 Non-metallic Walerstops and Splices X X 1. Hi. I t GPM +zee, "' e I 013 00-A 17 EDMON OF AUG m IS OSSOLU E PAGE_ OF _ PAGES SUBMITTAL REGISTER �r a w+s r roi `°"T—T—BER ( 98038 Lower Cedar River Flood Control - Levees —ICAP1 SECTr 03301 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO b SPECIFICATION PARAGRAPH NUMBER C DESCRIPTION OF ITEM SUBMITTED d a ~a O e 0o z m I (o g w o w = u h N Z "' w Q o O a w f I a I w �- w 4. w a i a `o O O U w � m O �- ¢ i Ir O w Z_ n 0 a a F Z w Z z w O O o w 3 w w P SUBMIT q APPROVAL NEEDED BY r. MATERIAL NEEDED BY s- CODE I DATE u- SUBMIT TO GOVERN MENT v. CODE w_ DATE x. REMARKS y- SECTION 03301 12 Cementrtious Materials x x I - — I'll —v' 01300-A18 f pt10N CF AUG l915 CB50.ElE PAGE_ OF _PAGES SUBMITTAL REGISTER "" FACT.W( --,n +. ., 98038 Lower Cedar River Flood Control - Levees courPAcrou srrecmcAnnH SEr,nory 05055 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MIIIAI fJ0 ITEM NO SPECIFICATION PARAGRAPH NUMBER C DESCRIPTION OF ITEM SUBMITTED d a �. Q p e z 3 p I 0 O U Z g w O o = I, w w a v~ ~ O w ¢ c) LL � w M. w -' a C N o X 0 w m p F- i 0 Z_ n w a- z Z lY j O O o w w w ff P SUBMIT 'I APPROVAL NEEDED BY MATERIAL NEEDED BY s CODE I DATE U SUBMIT TO GOVERN v CODE w DATE REMARKS y SECTION 05055 14 Welding Procedure Qualifications x x 14 Welder. Welding Operator. and X X Tacker Qualification 1 4 Inspector Qualification X 1 4 Quality Control I X I X 1-111.-1t.. —1.1 01300-A 19 EO—Or AUG N IS 00SMErE PAGE_ OF_ PAGES SUBMITTAL REGISTER CONTpACT NlMBFA i .,� I .. •. 98038 Lower Cedar River Flood Control - Levees ''"fw*RACTOR SPECIFICATION SECTKKJ 05101 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO ITEM NO SPECIFICATION PARAGRAPH NUMBER DESCRIPTION OF ITEM SUBMITTED d < a o_< O z o i N O u N z g o w O m h N z w r n '�' O m w 2 I Q u w w O w_ w 2 : a to o O, O w If m z z O a O z n 0 z Lu z > 0 cD a w 3 w w � ! SUBMIT a APPROVAL NEEDED BY r MATERIAL NEEDED BY s CODE 1. DATE u. SUBMIT TO GOVERN MENT v CODE w DATE z. REMARKS y SECTION 05101 1 3 Materials Orders x x 1 3 Materials List x X 1 3 Shipping BIII X x 1 3 Tests. Inspections and x x Verifications 1 3 Materials Disposition Records x ENG FORM.3Et, MAY B1 01300-A20 EGrnoN OF AIJG p9 Is 0 Oi�E PAGE_ OF _ PAGES SUBMITTAL REGISTER n e a s r ror C' IRAC • •I r .M• i �rAtxN 98038 Lower Cedar River Flood Control - Levees 1 NTwpCTOR SPECWCATION SECTION 05120 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION 1RANS MITTAL NO . REM NO SPECIFICATION PARAGRAPH NUMBER G DESCRIPTION OF ITEM SUBMITTED d. a a;: 0� f y z 0 I 0 U Z q w ' 0 0 w u U)'n h z w g w a" rn I- O o i � a U LL w k w w a N U) 0 O 0 W ni > z O a 2 o z_ 0 > O a a z 2 z j O O c�ur 3 w of p SUBMIT q APPROVAL NEEDED BY r MATERIAL NEEDED BY _, CODE I DATE u SUBMIT TO GOVERN MENT v CODE w Dnif- r I:f t:�nlzhs y SECTION 05120 1 3 Structural Steel System x x 1 3 Structural Connections x x 1.3 Erection x x 1 3 Mill Test Reports x x 1.3 Welder Qualifications x x 1.3 Fabrication x x 1.3 High Strength Bolts and Nuts x X 1.3 Carbon Steel Bolts and Nuts xI Ix 1 3 Nuts. Dimensional Style x x 1.3 Washers Ix x rw,r�Pu.Ie9-9, 01300-A21 EDMON OF AUG 09 IS 06SGr7E PAGE_ O:_PAGES SUBMITTAL REGISTER FR,1s 1, CONTRACT NUADUR E AM 10'. 1. N 98038 Lower Cedar River Flood Control - Levees CONTRACTOR SPECIFICATION SECT ION 05502 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO h SPECIFICATION PARAGRAPH NUMBER C. DESCRIPTION OF ITEM SUBMITTED d Q Q p e O ? 3 p 1 j q p w w = O n N w w a H �' O a w If 1 Un a LL w U k w a a `� o 0 O w m m z Oz O ¢ i Ir 0 z n o K a z w z K w O c� G w 3 w ) w m 0 SUBMIT q APPROVAL NEEDED BY r MATERIAL NEEDED BY s- CODE I. DATE u. SUBMIT TO GOVERN MENT v CODE w. DATE x- REMARKS y. SECTION 05502 1 3 Miscellaneous Metals and x x Standard Metal Arllcles 1 3 Deck Units Ix X X 13 Attachments X X I ENG FORM 4298, MAY 91 01300-A22 E [H TIOr! FM AUG G9 6 OBS0.ETE PAGE_ OF _ PAGES 98038/LD/ar 094283 SECTION 01400 CONTRACTOR QUALITY CONTROL PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D 3740 (1994) Evaluation of Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction ASTM E 329 (1993) Use in the Evaluation of Testing and Inspection Agencies as Used in Construction 1.2 PAYMENT Separate payment will not be made for providing and maintaining an effective Quality Control program, and all costs associated therewith shall be included in the applicable unit prices or lump -sum prices contained in the Bidding Schedule. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION 3.1 GENERAL The Contractor is responsible for quality control and shall establish and maintain an effective quality control system in compliance with the Clause entitled "Inspection of Construction", in SECTION 00700 of this document. The qualit% control system shall consist of plans, procedures, and organization necessary to produce an end product %%hick complies with the contract requirements. The system shall coverall construction operations, both on -site and oft -site, and shall be keyed to the proposed construction sequence. 3.2 QUALITY CONTROL PLAN 3.2.1 General The Contractor shall furnish for review by the Government, not later than 30 days after receipt of notice to proceed, the Contractor Quality Control (CQC) Plan proposed to implement the requirements of the Contract Clause entitled "Inspection of Construction." The plan shall identify personnel, procedures, DACW67-99-B-0017 01400-1 — 98038/LD/ar 094283 control, instructions, test, records, and forms to be used. The Government will consider an interim plan for the first 30 days of operation. Construction will be permitted to begin only after acceptance of the CQC Plan or acceptance of an interim plan applicable to the particular feature of work to be started. Work outside of the features of work included in an accepted interim plan will not be permitted to begin until acceptance of a CQC Plan or another interim plan containing the additional features of work to be started. 3.2.2 Content of the CQC Plan The CQC plan shall include, as a minimum, the following to cover all construction operations, both on -site and off -site, including work by subcontractors, fabricators, suppliers and purchasing agents: a. A description of the quality control organization, including a chart showing lines of authority and acknowledgment that the CQC staff shall implement the -three phase control system for all aspects of the work specified. The staff shall include a CQC system manager who shall report to the project manager or someone higher in the Contractor's organization. Project manager in this context shall mean the individual with responsibility for the overall management of the project including quality and production. b. The name, qualifications (in resume format), duties, responsibilities, and authorities of each person assigned a QC function. c. A copy of the letter to the CQC System Manager signed by an authorized official of the firm which describes the responsibilities -and delegates sufficient authorities to adequately perform the functions of the CQC System Manager including authority to stop work which is not in compliance with the contract. The CQC System Manager shall issue letters of direction to all other various quality control representatives outlining duties, authorities and responsibilities. Copies of these letters will also be furnished to the Government. d. Procedures for scheduling, reviewing, certifying, and managing submittals, including those of subcontractors, off -site fabricators, suppliers and purchasing agents. These procedures shall be in accordance with Section 01300 SUBMITTAL PROCEDURES. e. Control, verification and acceptance testing procedures for each specific test to include the test name, specification paragraph requiring test, feature of work to be tested, test frequency, and person responsible for each test. (Laboraton• facilities Nyill be approved by the Contracting Officer.) f. Procedures for tracking preparatory, initial, and follow-up control phases and control, verification, and acceptance tests including documentation. g. Procedures for tracking construction deficiencies from identification through acceptable corrective action. These procedures will establish verification that identified deficiencies have been corrected. h. Reporting procedures, including proposed reporting formats. This shall include a copy of the Daily CQC report form. _ . A list of the definable features of work. A definable feature of work is a task which is separate and distinct from other tasks and has separate control requirements. It could be identified by different trades or disciplines, or it could be work by the same trade in a different environment. Although each section of the specifications may generally be considered as a definable feature of work, there are frequently more than DAC W67-99-B-0017 01400-2 — 95038/LC)/ar 094283 one definable feature under a particular section. This list will be agreed upon during the coordination meeting. 3.2.3 Acceptance of Plan Acceptance of the Contractor's plan is required prior to the start of construction. Acceptance is conditional and will be predicated on satisfactory performance during the construction. The Government reserves the right to require the Contractor to make changes in his CQC plan and operations including removal of personnel, as necessary, to obtain the quality specified. 3.2.4 Notification of Changes After acceptance of the QC plan, the Contractor shall notify the Contracting Officer in writing a minimum of seven calendar days prior to any proposed change. Proposed changes are subject to acceptance by the Contracting Officer. 3.3 COORDINATION MEETING After the Preconstruction Conference, before start of construction, and prior to acceptance by the Government of the Quality Control Plan, the Contractor shall meet with the Contracting Officer or Authorized Representative and discuss the Contractor's quality control system. During the meeting, a mutual understanding of the system details shall be developed, including the forms for recording the CQC operations, control activities, testing, administration of the system for both on -site and off -site work, and the interrelationship of Contractor's Management and control with the Government's Quality Assurance. Minutes of the meeting shall be prepared by the Government and signed by both the Contractor and the Contracting Officer. The minutes shall become a part of the contract file. There may be occasions when subsequent conferences will be called by either party to reconfirm mutual understandings and/or address deficiencies in the CQC system or procedures which may require corrective action by the Contractor. 3.4 QUALITY CONTROL ORGANIZATION 3.4.1 CQC System Manager The Contractor shall identify an individual within his organization at the site of the work who shall be responsible for overall management of CQC and have the authority to act in all CQC matters for the Contractor. This CQC System Manager shall be on the site at all times during construction and will be employed by the Contractor, except as noted in the following. An alternate for the CQC System Manager %ill be identified in the plan to serve in the event of the system manager's absence. Period of absence may not exceed'_ \weeks at any one time. The requirements for the alternate will be the same as for the designated CQC manager. 3.4.2 CQC Organizational Staffing The Contractor sliall provide a CQC staff which shall be at the site of work at all times during progress, ith complete authority to take any action necessary to ensure compliance with the contract. DAC W67-99-B-0017 01400-3 — 98038/LD/ar 094283 3.4.2.1 CQC Staff Following are the minimum requirements for the CQC staff. These minimum requirements will not necessarily assure an adequate staff to meet the CQC requirements at all times during construction. The actual strength of the CQC staff may vary during any specific work period to cover the needs of the work period. When necessary for a proper CQC organization, the Contractor will add additional staff at no cost to the Government. This listing of minimum staff in no way relieves the Contractor of meeting the basic requirements of quality construction in accordance with contract requirements. All CQC staff members shall be subject to acceptance by the Contracting Officer. 3.4.2.2 CQC System Manager The CQC system manager shall be an experienced construction person with a minimum of 5 years experience in related work. The CQC system manager shall be assigned no other duties. In addition to the above experience and education requirements the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" prior to start of field work. This one day course is periodically offered in Spokane, Boise, Portland, and Seattle. For further information contact the Construction Division Office in your area. 3.4.2.3 Supplemental Personnel A staff shall be maintained under the direction of the CQC system manager to perform all QC activities. Tile staff must be of sufficient size to ensure adequate QC coverage of all work phases, work shifts, and work crews involved in the construction. These personnel may perform other duties, but must be fully qualified by experience and technical training to perform their assigned QC responsibilities and must be allowed sufficient time to cam, out these responsibilities. The QC plan will clearly state the duties and responsibilities of each staff member. 3.4.3 Organizational Changes The Contractor shall obtain Contracting Officer's acceptance before replacing any member of the CQC staff. Requests shall include the names, qualifications, duties, and responsibilities of each proposed replacement. 3.5 SUB%lITTALS Submittals shall be as specified in Section 01300 SUBMITTAL PROCEDURES. The CQC organization shall be responsible for certifying that all submittals are in compliance with the contract requirements. The Government will furnish copies of test report forms (See Table 2) upon request by the Contractor. The Contractor may use other forms as approved. 3.6 CONTROL Contractor Quality Control is the means by which the Contractor ensures that the construction, to include that of subcontractors and suppliers. complies with the requirements of the contract. The controls shall be adequate to cover all construction operations, including both on -site and off -site fabrication, and will be keyed to the proposed construction sequence. The controls shall include at least three phases of control to be conducted by the CQC system manager for all definable features of work, as follows: DACW67-99-13-0017 01400-4 — 98038/LD/ar 094283 3.6.1 Preparatory Phase This phase shall be performed prior to beginning work on each definable feature of work and shall include: a. A review of each paragraph of applicable specifications. b. A review of the contract plans. c. A check to assure that all materials and/or equipment have been tested, submitted, and approved. d. A check to assure that provisions have been made to provide required control inspection and testing. e. Examination of the work area to assure that all required preliminary work has been completed and is in compliance with the contract. f. A physical examination of required materials, equipment, and sample work to assure that they are on hand, conform to approved shop drawing or submitted data, and are properly stored. g. A review of the appropriate activity hazard analysis to assure safety requirements are met. h. Discussion of procedures for constructing the work including repetitive deficiencies. Document construction tolerances and workmanship standards for that phase of work. i. A check to ensure that the portion of the plan for the work to be performed has been accepted by the Contracting Officer. j. The Government shall be notified at least 48 hours in advance of beginning any of the required action of the preparatory phase. This phase shall include a meeting conducted by the CQC system manager and attended by the superintendent, other CQC personnel (as applicable), and the foreman responsible for the definable feature. The results of the preparatory phase actions shall be documented by separate minutes prepared by the CQC system manager and attached to the daily QC report. The Contractor shall instruct applicable workers as to the acceptable level of workmanship required in order to meet contract specifications. 3.6.2 Initial Phase This phase shall be accomplished at the beginning of a definable feature of work. The following shall be accomplished: a. A clieck of preliminary work to ensure that it is in compliance with contract requirements. Review minutes of the preparatory meeting. b. Verification of full contract compliance. Verify required control inspection and testing. c. Establish level of workmanship and verify that it meets minimum acceptable workmanship standards. Compare with sample panels is appropriate. d. Resolve all differences. DAC W67-99-B-0017 01400-5 — 98038/LD/ar 094?83 e. Check safety to include compliance with and upgrading of the safety plan and activity hazard analysis. Review the activity analysis with each worker. f. The Government shall be notified at least 48 hours in advance of beginning the initial phase. Separate minutes of this phase shall be prepared by the CQC system manager and attached to the daily QC report. Exact location of initial phase shall be indicated for future reference and comparison with follow-up phases. g. The initial phase should be repeated for each new crew to work on -site, or any time acceptable specified quality standards are not being met. 3.6.3 Follow-up Phase Daily checks shall be performed to assure continuing compliance with contract requirements, including control testing, until completion of the particular feature of work. The checks shall be made a matter of record in the CQC documentation and shall document specific results of inspections for all features of work for the day or shift. Final follow-up checks shall be conducted and all deficiencies corrected prior to the start of additional features of work which may be affected by the deficient work. The Contractor shall not build upon or conceal non -conforming work. 3.6.4 Additional Preparatory and Initial Phases Additional preparatory and initial phases may be conducted on the same definable features of work as determined by the Government if the quality of on -going work is unacceptable; or if there are changes in the applicable QC staff or in the on -site production supervision or work crew; or if work on a definable feature is resumed after a substantial period of inactivity, or if other problems develop. 3.7 TESTS 3.7.1 Testing Procedure The Contractor shall perform tests specified or required to verify that control measures are adequate to provide a product which conforms to contract requirements, see Table 1-Minimum Testing. Testing includes operation and/or acceptance tests when specified. The Contractor shall procure the services of a Corps of Engineers approved testing laboratory. Approval of testing laboratories shall be by the Corps of Engineers Materials Testing Center, Waterways Experiment Station, 3909 Hall Ferry Road, Vicksburg, h1S 39180-6199. A list of tests to be performed shall be furnished as a part of the CQC plan. The list shall give the test name, frequency, specification paragraph containing the test requirements, the personnel and laboratory responsible for each type of test, and an estimate of the number of tests required. The Contractor shall perform the following activities and record and provide the following data: a. Verify that testing procedures comply with contract requirements. b. Verif% that facilities and testing equipment are available and comply with testing standards. c. Check test instrument calibration data against certified standards. DACW67-99-B-0017 01400-6 — 98038/LD/ar 094283 d. Verify that recording forms and test identification control number system, including all of the test documentation requirements, have been prepared. e. Results of all tests taken, both passing and failing tests, will be recorded on the Quality Control report for the date taken. Specification paragraph reference, location where tests were taken, and the sequential control number identifying the test will be given. Actual test reports may be submitted later, if approved by the Contracting Officer, with a reference to the test number and date taken. An information copy of tests performed by an off -site or commercial test facility will be provided directly to the Contracting Officer. Failure to submit timely test reports, as stated, may result in nonpayment for related work performed and disapproval of the test facility for this contract. Test results shall be signed by an Engineer Registered in the state where the tests are performed. 3.7.2 Testing Laboratories 3.7.2.1 Capability Check The Government reserves the right to check laboratory equipment in the proposed laboratory for compliance with the standards set forth in the contract specifications and to check the laboratory technician's testing procedures and techniques. Costs of testing the Contractor Laboratory facilities for Government acceptance shall be borne by the Contractor. Laboratory facilities, including personnel and equipment, utilized for testing soils, concrete, asphalt and steel shall meet criteria detailed in ASTM D 3740 and ASTM E 329, and be accredited by the American Association of Laboratory Accreditation (AALA), National Institute of Standards and Technology (MIST), National Voluntary Laboratory Accreditation Program (NVLAP), the American Association of State Highway and Transportation Officials (AASHTO), or other approved national accreditation authority. All personnel performing concrete testing shall be certified by the American Concrete Institute (ACI). The contractor shall submit documentation showing the AALA, or other approved testing facility, certification, personnel ACI certifications, and the name and work experience of the Registered Professional Engineer on the staff. 3.7.2.2 Capability Recheck If the selected laboratory fails the capability check, the Contractor will be assessed a charge of $500.00 plus travel costs to reimburse the Government for each succeeding recheck of the laboratory or the checking of a subsequently selected laboratory. Such costs will be deducted from the contract amount due the Contractor. 3.7.3 On -Site Laboratory The Government reserves the right to utilize the Contractor's control testing laboratory and equipment to make assurance tests and to check the Contractors testing procedures, techniques, and test results at no additional cost to the Government. 3.7.4 Furnishing or Transportation of Samples for Testing Costs incidental to the transportation of samples or materials will be borne by the Contractor. Samples of materials for test verification and acceptance testing by the Government shall be delivered to the Corps of Engineers Division Laboratory, f.o.b., at the following address: DACW67-99-B-0017 01400-7 9803 8/LD/ar 0942283 U.S. Army Corps of Engineers Materials Testing Center Waterways Experiment Station 3909 Hall Ferry Road Vicksburg, MS 39180-6199 Phone: (610) 634-3974 ATTN: Project , Contract Number Coordination for each specific test, exact delivery location and dates will be made through the Area Office. If samples are scheduled to arrive at the laboratory on a weekend (after 1700 Friday through Sunday) notify the laboratory at least 24 hours in advance at (601) 634-3974 to arrange for delivery. 3.8 COMPLETION INSPECTION At the completion of all work or any increment thereof established by a completion time stated in the Special Clause entitled "Commencement, Prosecution, and Completion of Work," or stated elsewhere in the specifications, the CQC system manager shall conduct an inspection of the work and develop a "punch list" of items which do not conform to the approved plans and specifications. Such a list of deficiencies shall be included in the CQC documentation, as required by paragraph DOCUMENTATION below, and shall include the estimated date by which the deficiencies will be corrected. The CQC system manager or staff shall make a second inspection to ascertain that all deficiencies have been corrected and so notify the Government. These inspections and any deficiency corrections required by this paragraph will be accomplished within the time stated for completion of the entire work or any particular increment thereof if the project is divided into increments by separate completion dates. 3.9 DOCUMENTATION The Contractor shall maintain current records of quality control operations, activities, and tests performed, including the work of subcontractors and suppliers. These records shall be on an acceptable form and shall be a complete description of inspections, the results of inspections, daily activities, tests, and other items, including but not limited to the following: a. Contractor/subcontractor and their area of responsibility. b. Operating plant/equipment with hours worked, idle, or down for repair. c. Work performed today, giving location, description, and by whom. When Network Analysis (NAS) is used, identify each phase of work performed each day by NAS activity number. d. Test and/or control activities performed %� ith results and references to specifications/plan requirements. The control phase should be identified (Preparatory, Initial, Follow-up). List deficiencies noted along with corrective action. e. Material received with statement as to its acceptability and storage. f. Identify submittals reviewed, with contract reference, by whom, and action taken. DACW67-99-13-0017 01400-8 — 98038/LD/ar 094283 g. Off -site surveillance activities, including actions taken. h. Job safety evaluations stating what was checked, results, and instructions or corrective actions. i. List instructions given/received and conflicts in plans and/or specifications. j. Contractor's verification statement. k. These records shall indicate a description of trades working on the project; the number of personnel working; weather conditions encountered; and any delays encountered. These records shall cover both conforming and deficient features and shall include a statement that equipment and materials incorporated in the work and workmanship comply with the contract. The original and one copy of these records in report form shall be furnished to the Government daily within 24 hours after the date(s) covered by the report, except that reports need not be submitted for days on which no work is performed. As a minimum, one report shall be prepared and submitted for every seven days of no work and on the last day of a no work period. All calendar days shall be accounted for throughout the life of the contract. The first report following a day of no work shall be for that day only. Reports shall be signed and dated by the CQC system manager. The report from the CQC system manager shall include copies of test reports and copies of reports prepared by all subordinate quality control personnel. 3.10 SAMPLE FORMS Sample Contractor Quality Control Report forms are enclosed at the end of this section. 3.11 NOTIFICATION OF NONCOMPLIANCE The Contracting Officer will notify the Contractor of any detected noncompliance with the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Such notice, when delivered to the Contractor at the site of the work, shall be deemed sufficient for the purpose of notification. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to such stop orders shall be made the subject of claim for extension of time or for excess costs or damages by the Contractor. 3.12 IMPLEMENTATION OF GOVERNMENT RESIDENT MANAGEMENT SYSTEM FOR CONTRACTOR QUALITY CONTROL OF CONTRACT The Contractor shall utilize a Government furnished Contracting Quality Control (CQC) Programming Module (a computerized executable file which is DOS based and operates on a minimum 80386 IBM compatible computer). The Module includes a Daily CQC Reporting System form which must also be used. This form may be in addition to other Contractor desired reporting forms. However, all other such reporting forms shall be consolidated into this one Government specified Daily CQC Report Form. The Contractor will also be required to complete Government -Furnished Module elements which include, but are not limited to, Prime Contractor staffing; letter codes; planned cumulative progress earnings; subcontractor information showing trade, name, address, point -of -contact, and insurance expiration dates; definable features of work; pay activity and activity information; required Quality Control tests tied to individual activities; planned User Schooling tied to specific specification paragraphs and Contractor activities: Installed Property Listing, Transfer Property Listing and submittal information relating to specification section, description, activity number, review period and expected procurement period. The DACW67-99-B-0017 01400-9 — 98038/LD/ar 094283 sum of all activity values shall equal the contract amount, and all Bid Items, Options and Additives shall be separately identified, in accordance with the "Bidding Schedule". Bid Items may include multiple Activities, but Activities may only be assigned to one such Bid Item. This Module shall be completed to the satisfaction of the Contracting Officer prior to any contract payment (except for Bonds, Insurance and/or Mobilization, as approved by the Contracting Officer), and shall be updated as required. 3.12.1 During the course of the contract, the Contractor will receive various Quality Assurance comments from the Government that will reflect corrections needed to Contractor activities or reflect outstanding or future items needing the attention of the Contractor. The Contractor shall acknowledge receipt of these comments by specific number reference on his Daily CQC Report, and shall also reflect on his Daily CQC Report when these items are specifically completed or corrected to permit Government verification. 112.2 The Contractor's schedule system shall include, -as specific and separate activities, all Preparatory Phase Meetings (inspections); all O&M Manuals; and all Test Plans of Electrical and Mechanical Equipment or Systems that require validation testing or instructions to Government representatives. DAC W 67-99-B-0017 01400-10 — 98038/LD/ar 094283 TABLE 1 MINIMUM SAMPLING AND TESTING FREQUENCY Materials Test Minimum Sampling and Testing Frequency Fills Embankments Backfills Subgrade, Subbase, and Base Course Material Fill and Embankment Field DensityZU Two tests per lift for each increment or fraction of 2,000 square yards and any time material type changes. Lab Densityll One test initially per each type of materials or blended material and any time material type changes, and one every 10 field density tests. Gradation l II One test every 1,000 2-00 cubic yards of fill for each type of materials or blended material and any time material type changes. Subgrade Field Densitv2/12/ One test per each increment or fraction of 100 square yards. Lab Dens1ty31 One test every 10 field density tests. Backfill for Trenches, and Field Density2/12/ Walls, Pavements, and Other Structures Trenches: One test per lift for each increment or fraction of 500 lineal feet for backfill. Under pavements, one test every lift and at every crossing. Wall, Including Footings: One test per lift for each increment or fraction of 200 lineal feet of backfill. Areas enclosed by grade beams, compacted with power driven hand operated compactors: One test per lift for each increment or fraction of 46 square meters. DAC%k'67-99-B-0017 01400-11 — R0001 98038/LD/ar 094283 Materials Backfill for Trenches, and Walls, Pavements, and Other Structures TABLE 1 (con.) Test Minimum Sampling and Testing Frequency Pavements: Two tests per lift for each increment or fraction of 2,000 square feet. Other Structures: One test per lift for each increment or fraction of 61 lineal meters of backfill. Lab Density!/- One test initially per each type of material or blended material and one every 10 field density tests. GradationE One test per each type of material or blended material and one every 10 field density tests. Base Gradationl/(including .02 mm 1 sample for every 4,000 square yards. particles size limits. In -Place Density/ 112/ 1 sample every 2,000 square yards. Moisture -Density 1 initially and every 20 density tests. Relationship3� Asphaltic Concrete and Pavements (Non airfield) Asphaltic concrete Marshall method Test 1 test per day minimum and I per 1,000 tons thereafter. Specific Gravity Extraction Gradation5/ Fracture faces5/ Cored or sa%%ed specimens Perform complete test (thickness, in -place density and bulk specific gravity) on each cored or sawed sample.12/ 1 per each Marshall Test. I test for each Marshall Method. 1 per each extraction test. I per each extraction test. Take 1 set of 3 cored sawed specimens for each 1,000 square yards or fraction thereof. One specimen shall be taken from longitudinal joint or from transverse joint. DACNk'67-99-B-0017 01400-12 98038/LD/ar 094283 Materials Test TABLE 1 (con.) Minimum Sampling and Testing Frequency Portland Cement Concrete Coarse and Fine Moisture, sppecific gravity and 1 initially. Aggregate71 absorptiong/ Concrete Concrete Vibrators Gradation and fineness modules 1 every 250 cubic yards of concrete. Moisture, specific gravity and (same as coarse aggregate). absorption8—� Slump Conduct test every day of placement and for every 25 cubic yards and more frequently if batching appears inconsistent. Conduct with strength tests. Entrained Air Ambient and concrete temperatures Unit weight, yield, and water cement ratio Conduct with slump test. Conduct with slump tests. Conduct with strength tests. Check unit weight and adjust aggregate weights to insure proper yield. Flexural strength and evaluation When specified for slabs on grade or for concrete pavements, take one set of 6 beams every 100 cubic yards of concrete with a minimum of l set per day. Two beams shall be tested at 7 days, two at 28 days, and two at 90 days. Compressive strength Frequency and amplitude One set of 3 cylinders per day and every 100 cubic yards for each class of structural concrete. Test one cylinder at 7 days and two at 28 days. Additional field cure cylinders shall be made when insitu strengths are required to be known. Check frequency and amplitude initially and any time vibration is questionable. DACVk'67-99-B-0017 01400-13 98038/L.D/ar 094283 TABLE I NOTES: 1/ All acceptance tests shall be conducted from in -place samples. 2/ Additional tests shall be conducted when variations occur due to the contractors operations, weather conditions, site conditions, etc. 3/ Classification (ASTM D-2487), moisture contents, Atterberg limits and specific gravity tests shall be conducted for each compaction test if applicable. 4/ Materials to be submitted only upon request by the Contracting Officer. 5/ Tests can substitute for same tests required under "Aggregates" (from bins or source), although gradations will be required when blending aggregates. 6/ Increase quantities by 50 percent for Paving mixes and by 100 percent for Government testing of admixtures. Include standard deviation for similar mixes from the intended batch plant and data from a minimum of 30 tests, if available. Refer to ACI 214. 7/ A petrographic report for aggregate is required with the sample for source approval. If the total amount of all types of concrete is less than 200 cubic meters service records from three separate structures in similar environments which used the aggregates may substitute for the petrographic report. 8/ Aggregate moisture tests are to be conducted in conjunction with concrete strength tests for w/c calculations. 9/ Through 1 I / Not used. 12/ The nuclear densometer, if properly calibrated, may be used but only in addition to the required testing frequency and procedures using sandcones. The densometer shall be calibrated and is recommended for use when the time for complete results becomes critical. DACW'67-99-13-0017 01400-14 — 9803 8/LD/ar 094283 TABLE 2 STANDARD REPORT FORMS AND USE Form Number Form Title Form Use NPD 300 Transmittal of Material Samples Form to accompany any samples sent to NPD Laboratory NPD 326 Compaction Test Data Sheet Soil compaction tests. DD 1206 Sieve Analysis Data Sieve analysis data sheet for soils. NPD 320 Mechanical Analysis Test Data Sieve analysis data sheet and hydrometer data sheet for soils. ENG 2087 Gradation Curves Gradation graph for soils and aggregates. (To include specification limits). DD 1205 Soil Moisture Content Moisture content sheet for soils and/or aggregates. NPD 322 Specific Gravity and Absorption Test Specific gravity and absorption test for soil Data Sheet and aggregates. DD 1209 Atterberg Limits Determinations Test and graph for Atterburg limits tests. DD 1217 Bituminous Mix Design -Aggregate Aggregate blending sheet for asphaltic Blending concrete. NPD 346 Asphaltic Concrete Mix Design Asphaltic mix design and aggregate Report grinding. DD 1218 Marshall Method - Computation of Marshall Test form. Properties of Asphalt Mixtures ;NPD 88 Screen Analysis of Concrete Gradation test form for aggregates (self Aggregates carboning). NPD 357 Mortar Strength of Fine Aggregate Flexural and compressive strength test form Data Sheet for mortar. NPD 355 Data Sheet - Compressive and Compressive and/or flexural strength testing Flexural Strengths of Concrete (include averages per specification). NPD 359 Report of Concrete Mixture Design Mix design sheet for Contractor mix submittal. DACkk'67-99-B-0017 01400-15 98038/LD/ar 094283 Form Number NPS 57 TABLE 2 (con.) Form Title Statistical Evaluation of Concrete Compression Tests Form Use Summary sheet of concrete tests. Form can be used for flexural strengths if revised to conform with proper days specified. A separate sheet is to be used for each mix design. DACW67-99-B-0017 01400-16 48038/LD/ar 094283 (sample of typical Contractor's Daily Report) DAILY CONSTRUCTION QUALITY CONTROL REPORT Contract Number: Date: Rpt No. Contract Title: Location: Weather: Clear _ P.Cloudy _ Cloudy _ Rainfall _ (_% of workday) Temperature during workday: High degrees F. Low _ degrees F. 1. WORK PERFORMED BY CONTRACTOR/SUBCONTRACTOR(S): Contractor Name No. of Workers Crafts/Hours Work performed 2. EQUIPMENT DATA: Type, Size, Etc. Owned/Rented Hours Used Hours Standby DAC W%67-99-B-0017 01400-17 — 98038/LD/ar 094283 3. QUALITY CONTROL INSPECTIONS AND RESULTS: (Include a description of preparatory, initial, and/or follow up inspections or meetings; check of subcontractors work and materials delivered to the site compared to submittals and/or specifications; comments on the proper storage of materials; include comments on corrective actions to be taken): 4. QUALITY CONTROL TESTING AND RESULTS (comment on tests and attach test reports): 5. DAILY SAFETY INSPECTIONS (Include comments on new hazards to be added to the Hazard Analysis and corrective action of any safety issues): 6. REMARKS (Include conversations with or instructions from the Government representatives; delays of any kind that are impacting the job; conflicts in the contract documents; comments on change orders; environmental considerations; etc.): CONTRACTOR'S VERIFICATION: The above report is complete and correct. All material, equipment used, and work performed during this reporting period are in compliance with the contract documents except as noted above. CONTRACTOR QC REPRESENTATIVE DACW67-99-Q-0017 01400-18 — 98038/LD/ar 094283 (Sample of Typical Contractor's Test Report) TEST REPORT STRUCTURE OR BUILDING CONTRACT NO. DESCRIPTION OF ITEM, SYSTEM, OR PART OF SYSTEM TESTED: DESCRIPTION OF TEST: NAME AND TITLE OF PERSON IN CHARGE OF PERFORMING TESTS FOR THE CONTRACTOR: NAME TITLE SIGNATURE I HEREBY CERTIFY THAT THE ABOVE DESCRIBED ITEM, SYSTEM, OR PART OF SYSTEM HAS BEEN TESTED AS INDICATED ABOVE AND FOUND TO BE ENTIRELY SATISFACTORY AS REQUIRED IN THE CONTRACT SPECIFICATIONS. RE',1ARKS SIGNATURE OF CONTRACTOR QUALITY CONTROL INSPECTOR DATE END OF SECTION DACW67-99-B-001 01400-19 — 98038/LD/ar 094283 DAC V1'67-99-B-0017 01400-20 — 98038 094283 SECTION 01501 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.1 AVAILABILITY OF UTILITY SERVICES 1.1.1 Water and Electricity The Contractor shall be responsible for providing its own water and electricity. 1.2 SANITARY PROVISIONS Contractor shall provide sanitary accommodations for the use of employees as may be necessary and shall maintain accommodations approved by the Contracting Officer and shall comply with the requirements and regulations of the State Health Department, County Sanitarian, or other authorities having jurisdiction. 1.3 TEMPORARY ELECTRIC WIRING 1.3.1 Temporary Power and Lighting The Contractor shall provide construction power facilities in accordance with the safety requirements of the National Electric Code NFPA No. 70 and the SAFETY AND HEALTH REQUIREMENTS MANUAL EM 385-1-1. The Contractor, or its delegated subcontractor, shall enforce the safety requirements of electrical extensions for the work of subcontractors. Work shall be accomplished by skilled electrical tradesmen. 1.3.2 Construction Equipment In addition to the requirements of SAFETY AND HEALTH REQUIREMENTS MANUAL, EM 385-1-1, dated 3 September 1996. temporary wiring conductors installed for operation of construction tools and equipment shall be either Type TW or THW contained in metal raceways, or shall be hard usage or extra hard usage multiconductor cord. Temporal, wiring shall be secured above the ground or floor in a %%orkmanlike manner and shall not present an obstacle to persons or equipment. Open wiring may only be used outside of buildings, and then only in accordance with the provisions of the National Electric Code. 1.3.3 Submittals Submit detailed dra%%ings of temporary power connections. Drawings shall include, but not be limited to, main disconnect, :rounding, service drops, service entrance conductors, feeders, GFCI'S, and all site trailer connections. DACW67-99-13-0017 01501-1 — 98038 094283 1.4 FIRE PROTECTION During the construction period, the Contractor shall provide fire extinguishers in accordance with the safety requirements of the SAFETY AND HEALTH REQUIREMENTS MANUAL, EM 385-1-1. The Contractor shall remove the fire extinguishers at the completion of construction. 1.5 STAGING AREA Contractor will be provided adequate open staging area as shown on the drawings or as directed by the Contracting Officer. Area is unsecured, and Contractor shall make provisions for its own security. Contractor shall be responsible for keeping staging area, and office area clean and free of weeds and uncontrolled vegetation growth. Weeds shall be removed by pulling or cutting to within 25 mm (1-inch) of ground level. Lawn areas shall be mown to keep growth to less than 51 mm (2-inches). All loose debris and material subject to being moved by prevailing winds in the area shall be picked up or secured at all times. If the area is not maintained in a safe and clean condition as defined above the Contracting Officer may have the area cleaned by others with the costs being deducted from the contractor's payment. 1.6 HOUSEKEEPING AND CLEANUP Pursuant to the requirements of Clause CLEANING UP and Clause ACCIDENT PREVENTION, of the CONTRACT CLAUSES, the Contractor shall assign sufficient personnel to insure compliance. The Contractor shall submit a detailed written plan for implementation of this requirement. The plan will be presented. as part of the preconstruction safety plan and will provide for keeping the total construction site, structures, and accessways free of debris and obstructions at all times. Work will not be allowed in those areas that, in the opinion of the Contracting Officer, have unsatisfactory cleanup and housekeeping at the end of the preceding day's normal work shift. At least once each day all areas shall be checked by the Quality Control person of the Contractor and the findings recorded on the Quality Control Daily Report. In addition, the Quality Control person shall take immediate action to insure compliance with this requirement. Housekeeping and cleanup shall be assigned by the Contractor to specific personnel. The name(s) of the personnel shall be available at the project site. 1.7 PROJECT SIGN Contractor shall furnish and install two (2) project identification signs and two (2) safety performance signs in accordance with conditions hereinafter specified and layout shown on drawings attached at end of this section, except Corps communication mark will be Government furnished. Corps communication mark shall be secured with galvanized screws. All lettering shall be block type, upper case. Letters shall be painted black on white background using exterior -type paint. Sign shall be maintained in excellent condition throughout life of job. Project sign shall be located as directed. Upon completion of project, sign shall be removed and shall remain the property of Contractor except Corps communication mark will remain property of the Government. 1.8 ELEVATED WORK AREAS Workers in elevated work areas in excess of 2 meters (6 feet) above an adjoining surface require special safety attention. In addition to the provisions of SAFETY AND HEALTH REQUIREMENTS MANUAL, DAC W67-99-B-0017 01501-2 — 98038 094283 EM 385-1-1, the following safety measures are required to be submitted to the Contracting Officer's Representative. Prior to commencement of work in elevated work areas, the Contractor shall submit drawings depicting all provisions of his positive fall protection system including, but not limited to, all details of guardrails. Positive protection for workmen engaged in the installation of structural steel and steel joist shall be provided by safety nets, tie -offs, hydraulic man lifts, scaffolds, or other required means. Walking on beams and/or girders and the climbing of columns is prohibited without positive protection. Perimeter guardrails shall be installed at floor, roof, or wall openings more than 2 meters (6 feet) above an adjoining surface and on roof perimeters. Rails shall be designed to protect all phases of elevated work. Rails shall be designed by a licensed engineer to provide adequate stability under any anticipated impact loading. As a minimum, the rails shall consist of a top rail at a height of 1,067 mm (42 inches), a mid -rail, and a toe board. Use of tie -offs, hydraulic man lifts, scaffolds, or other means of roof edge protection methods may be utilized on small structures such as family housing, prefabricated metal buildings, etc. If safety belts and harnesses are used, the positive fall protection plan will address fall restraint versus fall arrest. Body belts will ONLY be used for fall restraint, they will not be used for fall arrest. 1.9 TRAFFIC CONTROL PLAN The Contractor shall submit a Traffic Control Plan to the Contracting Officer for approval. This plan will be subject to the review of the City of Renton and other agencies and parties. The traffic control plan shall provide for moving traffic through and around the construction zone in a manner that is conducive to the safety of motorists, pedestrians, aircraft, and workers and for maintenance, repair and cleaning of traffic surfaces subjected to construction vehicles and equipment. This plan shall indicate scheduling, placement, and maintenance of traffic control devices in accordance with the U.S. Department of Transportation, Federal Highway Administration publication, Manual on Uniform Traffic Control Devices. The Contractor shall submit its Traffic Control Plan at least 14 working days prior to commencement of construction activities. Excavations shall not remain open for more than 1 working day without approval. The basic requirements for the Traffic Control Plan are attached to the end of this section. The attached plan is subject to any other pertinent requirements in the specifications and contract drawings and coordination with all necessary parties for approval. 1.10 DIGGING AND UTILITIES REQUIREMENTS 1.10.1 Excavation and Utility Clearance Before beginning any onsite excavation, the Contractor shall notify the Contracting Officer and the appropriate local authorities (notify Mr. Hathaway (425-430-7205), for the City of Renton) as required to maintain clearances from all the various utilities. Copies of clearances shall be provided to the Government Representative. Buried utility lines shall be marked in the field prior to excavation. The locations of any utilities obtained from the clearances shall be verified on or added to the as -built drawings. The Contractor shall obtain the services of a commercial utility locator service. 1.10.2 Utilities Not Shown All kno,.i n existing utility lines are identified on the drawings. The Contractor shall verify prior to excavation, locations of all utilities, whether shown on the drawings or not shown on the drawings and not visible as to the date of this contract. The types of utilities the Contractor may encounter are waterlines, sewerlines (storm and sanitary), gaslines, fueling lines, steamlines, buried fuel tanks, septic tanks, other buried tanks, communication lines, and powerlines. These utilities may be active or abandoned utilities. DACW67-99-B-0017 01501-3 — R0001 98038 094283 If such utilities will interfere with site operations, the Contractor shall immediately notify the Contracting Officer verbally and then in writing to enable a determination by the CO as to the necessity for removal or relocation. If such utilities are removed or relocated as directed, the Contractor shall be entitled to equitable adjustment for any additional work or delay. 1.11 HARD HAT SIGNS The Contractor shall provide 610 mm by 610 mm (24 by 24 inch) square Hard Hat Area signs at each entry to the project or work area as directed by the Contracting Officer. A minimum of two signs will be required. Signs shall be in accordance with the sketch at the end of this section. PART 2 PRODUCTS AND PART 3 EXECUTION (NOT APPLICABLE) DAC W67-99-B-0017 01501-4 — 98038 094283 24' I 20.25" N L0 ti cr) cl) _me Lo N �u') (V N N CV • SIGN SHALL BE FABRICATED FROM. 125 THICK 6061-T6 ALUMINUM PANEL • COLOR 1. SAFETY RED (SR) 2. WHITE 3. WHITE 4. BLACK • LETTERING SHALL BE HELVETICA BOLD TYPOGRAPHY. • LETTERS AND BACKGROUND SHALL BE REFLECTIVE SHEETING MATERIAL. • SIGNS SHALL BE POSTED AT 6'-6" (BOTTOM SIGN TO GRADE) OR AS DIRECTED BY THE CONTRACTING OFFICER. LETTERING TO BE CENTERED ON PANEL. DACW'67-99-B-0017 01501-5 - 98038 094283 THIS PAGE TO BE REPLACED WITH PROJECT IDENTIFICATION SIGN Sheet 1 of 3 DAC�V67-99-B-0017 01501-6 — 98038 094283 THIS PAGE TO BE REPLACED WITH PROJECT IDENTIFICATION SIGN Sheet 2 of 3 DAC\%'67-99-B-0017 01501-7 — 98038 094283 THIS PAGE TO BE REPLACED WITH PROJECT IDENTIFICATION SIGN Sheet 3 of 3 DACW67-99-B-0017 01501-8 — 98038 094283 DACVk'67-99-B-0017 01501-9 - 98038 094283 MINIMUM TRAFFIC CONTROL PLAN SCOPE CEDAR RIVER SECTION 205 FLOOD DAMAGE REDUCTION PROJECT The following is the minimum Traffic Control Plan scope for bidding purposes for the above project. The plan scope includes signage and flagging requirements as well as Foreign Object and Debris or "FOD" control around airport facilities, street cleaning, and repair and maintaining pavement and features affected by the construction operations to maintain their functional use. This is the minimum anticipated scope at this time based on assumed methods and schedule; the actual plan will need to be adjusted to actual construction methods and schedule and may require additional traffic control measures. The Contractor is required to prepare a Final Traffic Control Plan for review and approval by the Contracting Officer. The plan is subject to review by the appropriate local authorities and affected parties including the City of Renton (the City) and the Boeing Company. Implementation of the plan will require the Contractor to coordinate as a routine requirement with all affected parties including with the City and the Boeing Company. The Contractor is required to comply with all laws, regulations and best Management practices in control of traffic and assurance of public safety. The Contractor shall comply with all requirements of the specifications including the requirements for communication and vehicle warning lights. The Traffic Control Plan shall conform to the standard City of Renton Transportation Systems - Traffic Operations Traffic Control Plan (attached). Public safety is the exclusive liability of the Contractor. Signage and Flagging The Contractor shall supply and place the minimum signage, flagging and detours as shown on the attached ►naps and table. This is not an exhaustive list and is subject to modification as adapted to actual working conditions and in coordination with the Contracting Officer, the City, the Boeing company and enforcement officers. The Contractor will post flaggers at the west end of the S. Boeing Bridge and at North 6th Street, (and at the Cedar River Hangers if the location becomes a problem) at all times during hauling in these areas. The Contractor should treat work in these locations as construction under traffic. General Access requirements The Contractor shall, at all times possible, maintain a minimum of one lane of traffic on the Airport East Perimeter Road. The Contractor is operating on an active airport and will treat all construction outside of the park as construction under traffic. The Contractor shall yield to aircraft, and will remove all equipment from, clean, and plate all openings in the path of aircraft. Tile Contractor shall not impede aircraft, vehicle and pedestrian movement across the S. Boeing Bridge or in am other location. Access shall be maintained to the Cedar River Hangers and along or around the perimeter road for airport related activities at all times. Tile Cedar River Hangers shall be kept functional during the work. The Contractor shall coordinate with the City, the Cedar River Hangers organization and the Tie Down organization to schedule evacuation of aircraft from the tie down area and any hangers that would have blocked access. DACV\'67-99-B-0017 01501-A 1 — 98038 094283 The Contractor shall coordinate with the King county sewer project boring operation and any other non -routine activities in the area during construction. Construction fencing will be used for all closures of the park to the public. The Contractor shall comply with all FAA and City construction requirements, standards and codes. The Contractor shall maintain communications with the Renton Control Tower at all times while operating within 200 feet of the runway. During 737 and 757 jet brake tests and take offs the Contractor shall evacuate all personnel and equipment north of the'Non-directional beacon" to an area designated by Airport Manager. Prior to take off or brake testing the Contractor, in direct communication with the tower, shall spot check the runway edges for FOD, tie down any loose equipment that could mobilize due to jet blast, smooth temporary stock piles and wet down or otherwise protect all exposed soil next to the runway to avoid dust mobilization. The City requires contractors operating within the City to sign a letter of special billing to pay for actions the City must do as a result of private contractor actions such as overtime for inspectors and emergency repairs. The contractor may be liable for these fees and may be required to sign the City's standardized letter of special billing. (see attached) Foreign Object and Debris or "FOD" control and street cleaning The Contractor shall provide full time constant street sweeper activity using a sweeper equipped with non-metallic bristles only; and hand sweeping or anything necessary to keep FOD in check. The Contractor is responsible to keep FOD from getting tracked onto taxiways: taxiways will be kept essentially spotless, no rocks, gravel or dirt will be allowed on the surface. Particular attention will be paid to the South Boeing Bridge, East Perimeter Road, all detour routes and the area around the Cedar River Hangers. The Contractor understands that the risk of tracked material getting onto the runway cannot be over emphasized. FOD is a constant extreme threat with construction work around airports. The Contractor shall also provide full time sweeper truck activity along the project haul routes in the City and construction areas. City streets shall be swept a minimum of two times daily. The Contractor anticipates, and shall comply with, frequent requests for additional cleaning. Repair and maintaining pavement and features to maintain functional use The Contractor shall keep all roadways or taxiways in use, in functional repair for all users during construction. The Contractor shall repair any damage, pot holes, rip -ups, loose al I igator/b locking, etc., and ..not normal cite street wear" to which they contributed and as directed by the Contracting Officer. This includes presenting damage as best possible, and temporary patching of all holes or tear -ups in the perimeter road "hich are used by access traffic and aircraft for taxiing or tie downs. The Contractor will be responsible for any other specific damage they have caused. DAC W67-99-B-0017 01501-A2 — 98038 094283 THE FOLLOWING PAGES TO BE REPLACED WITH DRAFT TRAFFIC CONTROL PLAN DACW67-99-13-0017 01501-A3 - 918038 094283 SECTION 02411 METAL SHEET PILING PART] GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A 572 (1997 ) High -Strength Low -Alloy Columbian -Vanadium Steels of Structural Quality 1.2 SUBMITTALS Government approval is required for all submittals with a "GA" designation; submittals having an "FIO" designation are for information only. The following shall be submitted in accordance with Section 01300 SUBMITTAL PROCEDURES: Drawings Metal Sheet Piling; GA. Detail drawings for sheet piling including fabricated sections shall show complete piling dimensions and details, driving sequence and location of installed piling. Detail drawings shall include details and dimensions of templates and other temporary guide structures for installing piling. Detail drawings shall provide details of the method of handling piling to prevent permanent deflection, distortion or damage to piling interlocks. See paragraph 2.3.1 for submittal of material requirements for sheet piling. Schedules Pile Driving Equipment. GA. Complete descriptions of sheet piling driving equipment including hammers, extractors, protection caps and other installation appurtenances shall be submitted for approval prior to commencement of work. Reports Materials Tests; FIO. Certified materials tests reports showing that sheet piling and appurtenant metal materials meet the specified requirements shall be submitted for each shipment and identified with specific lots prior to installing materials. Records DAC%k'67-99-B-0017 0241 1-1 98038 094283 Driving; FIO. Records of the sheet piling driving operations shall be submitted after driving is completed. These records shall provide a system of identification which shows the disposition of approved piling in the work, driving equipment performance data, piling penetration rate data, piling dimensions and top and bottom elevations of installed piling. The format for driving records shall be as directed by the Contracting Officer. 1.3 DELIVERY, STORAGE AND HANDLING Materials delivered to the site shall be new and undamaged and shall be accompanied by certified test reports. The manufacturer's logo and mill identification mark shall be provided on the sheet piling as required by the referenced specifications. Sheet piling shall be stored and handled in the manner recommended by the manufacturer to prevent permanent deflection, distortion or damage to the interlocks. Storage of sheet piling should also facilitate required inspection activities. PART 2 PRODUCTS 2.1 METAL SHEET PILING Sheet piling shall be steel sections conforming to ASTM A 572 GR 50 with Fy (minimum) = 50 ksi. The minimum section modulus shall be 30 cubic inches per lineal foot of wall. The interlocks of sheet piling shall be free -sliding, provide a swing angle suitable for the intended installation but not less than 5 degrees when interlocked, and maintain continuous interlocking when installed. Should splicing of the piles be necessary, the splice shall be made by a full penetration butt weld. Only one splice per pile is permitted. Sheet piling including special fabricated sections shall be full-length sections of the dimensions shown on the drawings. Fabricated sections shall conform to the requirements herein and the piling manufacturer's recommendations for fabricated sections. Metalwork fabrication for sheet piling shall be as specified herein and Section 05101 METALWORK FABRICATION AND MISCELLANEOUS PROVISIONS. 2.2 APPURTENANT METAL MATERIALS Metal plates, shapes, bolts, nuts, rivets and other appurtenant fabrication and installation materials shall conform to manufacturer's standards and to the requirements specified in the respective sheet piling standards and in Section 05101 METALWORK FABRICATION AND MISCELLANEOUS PROVISIONS. 2.3 TESTS. INSPECTIONS, AND VERIFICATIONS Requirements for material tests, workmanship and other measures for quality assurance shall be as specified herein and in Section 05101 METALWORK FABRICATION AND MISCELLANEOUS PROVISIONS. 2.3.1 Materials Tests Sheet piling and appurtenant materials shall be tested and certified by the manufacturer to meet the specified chemical, mechanical and section property requirements prior to delivery to the site. Testing of sheet piling for mechanical properties shall be performed after the completion of all rolling and forming operations. Wf*titifi-tw-t2+tia+"-X{4'tereed the Cowaaer- shall siahmit the eFder ofmater-ial DACW67-99-B-0017 02411-2 R0001 98038 094283 its to the sheet pile stipplieF and the supplieF shall submit to the Gentmetef within e Ehrv--a tt'r 4fder the mill test Feperts eil-the mater-als fer- the sheet piles. The Govemmentwill have two (2) h ined to 4: edit.,e p nt of the sheet piles. PART 3 EXECUTION 3.1 SUBSURFACE CONDITIONS Sheet piling must be driven through various materials ranging from silts, clays, sand, gravel and rocks. Excavation of these materials may be required to prevent overdriving and damage to the piling. 3.2 INSTALLATION 3.2.1 Pile Driving Equipment 3.2.1.1 Driving Hammers Hammers shall be steam, air, or diesel drop, single -acting, double-acting, differential -acting, or vibratory type. The driving energy of the hammers shall be as recommended by the manufacturer for the piling weights and subsurface materials to be encountered. 3.2.2 Placing and Driving 3.2.2.1 Placing Any excavation required within the area where sheet pilings are to be installed shall be completed prior to placing sheet pilings. Pilings shall be carefully located as shown on the drawings. Pilings shall be placed plumb with out-of-plumbness not exceeding 1/8 inch per foot of length and true to line. Temporary wales, templates, or guide structures shall be provided to insure that the pilings are placed and driven to the correct alignment. At least two templates shall be used in placing each piling and the maximum spacing of templates shall not exceed 20 feet. Pilings properly placed and driven shall be interlocked throughout their length with adjacent pilings to form a continuous diaphragm throughout the length or run of piling wall. 3.2.2.2 Driving (a) Pilings shall be driven with the proper size hammer and by approved methods so as not to subject the pilings to damage and to ensure proper interlocking throughout their lengths. Driving hammers shall be maintained in proper alignment during driving operations by use of leads or guides attached to the hammer. A protecting cap shall be employed in driving when using impact hammers to prevent damage to the tops of pilings. Pilings damaged during driving or driven out of interlock shall be removed and replaced at the Contractor's expense. (b) Pilings shall be driven without the aid of a water jet. (c) Adequate precautions shall be taken to insure that pilings are driven plumb. If at any time the fornvard or leading edge of the piling wall is found to be out -of -plumb in the plane of the wall the piling being driven shall be driven to the required depth and tapered pilings shall be provided and driven to interlock %%Ith the out -of -plumb leading edge or other approved corrective measures shall be taken to insure the plumbness of succeeding pilings. DACW67-99-B-0017 02411-3 R0001 98038 094283 (d) The maximum permissible taper for any tapered piling shall be 1/8 inch per foot of length. (e) Pilings in each run or continuous length of piling wall shall be driven alternately in increments of depth to the required depth or elevation. If the piling next to the one being driven tends to follow below final elevation it may be pinned to the next adjacent piling. If obstructions restrict driving a piling to the specified penetration the obstructions shall be removed or penetrated with a chisel beam. (f) If the Contractor demonstrates that removal or penetration is impractical the Contractor shall make changes in the design alignment of the piling structure as directed by the Contracting Officer to insure the adequacy and stability of the structure. Payment for the additional labor and materials necessitated by such changes will be made by an equitable adjustment under the CONTRACT CLAUSE entitled "CHANGES". (g) Pilings shall be driven to depths shown on the drawings and shall extend up to the elevation indicated on the drawings for the top of pilings. (h) Pilings shall not be driven within 100 feet of concrete less than 7 days old. 3.2.2.3 Pile Vibration Monitoring Contractor shall be responsible for monitoring vibrations caused by pile driving. Contractor shall be liable for damages to nearby structures and to contents within caused by pile driving. Pile driving system may be modified to reduce nuisance vibration problems where necessary. Modifications of the pile driving shall be subject to the approval of the Contracting Officer. 3.2.3 Cutting -Off and Splicing Pilings driven below the required top elevation and pilings damaged by driving shall be pulled and redriven when directed by the Contracting Officer at no additional cost to the Government. The tops of pilings excessively battered during driving shall be trimmed when directed at no cost to the Government. Piling cut-offs shall become the property of the Contractor and shall be removed from the site. The Contractor shall cut holes in pilings for bolts, rods, drains or utilities as shown on the drawings or as directed. All cutting shall be done in a neat and workmanlike manner. A straight edge shall be used in cuts made by burning to avoid abrupt nicks. Bolt holes in steel piling shall be drilled or may be burned and reamed by approved methods which will not damage the surrounding metal. Holes other than bolt holes shall be reasonably smooth and the proper size for rods and other items to be inserted. 3.2.4 Inspection of Driven Piling The Contractor shall inspect the interlocked joints of driven pilings extending above ground. Pilings found to be out of interlock shall be removed and replaced at the Contractor's expense. 3.2.5 Pulling and Redriving Tile Contractor shall pull selected pilings after driving to determine the condition of the underground portions of pilings when directed by the Contracting Officer. Any piling so pulled and found to be damaved to the extent that its usefulness in the structure is impaired shall be removed and replaced at the Contractor's expense. Pilings pulled and found to be in satisfactory condition shall be redriven when directed by the Contracting Officer. 3.2.5.1 Pulling DACW67-99-B-0017 02411-4 98038 094283 The method of pulling piling shall be approved by the Contracting Officer. Pulling holes shall be provided in pilings as required. Extractors shall be of suitable type and size. Care shall be exercised during pulling of pilings to avoid damaging piling interlocks and adjacent construction. If the Contracting Officer determines that adjacent permanent construction has been damaged during pulling the Contractor will be required to repair this construction at no cost to the Government. Pilings shall be pulled one sheet at a time. Pilings fused together shall be separated prior to pulling unless the Contractor demonstrates to the satisfaction of the Contracting Officer that the pilings cannot be separated. The Contractor will not be paid for the removal of pilings damaged beyond structural use due to proper care not being exercised during pulling. END OF SECTION DACW67-99-B-0017 02411-5 98038 094283 DAC W67-99-B-0017 02411-6 99038 094283 SECTION 02575 MAINTENANCE OF ACCESS ROAD PAVEMENT PART 1 GENERAL 1.1 SCOPE This specification covers the requirements for maintenance of asphaltic concrete pavements used for equipment access for construction purposes during the contract period and also required to handle traffic by others. Work will be as directed and approved by the Contracting Officer. Work may occur within areas of pavement to be replaced as part of the overall project restoration if so directed by the Contracting Officer. 1.2 REFERENCES Work accomplished under this section shall be in accordance with: Washington Department of Transportation Standard Specification: M41-10 "Standard Specification for Road, Bridge, and Municipal Construction," 1998 Edition which hereinafter shall be referred to as "M41-10." All applicable sections and paragraphs shall be complied with, except the instructions pertaining to measurement and payments, which shall be disregarded. Tile additional publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D 2487 (1993) Classification of Soils for Engineering Purposes 1.3 SUBMITTALS For am material(s) specified herein which are not otherwise specified under Section 02565 ASPHALTIC CONCRETE PAVEMENT provide a Certificate of Compliance and Mix Proportions conforming to the requirements of Section 02565 for submittal content. PART 2 PRODUCTS 2.1 AGGREGATES 2.1.1 Asphalt Concrete Aggregates Aggregates shall conform to the requirements of M41-10, section 9-03.8, "For Class B Asphaltic Concrete." DACW67-99-13-0017 02575-1 98038 OQ4283 2.1.2 Final Backfill Material Final backfill materials shall conform to the requirements of Section: 02210. 2.1.3 Base Course, Gravel Surface, and Shoulder Aggregates Aggregate materials for base course shall conform to Section: 02512. 2.2 BITUMINOUS MATERIALS 2.2.1 Asphalt Cement Asphalt cement shall conform to viscosity grade AR4000W of M41-10, section 9-02.1(4). 2.2.2 Emulsified Asphalt Emulsified asphalt shall conform to M41-10, section 9-02.1(6). 2.3 ASPHALT CONCRETE The mix design shall conform to Section: 02565 ASPHALTIC CONCRETE PAVEMENT. All test data shall be submitted. PART 3 EXECUTION 3.1 DELINEATION OF PAVEMENT MAINTENANCE (REPAIR) AREAS The Contractor and Contracting Officer shall jointly identify and mark the areas requiring pavement maintenance, and type of repairs to be performed. Proposed maintenance work shall be approved by the Contracting Officer prior to the work. The quantity of the road maintenance work will vary at each repair location and will require field measurement. 3.2 PAVEMENT REPAIR 3.2.1 Crack Sealing. 1/8-Inch to 1-Inch Width Certain kinds ol'cracks occurrinu in the existing pavement surface such as reflection cracks, shrinkage cra,:l. _ kmei+ints, and ed=c cracks_NOhen the pavement structure does not require a full patch repair may be repaired] under this yraoraph. The cracks shall be cleaned full depth of the pavement by high pressure %eater blasting ( 1 3,000 psi Cracks shall be dried and scaled in accordance with Washington State Department of Transportation standard specifications for Road, Bridge and Municipal Construction. M 41-10, 4488-edition (state specifications). Crack sealant shall conform to paragraph 5- 04.3(5)e CRACK SEALING of the state specifications, sealant shall be either asphalt emulsion or sand slurp- type. Rubberized asphalt sealant is specifically prohibited. 3.2 2 Pavement Surface Disintegration Depressions with alligator and extensive cracking shall be excavated to 1-foot beyond the edge of the depression to sound compact subgrade but not less than 8 inches below finish grade of adjacent sound pavement surface. See paragraph 3.3 for "Preparation of Existing Surfaces and Placing of Materials." DACW67-99-B-0017 02575-2 R0001 9*8038 094283 Repair sections shall be, at a minimum, 6 inches base course (use gravel wearing course in accordance with Section: GRAVEL BASE COURSE) and a 2-inch thick asphalt concrete surface patch. 3.2.3 Pavement Depressions and Distortion Pavement areas containing depressions or distortion with an otherwise sound foundation and approved for repair may be treated as follows: Remove surface pavement to at least 1-inch depth and at least 1 foot beyond perimeter of area into surrounding sound pavement surface. Clean and tack exposed surfaces. Place, level and compact asphalt material in the cut-out area to match grade of surrounding pavement. 3.3 PREPARATION OF EXISTING SURFACES AND PLACING OF MATERIALS Abutting edges of existing pavement, pavement surfaces, and structures shall be prepared in accordance with M41-10, section 5-04.3(5)A. 3.3.1 Excavation for Pavement Repair Existing materials shall be removed to the required depth. Adjacent pavement edges shall be saw cut back to provide a smooth vertical edge and expose I foot of undisturbed existing base course on all sides of the repair area. Repair areas shall be outlined with saw cuts which shall provide a rectangular or square shaped repair area with the sides alined parallel and perpendicular to the direction of traffic. Saw cutting and removal of existing asphalt concrete shall be in accordance with Section: DEMOLITION. 3.3.2 Subgrade Preparation The subgrade shall be prepared in accordance with Section: 02210. Final backfill materials shall be used to replace weak and yielding subgrade soils and to backfill excavations to the indicated Subgrade elevation. Subgrade fill materials shall conform to the requirements for final backfill material specified herein. 3.3.3 Placing of Base Course, and Final Backfill The compacted thickness of the base course, and final backfill shall be as required or necessary to match existing. When a compacted layer of more than 6 inches is required, no layer shall exceed 6 inches nor be less than 3 inches when compacted. Tile gravel shall be placed in accordance with Section: 02512. 3.3.4 Placing of Asphalt Concrete Patching Asphalt concrete materials shall be placed in accordance with Section 02565 ASPHALTIC CONCRETE PAVEiNIENT. All abutting edges of existing asphaltic concrete shall be saw cut full depth. Tack coat and surface preparation shall be in accordance with M41-10, sections 5-04.3(5) and 5-04.3(5)A. Fill patches shall be placed in the required number of lifts to restore the pavement surface elevation and match the adjacent pavement surface grade. Lift thickness for fill patches shall be the Contractor's responsibility, except that a maximum compacted lift thickness shall not exceed 3 inches. 3.3.5 Surface Requirements Bituminous surface course, upon completion of final rolling, shall be smooth and true to grade and cross section. When a 10-foot straightedge is laid on the surface parallel or perpendicular to traffic direction, the surface shall not vary more than 1/4 inch from the straightedge. Areas which experience checking cracks or tearint-, will be considered defective. High, low, or defective areas shall be immediately corrected by DACW67-99-B-0017 02575-3 98038 0 %4283 . cutting out faulty areas and replacing with fresh, hot mixture and compacting area to conform to above requirements. 3.4 PROTECTION OF PAVEMENT After final rolling of the pavement, no vehicular traffic of any kind shall be permitted until the pavement has cooled and hardened for at least 6 hours. 3.5 MAINTENANCE The pavement shall be maintained in a satisfactory condition until end of contract performance or until start of any required "Project Road Restoration" work. Maintenance shall include immediate repairs to any defects after notice to and approval by, or as directed by, the Contracting Officer and shall be performed as often as necessary to keep the area intact. 3.6 DISPOSAL OF UNSATISFACTORY MATERIALS Removed inplace materials that are unsuitable, material that is removed for the required correction of defective areas, and waste material and debris shall be disposed of in waste disposal areas indicated. END OF SECTION DACW67-99-B-0017 02575-4 FROM: US ARMY ENGR DIST, SEATTLE PO BOX 3755 FEi3 SEATTLE, WA. 98124-2255 (206)764-4481, CENWS-CT-CB-CU, Bonilie L. Lackeynp It I. Refer to Invitation for Bids DACW67-99-B-0017, Dated 12/30/98, entitled LOWER CEDAR RIVER FLOOD CONTROL LEVEES AND FLOODWALLS, RENTON, WASHINGTON 2. This is amendment two (0002), dated 3 February 1999, which provides for the following: a. SECTION 01005, PARAGRAPH 1.3 CONSTRUCTION SCHEDULE REQUIREMENTS Under 1.3.1 for the "Item of Work" change "(a) Earthwork, irrigation, seeding and paving in park." to read "(a) Earthwork, irrigation, seeding and paving in park between Stations RT 10+00 and RT 64+20 on the right bank." and change "(b) All work to construct the levees and floodwalls between Stations 0+00 and 56+75 on the left bank and between Stations RT 10+00 and RT 64+20 on the right bank including the levee closure gates and hydroseeding of levee sections." to read " (b) All work to construct the levees and floodwalls between Stations 0+00 and 56+75 on the left bank and between Stations RT 64+20 and RT 73+80 on the right bank including the levee closure gates and hydroseeding of levee sections." 3. Bid Opening time and date of 2:00 p.m. LOCAL TIME 9 February 1999 remains unchanged. 4. NOTICE TO BIDDERS: Bidders must acknowledge receipt of this amendment by number and date on bid or by telegram. Please mark outside of envelop in which bid is enclosed to show amendment received. h. � 98038/LD/ar 094283 SECTION 01005 SITE SPECIFIC SUPPLEMENTARY REQUIREMENTS PART 1 - GENERAL 1. CONDUCT OF WORK 1.1 COORDINATION Coordination for this work shall be made through the Contracting Officer except elements of the work may require joint coordination by the Contractor with the Contracting Officer, City of Renton, and Municipal Airport Manager, and other administrative agencies as specified in the contract documents and as directed by the Contracting Officer. 1.2 WORK HOURS Standard work hours in the construction area for pile driving shall be 7:30 A.M. to 4:00 P.M., Monday through Sunday. There are no restrictions concerning work hours for work other than pile driving except Contractor shall coordinate with the Contracting Officer work hours other than 7:30 A.M. to 4:00 P.M. 1.3 CONSTRUCTION SCHEDULE REQUIREMENTS 1.3.1 Milestones In conjunction with the completion schedule under Section 00800, paragraph SC-1 the Contractor shall incorporate the following milestones into the work sequence: Item of Work (a) Earthwork, irrigation, seeding and paving in park between. Stations. RT.10+00. and. RT.64+20. on. the _right bank. (b) All work to construct the levees and floodwalis between Stations 0+00 and 56+75 on the left bank and between Stations RT 64+20 +8+98 and RT 73+80 64-+-29 on the right bank including the levee closure gates and hydroseeding of levee sections. 1.3.2 Constraints Completion Date Not later than 30 June 1999 Not later than 30 September 1999 The following special constraints have been identified as having an impact on the performance of the Work. It is not intended to be a comprehensive list of constraints that will result from the execution of the Work, but as an aid to the CONTRACTOR in development of schedules and in executing the Work. Additional constraints may exist or develop as a result of required Work execution or CONTRACTOR's proposed work methods or sequence. In any event, the CONTRACTOR is responsible for compliance with the requirements of the various specification sections and the work procedures and protection requirements DACW67-99-B-0017 01005-1 — R0002 AMENDMENT OF SOLICITATION/ t. CONTRACT 10 CODE PAGE OF PAGES 1 3 - _—.—UUUl.-.-...... -��•••�,'LjJlif .'n coon."IT r.In "1 6.ISSUED BY CODE W68MD9 7.ADMINISTERED BY(If otherthan Item6) CODE US AF-W E2;GIN-EER DISTRICT, SEATTLE PO BOX 3755 SEAT —ALE NA 98124-3755 Sonilie L Lackey A03(206) 764-4461 6. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) Vendor ID: oin 9A. AMENDMENT OF SOLICITATION NO. DACW67-99-B-0017 X 98, DATED (SEE ITEM 11) 12/30/98 10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. OATEO(SEE ITEM 13) CODE FACILITY CODE 11, THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS r he above numbered soiicitation is amended as set forth In Item 14. The hour and date specified for receipt of Offers is extended, xJ is not Wendec. Otters crust acknov-ledge rece`.pt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram wFifch Includes a reference to the sotcltation and amendment numbers. FAILURE OF YOUR ACKNOWLEDG- MENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter nukes reference to the solicitation and this amendment. and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA((f required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (X) I A. THIS CHANGE ORDER 15ISSUED PURSUANT TO (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A, B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TORE FLECTTHE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103 (b). C. THIS SUFPLEMENTA�- AGREEMENT IS ENTERED INTO PURSUANTTO AUTHORITY OF: D. OTHER (Specifytype of modification and authority) E. IMPORTANT: Contractor is not, ❑ is required to sign this document and return coples to the issuing office. 1,4. CESCRIPTION OF AME NDMENT/Po'el5!Pl!'A'Ime I Organized by UCF section headings, including solicitaton/contract subject matter where feasible.) LCWER CEDAR RIVER FLOOD C0'r.-ROL LEEV'EES AND FLOODWALLS, REN'^ON, WA 1. 71:16 amendment One (0001) provides for the following changes: a. Infotnation Page, Administrative Matters - Internet Address should be: BON: LIE. L.LACKEY4ITAS02.USACE.ARMY. MIL Erupt as provided herill all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and In full force and eflect. 15A. NAME AND TITLE OF SIGRER(Type or print) I teA- NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 1:B.CONTRACTOR70FFEROR BY (_yrat�:• c, ce'sor, a-tr o•ized to s,-.-) I (Signature of Contracting Officer) NSN 7540-01-152-6070 STANDARD FORM 30 (REV. 10-83) Proscribed by PREVIOUS EOI'ION UNUSABLE 30-105 FAR FAR (46 CFR) GSA 63.243 b. Solicitation, Offer and Award (SF 1442), Block 11 "Contractor shall begin ... and complete it within See Paragraph SC-1 Special Clauses, section 00800 after receiving notice to proceed." c. Modification No. 13, dated 8 January 1999, to Davis Bacon Wage Determination No. WA980001, is hereby incorporated into the solicitation. d. Modifications to contract drawings by notation in the Special Clauses, Section 00800, after INDEX OF DRAWINGS. e. Revisions to the Bidding Schedule (page 00010-4). f. Revisions To Submittal Register, Form 4288 (page 01300-A3). g. Revisions to general requirements under Section 01005, 01025, 01400 and 01501. h. Revisions to technical specifications under Section 02411 and 02575. i. Miscellaneous changes as noted. 2. The attached revised and new specification pages supersede and replace the corresponding pages and are to be inserted in sequence. Specification changes are generally identified, for convenience, either by strikeout for deletions, and double underlining of text for additions or a single dark line in the right hand margin. All portions of the revised or new pages shall apply whether or not changes have been indicated. 3. The bid opening date and time remain unchanged at: 9 February 1999 at 2:00 p.m., LOCAL TIME 4. NOTICE: Please allow sufficient time for hand carried bids. Increased security measures now require personnel entering Federal Center South to show a picture ID and sign in BEFORE proceeding to the bid opening room. 5. NOTICE TO BIDDERS: Bidders must acknowledge receipt of this amendment by number and date on bid or by telegram. Please rrark on outside of the envelope in which you bid is enclosed to show that the amendment has been received. Encl: Wage Determination No. WA980001, MOD 13, dated 8 January 1999 Revised 00010-4 Revised Section 00800, pages 00800-i - 00800-14, 00800-Al Revised Section 01005, pages 01005-1 - 01005-5a, plus sketch DACW67-99-9-0017 Amend. 0001 2 Revised Section 01025, pages 01025-1 - 01025-3 Revised Section 01400, pages 01400-1 - 01400-19 Revised Section 01501, pages 01501-1 - 01501-8, pages 01501-Al - 01501-A3 Revised Section 02411, pages 02411-1 - 02411.5 Revised Section 02575, pages 02575-1 - 02575-4 Submittal Register Eng Form 4298, pages 01300-Al - 01300A-A22 DACW67.99-8-0017 Amend. 0001 3 This page intentionally blank 98038/LD/ar 094283 SCHEDULE Item No. Description of Item 0001 All Work Except For Items 0002 through 0005 0002 All Work For Airport Drainage Improvements As Shown On Drawings, Plates C-18 Through C-23 0003 All Work For Asphaltic Concrete Class A Overlay and Pavement Markings as Shown on Drawings, Plates C-33 Through C-37 0004 Access Road Maintenance 0004A First 200 S.Y. 0004B Over 200 S.Y. 0005 Crack Sealing in Existing Pavement Surface 0005A First 100 L.F. 0005B Over 100 L.F. Unit Quantity Unit Price Amount 1 JOB L.S. $ 1 JOB L.S. $ I JOB L.S. $ 200 S.Y. $ $, 200 S.Y. $ $ 100 L.F. $ $ 100 L.F. $ $ TOTAL ALL ITEMS $ NOTE: Under heading for "UNIT' quantities are estimated unless described as "JOB." DAC W67-99-B-0017 00010-4 R0001 98038 094283 TABLE OF CONTENTS SPECIAL CLAUSES PARAGRAPH NO. PARAGRAPH TITLE SC-1 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK SC-1.1 DELETED -OPTION FOR INCREASED QUANTITY SC-2 LIQUIDATED DAMAGES - CONSTRUCTION SC-3 DELETED - TIME EXTENSIONS SC-4 VARIATIONS IN ESTIMATED QUANTITIES - SUBDIVIDED ITEMS SC-5 DELETED - INSURANCE - WORK ON A GOVERNMENT INSTALLATION SC-6 DELETED - CONTINUING CONTRACTS SC-7 PERFORMANCE OF WORK BY THE CONTRACTOR SC-8 PHYSICAL DATA SC-9 DELETED - QUANTITY SURVEYS SC-10 LAYOUT OF WORK SC-1 1 DELETED - PAYMENT FOR MOBILIZATION AND DEMOBILIZATION SC-12 DELETED - AIRFIELD SAFETY PRECAUTIONS SC-13 DELETED - IDENTIFICATION OF GOVERNMENT -FURNISHED PROPERTY SC-14 EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE SC-15 PAYMENT FOR MATERIALS DELIVERED OFF -SITE SC-16 DELETED - ORDER OF PRECEDENCE SC-17 DELETED - LIMITATION OF PAYMENT FOR DESIGN SC-18 CONTRACT DRAWINGS. MAPS AND SPECIFICATIONS SC-19. DELETED - TECHNICAL PROPOSAL - COPIES TO BE FURNISHED UPON AWARD SC-20. DELETED - COMPLIANCE CERTIFICATION SC-21. DELETED - VALUE ENGINEERING SC-22. EPA ENERGY STAR SC-23 YEAR 2000 WARRANTY DAC W67-99-B-0017 00800-i 98038 094283 SPECIAL CLAUSES SC-1. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) (FAR 52.211-10). (a) The Contractor shall be required to (1) commence work under this Contract within 10 calendar days after the date the Contractor receives the notice to proceed, (2) prosecute the work diligently, and (3) complete the entire work ready for use not later than 15 November 1999. The time stated for completion shall include final cleanup of the premises. See Section 01005 for Construction Schedule Milestones and AIRPORT AND ROAD RESTRICTIONS. (b) The completion date is based on the assumption that the successful offeror will receive the notice to proceed. by 15 March 1999. The completion date will be extended by the number of calendar days after the above date that the Contractor receives the notice to proceed, except to the extent that the delay in issuance of the notice to proceed results from the failure of the Contractor to execute the Contract and give the required performance and payment bonds within the time specified in the offer. (c) Exception to Completion Period(s): In case the Contracting Officer determines that completion of seeding, sodding, and planting, and establishment of same is not feasible within the completion period(s) stated above, the Contractor shall accomplish such work in the first planting period following the contract completion period and shall complete such work as specified, unless other planting periods are directed or approved by the Contracting Officer. SC-2. LIQUIDATED DAMAGES - CONSTRUCTION (APR 1984) (FAR 52.211-12) (a) If the Contractor fails to complete the work within the time specified in the Contract, or any extension, the Contractor shall pay to the Government as liquidated damages, the sum of $848.00 for each day of delay. (b) If the Government terminates the Contractor's right to proceed, the resulting damage will consist of liquidated damages until such reasonable time as may be required for final completion of the work together with any increased costs occasioned the Government in completing the work. (c) If the Government does not terminate the Contractor's right to proceed, the resulting damage will consist of liquidated damages until the work is completed or accepted. (d) Exception .to Liquidated Damage: In case the Contracting Officer determines that completion of work stated above in paragraph Exception to Completion Period(s) is not feasible during the completion period(s) stated in SC-1, such work will be exempted from liquidated damages. SC-3. DELETED. SC-4. VARIATIONS IN ESTIMATED QUANTITIES - SUBDIVIDED ITEMS (MAR 1995) (EFARS 52.212-5001): This variation in estimated quantities clause is applicable only to Item Nos. 0004 and 0005. DACV1'67-99-B-00 17 00800-1 R000I 98038 094283 (a) Variation from the estimated quantity in the actual work performed under any second or subsequent sub -item or elimination of all work under such a second or subsequent sub -item will not be the basis for an adjustment in contract unit price. (b) Where the actual quantity of work performed for Items Nos. 0004 and 0005 is less than 85 % of the quantity of the first sub -item listed under such item, the Contractor will be paid at the contract unit price for that sub -item for the actual quantity of work performed and, in addition, an equitable adjustment shall be made in accordance with the clause FAR 52.211-18, Variation in Estimated Quantities. (c) If the actual quantity of work performed under Items Nos. 0004 and 0005 exceeds 115 percent or is less than 85 percent of the total estimated quantity of the sub -item under that item and/or if the quantity of the work performed under the second sub -item or any subsequent sub -item under Items Nos. 0004 and 0005 exceeds 115 % or is less than 85 % of the estimated quantity of any such sub -item, and if such variation causes an increase or a decrease in the time required for performance of this contract the contract completion time will be adjusted in accordance with the clause FAR 52.211-18, Variation in Estimated Quantities. SC-5. AND SC-6. DELETED. SC-7. PERFORMANCE OF WORK BY THE CONTRACTOR (APR 1984) (FAR 52.236-1): The Contractor shall perform on the site, and with its own organization, work equivalent to at least fifteen (15) percent of the total amount of work to be performed under the Contract. The percentage may be reduced by a supplemental agreement to this Contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government. SC-8. PHYSICAL DATA (APR 1984) (FAR 52.236-4): Data and information furnished or referred to below is for the Contractor's information. The Government will not be responsible for any interpretation of or conclusion drawn from the data or information by the Contractor. (a) Physical Conditions: The indications of physical conditions on the drawings and in the specifications are the result of site investigations by test holes shown on the drawings. (b) Weather Conditions: Each bidder shall be satisfied before submitting his bid as to the hazards likely to arise from weather conditions. Complete weather records and reports may be obtained from any National Weather Service Office. (c) Transportation Facilities: Each bidder, before submitting his bid, shall make an investigation of the conditions of existing public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress at the jobsite. The unavailability of transportation facilities or limitations thereon shall not become a basis for claims for damages or extension of time for completion of the work. (d) Right -of -Way: The right-of-way for the work covered by these specifications will be furnished by the Government, except that the Contractor shall provide right-of-way for ingress and egress across private property where necessary to gain access to the jobsite. The Contractor may use such portions of the land within the right-of-way not otherwise occupied as may be designated by the Contracting Officer. The Contractor shall, without expense to the Government, and at any time during the progress of the work when DAC W67-99-B-0017 00800-2 98038 094283 space is needed within the right-of-way for any other purposes, promptly vacate and clean up any part of the grounds that have been allotted to, or have been in use by, him when directed to do so by the Contracting Officer. The Contractor shall keep the buildings and grounds in use by him at the site of the work in an orderly and sanitary condition. Should the Contractor require additional working space or lands for material yards, job offices, or other purposes, he shall obtain such additional lands or easements at his expense. SC-9. DELETED. SC-10. LAYOUT OF WORK (APR 1984) (FAR 52.236-17): The Contractor shall lay out its work from Government -established base lines and bench marks indicated on the drawings, and shall be responsible for all measurements in connection with the layout. The Contractor shall furnish, at its own expense, all stakes, templates, platforms, equipment, tools, materials, and labor required to lay out any part of the work. The Contractor shall be responsible for executing the work to the lines and grades that may be established or indicated by the Contracting Officer. The Contractor shall also be responsible for maintaining and preserving all stakes and other marks established by the Contracting Officer until authorized to remove them. If such marks are destroyed by the Contractor or through its negligence before their removal is authorized, the Contracting Officer may replace them and deduct the expense of the replacement from any amounts due, or to become due, to the Contractor. SC -I I THROUGH SC-13. DELETED. SC-14. EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE (MAR 1995)- (EFARS 52.231-5000) (a) This clause does not apply to terminations. See 52.249-5000, Basis for Settlement of Proposals and FAR Part 49. (b) Allowable cost for construction and marine plant and equipment in sound workable condition owned or controlled and furnished by a contractor or subcontractor at any tier shall be based on actual cost data for each piece of equipment or groups of similar serial and series for which the Government can determine both ownership and opetating costs from the contractor's accounting records. When both ownership and operating costs cannot be determined for any piece of equipment or groups of similar serial or series equipment from the contractor's accounting records, costs for that equipment shall be based upon the applicable provisions of EP 1110-1-8, Construction Equipment Ownership and Operating Expense Schedule. Region VIII. Working conditions shall be considered to be average for determining equipment rates using the schedule unless specified otherwise by the Contracting Officer. For equipment not included in the schedule, rates for comparable pieces of equipment may be used or a rate may be developed using the formula provided in the schedule. For forward pricing, the schedule in effect at the time of negotiations shall apply. For retroactive pricing, the schedule in effect at the time the work was performed shall apply. (c) Equipment rental costs are allowable, subject to the provisions of FAR 31.105(dxii) and FAR 31.205-36. Rates for equipment rented from an organization under common control, lease -purchase arrangements, and sale -leaseback arrangements, will be determined using the schedule, except that actual rates will be used for equipment leased from an organization under common control that has an established practice of leasing the same or similar equipment to unaffiliated lessees. (d) When actual equipment costs are proposed and the total amount of the pricing action exceeds the small purchase threshold, the contracting officer shall request the contractor to submit either certified cost DACW67-99-B-0017 00800-3 98038 094283 or pricing data, or partial/limited data, as appropriate. The data shall be submitted on Standard Form 1411, Contract Pricing Proposal Cover Sheet. SC-15. PAYMENT FOR MATERIALS DELIVERED OFF -SITE (MAR 1995)-(EFARS 52.232- 5000) (a) Pursuant to FAR clause 52.232-5, Payments Under Fixed Priced Construction Contracts, materials delivered to the contractor at locations other than the site of the work may be taken into consideration in making payments if included in payment estimates and if all the conditions of the General Provisions are fulfilled. Payment for items delivered to locations other than the work site will be limited to: (1) materials required by the technical provisions; or (3) materials that have been fabricated to the point where they are identifiable to an item of work required under this contract. (b) Such payment will be made only after receipt of paid or receipted invoices or invoices with canceled check showing title to the items in the prime contractor and including the value of material and labor incorporated into the item. In addition to petroleum products, payment for materials delivered off -site is limited to the following items: Any other construction material stored offsite may be considered in determining the amount of a progress payment. SC-16 AND SC-17. DELETED. SC-18. CONTRACT DRAWINGS, MAPS, AND SPECIFICATIONS (OCT 1996) (52.0236-4001 EBS) (a) The Government-- (1) Will provide the Contractor, without charge, one set of contract drawings and one set of specifications in electronic format on a compact disk. The Government will -not provide the Contractor any hard copy paper drawings or specifications for any contract resulting from this solicitation. (b) The Contractor shall -- and (I ) check all drawings furnished immediately upon receipt; (2) Compare all drawings and verify the figures before laying out the work; (3) Promptly notify the Contracting Officer of any discrepancies; (4) Be responsible for any errors which might have been avoided by complying with this paragraph (b). (c) Large scale drawings shall, in general, govern small scale drawings. Figures marked on drawings shall, in general. be followed in preference to scale measurements. (d) Omissions from the drawings or specifications or the misdescription of details of work which are manifestly necessary to carry out the intent of the drawings and specifications, or which are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the DAC W67-99-B-0017 00800-4 98038 094283 work, but shall be performed as if fully and correctly set forth and described in the drawings and specifications. (e) The work shall conform to the specifications and the contract drawings identified in the index of drawings attached at the end of the Special Clauses. SC-19 THROUGH SC-21. DELETED. SC-22. EPA ENERGY STAR: The Government requires that certain equipment be Energy Star compliant. Initially, the sole Energy Star requirement shall be the self certification by the bidder that the specified equipment is Energy Star compliant. Within 3 months of the availability of an EPA sanctioned test for Energy Star compliance, the Contractor shall submit all equipment upgrades and additions for testing and provide proof of compliance to the Government upon completion of testing. Testing shall be at the Contractor's expense. SC-23. YEAR 2000 COMPLIANCE: a. In accordance with FAR 39.106, the Contractor shall ensure that with respect to any design, construction, goods, or services under this contract as well as any subsequent task/delivery orders issued under this contract (if applicable), all information technology contained therein shall be Year 2000 compliant. Specifically: b. The Contractor shall: (1) Perform, maintain, and provide an inventory of all major components to include structures, equipment, items, parts, and furnishings under this contract and each task/delivery order which may be affected by the Year 2000 compliance requirement. (2) Indicate whether each component is currently Year 2000 compliant or requires an upgrade for compliance prior to Government acceptance. DACW67-99-B-0017 00800-5 98038 094283 DESIGN AUTHENTICATION Flood Control Levees and Floodwalls Lower Cedar River, Renton, WA. Signatures affixed below indicate the drawings and specifications included in this solicitation were prepared, reviewed and certified in accordance with Department of Army Engineer Regulations. Lloyd G. Darko, P.E. Civil Engineer, Washington Acting Chief, Cost Eng & Tech Support <�;7 411 & �� Timothy NtY6w, P.. Civil Engineer, Washington Project Manager Y l i//y� � Rick L. Toshier, P.E Mechani al Engineer, ashington Chief, Design Branch fc-aliiffip M. O'Dell, P.E. Civil Engineer, Washington Chief, Engineering Division This project was designed by the U.S. Army Corps of Engineers, Seattle District. The initials and/or signatures and registration designations of individuals appearing on these project documents are within the scope of their employment as required by ER 1110-1-8152, ENGINEERING AND DESIGN PROFESSIONAL REGISTRATION. DACW67-99-B-0017 (10 3 r; 0 - 6 98038 094283 INDEX OF DRAWINGS DRAWING SHEET PLATE REVISION DATE NUMBER NUMBER NUMBER TITLE NUMBER LOWER CEDAR RIVER FLOOD CONTROL - LEVEES AND FLOODWALLS RENTON, WASHINGTON GENERAL LEVEES & FLOODWALLS E-19-1-70 1 G-1 Cover Sheet 98DEC03 2 G-2 Drawing Index 98DEC03 3 G-3 Location Map 98DEC03 4 G-4 Legend and Abbreviations 98DEC03 GEOTECHNICAL GENERAL 5 GT-1 Locations of Exploration I 98DEC03 6 GT-2 Locations of Exploration II 98DEC03 7 GT-3 Exploration Logs I 98DEC03 8 GT-4 Exploration Logs II 98DEC03 CIVIL LEVEES & FLOODWALLS 9 C-1 Demolition Plan 1 98DEC03 10 C-2 Demolition Plan II 98DEC03 I 1 C-3 Demolition Plan III 98DEC03 12 C-4 Demolition Plan IV 98DEC03 DAC W67-99-B-0017 00800-7 98038 094283 DRAWING SHEET PLATE REVISION DATE NUMBER NUMBER NUMBER TITLE NUMBER E-19-1-70 13 C-5 Demolition Plan V 98DEC03 14 C-6 Demolition Plan VI 98DEC03 15 C-7 Demolition Plan VII 98DEC03 16 C-8 Demolition Plan VIII 98DEC03 17 C-9 Demolition Plan IX 98DEC03 18 C-10 Left Bank Plan & Profile / 98DEC03 Station 0+00 To 8+00 19 C-11 Left Bank Plan & Profile / 98DEC03 Station 8+00 To 17+00 20 C-12 Left Bank Plan & Profile / 98DEC03 Station 17+00 to 26+00 21 C-13 Left Bank Plan & Profile / 98DEC03 Station 26+00 To 35+20 22 C-14 Left Bank Plan & Profile / 98DEC03 Station 35+20 To 44+40 23 C-15 Left Bank Plan & Profile / 98DEC03 Station 44+40 to 51+00 24 C-16 Left Bank Plan & Profile / 98DEC03 Station 51+00 to 59+00 25 C-17 Left Bank Plan & Profile / 98DEC03 Station 59+00 To 65+40 26 C-18 Left Bank Airport Drainage 98DEC03 Improvements I 27 C-19 Left Bank Airport Drainage 98DEC03 Improvements II 28 C-20 Left Bank Airport Drainage 98DEC03 Improvements III 29 C-21 Left Bank Airport Drainage 98DEC03 Improvements IV DACW67-99-B-0017 00800-8 98038 094283 DRAWING SHEET PLATE REVISION DATE NUMBER NUMBER NUMBER TITLE NUMBER E-19-1-70 30 C-22 Left Bank Airport Drainage 98DEC03 Improvements V 31 C-23 Left Bank Airport Drainage 98DEC03 Improvements VI 32 C-24 Right Bank Plan & Profile / 98DEC03 Station 10+00 To 16+80 33 C-25 Right Bank Plan & Profile / 98DEC03 Station 16+80 To 24+40 34 C-26 Right Bank Plan & Profile / 98DEC03 Station 24+40 To 32+00 35 C-27 Right Bank Plan & Profile / 98DEC03 Station 32+00 To 39+40 36 C-28 Right Bank Plan & Profile / 98DEC03 Station 39+40 To 46+80 37 C-29 Right Bank Plan & Profile / 98DEC03 Station 46+80 To 54+40 38 C-30 Right Bank Plan & Profile / 98DEC03 Station 54+40 To 61+60 39 C-31 Right Bank Plan & Profile / 98DEC03 Station 61+60 To 67+20 40 C-32 Right Bank Plan & Profile / 98DEC03 Station 67+20 To 73+80 41 C-33 Right Bank Park Trail Plan & 98DEC03 Profile I 42 C-34 Right Bank Park Trail Plan & 98DEC03 Profile II 43 C-35 Right Bank Park Trail Plan & 98DEC03 Profile III 44 C-36 Right Bank Park Trail Plan & 98DEC03 Profile IV DACW67-99-B-0017 00800-9 98038 094283 DRAWING SHEET PLATE REVISION DATE NUMBER NUMBER NUMBER TITLE NUMBER E-19-1-70 45 C-37 Right Bank Park Trail Plan & 98DEC03 Profile V 46 C-38 Right Bank Park Trail Plan & 98DEC03 Profile VI 47 C-39 Right Bank Park Trail Plan & 98DEC03 Profile VII 48 C-40 Civil Details I 98DEC03 49 C-41 Civil Details II 98DEC03 50 C-42 Civil Details III 98DEC03 51 C-43 Civil Details IV 98DEC03 52 C-44 Civil Details V 98DEC03 53 C-45 Civil Details VI 98DEC03 54 C-46 Civil Details VII 98DEC03 55 C-47 Civil Details VIII 98DEC03 56 C-48 Civil Details IX 98DEC03 57 C-49 Civil Details X 98DEC03 LANDSCAPE 58 L-1 Plant List/Legend and / General 98DEC03 Landscape Notes 59 L-2 Landscape Plan I 98DEC03 60 L-3 Landscape Plan II 98DEC03 61 L-4 Landscape Plan III 98DEC03 62 L-5 Landscape Plan IV 98DEC03 63 L-6 Landscape Plan V 98DEC03 64 L-7 Landscape Plan VI 98DEC03 DACVd67-99-B-0017 00800-10 98038 094283 DRAWING SHEET NUMBER NUMBER PLATE NUMBER TITLE REVISION DATE NUMBER E-19-1-70 65 L-8 Landscape Plan VII 98DEC03 66 L-9 Landscape Plan VIII 98DEC03 67 L-10 Landscape Plan IX 98DEC03 68 L-11 Restroom Area Plan 98DEC03 69 L-12 Landscape Details I 98DEC03 70 L-13 Landscape Details II 98DEC03 STRUCTURAL 71 S-1 Levee Closure Gate Details I 98DEC03 72 S-2 Levee Closure Gate Details II 98DEC03 73 S-4 Floodwall Details 98DEC03 REFERENCE 74 R-1 Irrigation Plan I 98DEC03 75 R-2 Irrigation Plan II 98DEC03 76 R-3 Irrigation Plan III 98DEC03 77 R-4 Irrigation Plan IV 98DEC03 78 R-5 Irrigation Plan V 98DEC03 79 R-6 Irrigation Plan VI 98DEC03 80 R-7 Irrigation Plan VII 98DEC03 81 R-8 Irrigation Plan VIII 98DEC03 DACW67-99-B-0017 00800-11 R0001 99038 094283 MODIFICATIONS TO DRAWINGS 1. Plate C-7, sheet 15. Delete note "Guardrail to be removed" and Guardrail symbol. 2. Plate C-10, sheet 18. Add note "Metro Manhole on 24" SS siphon at levee station 2+30 to be extended to final grade of levee." 3. Plate C-11, sheet 19. Change Catch Basin at Station 14+80 from Type I to Type II as shown on attached sketch, page 00800- A 1 Add Tideflex valve to outfall of pipe from this Catch Basin, 4. Plate C-13, sheet 21. Add Note "Extend and install Tideflex valve to outfall of pipe at Station 31+00. 5. Plate C-14, sheet 22. Change Catch Basins at Station 36+80 and Station 40+80 from Type I to Type II shown on attached sketch, page 00800-A I. 6. Plate C-15, sheet 23. Add Note "Extend and install Tideflex valve to outfall of pipe at Station 48+00. 7. Plate C-16 sheet 24. Change Catch Basin at Station 51+50 from Type I to Type II shown on attached sketch page 00800-AI. 8. Plate C-18, sheet 26. Change Clean Out at pipe intersection to a Type II Catch Basin and change Tvoe I Catch Basin shown to Type 11 shown on attached sketch, page 00800-A l . 9. Plate C-19, sheet 27. Change Clean Out at pipe intersection to a Type II Catch Basin and change Type I Catch Basin shown to Type I I shown on attached sketch, page 00800-A 1. 10. Plate C-21, sheet 29. Change Type I Catch Basin to Type 11 shown on attached sketch, page 00800-A1. DAC W67-99-B-0017 00800-12 R0001 98038 094283 MODIFICATIONS TO DRAWINGS 11. Plate C-22, sheet 30. Change Clean Out shown in inset to Type II Catch Basin shown on attached sketch, page 00800-A1. 12. Plate C-30, sheet 38. Extend by 40 feet and install tideflex valve on existing 12 inch CMP outfall at station 60+40. 13. Plate C-31, sheet 39. Extend by 20 feet and install tideflex valve on existing 12 inch CMP outfall at station 63+60. 14. Plate C-32, sheet 40. Install tideflex valves on existing 12 inch CMP outfalls at station 66+80 and station 69+20. 15. Plate C-41, sheet 49. Add note "4. ALL STEEL SHALL BE HOT DIP GALVANIZED UNLESS OTHERWISE SHOWN." 16. Plate C-49, sheet 57. Delete "Typical Surface Cleanout" detail and add "48 inch Type II" detail shown on attached sketch, page 00800-A 1, DAC W67-99-B-0017 00800-13 ROOO I 98038 094283 REFERENCE DRAWINGS Reference drawings provided show conditions at time of construction. These drawings are furnished for information only and the Government does not warrant that conditions will be exactly as shown. Minor deviations can be anticipated and shall not be the basis for a claim for extra compensation. REFERENCE DRAWING NUMBER TITLE REVISION NUMBER DATE I Irrigation Plan I 80JAN22 2 Irrigation Plan II _ 80JAN22 3 Irrigation Plan III 80JAN22 4 Irrigation Plan IV 80JAN22 5 Irrigation Plan V 80JAN22 6 Irrigation Plan VI 80JAN22 7 Irrigation Plan VII 80JAN22 8 Irrigation Plan VIII 80JAN22 STANDARD DETAILS BOUND IN THE SPECIFICATIONS DRAWING SHEET DATE NUMBER NUMBER TITLE SECTION 01501 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1, 2, & 3 Civil Works Project Identification Sign REV 07APR88 I Hard Hat Sign IOSEP90 SECTION 02800 - SITE FURNISHINGS 24-Foot Square, All Steel Shelter SK - I Layout Plan & Elevation 93JUN06 SK - 2 Support Section & Footing Elevations 93JUN06 END OF SECTION DACW67-99-B-0017 00800-14 I D REINFORCING STEEL ,-] L SEPARATE CAST N PLACE BASE GRAVEL BACKRILL FOR PIPE ZONE BEDDING m 0 0 0 CATCH BASIN IN FRAME AND CRATE OR MANHOLE RING AND COVER RECTANGULAR ADJUSTMENT SECTION OR CIRCULAR ADJUSTMENT SECTION FLAT SLAB TOP STEPS OR LADDER MORTAR (TYP) FLOW PRECAST RASE WITH NTECRAL MR '0' RIND "I SEPARATE PRECAST BASE 48" TYPE II NO SCALE NOTES, I. CATCH BASINS TO BE CONSTRUCTED IN ACCORDANCE WITH ASTM C 47 0 IAASTO M 1991 AND ASTM C 690. UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE STANDARD SPECIFICATIONS. 2. HANDHOLDS IN RISER OR ADJUSTMENT SECTION SHALL HAVE T YIN CLEARANCE. STEPS IN CATCH BASIN SHALL KAYE 6' MIN CLEARANCE. NO STEPS ARE REOUIREO WHEN 'B' IS A' OR LESS. FOR DETAILS SEE STANDARD PLAN 'MISCELLANEOUS CATCH BASIN DEtAILS.' S. ALL REINFORCED CAST IN PLACE CONCRETE SHALL BE CLASS 4000. ALL PRECAST CONCRETE SHALL OBTAIN 400 PSI AT 20 OATS. t PRECAST BASES SHALL HAVE CUTOUTS OR KNONCKOUTS WITH A WALL THICKNESS OF 2' MIN. KNOCKOUTS OR CUTOUT LADLE SIZE IS EQUAL TO PIPE OUTER DIAMETER PLUS CATCH BASIN WALL THICKNESS. MAXIMUM HOLE '- SIZE IS 76' FOR 4111' CATCH BASIN. MINIMUM DISTANCE BETWEEN ROLES IS R'. S. ALL BASE REIWC*CING STEEL SHALL BE PLACED IN THE TOP HALF OF THE BASE. I' MIN CLEARANCE. YIELD STRENGTH SHALL BE 60.000 PSI MIN- 6 THE BOTTOM OF THE PRECAST CATCH BASIN MAY BE ROUNDED. T. FRAME AND GRATE MAY BE INSTALLED WITH FLANGE DOWN OR CAST INTO RISER. FOR DETAILS SFE STANDARD PLAN 'METAL FRAME AND CRATE FOR CATCH BASIN AND INLET.' L DESIGN ASSUAIPTIORS, SOIL BEARING VALUE EOUALS 3300 LBS/FT MIN. 98038 094283 DACW67-99-B-0017 00800-15 094283 General Decision Number WA98BE101 Superseded General Decision No. WA970001 State: Washington Construction Type: DREDGING HEAVY HIGHWAY County(ies): STATEWIDE HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number 0 1 2 3 4 5 6 7 8 9 10 11 12 13 COUNTY(ies): STATEWIDE Publication Date 02/13/1998 03/27/1998 04/10/1998 05/22/1998 06/12/1998 06/19/1998 07/10/1998 07/24/1998 07/31/1998 08/28/1998 10/09/1998 10/16/1998 11/20/1998 O1/08/1999 CARP0001W 06/01/1998 Rates Fringes COLUMBIA RIVER AREA - ADAMS, BENTON. COLUMBIA. DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN. GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES CARPENTERS: GROUP 1 21.57 5.55 GROUP 2 22.64 5.55 GROUP 3 21.83 5.55 GROUP 4 21.57 5.55 GROUP 5 53.48 5.55 GROUP 6 25.55 5.55 SPOKANE AREA ASOTIN. GARFIELD. LINCOLN. PEND OREILLE, SPOKANE. STEVENS AND WHITMAN COUNTIES CARPENTERS GROUP 1 20.92 5.55 GROUP 2: 21.98 5.55 GROUP 3 21.17 5.55 GROUP 4 20.92 5.55 GROUP 5 51.87 5.55 GROUP 6 24.89 5.55 DAC W67-99-B-0017 WA980001-1 R0001 094283 CARPENTERS CLASSIFICATIONS GROUP 1: Carpenter; Burner -Welder; Rigger and Signaler; Insulators (all types), Acoustical, Drywall and Metal Studs, Metal Panels and Partitions; Floor Layer, Sander, Finisher and Astro Turf; Layout Carpenters; Form Builder; Rough Framer; Outside or Inside Finisher, including doors, windows, and jams; Sawfiler; Shingler (wood, composition) Solar, Fiberglass, Aluminum or Metal: Scaffold Erecting and Dismantling; Stationary Saw -Off Bearer; Wire, Wood and Metal Lather Applicator GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, dock and wharf carpenters GROUP 5: Divers GROUP 6: Divers Tender DEPTH PAYY FOR DIVERS: Each foot over 50-100 feet S1.00 Each foot over 100-175 feet 2.25 Each foot over 175-250 feet 5.50 HAZMAT PROJECTS Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + S.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + S.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + S.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- CARP00030 06/01/1998 Rates Fringes SOUTHWEST WASHINGTON: CLARK. COWLITZ. KLICKITAT. LEWIS (Piledriver only). PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean). SKAMANIA AND WAHKIAKUM COUNTIES ano INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1 CARPENTERS. ACOUSTICAL 24.27. 6.42 DRYWALL 24.27 6.42 FLOOR LAYERS & FLOOR FINISHERS (the laying of all hardwood floors nailed and mastic set. parquet and wood -type tiles. and block floors. the sanding and finishing of floors. the preparation of old and new DAC W67-99-B-0017 WA980001- I J'yf R0001 094283 floors when the materials mentioned above are to be installed); INSULATORS (fiberglass and similar irritating materils 24.42 6.42 MILLWRIGHTS 24.77 6.42 PILEDRIVERS 24.77 6.42 DIVERS 55.03 6.42 DIVERS TENDERS 24.59 6.42 DEPTH PAY 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 100 TO 150 FEET 1.50 PER F00T OVER 100 FEET 150 TO 209 FEET 2.00 PER FOOT OVER 150 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - 50.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA. LONGVIEW, PORTLAND. THE DALLES, AND VANCOUVER. (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities ---------------------------------------------------------------- CARP0770D 06/01/1998 Rates Fringes WESTERN WASHINGTON: CLALLAM. GRAYS HARBOR. ISLAND. JEFFERSON. KING. KITSAP. LEWIS (excludes piledrivers only). MASON. PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE. SAN JUAN. SKAGIT. SNOHOMISH. THURSTON AND WHATCOM COUNTIES CARPENTERS AND DRYWALL APPLICATORS 24.50 6.27 CARPENTERS ON CREOSOTE MATERIAL 24.60 6.27 SAWFILERS. STATIONARY POWER SAW OPERATORS. FLOOR FINISHER, FLOOR LAYER, SHINGLER. FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS 24.63 6.27 MILLWRIGHT AND MACHINE ERECTORS 25.50 6.27 ACOUSTICAL WOKRERS 24.66 6.27 PILEDRIVER. DRIVING. PULLING. CUTTING. PLACING COLLARS. DACW67-99-B-0017 WA980001-2 R0001 094283 SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING 24.70 6.27 PILEDRIVER, BRIDGE DOCK & WHARF CARPENTERS 24.50 6.27 DIVERS 60.52 6.27 DIVERS TENDER 26.92 6.27 (HOURLY ZONE PAY APPLICABLE TO ALL CLASSIFICATIONS"EXCEPT MILLWRIGHT AND PILEDRIVER) Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes — Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay 0 -25 radius miles Free 25-35 radius miles $1.O0/hour 35-45 radius miles 51.15/hour 45-55 radius miles 11.35/hour Over 55 radius miles 51.55/hour (HOURLY ZONE PAY - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall. Tacoma City center, and Everett City center Zone Pay 0 -25 radius miles Free 25-45 radius.miles S .70/hour Over 45 radius miles 51.5O/hour CENTRAL WASHINGTON: CHELAN. DOUGLAS (WEST OF THE 12OTH MERIDIAN), KITTITAS. OKANOGAN (WEST OF THE 12OTH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS AND DRYWALL APPLICATORS 19.77 6.27 CARPENTERS ON CREOSOTED MATERIAL 19.87 6.27 SAWFILERS. STATIONARY POWER SAW OPERATORS. FLOOR FINISHER. FLOOR LAYER. SHINGLERS. FLOOR SANDER OPERATORS 19.90 6.27 MILLWRIGHT AND MACHINE ERECTORS 25.50 6.27 PILEDRIVER. DRIVING, PULLING. CUTTING. PLACING COLLARS. SETTING. WELDING OR CRESOTE TREATED MATERIAL, ALL PILING 24.70 6.27 PILEDRIVER. BRIDGE DOCK AND WHARF CARPENTERS 24.50 6.27 DIVERS 60.52 6.27 DIVERS TENDER 26.93 6.27 (HOURLY ZONE PAY APPLICABLE TO ALL CLASSIFICATIONS EXCEPT MILLWRIGHT AND PILEDRIVER) DACW67-99-B-0017 WA980001-3 R0001 094283 Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay 0 -25 radius miles Free 25-35 radius miles S1.00/hour 35-45 radius miles S1.15/hour 45-55 radius miles S1.35/hour Over 55 radius miles S1.55/hour (HOURLY ZONE PAY - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay 0 -25 radius miles Free 25-45 radius miles S .70/hour Over 45 radius miles S1.50/hour ELECO046A 06/01/1997 Rates Fringes CALLAM. JEFFERSON. KING AND KITSAP COUNTIES ELECTRICIANS 25.81 7.255+3% CABLE SPLICERS 28.39 7.255+3% ---------------------------------------------------------------- ELECO048C 01/01/1998 Rates Fringes CLARK, KLICKITAT SKAMANIA COUNTIES ELECTRICIANS 26.50 8.85+3% CABLE SPLICERS 26.75 8.85+3% ---------------------------------------------------------------- ELECO073A 01/01/1999 Rates Fringes ADAMS. FERRY. LINCOLN. PEND OREILLE. SPOKANE. STEVENS. WHITMAN COUNTIES ELECTRICIANS 22.77 7.23+3% CABLE SPLICERS 23.17 7.23+3% ---------------------------------------------------------------- DAC W67-99-B-0017 WA980001-4 R0001 094283 ELECO076B 07/01/1998 Rates Fringes GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES ELECTRICIANS 24.37 9.04+3% CABLE SPLICERS 26.81 9.04+3% ---------------------------------------------------------------- ELECO077C 02/01/1998 Rates Fringes LINE CONSTRUCTION CABLE SPLICERS 27.72 6.00+3.5% LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN 25.00 — 6.00+3.5% LINE EQUIPMENT MEN 21.54 4.75+3.5% POWDERMEN, JACKHAMMERMEN 18.81 4.75+3.5% GROUNDMEN 17.66 4.75+3.5% TREE TRIMMER ---------------------------------------------------------------- 18.83 4.75+3.5% ELECO112E 06/01/1998 Rates Fringes ASOTIN, BENTON. COLUMBIA. FRANKLIN, GARFIELD. KITTITAS. WALLA WALLA, YAKIMA COUNTIES ELECTRICIANS 26.20 6.83+3% CABLE SPLICERS 27.51 6.83+3% ---------------------------------------------------------------- ELECO191C 06/01/1998 Rates Fringes ISLAND, SAN JUAN. SNOHOMISH, SKAGIT AND WHATCOM COUNTIES ELECTRICIANS 25.34 6.63+3% CABLE SPLICERS 27.87 6.63+3% ---------------------------------------------------------------- ELECO191D 06/01/1998 Rates Fringes CHELAN, DOUGLAS. GRANT AND OKANOGAN COUNTIES ELECTRICIANS 23.19 6.63+3% CABLE SPLICERS 25.51 6.63+3% ---------------------------------------------------------------- ELEC0970A 06/01/1998 Rates Fringes COWLITZ AND WAHKIAKUM COUNTIES ELECTRICIANS 25.05 7.50+3% CABLE SPLICERS 27.56 7.50+3% ---------------------------------------------------------------- ENGID302E 06/01/1998 Rates Fringes CHELAN (WEST OF THE 120TH MERIDIAN). CLALLAM, DOUGLAS (WEST OF DAC W67-99-B-0017 WA980001-5 R0001 094283 THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON. KING, KITSAP. KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUAN, SKAGIT. SNOHOMISH. WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS CATEGORY A PROJECTS (excludes Category B projects, as show below) POWER EQUIPMENT OPERATORS: Zone 1 (0-25 radius miles): GROUP IAAA 26.66 7.13 GROUP IAA 26.16 7.13 GROUP lA 25.66 7.13 GROUP 1 25.16 7.13 GROUP 2 24.72 7.13 GROUP 3 24.36 7.13 GROUP 4 22.26 7.13 Zone 2 (26-45 radius miles) - Add S .70 to Zone 1 rates Zone 3 (Over 45 radius miles) - Add S1.00 to Zone 1 rates BA5EPOINTS: Bellingham, Mount Vernon, Kent, Port Angeles, Port Townsend, Aberdeen, Shelton, Bremerton, Wenatchee, Yakima, Seattle, Everett POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons or 300 ft. of boom (including job with attachments) GROUP 1AA - Cranes - 200 tons to 300 tons or 250 ft. of boom (including jib and attachments): Tower crane over 175 ft. in height, base to boom GROUP 1A - Cranes - 100 tons thru 199 tons or 150' of boom (including jib with attachments): Crane -overhead, bridge type. 100 tons and over: Tower crane up to 175 ft. in height base to boom: Loader -overhead. 8 yards and over; Shovel, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway: Cranes-45 tons thru 99 tons, under 150 ft. of boom (including lib with attachments): Crane -overhead, bridge type. 45 tons thru 99 tons: Shovel. excavator, backhoes over 3 yards and under 6 yards: Hard tail end dump articulating off -road equipment 45 yards and over: Loader -overhead. 6 yards to, but not including 8 yards: Mucking machine, mole, tunnel, drill and/or shield: Quad 9. HD 41. 0-10: Remote control operator on rubber tired earth moving equipment: Rollagon; Scrapers-self-propelled- 45 yards and over: Slipform pavers: Transporters, all track or truck type GROUP 2 - Barrier machine (zipper): Barch Plant opeator- concrete: Bump cutter: Cranes-20 tons thru 44 tons with attachments. Cranes -overheads. bridge type-20 tons through 44 tons: Chipper: Concrete pump -truck mount with boom attachment: Crusher. Deck Engineer/Deck Winches (power): Drilling machine: Excavator. shovel backhoe-3 yards and under: Finishing machine Bidwell. Gamaco and similar equipment: Guardrail punch; Horizontal/directional drill operator; Loaders, overhead under 6 yds.: Loaders -plant feed; Locomotives -all: Mechanics -all; Mixers -asphalt plant: Motor patrol graders -finishing; Pildriver DAC W67-99-B-0017 WA980001-6 R0001 09'4283 (other than crane mount): Roto-milt, roto-grinder; Screedman, Spreader, Topside Operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green: Scraper -self-propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrader trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blow knox, roadtec; Truck crane oiler/driver-100 tons and over; Truck mount portable conveyor:Yo Yo Pay Dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; Cranes -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers D9 and under; Forklifts-3000 lbs and over with attachments; horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strao tower bucket elevators: Hydralifts/boom truck -over 10 tons; Loader -elevating type belt: Motor Patrol Grader -non -finishing: Plant Oiler - asphalt, crusher: Pumps -concrete: Roller, plant mix or multi -lift materials; Saws -concrete; Scrapers -concrete and carryall; Service engineers -equipment; Trenching machines; Truck crane oiler/ driver -under 100 tons Tractors, backhoes-under 75 hp GROUP 4 - Assistant Engineer; Bobcat: Brooms: Compressor: Concrete Finish Machine -laser screed: Cranes-A-frame-10 tons and under: Elevator and manlift-permanent and shaft type; Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts, boom trucks-10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Post Hole Digger -mechanical; Power Plant: Pumps -water; Rigger and Beliman: Roller -other than plant mix; Wheel Tractors, farmall type: Shot crete/gunite equipment operator CATEGORY B PROJECTS - 90% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects. Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than S1.5 million excluding mechanical, electrical. and utility portions of the contract. 2. Projects of less than S1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs. etc.) less than $1S0,000. WORK PERFORMED ON HYDRAULIC DREDGES: Total Project Cost S300.000 and over GROUP 1 23.90 6.88 GROUP 2 23.98 6.88 GROUP 3 24.34 6.88 GROUP 4 24.39 6.88 GROUP 5 25.78 6.88 GROUP 6 23.90 6.88 GROUP 1: Assistant Mate (Deckhand) GROUP 2 Oiler GROUP 3. Assistant Engineer (Electric. Diesel, Steam or Booster Pump). Mates and Boatmen GROUP 4. Craneman, Engineer Welder GROUP 5 Leverman, Hydraulic GROUP 6 Maintenance Total Project cost under $300.009 GROUP 1 21.51 6.88 GROUP 2 21.58 6.88 DACW67-99-B-0017 WA980001-7 R0001 094283 GROUP 3 21.91 6.88 GROUP 4 21.95 6.88 GROUP 5 23.20 6.88 GROUP 6 21.51 6.88 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump): Mates and Boatmen_ GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. HANDLING OF HAZAARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $.25 per hour. H-3 Class "B" Suit - Base wage rate plus $.50 per hour. H-4 Class "A" Suit - Base wage rate plus S.75 per hour. ---------------------------------------------------------------- ENGI0370C 06/01/1998 Rates Fringes ADAMS, ASOTIN, BENTON; CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA. DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN. GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE. STEVENS. WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: POWER EQUIPMENT OPERATORS: GROUP lA 19.91 5.40 GROUP 1 20.45 5.40 GROUP 2 20.76 5.40 GROUP 3 21.35 5.40 GROUP 4 21.51 5.40 GROUP 5 21.66 5.40 GROUP 6 21.93 5.40 GROUP 7 22.20 5.40 GROUP 8 23.26 5.40 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.80 Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco, Washington: Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Moses Lake, Pasco, Washington: Lewiston. Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS DACW67-99-B-0017 WA980001-8 R0001 094283 GROUP 1A: Boat Operator: Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Dri.ilers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Grade Checker; Hydro -seeder, Mulcher. Nozzleman; Oiler Driver, & Cable Tender. Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type. Case. John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade: Welding Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine: Blower Operator (cement): Cement Hog; Compressor (2600 CFM or over, 2 or more, gas diesel or electric power): Concrete Saw (multiple cut); Distributor Leverman: Ditch Witch or similar; Elevator Hoisting Materials': Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline): Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled): Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe): Tugger Operator GROUP 3: A -frame Truck (2 or more drums): Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator. single unit (concrete): Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar): Bending Machine: Bob Cat: Boring Machine (earth): Boring Machine (rock under 8" bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne. Saginau or similar): Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline): Deck Engineer; Elevating Belt -type Loader (Euclid. Barber Green & similar): Elevating Grader -type Loader (Dumor. Adams or similar); Generator Plant Engineers (diesel or electric): Gunnite Combination Mixer & Compressor; Locomotive Engineer: Mixermobile: Mucking Machine: Posthole Auger or Punch: Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Tractor (to D-6 or equivalent) and Traxcavator: Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze-crete, flow -Crete, pump- crete. Whitman & similar): Curb Extruder (asphalt or concrete): Drills (churn, core. calyx or diamond)(operate drilling machine, drive or transport drill rig to and on job site and weld well casing): Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist): Loaders (overhead & front-end. under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton): Rubber -tired Skidders (R/T with or without attachments): Surface Heater & Plant Machine: Trenching Machines (under 7 ft. depth capacity): Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8" bit) GROUP 5: Backhoe (under 45.000 gw): Backhoe & Hoe Ram (under 3/4 DAC W67-99-B-0017 WA980001-9 R0001 094283 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks Stifflegs (under 65 tons); Drilling Equipment(8" bit & over) (Robbins, reverse circulation & similar)(operates drilling machine, drive or transport drill rig to and on job site and weld well casing); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1009 tons & over); Signalman (Whirleys, Highline Hammerheads or similar) GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire): Backhoe (45.000 gw and over to 110.008 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4): Blade Operator (motor patrol & attachments, Athey & Huber); Boom Cats (side); Cable Controller (dispatcher); Clamshell Operator (under 3 yds.): Compactor (self-propelled with blade): Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic: H.D. Welder; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.): Multiple Dozer Units with single blade: Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement): Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.); Tractors (D-6 & equilvalent & over); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker GROUP 7: Backhoe (over 110,600 gw): Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic. CHI, ABC, Finish Athey & Huber & similar when used as automatic: Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over): Elevating Belt (Holland type); Heavy equipment robotics operator: Loader (360 degrees revolving Koehring Scooper or similar): Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers): Shovels (3 yds. & over); Whirleys & Hammerheads, ALL GROUP 8: Cranes (85 tons and over, and all climbing, overhead.rail and tower), all attachments including clamshell. dragline: Loaders (overhead and front-end. 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes. Including Tower) 180' to 250' S .30 over scale Over 250' S .60 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the Doom. HAZMAT Anyone working on HAZMAT jobs, working with supplied air shall receive S1.00 an hour above classification. ---------------------------------------------------------------- ENGI037OG 06/01/1998 Rates Fringes ADAMS. ASOTIN, BENTON. CHELAN (EAST OF THE 120TH MERIDIAN), DAC W 67-99-B-0017 WA980001-10 R000 I 094283 COLUMBIA. DOUGLAS (EAST OF THE 120TH MERIDIAN). FERRY, FRANKLIN, GARFIELD, GRANT. LINCOLN. OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE. STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES WORK PERFORMED ON HYDRAULIC DREDGES GROUP 1: 23.28 5.40 GROUP 2: 23.64 5.40 GROUP 3: 23.67 5.40 GROUP 4: 24.05 5.40 GROUP 5: 23.10 5.40 GROUP 1: Assistant Mate (Deckhand) and Oiler GROUP 2: Assistant Engineer (Electric, Diesel. Steam, or Booster Pump): Mates and Boatmen — GROUP 3: Engineer Welder GROUP 4: Leverman. Hydraulic GROUP 5: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE. HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS. CRANES AND BULLDOZERS. ---------------------------------------------------------------- ENGI0612A 06/01/1998 Rates Fringes LEWIS, PIERCE. PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES PROJECTS: CATEGORY A PROJECTS (excludes Category B projects, as shown below) POWER EQUIPMENT OPERATORS: ZONE 1 (0-25 radius miles):. GROUP 1AAA 26.66 7.13 GROUP PAA 26.16 7.13 GROUP lA 25.66 7.13 GROUP 1 25.16 7.13 GROUP 2 24.72 7.13 GROUP 3 24.36 7.13 GROUP 4 22.26 7.13 ZONE 2 (26-45 radius miles) - Add S.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add S1.00 to Zone 1 rates BASEPOINTS: Tacoma. Olympia, and Centralia POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-300 tons. or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 tons to 300 tons. or 250 ft of boom (including jib with attachments): Tower crane over 175 ft in height, base to boom DAC W67-99-B-0017 WA980001- I 1 R0001 094283 GROUP lA - Crane 180 tons thru 199 tons, or 150 of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Shovel, excavator, backhoes-6 yds and over with attachments GROUP 1 - Cableways; Cranes-45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type - 45 tons thru 99 tons; Excavator, shovel, backhoes over 3 yards and under 6 yards; hard tail end dump articulating off -road equipment 45 yards and over; loader -overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield: Quad 9, HD 41. D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self- propelled-45 yds and over; Slipform pavers; Transporters -all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant O.perator- concrete; Bump cutter; Cranes-20 tons through 44 tons with attachments; Crane -overhead, bridge type-28 tons thru 44 tons; Chipper, Concrete Pump -truck mounted with boom attachment; Crushers; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing machine, Bidwell. Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders, overhead under 6 yds.; Loaders. plant feed: Locomotive -all; Mechanics -all; Mixers, asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill, roto grinder; screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green: Scraper -self propelled, hard tail end dump, articulating off -road equipment under 45 yds.: Subgrader trimmer: Tractors, backhoes over 75 hp.; Transfer material service machine -shuttle buggy. Blaw Knox-Roadtec: Truck Crane Oiler/driver-100 tons and over, Truck Mount Portable Conveyor: Yo Yo Pay dozer. GROUP 3 - Conveyors: Cranes-thru 19 tons with attachments; Cranes -A -frame over 10 tons: Drill Oilers -Auger type, truck or crane mount: Dozers-D-9 and under: Forklifts-3000 lbs. and over with attachments: Horizontal/directional drill locator: Outside hoists -(elevators and manlifts). air tuggers, strato tower bucket elevators: Hydralifts/Boom Trucks -over 10 tons; Loaders -elevating type. belt: Motor patrol grader-nonfinishing; Plant Oiler -Asphalt. Crusher; Pumps, Concrete: Roller, plant mix or multi -lift materials; Saws -concrete: Scrapers -Concrete and Carry all: Trenching machines: Truck Crane Oiler/Driver-under lee tons: Tractor, backhoe-under 75 hp GROUP 4 - Assistant Engineer: Bobcat: Brooms: Compressor: Concrete Finish Machine -laser screed: Crane -A -Frame. 10 tons and under: Elevator and manlift-permanent and shaft type: Forklifts -under 3000 lbs. with attachments: Gradechecker. stakehop: Hydralifts. boom trucks. 10 tons and under: Oil distributors. blower distribution and mulch seeding operator: Pavement breaker: Posthole Digger -mechanical: Power plant; Pumps -water: Roller -other than Plant Mix: Wheel Tractors. Farmall type. Shotcrete/Gunite Equipment Operator CATEGORY B PROJECTS - 90% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects Shall apply to the following projects: Reduced rates may be paid on the following: 1. Pro)ects involving work on structures such as buildings and structures whose total value is less than S1.5 million excluding mechanical. electrical. and utility portions of the contract. DAC W67-99-B-0017 WA980001-12 R0001 094283 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docts, wharfs, etc.) less than S150,000 WORK PERFORMED ON HYDRAULIC DREDGES: Total Project cost S300,000 and over GROUP 1 23.90 6.88 GROUP 2 23.98 6.88 GROUP 3 24.34 6.88 GROUP 4 24.39 6.88 GROUP 5 25.78 6.88 GROUP 6 23.90 6.88 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler - GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump): Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance Total Project.Cost under $300,000 GROUP 1 21.51 6.88 GROUP 2 21.58 6.88 GROUP 3 21.91 6.88 GROUP 4 21.95 6.88 GROUP 5 23.20 6.88 GROUP 6 21.51 6.88 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump): Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS HANDLING OF HAZARDOUS WASTE MATERIALS H-1 - When not outfitted with protective clothing of level D equipment Base wage rate H-2 Class "C" Suit - Base wage rate * S.25 per hour H-3 Class "B" Suit Base wage rate + S.50 per hour H-4 ---------------------------------------------------------------- - Class -A" Suit Base wage rate +S.75 per hour ENGI0701D 01/01/1999 Rates Fringes CLARK, COWLITZ. KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER EQUIPMENT OPERATORS (See Footnote A) ZONE 1 GROUP 1 25.91 8.20 GROUP 2 25.00 8.20 GROUP 3 24.30 8.20 GROUP 4 23.83 8.20 GROUP 5 23.27 8.20 DAC W67-99-B-0017 WA980001-13 R0001 094283 GROUP 6 21.10 8.20 Zone Differential (add to Zone 1 rates): Zone 2 - S1.50 Zone 3 - 3.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON: YAMHILL: AND COLUMBIA: CLARK AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion counties. West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 ON Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs located in Yamhill County, Washington County and Columbia County and all jobs or projects located in Clark and Cowlitz Counties, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY: COOS. BAY: EUGENE: GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs of projects located more than 30 miles ans less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs of projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more: CRANE: Crane Operator, over 280 tons; Whirley Operator 90 tons and over: Helicopter Operators. when used in erecting work: Floating Crane. 150 tons but less than 250 tons; Lattice Boom Crane - 209 tons and over. Boom 201' through 280'; FLOATING EQUIPMENT: Floating Crane. 250 tons and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto- mill, pavement profiler, operator, six foot lateral cut and over: BLADE: Auto Grader or "Trimmer" Operator (Grade Checker required): BULLDOZERS: Tandem bulldozer operator, quad -nine and similar type: D-11: Tandem Bulldozer Operator, Quad -nine and similar type: CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum: Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head: DACW67-99-B-0017 WA980001-14 R0001 094283 CRANE: Cableway Operator, 25 tons and over; Crane Operator, over 40 tons and including 100 tons; Crane Operator, over 100 tons and including 200: Tower Crane Operator, over 80 tons and including 150 tons; Whirley Operator - under 90 tons: Lattice Boom Crane - 90 through 199 tons, Boom = 150' through 200'; CRUSHER: Crusher Plant Operator; FLOATING QUIPMENT: Floating Clamshell, etc. Operator, 3cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 80 tons; Floating Crane (derrick barge) Operator, 80 ton but less than 159 ton; LOADERS: Loader Operator, 6 cu. yds. but less than 12 cu. yds.; Loader Operator, 12 cu. yds. and over; REMOTE CONTROL: Remote controlled earth - moving equipment (no one operator shall operate more than two pieces of earth -moving equipment at one time): RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator, with tandem scrapers,. multi -engine; SHOVEL, DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER, OPERATOR: Shovel, etc., 3 cu. yds., but less than 5 cu. yds.; Shovel, etc., 5 cu. yds. and over: TRENCH MACHINE-- Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required): Wheel Excavator, over 750 cu. yds. per hour (two Operators and at least one Grade Oiler required); Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise, when used in construction work. GROUP 3: CRANES: -Lattice Boom Crane - 50 through 89 tons; FORKLIFT: Rock Hound Operator; LOADERS: Loader Operator, 4 cu. yds. but less than 6 cu. yds.; Rubber -tired RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers: Self -loading, paddle wheel, auger type, finish and/or 2 or more units GROUP 4: ASPHALT: Screed Operator: Asphalt Paver Operator (Screed man required); Diesel -Electric engineer, Plant; Roto- Mill, pavement profiler, operator, under six foot lateral cut; BLADE: Blade Operator, externally controlled by electronic, mechanical hydraulic means: Blade operator, multi -engine; BULLDOZERS: Bulldozer Operator: Drill Cat Operator: Side -boom Operator: Bulldozer Operator, twin engine (TC 12 and similar type. D-10): Cable -Plow Operator (any type); CLEARING: Log Skidders: Chippers: Incinerator: Stump Splitter (loader mounted or similar type): Compactor Operator, with blade: Compactor Operator, multi -engine: CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator: Concrete Paving Road Mixer: Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types): CRANE: Chicago boom and similar types: Lift Slab Machine Operator: Boom type lifting device. 5 ton capacity or less: Cherry Picker or similar type crane -hoist, 5 ton capacity or less: Crane Operator, under 25 ton (except for rough terrain), Hoist Operator, two drum: Hoist Operator, three or more drums; Derrick Operator, under 100 ton: Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over: Cableway Operator, up to twenty-five ton; Crane Operator, over twenty-five ton and including forty ton: Bridge Crane Operator: Locomotive, Gantry, Overhead: Lattice Boom Crane - 25 through 49 tons: CRUSHER: Generator Operator: Diesel -Electric Engineer: Grizzley Operator; DRILLING: Drill Doctor; Boring Machine Operator: Driller - Percussion. Diamond. Core. Cable, Rotary and similar type; Cat Drill (John Henry): FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges. Barge Operator, self -unloading: Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel -Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons: GENERATORS: Generator Operator. Diesel-electric Engineer required); GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail auger Operator (all types): Combination Guardrail machines, i.e. punch, auger. etc.: HEATING PLANT: Surface Heater and Planer Operator; DAC W67-99-B-0017 WA980001-15 R0001 094283 HYDRAULIC HOES: Hydraulic Backhoe Operator, Track Type 3/8 cu. yd. takes shovel Classif. rate); LOADERS: Belt Loaders, Kolman and Ko Cal types: Loaders Operator, front end and overhead, 2-1/2 cu. yds. and under 4 cu. yds.: Elevating Loader Operator, Athey and asimilar types: Elevating Grader Operator, operated by Tractor Operator, sierra, Euclid or similar types: PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; PIPELINE, SEWER WATER: Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REPAIRMEN, HEAVY DUTY: Diesel -Electric Engineer (Plant or Floating); Bolt Treading Machine Operator; Drill Doctor (bit grinder); H.D. Mechanic; H.D. Welder: Machine Tool Operator; Combination H.D. Mechanic -Welder, when dispatched and/or when required to do both; Welder -Certified, when dispatched and/or required: RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator, single engine, single scraper; Self -loading, paddle wheel, auger type under 15 cu. yds.; rubber -tired Scraper Operator, twin engine: Rubber -tired Scraper Operator, with push- pull attachments; Self -loading, paddle wheel, auger type 15 cu. yds. and over, single engine: SHOVEL, DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER OPERATOR: Diesel -Electric Engineer; Stationary Drag Scraper Operator; Shovel, Dragline, Clamshell, Hoe, etc., Operator, under 1 cu. yd.; Shovel, etc., 1 cu. yd. and less than 3 cu. yds.; Grade -all Operator, under 1 cu. yd.; Grade -all 1 cu. yd. and over; SURFACING (BASE) MATERIALS: Blade Mounted Spreaders, Ulrich and similar types; TRACTOR -RUBBER TIRED: Tractor Operator, rubber -tired, over SA H.P. Flywheel; Tractor Operator, with boom attachment: Rubber -tired Dozers and Pushers (Michigan, Cat, Hough type): TRENCHING MACHINE: Trenching Machine Operator, maximum digging capacity over 3 ft. depth (Grade Oiler required): Back Filling Machine Operator; TUNNEL: Mucking Machine Operator; Shield Operator: Boring Machine Operator GROUP 5: ASPHALT: Extrusion Machine Operator: Roller Operator (any asphalt mix): Asphalt Burner and reconditioner Operator (any type), 84: roto-mill, Pavement Profiler. ground man.; COMPRESSORS: Compressor Operator any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory: Wagner Pactor Operator or similar type (without blade): CONCRETE: Combination mixer and Compressor Operator, gunite work: Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type) Pavement Grinder and/or Grooving Machine Operator (riding type): Cement Pump Operator. Fuller -Kenyon and similar: Concrete Pump Operator; Grouting Machine Operator: Concrete Mixer Operator, single drum, under five bag capacity and over: Cast place pipe laying machine; Maginnis Internal Full Slab Vibrator Operator: Concrete Finishing machine Operator. Clary, Johnson. Bidwell, Burgess bridge deck or similar type: Curb Machine Operator, mechanical Berm. Curb and/or Curb and Gutter: Concrete Joint Machine Operator; Concrete Planer Operator: Tower Mobile Operator; Power Jumbo Operator setting slip forms: Concrete Paving Machine Operator: Concrete Finishing Machine Operator: Concrete Spreader Operator; CRANE: Helicopter Hoist Operator: Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator. Double drum: Boom Truck Operator Hydraulic Boom Truck, Pittman; DRILLING: Churn Drill and earth Boring Machine Operator: FLOATING EQUIPMENT: Fireman: FORKLIFT: Lull Hi -Lift Operator or similar type: Fork Lift. over 5 ton; HYDRAULIC HOES: Hydraulic Backhoe Operator, wheel type 3/8 cu. yd and under with or without front end attachment 2-1/2 cu. yds. and under (Ford. John Deere. Case, Type): LOADERS: Loaders, rubber -tired type. 2-1/2 cu. yds. and under; Elevating Grader Operator. Tractor Towed requiring Operator or Grader; OILERS: Service Oiler (Greaser): PIPELINE. SEWER WATER: Hydra Hammer or similar types; Pavement Breaker Operator: RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi -Purpose Operator; Track Liner Operator; Tie DACW67-99-B-0017 WA980001-16 R0001 094283 Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over: SURFACING (BASE) MATERIAL: Roller Operator, Oiling, C.T.B.; Rock Spreaders self-propelled; Pulva-mixer or similar types: Chip Spreading Machine Operator Lime Spreading Operator, construction job site; SWEEPERS: Sweeper Operator (Wayne Tractor Operator, rubber -tired, 50 H.P. Flywheel and under; TRENCHING: Trench Machine Operator, maximum digging capacity 3 ft. depth GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; BLADE: Blade Operator, pulled type; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity: CONCRETE: Plant Oiler, Assistant Conveyor Operator: Conveyor Operator: Mixer Box Operator (C.T.B., dry -batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Brooming Machine Operator: CRANE: Oiler: Truck Crane Oiler -Driver, 25 tons capacity or over; Fireman, ail equipment: A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; DRILLING: Drill Tender: Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman: FORKLIFT: Self-propelled Scaffolding Operator, construction job site (excluding working platform): Fork Lift or Lumber Stacker Operator, construction job site: GUARDRAIL EQUIPMENT: Oiler, auger Oiler; Oiler, combination guardrail. machines; Guardrail Punch Oiler: HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bucket Elevator Loader Operator, Barber -Greene and similar types; Bobcat, Skid Steer - Under 1 yd; OILERS: Oiler; Guardrail Punch Oiler: Truck Crane Oiler -Driver, 25 ton or over; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Tar Pot Fireman:.PIPELINE SEWER WATER: Tar Pot Fireman (power agitated); Hydraulic Pipe Press Operator: PUMPS: Pump Operator, under 4"; Pump Operator (any power), 4" and over; Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman: Oiler: Switchman: Motorman: Ballast Jack Tamper Operator: REPAIRMAN HEAVY DUTY: Parts Man (Tool Room); SHOVEL. DRAGLINE. CLAMSHELL, BACKHOE, SKOOPER OPERATORS: Oiler: Grade Oiler (required to check grade); Grade Checker; Fireman; Signalman; Bell Boy, phones, etc.. Operator; Helicopter Radioman (ground); SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine Operator, mechanical, self-propelled: Hydrographic Seeder Machine Operator, staw, pulp or seed; SWEEPERS: Broom Operator, self-propelled, construction job site; TRENCHING: Oiler: Grade Oiler (required to check grade): TUNNEL: Conveyor Operator (any type); air Filtration Equipment Operator; Motormen (dinkey); Oiler; WELDING MACHINES: Welding Machine Operator FOOTNOTE A: HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outline in the specific hazardous waste protect site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing. H-2 Class "C" Suit - Basic hourly wage rate plus S1.00 per hour, fringes plus $0.15. H-3 Class "B" Suit - Basic hourly wage rate plus S1.50 per hour, fringes plus S0.15. H-4 Class "A" Suit - Basic hourly wage rate plus S2.00 per hour, fringes plus SO.15. ---------------------------------------------------------------- ENGI0701E 06/01/1998 Rates Fringes CLARK. COWLITZ. KLICKITAT. PACIFIC (SOUTH), SKAMANIA. DAC W67-99-B-0017 WA980001-17 R0001 094283 AND WAHKIAKUM COUNTIES DREDGING: ZONE A LEVERMAN, HYDRAULIC 27.45 7.25 LEVERMAN, DIPPER, FLOATING CLAMSHELL 27.45 7.25 ASSISTANT ENGINEER 26.62 7.25 TENDERMAN 26.01 7.25 ASSISTANT MATE 23.78 7.25 ZONE B LEVERMAN, HYDRAULIC 29.45 7.25 LEVERMAN, DIPPER, FLOATING CLAMSHELL 29.45 7.25 ASSISTANT ENGINEER 28.62 7.2S TENDERMAN 28.01 7.25 ASSISTANT MATE 25.78 7.25 ZONE C LEVERMAN, HYDRAULIC 30.45 7.25 LEVERMAN, DIPPER. FLOATING CLAMSHELL 30.45 7.25 ASSISTANT ENGINEER 29.62 7.25 TENDERMAN 29.01 7.25 ASSISTANT MATE 26.78 7.25 ZONE DESCRIPTION FOR DREDGING: ZONE A All jobs or projects located within 30 road miles of Portland City Hall. ZONE B Over 30-50 road miles from Portland City Hall. ZONE C Over 50 road miles from Portland City Hall. 'All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. ---------------------------------------------------------------- IRON0014F 10/05/1998 Rates Fringes ADAMS. ASOTIN. BENTON. COLUMBIA. DOUGLAS. FERRY. FRANKLIN. GARFIELD. GRANT. LINCOLN. OKANOGAN. PEND ORIELLE, SPOKANE, STEVENS. WALLA WALLA AND WHITMAN COUNTIES IRONWORKERS 22.60 10.17 ---------------------------------------------------------- IRON0029I 07/01/1998 Rates Fringes CLARK. CLALLAM. CHELAN, COWLITZ. GRAYS HARBOR. ISLAND, JEFFERSON. KING. KITTITAS. KLICKITAT. KITSAP, LEWIS. MASON. PACIFIC. PIERCE. SKAGIT. SKAMANIA. SNOHOMISH. THURSTON, WAHKAIKUM, WHATCOM AND YAKIMA COUNTIES IRONWORKERS 22.90 10.17 ---------------------------------------------------------- DACW67-99-B-0017 WA980001-18 094283 LAB00001D 06/01/1998 Rates Fringes CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES LABORERS: ZONE 1: GROUP 1 13.44 5.19 GROUP 2 15.76 5.19 GROUP 3 17.48 5.19 GROUP 4 17.96 5.19 GROUP 5 18.32 5.19 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 S .70 — ZONE 3 - S1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE. AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON. PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE. SAN JUAN. SKAGIT. SNOHOMISH, THURSTON AND WHATCOM COUNTIES LABORERS: ZONE 1: GROUP 1 14.36 5.19 GROUP 2 16.68 5.19 GROUP 3 21.36 5.19 GROUP 4 21.84 5.19 GROUP S 22.20 5.19 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 S .70 ZONE 3 S1.00 BASE POINTS: BELLINGHAM. MT. VERNON, EVERETT, SEATTLE. KENT. TACOMA. OLYMPIA. CENTRALIA. ABERDEEN. SHELTON. PT. TOWNSEND. PT. ANGELES. AND BREMERTON ZONE 1 - Pro)ects within 25 radius miles of the respective city hall ZONE 2 - More than 2S but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting: Watchman: Window wasneriCleaner (detail clean-up, such as but not limited to DAC W67-99-B-0017 WA980001-19 R0001 094283 cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman: Crusher Feeder; Fence Laborer: Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer: Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender: Cement Finisher Tender; Change House or Dry Shack: Chipping Gun (under 30 lbs.); Choker Setter: Chuck Tender; Clean-up Laborer; Concrete Form Stripper: Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders: Grout Machine Tender: Grinders; Guardrail Erector; Hazardous Waste Worker (Level C); Maintenance Person; Material Yard Person: Pot Tender: Rip Rap Person: Riggers; Scale Person; Sloper Sprayer; Signal Person: Stock Piler; Stake Hopper: Toolroom Man (at job site): Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader: Concrete Dumper/Chute Operator; Concrete Saw Operator: Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw: Grade Checker and Transit Person; Groutmen (pressure) including post tension beams: Hazardous Waste Worker (Level B): High Scaler: Jackhammer; Laserbeam Operator: Manhole Builder-Mudman: Mortarman and Hodcarrier; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster): Pavement Breaker; Pipe Layer and Caulker: Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks: Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20'); Spreader (concrete); Tamper and Similar electric. air and glas operated tool: Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator: Well Point Laborer GROUP 5: Caisson Worker: Miner: Powderman: Re-Timberman: Hazardous Waste Worker (Level A). ---------------------------------------------------------------- LAB00238E 06/01/1998 Rates Fringes ADAMS, ASOTIN. BENTON, COLUMBIA. DOUGLAS (EAST OF THE 120TH MERIDIAN). FERRY. FRANKLIN. GARFIELD, GRANT. LINCOLN. OKANOGAN. PEND OREILLE. STEVENS. SPOKANE. WALLA WALLA AND WHITMAN COUNTIES LABORERS: ZONE 1: GROUP 1 17.01 4.39 GROUP 2 19.05 4.39 GROUP 3 19.31 4.39 GROUP 4 19.57 4.39 GROUP 5 19.84 4.39 GROUP 6 21.17 4.39 Zone Differential (Add to Zone 1 rate): $2.00 DAC W67-99-B-0017 WA980001-20 R000 I 094283 BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker: Brush Hog Feeder; Carpenter Tender: Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman: Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector: Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal): Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel): Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader: Well -Point Man: All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphhlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw. walking; Demolition Torch; Dope Pot Firemen, non -mechanical: Driller Tender (when required to move and position machine): Form Setter, Paving: Grade Checker using level; Hazardous Waste Worker. Level C (uses a chemical "splash suit" and air purifying respirator): Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator., form setter): Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam: Pavement Breaker (under 90 ibs.); Pipelayer, corrugated metal culvert; Pipelayer, multi - plate; Pot Tender; Power Buggy Operator: Power Tool Operator, gas. electric. pneumatic: Railroad Equipment, power driven, except dual mobile power spiker or puller: Railroad Power Spiker or Puller, dual mobile: Rodder and Spreader; Tamper (to include operation of Barco. Essex and similar tampers); Trencher, Shawnee: Tugger Operator; Wagon Drills: Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction Joint cleanup brush machine. power propelled); Caisson Worker, free air; Chain Saw Operator and Faller: Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high): Gunite (to include operation DAC W67-99-B-0017 WA980001-21 R0001 094283 of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Laser Beam Operator (to include grade checker and elevation control): Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels): Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1.209 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (98 lbs. and over); Pipelayer (to include working topman, caulker. collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer): Pipewrapper; Plasterer Tender: Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); Miner Class "D". (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 - Powderman ---------------------------------------------------------------- LAB00238G 96/01/1998 Rates Fringes COUNTIES EAST OF THE 128TH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA. DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS. SPOKANE. WALLA WALLA, WHITMAN HOD CARRIERS 19.71 4.39 ---------------------------------------------------------------- LAB00335A 06/01/1998 Rates Fringes CLARK. COWLITZ. KLICKITAT. PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN). SKAMANIA AND WAHKIAKUM COUNTIES ZONE 1: LABORERS GROUP 1 20.47 6.14 GROUP 2 20.87 6.14 GROUP 3 21.21 6.14 GROUP 4 21.49 6.14 GROUP 5 18.73 6.14 GROUP 6 16.63 6.14 GROUP 7 14.18 6.14 Zone Differential (Add to Zone 1 rates): Zone 2 S 0.65 Zone 3 1.15 Zone 4 - 1.70 Zone 5 2.75 BASE POINTS: GOLDENDALE, LONGVIEW. AND VANCOUVER ZONE 1: Pro)ects within 30 miles of the respective city all ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4 More than 50 miles but less than 80 miles from the DAC W67-99-B-0017 WA980001-22 R0001 094283 respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers: Asphalt Spreaders; Batch Weighman; Broomers: Brush Burners and Cutters: Car and Truck Loaders; Carpenter Tender: Change -House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders: Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers: Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical): Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms): Rip Rap Man (hand placed): Road Pump Tender; Sewer Labor; Signalman: Skipman; Slopers: Spraymen: Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site): Tunnel Bullgang (above ground); Weight -Man - Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project: Brush Cutters (power saw): Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender;-Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer;. Chipping Guns: Paving Breakers): Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric: Vibrating Screed; Tampers; Sand Blasting (Wet): Stake -Setter; Tunnel-Muckers. Brakemen, Concrete Crew. Bullgang (underground) GROUP 3: Asbestos Removal: Bit Grinder; Drill Doctor; Drill Operators. air tracks. cat drills, wagon drills, rubber -mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers. Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator: Pwdermen: Power Saw Operators (Bucking and Falling): Pumperete Nozzlemen; Sand Blasting (Dry): Sewer Timberman; Track Liners. Anchor Machines. Ballast Regulators. Multiple Tampers. Power Jacks. Tugger Operator: Tunnel -Chuck Tenders, Nippers and Timbermen: Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker: Pipelayer; Laser Beam (pipelaying)-applicable when employee assigned to move, set up, align; Laser Beam: Tunnel Miners: Motorman -Dinky Locomotive -Tunnel: Powderman-Tunnel: Shield Operator -Tunnel GROUP S: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers ---------------------------------------------------------------- DAC W67-99-B-0017 WA980001-23 R0001 094283 PAIN0005B 07/01/1991 Rates Fringes STATEWIDE EXCEPT CLARK, COWLITZ. KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES STRIPERS 18.14 2.47 ---------------------------------------------------------------- PAIN0005D 03/01/1998 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS. MASON, PACIFIC, PIERCE, SKAGIT. SNOHOMISH. THURSTON AND WHATCOM COUNTIES PAINTERS 21.11 — 3.52 ---------------------------------------------------------------- PAIN0054D 07/01/1998 Rates Fringes ADAMS. ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN. COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN. PEND OREILLE, SPOKANE, STEVENS. WALLA WALLA, WHITMAN AND YAKIMA COUNTIES PAINTERS': Brush, Roller, Striping, Steam -cleaning and Spray 18.80 3.67 Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples 19.65 3.67 TV Radio, Electrical Transmission Towers 20.39 3.67 Lead Abatement. Asbestos Abatement 18.80 3.67 '5.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- PAIN0055C 11/01/1997 Rates Fringes CLARK. COWLITZ. KLICKITAT. SKAMANIA. AND WAHKIAKUM COUNTIES INDUSTRIAL - ANY INDUSTRIAL FACILITY. MANUFACTURING PLANTS, PROCESS PLANTS. FACTORIES. PAPER MILLS AND ALUMINUM PLANTS PAINTERS. Brush & Roller 16.68 3.25 Spray and Sandblasting 17.28 3.25 Hign work - All work 60 ft or higher 17.18 3.25 --------------------------------------------------.-------------- PAINOOSSL 10/01/1993 Rates Fringes CLARK. COWLITZ. KLICKITAT. SKAMANIA and WAHKIAKUM COUNTIES DAC W67-99-B-0017 WA980001-24 R0001 094283 PAINTERS: Highway and Parking Lot 18.14 2.37 ---------------------------------------------------------------- PLAS0072E 06/01/1998 Rates Fringes ADAMS, ASOTIN, BENTON. CHELAN. COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS. WALLA WALLA, WHITMAN. AND YAKIMA COUNTIES ZONE 1: CEMENT MASONS 21.04 5.14 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- PLAS0528A 06/01/1998 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH. THURSTON, AND WHATCOM COUNTIES CEMENT MASON 23.80 7.89 COMPOSITION. COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE 24.05 7.89 ---------------------------------------------------------------- PLAS05558 06/01/1998 Rates Fringes CLARK, COWLITZ. KLICKITAT. PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES ZONE 1: CEMENT MASONS 22.81 7.00 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS 23.22 7.00 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD 23.22 7.00 CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD 23.64 7.00 Zone Differential (Add To Zone 1 Rates): Zone 2 SO.65 Zone 3 1.15 Zone 4 - 1.70 Zone 5 2.75 DACW67-99-B-0017 WA980001-25 R0001 094283 BASE POINTS: BEND, CORVALLIS. EUGENE, LONGVIEW, MEDFORD, PORTLAND, SALEM. THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- PLUM0032B 06/01/1998 Rates Fringes CLALLAM, KING AND JEFFERSON COUNTIES PLUMBERS AND PIPEFITTERS 29.48 10.08 ---------------------------------------------------------------- PLUM0032D 06/01/1998 Rates Fringes CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN (NORTH) COUNTIES PLUMBERS AND PIPEFITTERS 23.47 8.67 ---------------------------------------------------------------- PLUM0040B 06/01/1996 Rates Fringes WHATCOM COUNTY PLUMBERS AND STEAMFITTERS Plumbing projects over S3.000.000 27.04 7.81 Plumbing projects $3.000.000 and under 24.98 7.81 ---------------------------------------------------------------- PLUM0044C 06/01/1998 Rates Fringes ADAMS (NORTHERN PART). ASOTIN (CLARKSTON ONLY). FERRY (EASTERN PART). LINCOLN (EASTERN PART). PEND ORIELLE, STEVENS. SPOKANE. AND WHITMAN COUNTIES PLUMBERS AND PIPEFITTERS 26.81 8.34 ---------------------------------------------------------------- PLUM0082A 06/01/1997 Rates Fringes GRAYS HARBOR. LEWIS, MASON (EXCLUDING NE SECTION). AND PACIFIC PIERCE AND THURSTON COUNTIES PLUMBERS AND PIPEFITTERS 25.72 9.00 CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ. SKAMANIA AND WAHKIAKUM COUNTIES DAC W67-99-B-0017 WA980001-26 R0001 094283 PLUMBERS AND PIPEFITTERS 24.79 9.00 ---------------------------------------------------------------- PLUM0265C 06/81/1997 Rates Fringes ISLAND, SKAGIT. SNOHOMISH, AND SAN JUAN COUNTIES PLUMBERS AND PIPEFITTERS 28.14 9.39 PLUM0290K 19/01/1998 Rates — Fringes CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) PLUMBERS AND PIPEFITTERS 27.72 8.90 -------------------------------------------------- ------ PLUM0598E 06/01/1998 Rates Fringes ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF CLARKSTON). BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY (WESTERN PART), FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN (EASTERN), WALLA WALLA AND YAKIMA COUNTIES PLUMBERS 27.80 9.60 ---------------------------------------------------------------- PLUM0631A 06/01/1997 Rates Fringes MASON (NE SECTION). AND KITSAP COUNTIES PLUMBERS/PIPEFITTERS: All new construction, additions. and remodeling of commercial building projects such as: cocktail lounges and taverns, professional buildings. medical clinics. retail stores, hotels and motels. restaurants and fast food types. gasoline service stations, and car washes where the plumbing and mechanical cost of the pro)ect is less than S100.000 14.55 7.98 All other work where the plumbing and mechanical cost of the pro)ect is $100.000 and over 20.78 12.28 ---------------------------------------------------------------- TEAM0037C 06/01/1998 Rates Fringes CLARK. COWLITZ. KLICKITAT. PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to DAC W67-99-B-0017 WA980001-27 R0001 094283 the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES TRUCK DRIVERS ZONE 1: GROUP 1 21.97 7.02 GROUP 2 22.09 7.02 GROUP 3 22.22 7.02 GROUP 4 22.47 7.02 GROUP 5 22.69 7.02 GROUP 6 22.84 7.02 GROUP 7 23.04 7.02 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Battery Rebuilders: Bus or Manhaul Driver; Concrete Buggies (power operated): Dump Trucks. side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.. Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site): Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car: Solo Flat Bed and misc. Body Trucks. 0 - 10 tons: Truck Tender: Truck Mechanic Tender; Water Wagons (rated capacity) up to 3.090 gallons: Transit Mix and Wet or Dry Mix - 5 cu. yds. and under. "A" Frame or Hydra -lift Truck with load bearing surface: Lubrication Man. Fuel Truck Driver, Tireman. Wash Rack. Steam Cleaner or combinations: Team Driver: Slurry Truck Driver or Leverman: Tireman GROUP 2: Flaherty Spreader Driver or Leverman: Lowbed Equipment. Flat Bed Semi -trailer. Truck and Trailers or doubles transporting equipment or wet or dry materials: Lumber Carrier Driver - Straddle Carrier (used in loading, unloading and transporting of materials on job site): Oil Distributor Driver or Leverman: Water Wagons (rated capacity) over 3.000 to 5,000 gallons. Dumpsters or similar equipment. all sizes: Transit Mix and Wet or Dry Trucks. over 5 cu. yds, and including 7 cu. yds GROUP 3: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds.: Transit Mix and Wet or Dry Mix Trucks. over 7 cu. yds. and including 11 cu. yds.: Truck Mechanic -Welder - Body Repairman: Water Wagons (rated capacity) over 5,000 to 10.000 gallons GROUP 4 Dump Trucks. side, end and bottom cumps, including Semi -Trucks and Trains or combinations thereof: over 30 cu. yds. DAC W67-99-B-0017 WA980001-28 R0001 094283 and including 50 cu. yds.; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10.000 gallons to 15,000 gallons . GROUP 5: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. GROUP 6: Dump Trucks, side. end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds. GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over Be cu. yds. and including 100 cu. yds. ------------------------------------------------- -------------- TEAM0174A 06/01/1998 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON. KING, KITSAP, LEWIS. MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT. SNOHOMISH. THURSTON AND WHATCOM COUNTIES TRUCK DRIVERS: GROUP 1: 22:45 7.75 GROUP 2: 21.87 7.75 GROUP 3: 19.93 7.75 GROUP 4: 16.30 7.75 GROUP 5: 21.62 7.75 TRUCK DRIVERS CLASSIFICATIONS GROUP 1 -"A-frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment. Tournorockers. Tournowagon, Tournotrailer. Cat DW series. Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four -Wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards S.15 per hour additional for each 10 yard increment: Explosive Truck (field mix) and similar equipment: Hyster Operators (handling bulk loose aggregates): Lowbed and Heavy Duty Trailer: Road Oil Distributor Driver: Spreader, Flaherty Transit mix used exclusively in heavy construction: Water Wagon and Tank Truck-3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters. and similar equipment. Tournorockers. Tournowagon, Turnotrailer, Cat. D.W. Series. Terra Cobra. Le Tourneau. Westinghouse. Athye wagon. Euclid two and four -wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump trucks, side. end and bottom dump, including semi -trucks and trains or combinations thereof with less than 16 yards capacity: Flatbed (Dual Rear Axle): Grease Truck. Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man: Leverman and loader at bunkers and batch plants: Oil tank transport: Scissor truck: Slurry Truck: Sno-Go and similar equipment: Swampers: Straddler Carrier (Ross. Hyster) and similar equipment; Team Driver; DAC W67-99-B-0017 WA980001-29 R0001 094283 Tractor (small, rubber-tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,990 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by S2.90 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certi-fication is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +S.25 per hour This level uses an air purifying respirator or additional protective clothing. LEVEL B: +S.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +S.75 per hour - This level utilizes a fully - encapsulated suit with a self-contained breathing apparatus or a supplied air line. ZONE DIFFERENTIALS Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRAVEL - Zone A - 0 - 25 miles - Free Zone Zone B - 25 - 45 miles - S .70 per hour. Zone C - Over 45 miles - S1.00 per hour. ---------------------------------------------------------------- TEAM0760C 06/01/1998 Rates Fringes COUNTIES FROM THE TOP OF THE CASCADE MOUNTAIN RANGE EAST: ADAMS, ASOTIN. BENTON. CHELAN. COLUMBIA, DOUGLAS. FERRY, FRANKLIN, GARFIELD. GRANT KITTITAS. LINCOLN. OKANOGAN, PEND OREILLE, SPOKANE. STEVENS. WALLA WALLA, AND WHITMAN COUNTIES TRUCK DRIVERS (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1 (INCLUDES ALL OF YAKIMA COUNTY) GROUP 1 17.11 7.06 GROUP 2 19.70 7.06 GROUP 3 19.81 7.06 GROUP 4 20.12 7.96 GROUP 5 20.22 7.06 DACW67-99-B-0017 WA980001-30 ROOOI 094283 GROUP 6 29.39 7.06 GROUP 7 20.90 7.06 GROUP 8 21.22 7.06 Zone Differential (Add to Zone 1 rate: Zone 2 - S2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul: Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3800 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity): Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System: Fork Lift (3001-16.000 lbs.): Fuel Truck Driver, Steamcleaner & Washer: Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.): Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving): Wrecker & Tow Truck GROUP 4: A -Frame: Burner. Cutter. & Welder: Service Greaser; Trucks. side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; warehouseperson: water Tank truck (0-8.000 gallons) GROUP 5: Dumptor (over 6 yds.): Lowboy (50 tons & under): Self - loading Roll Off: Semi -Truck & Trailer: Tractor with Steer Trailer: Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.): Trucks. side, end, bottom and end dump (over 12 yds. to & including 20 yds.): Truck -Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton). Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver: Flowboys; Fork Lift (over 16.000 lbs.): Dumps (Semi -end): Mechanic (Field); Semi - end Dumps. Transfer Truck & Trailer: Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side. end. bottom and articulated end dump (over 20 yds. to & including 40 yds.): Truck and Pup: Tournarocker, DW's & similar with 2 or more 4 wheel -power tractor with.trailer, gallonage or yardage scale. whichever is greater Water Tank Truck (8,001- 14.000 gallons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer). Transit Mixers & Trucks Hauling Concrete (over 20 yds.): Truck. side, end. bottom end dump (over 40 yds. to & including 100 yds.): Truck Mounted Crane (with load bearing DAC W67-99-B-0017 WA980001-31 R0001 094283 surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 160 yds.): Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C-D: - 5.56 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is -conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. NOTE: Trucks Pulling Equipment Railers: shall receive $.15/hour over applicable truck rate -----------------------------------------------------•----------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. --------------------------------------------------------- ------ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(v)). ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) ruling On survey related matters, initial contact. including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: DAC W67-99-B-0017 WA980001-32 R0001 094283 Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 — The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue. N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION DAC W67-99-B-0017 WA980001-33 R0001 98038/LD/ar 094283 SECTION 01005 SITE SPECIFIC SUPPLEMENTARY REQUIREMENTS PART 1 - GENERAL 1. CONDUCT OF WORK 1.1 COORDINATION Coordination for this work shall be made through the Contracting Officer except elements of the work may require joint coordination by the Contractor with the Contracting Qfficer, City of Renton, and Municipal Airport Manager, and other administrative agencies as specified in the contract documents and as directed by the Contracting Officer. 1.2 WORK HOURS Standard work hours in the construction area for pile driving shall be 7:30 A.M. to 4:00 P.M., Monday through Sunday. There are no restrictions concerning work hours for work other than pile driving except Contractor shall coordinate with the Contracting Officer work hours other than 7:30 A.M. to 4:00 P.M. 1.3 CONSTRUCTION SCHEDULE REQUIREMENTS 1.3.1 Milestones In conjunction with the completion schedule under Section 00800, paragraph SC-1 the Contractor shall incorporate the following milestones into the work sequence: Item of Work (a) Earthwork, irrigation, seeding and paving in park (b) All work to construct the levees and floodwalls between Stations 0+00 and 56+75 on the left bank and between Stations RT 10+00 and RT 64+20 on the right bank including the levee closure gates and hydroseeding of levee sections. 1.3.2 Constraints Completion Date Not later than 30 June 1999 Not later than 30 September 1999 The following special constraints have been identified as having an impact on the performance of the Work. It is not intended to be a comprehensive list of constraints that will result from the execution of the Work, but as an aid to the CONTRACTOR in development of schedules and in executing the Work. Additional constraints may exist or develop as a result of required Work execution or CONTRACTOR's proposed work methods or sequence. In any event, the CONTRACTOR is responsible for compliance with the requirements of the various specification sections and the work procedures and protection requirements DACW 67-99-R-0017 01005-1 98038/LD/ar 094283 contained therein and establishing all constraints associated with the Work execution and incorporating them into Work schedules and proposed construction activities. a. Permit requirements (see Section 01001). b. Environmental Protection Plan requirements (see Section 01061). c. Traffic Control Plan requirements (see Sections 01005 and 01501). 1.4 GENERAL ACCESS REQUIREMENTS 1.4.1 Contractor's Vehicles Contractor's vehicles to be operated on the Project site shall be identified by placing an approved sticker or sign insidethe windshield. The sticker or sign shall be provided by the Contractor and shall be subject to approval of the Contracting Officer (CO). Contractor's vehicles shall only park in areas as directed by the Contracting Officer. 1.4.2 Contractor Employee Privately -Owned Vehicles The parking of privately -owned vehicles (POV's) of Contractor personnel shall be in designated areas. 1.5 CONTRACTOR SECURITY The Corps of Engineers will not be responsible for providing security for Contractor-owned/controlled equipment, supplies, or materials. The Contractor shall provide those necessary security measures. 1.6 PERSONNEL IDENTIFICATION 1.6.1 Employee Listing The Contractor shall submit a complete listing of Contractor personnel, including job title and identification credential number, who will be working on the project. This listing shall be updated as needed to insure that the Government has been notified of any changes of Contractor Personnel in advance of new personnel engaging in work on the project. 1.6.2 Identification Credentials Contractor personnel shall either be issued a photo identification card (ID) by the Contractor or agree to provide their individual vehicle driver's license as appropriate identification credential. In either case, the identification number shall be included on the listing required above. If the Contractor determines to issue ID cards to its employees, the following information shall be included: Contractor Identification and Card Number Indicating Employees: o Full Name o Current Address o Birth Date o Recent Photograph o Height o Weight o Hair Color o Eye Color DACW67-99-R-0017 01005-2 98038/LD/ar 094283 1.6.3 Employee Termination If a Contractor employee resigns or is terminated the Contracting Officer, or designated representative shall be so notified at the earliest opportunity, but in no case later than the start of the succeeding workday. 1.6.4 Access Control Contractor personnel shall be instructed to present identification credential upon request by proper authority as established by the Contracting Officer. 1.7 UTILITY OUTAGES Contractor shall coordinate utility outages with the Contracting Officer at least 7 days in advance. Outages shall be kept to a minimum and any one outage shall not last more than 2 hours. 1.8 PROTECTION OF PROPERTY In addition to requirements of the CONTRACT CLAUSES, Contractor shall protect all property in which the Contractor is working and outside of the construction area, except for such property as is required to be demolished. The Contractor shall ensure that it is not removed, damaged, destroyed, or prevented from its normal use unless so designated in the contract documents. Property that is to be demolished shall be protected until its scheduled demolition time. Protection shall include, but not be limited to, protection from construction -generated dust, debris, water, and vibration. Property includes land, utilities, landscaping, markers and monuments, buildings, structures, and site and drainage improvements, whether shown on the contract drawings or not. 1.9 AIRPORT AND ROAD RESTRICTIONS 1.9.1 When work is to be done inside the Renton Municipal Airport "Runway Safety Area (RSA)" the Contractor shall coordinate with the Renton Municipal Airport Manager and Renton Department of Public Works Surface Water Division in writing through the Contracting Officer a minimum of 3 work days (Monday through Friday) in advance prior to initiating any work in the RSA. Contracting Officer approval shall be obtained prior to initiating work or changing work areas. Figure 1 attached at end of Section shows the extent of the RSA for the City of Renton Municipal Airport. The Runway Safety Area (RSA) extends eastward from the runway edge 150 feet. Generally any area north of the eastside hangar buildings is in the Runway Safety Area. This area extends north from the hangar buildings to Lake Washington. Contact for the Airport Safety Area is Mr.'Gail Reed (425-235-2591) and contact for City Public Works is Mr. Hathaway (425-430-7205). All Contractor vehicles and equipment operating within the RSA are subject to prior approval by the Contracting Officer. 1.9.2 Tlie Contractor shall provide the Airport Manager with daily work plans for any work 3 work days (Monday through Friday) in advance of the work taking place, along with requirements for any penetration of the RSA 3 work days in advance. The Contractor shall assure that prior written approval for the work inside the RSA has been obtained from the Contracting Officer prior to commencing any work. The Contractor shall be responsible for delivering all notification as required by the Airport Manager. DACW67-99-R-0017 01005-3 110001 98038/LD/ar 094283 1.9.3 No work shall be done in the RSA without the above described 3 work day notice, notice and direct communication with the Airport Manager and the Renton Municipal Airport Control Tower shall be initiated immediately prior to commencing work, and the Contractor shall have capability of conducting continuous two way communication with the Renton Municipal Airport Control Tower by means of a continuously monitored aircraft frequency radio (required at all times). The Contractor shall be required to equip and have present at all times a supervisor with an aviation frequency radio capable of two-way communication with the Renton Airport control tower at all times that Contractor equipment is within the Airport boundary. This required communications equipment shall be mounted within, and powered by the vehicle, and shall be monitored at all times that any piece of Contractor equipment, not just the one so equipped, is within the Airport boundary. The Contractor and all operators shall attend an airport safety orientation prior to operation on the airport. 1.9.4 All vehicles traveling along the east perimeter road of the airport shall be lighted with yellow lights. 1.9.5 The Contractor shall be required to equip all vehicles used for removal, support and supervision with an operating yellow rotating or stroboscopic light, mounted so as to be visible for 360 degrees from a distance of 50 feet from the vehicle. This required lighting shall be in continual operation at all times that the equipment on which the light is mounted is within the RSA. 1.9.6 The Contractor shall contact the Renton Municipal Airport control tower by radio or telephone prior to, and obtain approval for, a Contractor vehicle moving from the east side of the Cedar River across the north Boeing bridge and/or prior to, and obtain approval for, a Contractor vehicle moving north of the airport Non -Directional Beacon structure along the East Perimeter Road. The Contractor shall take appropriate and necessary measures to avoid the spreading of debris such as wood chips, mud, gravel, etc. from the work site and shall clean by sweeping and/or vacuuming the work site and that portion of the East Perimeter Road used as a vehicle route for haul of any loose material including rock and gravel. Cleaning shall be a continuous process so as to prevent the build-up of debris. within the work site or along the East Perimeter Road roadway. 1.9.7 The safety restrictions regarding the Renton Municipal Airport are highly emphasized; the Contractor shall coordinate closely with the Airport Manager and Renton Municipal Airport Tower at all times during the project and follow their requirements without variance. The Contractor shall anticipate such coordination of all costs which shall be considered incidental to the project. 1.9.8 Boeing utilizes the North Boeing Bridge for the movement of aircraft, generally during the late evening and early morning hours. The Contractor shall anticipate vacating the North Boeing Bridge area for 30 minutes during each movement, for two movements daily. The haulage vehicle may drive through a gate directly south of this location and through the adjacent gate and the City of Renton Park. Passage through the City of Renton Park must be coordinated with the City of Renton Parks Department, point of contact is Mr. Leslie Betlach, Telephone No. 425-277-5549. An alternate access is across the North Boeing Bridge and along the East Perimeter Road of the Renton Municipal Airport. 1.9.9 Contractor shall keep all exposed soils wet to reduce dust and avoid mobilization by aircraft blast and all exposed holes, or excavation shall be barricaded with flashing barricades when excavation is not in process. 1.9.10 No excavation shall be performed within the area of the buried Non Directional Beacon (NDB) antenna. Contractor shall coordinate with the city of Renton and Municipal Airport manager for location of utilities/antenna and permission to excavate 3 work days prior to performing any excavation. DACW67-99-R-0017 01005-4 98038/LD/ar 094283 1.9.11 Construction vehicles shall have ambient level backup beepers and dump trucks shall have rubber liners. 1.9.12 Grading within the fields adjacent to the runway shall leave the tops of light cans for runway lighting and taxiway lighting, and the tops of concrete bases for RENIL, PAPI and other navigational aids, flush with the final grade. Grading of slopes from tops of lighting, navaid and other airport fixtures, and runway and taxiway pavement edges shall be to drain away from the feature unless otherwise shown. 1.10 MINIMUM INSURANCE COVERAGES AND REQUIREMENTS 1.10.1 Limits Required These required insurance coverages shall be maintained -throughout the term of this contract. The Contractor shall carry the !bilewiri lands of insurance and minimum limits of liability as required in the SclledUle below. 1 10.2 Before commencing work under this Contract the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that anv cancellation or auv material change adversely affecting the Government's interest shall not be effective: (I) for such period as the la\\ s of the State in which this Contract is to be performed prescribe; or (2) until 30 days after the: insurer or the Contractor tjves \N ritten notice to the Cont acting Officer. whichever period is lonuer. 1.10.3 The Contractor shall insert the substance of this clause including this paragraph 1.10. 3, in subcontracts under this Contract that require \4ork on this project and shall require subcontiactors to provide and maintain the insiu-ance required in the Schedule or elsewhere in the Contract. The Contractor shall maintain a copy of all subcontractors' proof; of' required insurance and shall make copies available to the: Contracting Officer upon re(luest. INSLIZ NCI: SCIIEDtfl.E a. Commercial General Liability General Aggregate $2,000,000 Products/Completed Operations Aggregate $2,000,000 Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $1,000,000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 b. Automobile Liability Bodily Injury/Property Damage (Each Accident) $1,000,000 DAC Wf 7-99-B-0017 01005-5 110001 98038/LD/ar 094283 INSURANCE SCHEDULE (CON'T) Worker's Compensation Coverage A (Workers' Compensation) - Show Washington Labor & Industries Number d. Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 e. Professional Liability (If Required) Each Occurrence/Incident/Claim $1,000,000 Aggregate $1,000,000 f. Pollution Liability (If Required) To Apply on a Per Project Basis Per Loss $1,000,000 Aggregate $1,000,000 1.11 GOVERNMENT FIELD OFFICE The Contractor shall provide suitable office space for Contracting Officer's representatives. This space may consist of a new office trailer or other facility deemed suitable by the Contracting Officer. The facility shall remain the property of the Contractor, but will be used exclusively by the Government. The Contractor shall be responsible for building and equipment repairs as required by the Contracting Officer. The exact location of the facility will require the Contracting Officer's approval. The facility shall be adequately insulated, heated, well lighted, and suitably ventilated. The facility shall be connected to electrical lines. The facility will be at least 200 square feet. The Contractor shall furnish and maintain adequate drinking water (water dispenser) for the building. The building shall be furnished with one desk, 5 feet long by 3 feet wide, with a side drawer and a center drawer that can be locked; and a table 3 feet by 4 feet minimum, suitable for laying out full-size contract plans. Two chairs and one stool shall be furnished. A file cabinet with three drawers (letter size width) shall be furnished. The building shall have two windows. Each window shall have not less than 6 square feet of glass area, and the door shall be 2 feet, 8 inches wide by 6 feet, 8 inches high. Suitable enclosed sanitary toilet and lavatory facilities shall be fumished in the immediate vicinity of the building and kept clean by the Contractor. The Contractor shall provide trash removal service. Necessary entrance with lock and stairs to grade shall be provided by the Contractor. All utilities, including heating, air conditioning, electrical outlets and lighting, appropriate to the use of the space and equipment/fumiture will be provided by the Contractor. A commercial/FTS telephone line shall be provided by the Contractor (instruments are the responsibility of the Government). The Contractor shall be responsible for monthly service charge excluding long distance calls which will be the responsibility of the Government. The facility shall be removed and disposed of by the Contractor at the completion of the contract or sooner, at the discretion of the Contracting Officer. PARTS 2 AND 3 - NOT USED DACW67-99-13-0017 01005-5a R0001 9803 8/LD/ar 094283 DAC W67-99-R-0017 01005-9 98038/LD/ar 094283 SECTION 01025 MEASUREMENT AND PAYMENT PART1 GENERAL 1.1 GENERAL The contract price for each item shall constitute full compensation for furnishing all plant, labor, materials, appurtenances, and incidentals and performing all operations necessary to construct and complete the items in accordance with these specifications and the applicable drawings, including surveying performed by the Contractor. Payment for each item shall be considered as full compensation, notwithstanding that minor features may not be mentioned herein. Work paid for under one item will not be paid for under any other item. No separate payment will be made for the work, services, or operations required by the Contractor, as specified in DIVISION 1, GENERAL REQUIREMENTS, to complete the project in accordance with these specifications; all costs thereof shall be considered as incidental to the work. 1.2 PAYMENT 1.2.1 ITEM 0001 Payment will be made at the contract lump sum price for Item No. 0001, All Work Except For Items 0002 through 0005, payment of which shall constitute full compensation for Item No. 0001, complete. 1.2.2 ITEM 0002 Payment will be made at the contract lump sum price for Item No. 0002, All Work For Airport Drainage Improvement as Shown on Drawings, Plates C-18 Through C-23 24, payment of which shall constitute full compensation for Item No. 0002, complete. 1.2.3 ITEM 0003 Payment will be made at the contract lump sum price for Item No. 0003, All Work For Asphaltic Concrete Class A Overlay and Pavement Markings As Shown on Drawings, Plates C- 33 34- Through C- 37 35, payment of which shall constitute full compensation for Item No. 0003, complete. 1.2.4 ITEM 0004 Payment will be made at the contract unit price for Item No. 0004, Access Road Maintenance, payment of which shall constitute full compensation for Item No. 0004 complete. This item covers work performed under Section 02575, Maintenance of Access Road Pavement. 1.2.5 ITEM 0005 Payment Nvill be made at the contract unit price for Item No. 0005, Crack Sealing in Existing Pavement Surface, payment of which shall constitute full compensation for Item No. 0005, complete. This item covers %work performed under Section 02575, Maintenance of Access Road Pavement. DACW67-99-B-0017 01025-1 _ R0001 98038/LD/ar 094283 1.3 MEASUREMENT 1.3.1 Measurement of the units of work shall be made as hereinafter specified. When an item of work is specifically identified for a portion of the work to be paid for as a lump sum then this paragraph shall not apply. 1.3.2 Lineal Measurement 1.3.2.1 Access Road Maintenance Repair of 1/8 inch to 1 inch wide cracks in pavement will be measured in lineal feet of crack repair. 1.3.3 Area Measurement 1.3.3.1- Access Road Maintenance Pavement repair will be measured by the square yard (S.Y.) of asphaltic concrete pavement placed for road maintenance, as required and approved by the Contracting Officer, in accordance with Section 02575, Maintenance of Access Road Pavement. 1.4 PROGRESS PAYMENT INVOICE Requests for payment shall be submitted in accordance with Federal Acquisition Regulations (FAR) Subpart 32.9, entitled "PROMPT PAYMENT", and Paragraphs 52.232-5 and 52.232-27, entitled "Payments Under Fixed -Price Construction Contracts", and "Prompt Payment for Construction Contracts", respectively. In addition each request shall be submitted in the number of copies and to the designated billing office as shown in the Contract. 1.4.1 When submitting payment requests, the Contractor shall complete Blocks 1 through 12 of the "PROGRESS PAYMENT INVOICE" Form as directed by the Contracting Officer. (A sample form is attached at the end of this Technical Specification Section.) The completed form shall then become the cover document to which all other support data shall be attached. 1.4.2 One additional copy of the entire request for payment, to include the "PROGRESS PAYMENT INVOICE" cover document, shall be forwarded to a separate address as designated by the Contracting Officer. 1.4.3 The Contractor shall submit with each pay request, a list of subcontractors that have worked during that pay period. The listing shall be broken down into weeks, identifying each subcontractor that has worked during a particular week, and indicate the total number of employees that have worked on site for each subcontractor for each week. The prime Contractor shall also indicate the total number of employees for its on site staff for each week. PARTS 2 and 3 NOT USED DACW67-99-B-0017 01025-2 R0001 PROGRESS PAYMENT INVOICE See Federal Acquisition Regulations (FAR) 32.900, 52.232-5, & 52.232-27 2. DATE 1. PROJECT AND LOCATION 3. CONTRACTOR NAME AND ADDRESS 4. CONTRACT NO. (Must be the same as in the Contract) 5. INVOICE NO. 6. DESCRIPTION OF WORK 7. PERIOD OF PERFORMANCE From: _ To: 8. DISCOUNT TERMS 9. OFFICIAL TO WHOM PAYMENT 10. OFFICIAL TO BE NOTIFIED IS TO BE FORWARDED OF DEFECTIVE INVOICE Name: Name: Title: Title: Phone: - Phone - 11. CERTIFICATION: I hereby certify, to the best of my knowledge and belief, that (1) The amounts requested are only for the performance in accordance with the specifications, terms, and conditions of this contract; (2) Payments to subcontractors and suppliers have been made from previous payments received under the contract, and timely payments will be made from the proceeds of the payment covered by this certification, in accordance with subcontract agreements and the requirements of Chapter 39 of Title 31, United States Code; and (3) This request for progress payment does not include any amounts which the prime contractor intends to withhold or retain from a subcontractor or supplier in accordance with the terms and conditions of the subcontract. (Signature) (Title) (Date) 12. OTHER INFORMATION OR DOCUMENTATION (FOR GOVERNMENT USE ONLY) required by Contract. Provide two (2) copies of each (check and attach if applicable): Retainage: % Amt: $ Updated Progress Chart/Schedule Withholdings: $ Progress Narrative Certified I'a%rolls (submitted weekly) Reason: Satet% Exposure Report Updated Submittal \register Progress Photos Following items are current: Sutxontractor/Employee Listings As-Builts Yes No O & M Manuals Yes No 1354 Data Yes No Submittal Register Yes No END OF SECTION 01025-3 — END OF SECTION 01025-4 - • '' CONTRACTORACTI• ICATION HER DESCRIPTION OF ITEM : ..: MEN SECTION 01001 MEN OEM NE MENEM 1111011101 MEMO MEN- MEN 0 111MEN �-���0�� MEN MEN ENE MINE ME NONE 1M NINE 10111110111 MEMO MEN MEMO MEN SECTION01061 MEMO ENE MMIIM Environmental Protection Plan MEN 1010101111 Environmental Site Inspections MOONS EN MEN EMG FORM -. MAY.1 01300-A 1 EDMON OF AUG A.6 C63CIL E PAGE_ GP _ PAGES e.O SUBMITTAL REGISTER r �, i A . r. 98038 Lower Cedar River Flood Control - Levees COMIAACTCR SPEC K x:AT10N SEC TIcx1 01310 TYPE Or SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR 1ACTI(JN GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO b SPECIFICATION PARAGRAPH NUMBER C DESCRIPTION Of ITEM SUBMITTED d ¢ a O e z 3 O 1 N I U K rn Z_ g W in o W = U h w 2 W F, 2 H N i. O a w I. W < V ,� i¢ W t7 k w -� a i rn I cr O U W x m r J Z Z f- K O Z n 0 > Q F Z W W Z � W O O 0. cr p SUBMIT q. APPROVAL NEEDED BY r. MATERIAL NEEDED BY s. CODE 1. DATE U. SUBMIT TO GOVERN V. CODE W. DATE x. REMARKS Y. SECTION 01310 1 1 Preliminary Project Schedule x ;1,, If, 1.1 Initial Project Schedule x ✓ -L �1 T �� 1.1 Schedule Updates x fl�r, ✓1�..� G t C, A 1.1 Qualifications x EM0 foe. t—.MAY.1 01300_A2 EDIT Of AUG 06O CLM PA0E_Of_PA0E5 SUBMITTAL REGISTER ,tr ,NnlnCl,[ti 98038 Lower Cedar River Flood Control - Levees COERAACipq SP Ci1CA-SECiI(]N 01400 015D1 0156 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a. ITEM NO b. SPECIFICATION PARAGRAPH .NUMBER C. DESCRIPTION OF ITEM SUBMITTED d. ¢ r a p e. O Z 3 4a p 1 I r- O p Z g. J p o w = h I V w. i j 1 i. ~ O a w J. N a Q r,, u, U k. N a i I. N tt O O Lu a m. > z O t- 0 Z _ n. p > H Z w Z K > U U o. WW cr P. SUBMIT q. APPROVAL NEEDED BY r. MATERIAL NEEDED BY s. CODE 1. DATE u. SUBMIT GOVERN MENT v. CODE w, DATE a. REMARKS Y. SECTION 01 400 32 1 COC Plan x x 3-22e Laboratory Facilities X , SECTION 01501 1.3.3 Temporary Power Connections x X 18 Elevated Work Areas X X 1.9 Traffic Control Plan X X SECTION 01 560 1.2 Work Plan X X r;,j q (. 1.2 Designs X X rOJi l• Cth s E�E."." —.1 01300-A3 R0001 EIX*,O+Of AUtl !0 4 CtU0.FTE PAGE_ OF _ G,AES SUBMITTAL REGISTER IER Io, CONTRACT NUMBER f .1, I nC A 98038 Lower Cedar River Flood Control - Levees CONTRACTOR SPECIFICATION SECTION 01702 TYP� OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a. ITEM NO D. SPECIFICATION PARAGRAPH NUMBER c. DESCRIPTION OF ITEM SUBMITTED d. a 1- < p e- rn z 3 O 1. N z O F- V z zN _ g. n w "� O o w = h. z w u a i. <n r- O a w j. � ¢ U 1i F, K w V k. <n w a i ¢ 1n I. O O O w E m. > z O O �- 0 Z_ n. UU UU a H z w i z w O C9 o. w_ p. SUBMIT q. APPROVAL NEEDED BY r. MATERIAL NEEDED BY s. CODE t, DATE u. SUBMIT TO GOVERN MENT v, CODE w, DATE x. REMARKS y. SECTION 01702 3.1.2 As -Built Field Data X X C 1 ` 5•l` 3.2 As -Built AutoCad Drawings X X rlt, I, A, 6-- .} c, FNG FOR. xIF.. - *1 01300-A4 FOITTON OF AUG 89 IS OESOIETE PAGE_ OF _ PAGES SUBMITTAL REGISTER i[q I}1 101 98038 Lower Cedar River Flood Control - Levees IC —CT- 5KCFICAT"SECT 02050 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a REM NO b SPECIFICATION PARAGRAPH NUMBER C. DESCRIPTION OF REM SUBMITTED d ¢ ¢ ❑ e O z 3 Q4 p 1 p -1 U D [- rn g w � ❑ ❑ w S V h n ~ z w w w F ¢ n O a w m J n a U u w k n w a ¢ N I N p � O O w m > z O z Q 0 2 n ❑ > a ¢ z w � Z O 0 o w 3 _w > LLj tY p SUBMIT q APPROVAL NEEDED BY r MATERIAL NEEDED BY s. CODE t. DATE U. SUBMIT TO GOVERN MENT V. CODE W. DATE X. REMARKS y. SECTION 02050 12 Work Plan x W", + + E1 F[ ASK MAT1' 01300-A5 R0001 EORIOrr C1F AUO EO 6 OPSCI ETE PAGE_ OF _ PAOE1 SUBMITTAL REGISTER ,ER Its 110, •i( rllrc♦ wh 98038 Lower Cedar River Flood Control - Levees CVRTUCiCF! SPECI ICATCN SECTxJN 02275 ;TYPE O SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR iACTIdN GOVERNMENT ACTION TRANS MITTAL NO a REM NO b SPECIFICATION PARAGRAPH NUMBER C. OE SCRIPTION OF ITEM SUBMITTED d. < �. p e Z 3 O I V U I Ln Z g w 0 w _ V N b 1- w w < N i. '- O a w I. w ¢ iJ F � w U k. w a 2 < rn I o O O w m r J Z OZ � Oof Z _ n 0 w 0 K Q F w � Z w 0 O o. w w � o' p SUBMIT Q. APPROVAL NEEDED BY r. MATERIAL NEEDED BY s. CODE 1. DATE u. SUBMIT TO GOVERN MENT v. CODE w. DATE x. REMARKS y. SECTION 02275 1 2 Material Sources x x 1 2 Test Report X X 1 2 Service Records of Stone Materials X X ENO roR AMA. Wy 91 01300-A6 Ex CiF ALA—C99QETE PAGE_ CIF _PAGES SUBMITTAL REGISTER IER ilr-r01 `�� nrlf •MIOf.A1rN 98038 Lower Cedar River Flood Control - Levees c CNRiACT(R SPECW CAT SECTq 02411 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a. ITEM NO b. SPECIFICATION PARAGRAPH NUMBER C. DESCRIPTION OF ITEM SUBMITTED d. a r a o e t7 _z 3 I z p U ¢ z g (n W O W _ y h ^ ~ z Lu M w < n i. En I- � O a W I w l- R LL �- U k. to W � n E ¢ I U) o p U w m. > z0 z Q i 0 z n 0 > a a Q z w Ir O 0 o. Ir _ p SUBMIT q APPROVAL NEEDED BY r. MATERIAL NEEDED BY 5. CODE 1. DATE u, SUBMIT TO GOVERN MENT V. CODE W. DATE X. REMARKS y. SECTION 02411 1,2 Sheet Metal Piling x x 1.2 Pile Driving Equipment X X 1,2 Materials Tests X X 1.2 Dnving X X lN6 FORM ua, YAY SI _ 01300-A7 EOGIGOF AUB a 0lSQf PAGE_OF_PAOFS R0001 mmm���� • M�—CONTRACTOR SCHEDULE DATES •PARAGRAPH M. 1,SUBMITTED NUMBER DESCRIPTION OF ITEM NEEDED BY SECTION 02512 Erav� Wcurn 01300-A8 VEM NovAUG 0coeea M PAGE— O _PAGM SUBMITTAL REGISTER fEA F111 10) `owpcT r. 98038 Lower Cedar River Flood Control - Levees G(M c Ca SFECWCAT SECT 02565 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a. REM NO h SPECIFICATION PARAGRAPH NUMBER C. DESCRIPTION OF ITEM SUBMITTED d. a a o e Z 3 O I z U 0 ZU, — g. 1n 0 p w = h Z w 1 w a F- F if O a w w a LL w U k. w a i I. o O U w 0_ m. r ZO Z O = O 0 Z_ n. 0 0 a a z w Z of J O U o. w_ p. SUBMIT q. APPROVAL NEEDED BY r. MATERIAL NEEDED BY S. CODE 1. DATE U. SUBMIT TO GOVERN MENT v, CODE w. DATE X. REMARKS y. SECTION 02565 12 Certificales of Compliance x x EM FORM AM. MAY 91 01300-A9 Eom OF AVG a 0 ONSMEYE PAGE_ OF _ PAGES SUBMITTAL REGISTER i(R wr3 r- CONTi TWlr r Ir•Y`r (YAlwra 98038 Lower Cedar River Flood Control - Levees CC+rtRACT- SRECFrCAT10N SECTKXI 02580 <TYPE Ok SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a. REM NO b SPECIFICATION PARAGRAPH NUMBER C. DESCRIPTION OF ITEM SUBMITTED d. < a p a i 3 p I. U z o �. j W Z g. inU w p p w U h Z w w - ¢ i i. to ~ 0 O w I N t- Q U ,, �_ w k. to w a u) I to p ( O U X m. > z Z �- U Z n p > of ¢ = w z K t O C7 o. w 3 w to SUBMIT q. APPROVAL NEEDED BY r. MATERIAL NEEDED BY s. CODE I. DATE J. SUBMIT TO GOVERN MENT v, CODE w, DATE x. REMARKS Y. SECTION 02580 12 Data x x 1.2 Equipment Lists X X 1.2 Mixes. Thinning, and Application X X 12 Material Tests X X 1.2 Certificates X X ENO FORMam MAY Et 01300-A10 EDMON OF At10 m 6( OLFTE PAOF_Or_VAOEL SUBMITTAL REGISTER I(5 CIS I.IOi "11 •xilxl•. 98038 Lower Cedar River Flood Control - Levees CONTFACTOq SPECI:1CAl10N SECTION 02720 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO b SPECIFICATION PARAGRAPH NUMBER C. DESCRIPTION Of ITEM SUBMITTED d. a < p e. y Z Q O 1 N 0 F U � y Z_ g w '' p O w U rn h v7 Z w~ 2 w Q F I rn K O W I. ul ~ a LL w U k N w a I. 0 0 O w o' m. r J Z ZZ Q � Ow Z n p > O cL a a ~ Z u Z EC uj O O o. w 3 w p. SUBMIT q. APPROVAL NEEDED BY r. MATERIAL NEEDED BY s. CODE 1. DATE u. SUBMIT TO GOVERN MENT v, CODE w, DATE x. REMARKS y. SECTION 02720 1.2 Tidenex Valves x x ENa FG Mu . MAY n 01300-A11 WMR OF nUo sn Oeaa ETE PAGE_a_PAGES SUBMITTAL REGISTER rrl!.,n1^f..rv.. 98038 Lower Cedar River Flood Control - Levees CO+iiUCT'x1 SPECWCAr1 SECTp 02800 -TYPE 4 SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a. REM NO G SPECIFICATION PARAGRAPH NUMBER C DESCRIPTION OF ITEM SUBMITTED d. a a ❑ e Z 3 ❑ I y LD U ❑ ZN _ g w ❑ ❑ w v h y w w a , O a , 1 N a U LL F , w U k. w a I. Im. O � p U ww > z ZO i ¢ O Z n I ❑ 0 � Q as t.. Z w Z K W O C9 o of w w_ i tt p SUBMIT q. APPROVAL NEEDED BY r. MATERIAL NEEDED BY s. CODE I. DATE u. SUBMIT TO GOVERN MENT v. CODE w. DATE x. REMARKS y. SECTION 02800 1 2 Drawings x x u 1 c.41+1 12 Delivery Schedule x x 1.2 Catalogue and Des,gn Dala x x o��..h ENO {-. U4, MAY 11 01300-A 12 PAGE_ OF _ PAGES EDrt10N OF AUG 80 11 OBS0.ETE SUBMITTAL REGISTER da nir ror 1, IC 98038 Lower Cedar River Flood Control - Levees —CT- SPECfI nT SECTON 02811 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a. REM NO b. SPECIFICATION PARAGRAPH NUMBER C. DESCRIPTION OF ITEM SUBMITTED d. a a p e n O z_ 3 p f ZO U O Z g w p p w O N h ~ w w r- F 'n i. n ~ K O a j. n ¢ 52 " r m U k. n w a i 1. cc O U " m. r Z O p F Z n p 0 Q a ¢ 1 z w 7 O O o. $ w er p. SUBMIT q. APPROVAL NEEDED BY r. MATERIAL NEEDED BY s. CODE t. DATE u. SUBMIT TO GOVERN MENT V. CODE W. DATE X. REMARKS y. SECTION 02811 1.4.1 Design Data x x �aJ o� w/ P, 1.4.2 Manufacturer's Catalog Data x X 1.4.3 Sprinkler System Drawing I X1 I I x 1 AA Manufacturer's Instructions X x 1 .4.5 Backflow Preventers x X 1 .4.6 Field Test Reports X X 1.4.7 0 and M Manuals x X 1.4.8 Spare Parts Data x x ENO FO 12" "A•" 01300-A13 PAOE_O _PAGES R0001 Enmcw (Y AUO 0 E nR5 ('4 RE A j, y ' Z� SUBMITTAL REGISTER EP of i „.� „�,..,, 98038 Lower Cedar River Flood Control - Levees CORnACTCH sPECIF�CAnp1 SECTtOn 02846 iYPE Olt, SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO h SPECIFICATION PARAGRAPH NUMBER C DESCRIPTION OF ITEM SUBMITTED d. a a o e Z 3 Qq o I � c� ] � z — g w' p = h N w i a N �- O w I N a u w u k w a I. In o O w m J Z 0 z F o , Z_ n 0 O ¢ ~ Z z � t 0 o w w p SUBMIT Q APPROVAL NEEDED BY r. MATERIAL NEEDED BY s. CODE 1. DATE u. SUBMR TO GOVERN v. CODE w. DATE x. REMARKS y. SECTION 02846 1,2 CeNficales o1 Compliance x x 1p FORT .-1.l 01300-A14 EDr OF quam nO OIE?E POE_ OF _PAGES SUBMITTAL REGISTER (fR NISI 10( COW—TwcEn "'1! 'CIr'CIT�I 98038 Lower Cedar River Flood Control - Levees IC -IT- SPECKICAT SECT 02935 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO b. SPECIFICATION PARAGRAPH NUMBER C. DESCRIPTION OF ITEM SUBMITTED d. a t a o e. N O z 3 Qq o 1, p u � z g. w 0 w _ h N Z Z w u w ¢ rn �- a O o. w tt u, Q LL Crw k. O w a 2 ¢ In I 0 cc O O w m T O Z O P 0 z_ n 0 > O a a Z w z Z 1:c j O C7 o w_ P SUBMIT q- APPROVAL NEEDED BY r. MATERIAL NEEDED BY s. CODE 1. DATE u, SUBMIT TO GOVERN MENT V. CODE w. DATE x. REMARKS y. SECTION 02935 1.2 Egwpment Lisl x x 1.2 Delivery Schedule X X 12 Maintenance Report X X 1.2 Turf Establishment Penod X X 1.2 Certificates of Compliance X X —E0".m,—Er 01300-A15 E[xrl —Au 0n M"M PME_or_"OES SUBMITTAL REGISTER i! Al.r.. r. 98038 Lower Cedar River Flood Control - Levees �OHiMC�CQ SFECKICAi1CYySEC- 02950 I TYPE Cj SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a. ITEM NO b. SPECIFICATION PARAGRAPH NUMBER C. DESCRIPTION OF ITEM SUBMITTED d, a r- < o e. z 3 p f. ZO �- U N Z g. w j o w = V N h. N = w i w a H I. O o w oc j. N ~ U LL 1 w U k. a i < N I. cr O U w c m. r z OZ O P 4� 0 Z n. 0 > ¢ ~ Z Zof K W O c) o. w w_ > LLj pI SUBMIT q, APPROVAL NEEDED BY r. MATERIAL NEEDED BY s. CODE 1. DATE U. SUBMIT TO GOVERN MENT V. CODE W. DATE X. REMARKS Y, SECTION 02950 1 3 Delivery Schedule x x 1.3 Sad Test X I X 1.3 topsoil X I X R 1.3 Soil Amendments X I X 1.3 . Plants X X 1.3 Plant Establishment Period X X 1.3 Maintenance Report X X 1 .3 Maintenance Instructions X X — — ASY. —.1 01300-A 16 PAOE_ OE _ PAOFS EDfT�OH OE AUO ®6 C95QETE SUBMITTAL REGISTER i•il nr(, r, .'.�In na 98038 Lower Cedar River Flood Control - Levees C.Orfr*UCTO SKCKrCAl SECT 03250 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MI OAL a ITEM REM NO o SPECIFICATION PARAGRAPH NUMBE C DESCRIPTION OF ITEM SUBMITTED d a F a o e Z 3 O 1 N O f- U F Z _ g w O O w _ N h Z w W, w r < N i (X O a w I 2 Q F`— W U k rn W -' a i I rn O O U w m > J Z ZZ O �- , Z_ n 0 W O a w Z rr W O r� o _ p SUBMIT Q APPROVAL NEEDED BY r. MATERIAL NEEDED BY 5. CODE t. DATE U. SUBMIT TO GOVERN MENT v. CODE W. DATE x. REMARKS y. SECTION 03250 12 Preformed Expansion Joint Filler X X X „ (* 1.2 Sealant X X X 1.2 Waterstops X X X X 1.2 Preformed Expansion Joint Filler X X 12 Sealant X X 1.2 Waterstops X X 1.2 Preformed Compression Seals and Lubricants X X 1.2 Field -Molded Sealant and Primer X X L2 Non-metallic Waterstops and Splices X X ENO FONM 4M. MAY fl 01300-A 17 EDA OF AM W 6 OBSOLETE PAGE_ OF _ PAOE3 SUBMITTAL REGISTER rAns r roi •,. r .vi rr•r.., 98038 Lower Cedar River Flood Control - Levees camucrca svFCKrc•na+sEcna. 03301 TYPE 01� SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTIC)N GOVERNMENT ACTION TRANS MITTAL NO a. ITEM NO D SPECIFICATION PARAGRAPH NUMBER c. DESCRIPTION OF ITEM SUBMITTED d. a p a O Z p I. N p U p ZN — g w p p w _ h Z Z, w r < N r (n O a w I. n a cy IY w U k. h J a Q I N 0 O O w m. r z O Z O 1= O , Z_ n, p 0 � a ¢ r Z w g Z x W 0 0 o. W w 3 w p. SUBMIT q APPROVAL NEEDED BY r. MATERIAL NEEDED BY S. CODE 1. DATE U. SUBMIT TO GOVERN MENT V. CODE W. DATE x. REMARKS Y. SECTION 03301 1,2 Cementitrous Materials X X E» r—.r... —1.1 01300-A18 EDM—or AUG Mao aE PAGE or_P.Gea SUBMITTAL REGISTER CX MCthl IP '•n1 •rli trAw 98038 Lower Cedar River Flood Control - Levees CONTPACTUV SPEC,nCATxJ1. SEC'" 050 55 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a. ITEM NO D. SPECIFICATION PARAGRAPH NUMBER C. DESCRIPTION OF ITEM SUBMITTED d < r o e. cN7 z C) I z O 1— Q tt O Z_ g U) w p = O n h rn z w 2 a F- L ¢ p w I. w a LL w U k. w J a < rn I N 0 p p w w m. J O z Q r- 0 Z n w Q a as z z z O C7 o. w 3 w P. SUBMIT Q APPROVAL NEEDED BY r. MATERIAL NEEDED BY s. CODE t. DATE u. SUBMIT TO GOVERN v. CODE w. DATE x. REMARKS y. SECTION 05055 14 Welding Procedure Qualifications x X 1.4 Welder. Welding Operator. and x x Tacker Qualification 1.4 Inspector Qualification x x 1.4 Quality Control x x l EI.G,G.AM. —1 Et 01300-A19 ffx— OE AIAI m b OSSQETE PAGE_OE_PAOES SUBMITTAL REGISTER .A 98038 Lower Cedar River Flood Control - Levees C-ACTOR sPEC FICATON SE ClgN 05101 TYPE Or SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MIT NO a ITEM NO b SPECIFICATION PARAGRAPH NUMBER C. DESCRIPTION OF ITEM SUBMITTED d. Q a p a z 3 O I. N 0 r O Z _ g w p w U N h u) z w w ¢ i. rn �' 0 a I I u ¢ U E Er w U k w a < I. p 0 U m > z z 0 ¢ Cie O LL Z n. p 00 of < Z w Z c� O C� o. w 3 w � 0 SUBMIT Q APPROVAL NEEDED BY r_ MATERIAL NEEDED BY s. CODE 1. DATE u. SUBMIT TO GOVERN MENT v. CODE w, DATE x. REMARKS y. SECTION 05101 1.3 Matenals Orders x x 1,3 Matenals List x x J41 1.3 Shipping Bdl x x 1.3 Tests, Inspeclions and x x n 1, t.. (,{ ,_ 61, Verifications 1.3 Matenals Disposition Records x Era Fortes Am, —y$t 01300-A20 EDr— OF AW EO B 0e50LETE PAGE_ or_PAars SUBMITTAL REGISTER cA.so� SPECix:A- SECTION "'tl .M�Arvw 98038 Lower Cedar River Flood Control - Levees i crxraAcrw 05120 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO b SPECIFICATION PARAGRAPH NUMBER c DESCRIPTION OF ITEM SUBMITTED d. a a o e. z 3 I z O U x v) Z g. vt w O z U h z 'L i w a V w O W K 1. w a U LL w U k in a a v) I o O w§ X m. > O z � U- Z — n. 0 > a < z Z cc w O 0 o, tr w 3 w_ p SUBMIT q- APPROVAL NEEDED BY r. MATERIAL NEEDED BY s. CODE 1. DATE u, SUBMIT TO GOVERN MENT v. CODE w. DATE x. REMARKS Y. SECTION 05120 1 3 1 3 Structural Steel System Structural Connections x x x X rD ✓t 1.3 Erection X X 1.3 Mill Test Reports x x 1.3 Welder Qualifications x X 1 3 Fabncation X X 1 3 High Strength Bolls and Nuts I X X 1.3 Carbon Steel Bolls and Nuts X X 1 3 Nuts. Dimensional Style X X 1 3 Washers X X ENO 1ORN— W1.1 01300-A21 EOmON OF AUCI®6 OBSOLETE FACIE_O%_FACIE! SUBMITTAL REGISTER c� �n [ .rn i x• [ Kw 98038 Lower Cedar River Flood Control - Levees cvrtwclon sPEcricwnan sECTror+ 05502 TYPE OF SUBMITTAL CLASSI FICATION CONTRACTOR SCHEDULE DATES CONTRACTOR ACTION GOVERNMENT ACTION TRANS MITTAL NO a ITEM NO D. SPECIFICATION PARAGRAPH NUMBER C. DESCRIPTION OF ITEM SUBMITTED d. - a a p e. N U ? p I N O U N Z g w O 0 w 2 U N In Ln - w Lu w a r N i. [n C" O a w¢ � 1. In w a U LL w U k. [n w a 1n I. C, 0 U w tY M. > z O Z0 �- ( O Z n. 0 > x a a z E Z K Lu O 0 o. � w 3 w K p. SUBMIT q. APPROVAL NEEDED BY r. MATERIAL NEEDED BY s. CODE 1. DATE U. SUBMIT TO GOVERN MENT v. CODE w. DATE X. REMARKS y. SECTION 055502 1,3 Miscellaneous Metals and x x x Standard Metal Articles 13 Deck Units X x x 1.3 Attachments x X I El Fo" ITN, MAY 91 01300-A22 ED r OF AUO Mf 15 OBSOLETE PAOe_ OF _ PAGES 98038/LD/ar 094283 SECTION 01400 CONTRACTOR QUALITY CONTROL PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D 3740 (1994) Evaluation of Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction ASTM E 329 (1993) Use in the Evaluation of Testing and Inspection Agencies as Used in Construction 1.2 PAYMENT Separate payment will not be made for providing and maintaining an effective Quality Control program, and all costs associated therewith shall be included in the applicable unit prices or lump -sum prices contained in the Bidding Schedule. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION 3.1 GENERAL' Tile Contractor is responsible for quality control and shall establish and maintain an effective quality control system in compliance with the Clause entitled "Inspection of Construction", in SECTION 00700 of this document. The quality control system shall consist of plans, procedures, and organization necessary to produce an end product %%hick complies with the contract requirements. The system shall coverall construction operations, both on -site and off -site, and shall be keyed to the proposed construction sequence. 3.2 QUALITY CONTROL PLAN 3.2.1 General The Contractor shall furnish for review by the Government, not later than 30 days after receipt of notice to proceed, the Contractor Quality Control (CQC) Plan proposed to implement the requirements of the Contract Clause entitled "Inspection of Construction." The plan shall identify personnel, procedures, DACW 67-99-B-0017 01400-1 — 9803 8/LD/ar 094283 control, instructions, test, records, and forms to be used. The Government will consider an interim plan for the first 30 days of operation. Construction will be permitted to begin only after acceptance of the CQC Plan or acceptance of an interim plan applicable to the particular feature of work to be started. Work outside of the features of work included in an accepted interim plan will not be permitted to begin until acceptance of a CQC Plan or another interim plan containing the additional features of work to be started. 3.2.2 Content of the CQC Plan The CQC plan shall include, as.a minimum, the following to cover all construction operations, both on -site and off -site, including work by subcontractors, fabricators, suppliers and purchasing agents: a. A description of the quality control organization, including a chart showing lines of authority and acknowledgment that the CQC staff shall implement the -three phase control system for all aspects of the work specified. The staff shall include a CQC system manager who shall report to the project manager or someone higher in the Contractor's organization. Project manager in this context shall mean the individual with responsibility for the overall management of the project including quality, and production. b. The name, qualifications (in resume format), duties, responsibilities, and authorities of each person assigned a QC function. c. A copy of the letter to the CQC System Manager signed by an authorized official of the firm which describes the responsibilities -and delegates sufficient authorities to adequately perform the functions of the CQC System Manager including authority to stop work which is not in compliance with the contract. The CQC System Manager shall issue letters of direction to all other various quality control representatives outlining duties, authorities and responsibilities. Copies of these letters will also be furnished to the Government. d. Procedures for scheduling, reviewing, certifying, and managing submittals, including those of subcontractors, off -site fabricators. suppliers and purchasing agents. These procedures shall be in accordance with Section 01300 SUBMITTAL PROCEDURES. e. Control, verification and acceptance testing procedures for each specific test to include the test name, specification paragraph requiring test, feature of work to be tested, test frequency, and person responsible for each test. (Laboratory facilities will be approved by the Contracting Officer.) f. Procedures for tracking preparaton', initial, and follow-up control phases and control, verification, and acceptance tests including documentation. g. Procedures for tracking construction deficiencies from identification through acceptable corrective action. These procedures will establish verification that identified deficiencies have been corrected. 11. Reporting procedures, including proposed reporting formats. This shall include a copy of the Daily CQC report form. - . A list of the definable features of work. A definable feature of work is a task which is separate and distinct from other tasks and has separate control requirements. It could be identified by different trades or disciplines. or it could be work by the same trade in a different environment. Although each section of the specifications may generally be considered as a definable feature of work, there are frequently more than DAC W 67-99-B-0017 01400-2 — 98038/LD/ar 094283 one definable feature under a particular section. This list will be agreed upon during the coordination meeting. 3.2.3 Acceptance of Plan Acceptance of the Contractor's plan is required prior to the start of construction. Acceptance is conditional and will be predicated on satisfactory performance during the construction. The Government- reserves the right to require the Contractor to make changes in his CQC plan and operations including removal of personnel, as necessary, to obtain the quality specified. 3.2.4 Notification of Changes After acceptance of the QC plan, the Contractor shall notify the Contracting Officer in writing a minimum of seven calendar days prior to any proposed change. Proposed changes are subject to acceptance by the Contracting Officer. 3.3 COORDINATION MEETING After the Preconstruction Conference, before start of construction, and prior to acceptance by the Government of the Quality Control Plan, the Contractor shall meet with the Contracting Officer or Authorized Representative and discuss the Contractor's quality control system. During the meeting, a mutual understanding of the system details shall be developed, including the forms for recording the CQC operations, control activities, testing, administration of the system for both on -site and off -site work, and the interrelationship of Contractor's Management and control with the Government's Quality Assurance. Minutes of the meeting shall be prepared by the Government and signed by both the Contractor and the Contracting Officer. The minutes shall become a part of the contract file. There may be occasions when subsequent conferences will be called by either party to reconfirm mutual understandings and/or address deficiencies in the CQC system or procedures which may require corrective action by the Contractor. 3.4 QUALITY CONTROL ORGANIZATION 3.4.1 CQC System Manager The Contractor shall identify an individual within his organization at the site of the work who shall be responsible for overall management of CQC and have the authority to act in all CQC matters for the Contractor. Tills CQC System Manager shall be on the site at all times during construction and will be employed by the Contractor, except as noted in the following. An alternate for the CQC System Manager \% ill be identified in the plan to serve in the event of the system manager's absence. Period of absence may not exceed 2 weeks at any one time. The requirements for the alternate will be the same as for the desiunated CQC manager. 3.4.2 CQC Organizational Staffing The Contractor shall provide a CQC staff which shall be at the site of work at all times during progress„ action necessary to ensure compliance with the contract. itlt complete authority to take an} DACW67-99-B-0017 01400-3 — 98038/LD/ar 094283 3.4.2.1 CQC Staff Following are the minimum requirements for the CQC staff. These minimum requirements will not necessarily assure an adequate staff to meet the CQC requirements at all times during construction. The actual strength of the CQC staff may vary during any specific work period to cover the needs of the work period. When necessary for a proper CQC organization, the Contractor will add additional staff at no cost to the Government. This listing of minimum staff in no way relieves the Contractor of meeting the basic requirements of quality construction in accordance with contract requirements. All CQC staff members shall be subject to acceptance by the Contracting Officer. 3.4.2.2 CQC System Manager The CQC system manager shall be an experienced construction person with a minimum of 5 years experience in related work. The CQC system manager shall be assigned no other duties. In addition to the above experience and education requirements the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" prior to start of field work. This one day course is periodically offered in Spokane, Boise, Portland, and Seattle. For further information contact the Construction Division Office in your area. 3.4.2.3 Supplemental Personnel A staff shall be maintained under the direction of the CQC system manager to perform all QC activities. The staff must be of sufficient size to ensure adequate QC coverage of all work phases, work shifts, and work crews involved in the construction. These personnel may perform other duties, but must be fully qualified by experience and technical training to perform their assigned QC responsibilities and must be allowed sufficient time to carry out these responsibilities. The QC plan will clearly state the duties and responsibilities of each staff member. 3.4.3 Organizational Changes The Contractor shall obtain Contracting Officer's acceptance before replacing any member of the CQC staff. Requests shall include the names, qualifications, duties, and responsibilities of each proposed replacement. 3.5 SUBh11TTALS Submittals shall be as specified in Section 01300 SUBMITTAL PROCEDURES. The CQC organization shall be responsible for certifying that all submittals are in compliance with the contract requirements. The Government %gill furnish copies of test report forms (See Table 2) upon request by the Contractor. The Contractor may use other forms as approved. 3.6 CONTROL Contractor Quality Control is the means by which the Contractor ensures that the construction, to include that of subcontractors and suppliers, complies with the requirements of the contract. The controls shall be adequate to cover all construction operations, including both on -site and off -site fabrication, and will be keyed to the proposed construction sequence. The controls shall include at least three phases of control to be conducted by the CQC system manager for all definable features of work, as follows: DAC W 67-99-B-0017 01400-4 — 93038/LD/ar 094283 3.6.1 Preparatory Phase This phase shall be performed prior to beginning work on each definable feature of work and shall include: a. A review of each paragraph of applicable specifications. b. A review of the contract plans. c. A check to assure that all materials and/or equipment have been tested, submitted, and approved. d. A check to assure that provisions have been made to provide required control inspection and testing. e. Examination of the work area to assure that all required preliminary work has been completed and is in compliance with the contract. f. A physical examination of required materials, equipment, and sample work to assure that they are on hand, conform to approved shop drawing or submitted data, and are properly stored. g. A review of the appropriate activity hazard analysis to assure safety requirements are met. h. Discussion of procedures for constructing the work including repetitive deficiencies. Document construction tolerances and workmanship standards for that phase of work. i. A check to ensure that the portion of the plan for the work to be performed has been accepted by the Contracting Officer. J. The Government shall be notified at least 48 hours in advance of beginning any of the required action of the preparatory phase. This phase shall include a meeting conducted by the CQC system manager and attended by the superintendent. other CQC personnel (as applicable), and the foreman responsible for the definable feature. The results of the preparatory phase actions shall be documented by separate minutes prepared by the CQC system manager and attached to the daily QC report. The Contractor shall instruct applicable workers as to the acceptable level of workmanship required in order to meet contract specifications. 3.6.2 Initial Phase This phase shall be accomplished at the beginning of a definable feature of work. The following shall be accomplished: a. A check of preliminary work to ensure that it is in compliance with contract requirements. Review minutes of the preparatory meeting. b. Verification of full contract compliance. Verify required control inspection and testing. c. Establish level of workmanship and verify that it meets minimum acceptable workmanship standards. Compare \pith sample panels is appropriate. d. Resolve all differences. DAC W67-99-B-0017 01400-5 — 98038/LD/ar 094283 e. Check safety to include compliance with and upgrading of the safety plan and activity hazard analysis. Review the activity analysis with each worker. f. The Government shall be notified at least 48 hours in advance of beginning the initial phase. Separate minutes of this phase shall be prepared by the CQC system manager and attached to the daily QC report. Exact location of initial phase shall be indicated for future reference and comparison with follow-up phases. g. The initial phase should be repeated for each new crew to work on -site, or any time acceptable specified quality standards are not being met. 3.6.3 Follow-up Phase Daily checks shall be performed to assure continuing compliance with contract requirements, including control testing, until completion of the particular feature of work. The checks shall be made a matter of record -in the CQC documentation and shall document specific results of inspections for all features of work for the day or shift. Final follow-up checks shall be conducted and all deficiencies corrected prior to the start of additional features of work which may be affected by the deficient work. The Contractor shall not build upon or conceal non -conforming work. 3.6.4 Additional Preparatory and Initial Phases Additional preparatory and initial phases may be conducted on the same definable features of work as determined by the Government if the quality of on -going work is unacceptable; or if there are changes in the applicable QC staff or in the on -site production supervision or work crew; or if work on a definable feature is resumed after a substantial period of inactivity, or if other problems develop. 3.7 TESTS 3.7.1 Testing Procedure The Contractor shall perform tests specified or required to verify that control measures are adequate to provide a product which conforms to contract requirements, see Table 1-Minimum Testing. Testing includes operation and/or acceptance tests when specified.. The Contractor shall procure the services of a Corps of Engineers approved testing laboratory. Approval of testing laboratories shall be by the Corps of Engineers Materials Testing Center. Waterways Experiment Station, 3909 Hall Ferry Road, Vicksburg, N1S 39180-6199. A list of tests to be performed shall be furnished as a part of the CQC plan. The list shall give the test name, frequency, specification paragraph containing the test requirements, the personnel and laboratory responsible for each type of test, and an estimate of the number of tests required. The Contractor shall perform the following activities and record and provide the following data: a. Verify that testing procedures comply with contract requirements. b. Verif\ that facilities and testing equipment are available and comply with testing standards. c. Check test instrument calibration data against certified standards. DAC W67-99-13-0017 01400-6 — 98038/LD/ar 094283 d. Verify that recording forms and test identification control number system, including all of the test documentation requirements, have been prepared. e. Results of all tests taken, both passing and failing tests, will be recorded on the Quality Control report for the date taken. Specification paragraph reference,. location where tests were taken, and the sequential control number identifying the test will be given. Actual test reports may be submitted later, if approved by the Contracting Officer, with a reference to the test number and date taken. An information copy of tests performed by an off -site or commercial test facility will be provided directly to the Contracting Officer. Failure to submit timely test reports, as stated, may result in nonpayment for related work performed and disapproval of the test facility for this contract. Test results shall be signed by an Engineer Registered in the state where the tests are performed. 3.7.2 Testing Laboratories 3.7.2.1 Capability Check The Government reserves the right to check laboratory equipment in the proposed laboratory for compliance with the standards set forth in the contract specifications and to check the laboratory technician's testing procedures and techniques. Costs of testing the Contractor Laboratory facilities for Government acceptance shall be bome by the Contractor. Laboratory facilities, including personnel and equipment, utilized for testing soils, concrete, asphalt and steel shall meet criteria detailed in ASTM D 3740 and ASTM E 329, and be accredited by the American Association of Laboratory Accreditation (AALA), National Institute of Standards and Technology (MIST), National Voluntary Laboratory Accreditation Program (NVLAP), the American Association of State Highway and Transportation Officials (AASHTO), or other approved national accreditation authority. All personnel performing concrete testing shall be certified by the American Concrete Institute (ACI). The contractor shall submit documentation showing the AALA, or other approved testing facility, certification, personnel ACI certifications, and the name and work experience of the Registered Professional Engineer on the staff. 3.7 2.2 Capability Recheck - If the selected laboratory fails the capability check, the Contractor will be assessed a charge of $500.00 plus travel costs to reimburse the Government for each succeeding recheck of the laboratory or the checking of a subsequently selected laboratory. Such costs will be deducted from the contract amount due the Contractor. 3.7.3 On -Site Laboratory The Government reserves the right to utilize the Contractor's control testing laboratory and equipment to make assurance tests and to check the Contractor's testing procedures, techniques, and test results at no additional cost to the Government. 3.7.4 Furnishing or Transportation of Samples for Testing Costs incidental to the transportation of samples or materials will be borne by the Contractor. Samples of materials for test verification and acceptance testing by the Government shall be delivered to the Corps of Encineers Division Laboratory, f.o.b., at the following address: DAC W 67-99-B-0017 01400-7 — 98038/LD/ar 094283 U.S. Army Corps of Engineers Materials Testing Center Waterways Experiment Station 3909 Hall Ferry Road Vicksburg, MS 39180-6199 Phone: (610) 634-3974 ATTN: Project , Contract Number Coordination for each specific test, exact delivery location and dates will be made through the Area Office. If samples are scheduled to arrive at the laboratory on a weekend (after 1700 Friday through Sunday) notify the laboratory at least 24 hours in advance at (601) 634-3974 to arrange for delivery. 3.8 COMPLETION INSPECTION At the completion of all work or any increment thereof established by a completion time stated in the Special Clause entitled "Commencement, Prosecution, and Completion of Work," or stated elsewhere in the specifications, the CQC system manager shall conduct an inspection of the work and develop a "punch list" of items which do not conform to the approved plans and specifications. Such a list of deficiencies shall be included in the CQC documentation, as required by paragraph DOCUMENTATION below, and shall include the estimated date by which the deficiencies will be corrected. The CQC system manager or staff shall make a second inspection to ascertain that all deficiencies have been corrected and so notify the Government. These inspections and any deficiency corrections required by this paragraph will be accomplished within the time stated for completion of the entire work or any particular increment thereof if the project is divided into increments by separate completion dates. 3.9 DOCUMENTATION The Contractor shall maintain current records of quality control operations, activities, and tests performed, including the work of subcontractors and suppliers. These records shall be on an acceptable form and shall be a complete description of inspections, the results of inspections, daily activities, tests, and other items, including but not limited to the following: a. Contractor/subcontractor and their area of responsibility. b. Operating plant/equipment with hours worked, idle, or down for repair. c. Work performed today, giving location, description, and by whom. When Network Analysis (NAS) i, used. identify each phase of work performed each day by NAS activity number. d. Test and/or control activities performed with results and references to specifications/plan requirements. The control phase should be identified (Preparatory, Initial, Follow-up). List deficiencies noted along with corrective action. e. Material received with statement as to its acceptability and storage. f. Identifv submittals reviewed, with contract reference, by whom, and action taken. DAC W67-99-13-0017 01400-8 — 98038/LD/ar 094283 g. Off -site surveillance activities, including actions taken. h. Job safety evaluations stating what was checked, results, and instructions or corrective actions. i. List instructions given/received and conflicts in plans and/or specifications. j. Contractor's verification statement. k. These records shall indicate a description of trades working on the project; the number of personnel working; weather conditions encountered; and any delays encountered. These records shall cover both conforming and deficient features and shall include a statement that equipment and materials incorporated in the work and workmanship comply with the contract. The original and one copy of these records in report form shall be furnished to the Government daily within 24 hours after the date(s) covered by the report, except that reports need not be submitted for days on which no work is performed. As a minimum, one report shall be prepared and submitted for every seven days of no work and on the last day of a no work period. All calendar days shall be accounted for throughout the life of the contract. The first report following a day of no work shall be for that day only. Reports shall be signed and dated by the CQC system manager. The report from the CQC system manager shall include copies of test reports and copies of reports prepared by all subordinate quality control personnel. 3.10 SAMPLE FORMS Sample Contractor Quality Control Report forms are enclosed at the end of this section. 3.11 NOTIFICATION OF NONCOMPLIANCE The Contracting Officer will notify the Contractor of any detected noncompliance with the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Such notice, when delivered to the Contractor at the site of the work, shall be deemed sufficient for the purpose of notification. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to such stop orders shall be made the subject of claim for extension of time or for excess costs or damages by the Contractor. 3.12 IMPLEMENTATION OF GOVERNMENT RESIDENT MANAGEMENT SYSTEM FOR CONTRACTOR QUALITY CONTROL OF CONTRACT The Contractor shall utilize a Government furnished Contracting Quality Control (CQC) Programming Module (a computerized executable file which is DOS based and operates on a minimum 80386 IBM compatible computer). The Module includes a Daily CQC Reporting System form which must also be used. This form may be in addition to other Contractor desired reporting forms. However, all other such reporting forms shall be consolidated into this one Government specified Daily CQC Report Form. The Contractor will also be required to complete Government -Furnished Module elements which include, but are not limited to, Prime Contractor staffing; letter codes; planned cumulative progress earnings; subcontractor information showing trade, name, address, point -of -contact, and insurance expiration dates; definable features of work; pay activity and activity information; required Quality Control tests tied to individual activities; planned User Schooling tied to specific specification paragraphs and Contractor activhies: Installed Property Listing, Transfer Property Listing and submittal information relating to specification section, description, activity number, review period and expected procurement period. The UAC W 67-99-B-0017 01400-9 98038/LD/ar 094283 sum of all activity values shall equal the contract amount, and all Bid Items, Options and Additives shall be separately identified, in accordance with the "Bidding Schedule". Bid Items may include multiple Activities, but Activities may only be assigned to one such Bid Item. This Module shall be completed to the satisfaction of the Contracting Officer prior to any contract payment (except for Bonds, Insurance and/or Mobilization, as approved by the Contracting Officer), and shall be updated as required. 3.12.1 During the course of the contract, the Contractor will receive various Quality Assurance comments from the Government that will reflect corrections needed to Contractor activities or reflect outstanding or future items needing the attention of the Contractor. The Contractor shall acknowledge receipt of these comments by specific number reference on his Daily CQC Report, and shall also reflect on his Daily CQC Report when these items are specifically completed or corrected to permit Government verification. 3.12.2 The Contractor's schedule system shall include,,as specific and separate activities, all Preparatory Phase Meetings (inspections); all O&M Manuals; and all Test Plans of Electricat and Mechanical Equipment or Systems that require validation testing or instructions to Government representatives. DACW67-99-B-0017 01400-10 — 98038/LD/ar 094283 Materials TABLE 1 MINIMUM SAMPLING AND TESTING FREQUENCY Test Minimum Sampling and Testing Frequency Fills Embankments Backfills SubbMde Subbase and Base Course Material Fill and Embankment Field DensityLUZ Two tests per lift for each increment or fraction of 2,000 square yards and any time material type changes. Lab Density3l One test initially per each type of materials or blended material and any time material type changes, and one every 10 field density tests. GradationP One test every 1,000 2-00 cubic yards of fill for each type of materials or blended material and any time material type changes. Subgrade Field Density2/12/ One test per each increment or fraction of 100 square yards. Lab Density3/ One test every 10 field density tests. Backfill for Trenches, and Field Density2/12/ Walls, Pavements, and Other Structures Trenches: One test per lift for each increment or fraction of 500 lineal feet for backfill. Under pavements, one test every lift and at every crossing. Wall, Including Footings: One test per lift for each increment or fraction of 200 lineal feet of backfill. Areas enclosed by grade beams, compacted with power driven hand operated compactors: One test per lift for each increment or fraction of 46 square. meters. DACW67-99-B-0017 01400-11 — R0001 9803 8/LD/ar 094283 Materials Backfill for Trenches, and Walls, Pavements, and Other Structures TABLE 1 (con.) Test Minimum Sampling and Testing Frequency Pavements: Two tests per lift for each increment or fraction of 2,000 square feet. Other Structures: One test per lift for each increment or fraction of 61 lineal meters of backfill. Lab Density3l One test initially per each type of material or blended material and one every 10 field density tests. GradationE One test per each type of material or blended material and one every 10 field density tests. Base Gradation 1 l(including .02 mm 1 sample for every 4,000 square yards. particles size limits. In -Place Density/ 12/ 1 sample every 2,000 square yards. Moisture -Density 1 initially and every 20 density tests. Relationship=/ Asphaltic Concrete and Pavements (Non airfield) Asphaltic concrete Marshall method Test I testper day minimum and 1 per 1,000 tons thereafter. Specific Gravity 1 per each Marshall Test. Extraction I test for each Marshall Method. Gradations/ 1 per each extraction test. Fracture faces/ 1 per each extraction test. Cored or sa%�ed specimens Perform complete test Take 1 set of 3 cored sawed specimens (thickness, in -place density and for each 1,000 square yards or fraction bulk specific gravity) on each thereof. One specimen shall be taken cored or sawed sample.l �/ from longitudinal joint or from transverse joint. DACW67-99-13-0017 01400-12 — 98038/LD/ar Materials Test TABLE 1 (con.) Minimum Sampling and Testing Frequency Portland Cement Concrete 094283 Coarse and Fine Moisture, specific gravity and 1 initially. Aggregate-7/absorption-8/ Gradation and fineness modules 1 every 250 cubic yards of concrete. Moisture, specific gravity and (same as coarse aggregate). absorption — Concrete Slump Conduct test every day of placement and for every 25 cubic yards and more frequently if batching appears inconsistent. Conduct with strength tests. Entrained Air Conduct with slump test. Concrete I' ibrators Ambient and concrete Conduct with slump tests. temperatures Unit weight, yield, and water Conduct with strength tests. Check unit cement ratio weight and adjust aggregate weights to insure proper yield. Flexural strength and evaluation When specified for slabs on grade or for concrete pavements, take one set of 6 beams every 100 cubic yards of concrete with a minimum of 1 set per day. Two beams shall be tested at 7 days, two at 28 days, and two at 90 days. Compressive strength Frequency and amplitude One set of 3 cylinders per day and every 100 cubic yards for each class of structural concrete. Test one cylinder at 7 days and two at 28 days. Additional field cure cylinders shall be made when insitu strengths are required to be known. Check frequency and amplitude initially and any time vibration is questionable. DAC W67-99-B-0017 01400-13 98038/LD/ar 094283 TABLE 1 NOTES: 1 / All acceptance tests shall be conducted from in -place samples. 2/ Additional tests shall be conducted when variations occur due to the contractors operations, weather conditions, site conditions, etc. 3/ Classification (ASTM D-2487), moisture contents, Atterberg limits and specific gravity tests shall be conducted for each compaction test if applicable. 4/ Materials to be submitted only upon request by the Contracting Officer. 5/ Tests can substitute for same tests required under "Aggregates" (from bins or source), although gradations will be required when blending aggregates. 6/ Increase quantities by 50 percent for Paving mixes and by 100 percent for Government testing of admixtures. Include standard deviation for similar mixes from the intended batch plant and data from a minimum of 30 tests, if available. Refer to ACI 214. 7/ A petrographic report for aggregate is required with the sample for source approval. If the total amount of all types of concrete is less than 200 cubic meters service records from three separate structures in similar environments which used the aggregates may substitute for the petrographic report. 8/ Aggregate moisture tests are to be conducted in conjunction with concrete strength tests for w/c calculations. 9/ Through I 1 / Not used. 12/ The nuclear densometer, if properly calibrated, may be used but only in addition to the required testing frequency and procedures using sandcones. The densometer shall be calibrated and is recommended for use when the time for complete results becomes critical. DACW67-99-13-0017 01400-14 — 98038/LD/ar 094283 TABLE 2 STANDARD REPORT FORMS AND USE Form Number Form Title Form Use NPD 300 Transmittal of Material Samples Form to accompany any samples sent to NPD Laboratory NPD 326 Compaction Test Data Sheet Soil compaction tests. DD 1206 Sieve Analysis Data Sieve analysis data sheet for soils. NPD 320 Mechanical Analysis Test Data Sieve analysis data sheet and hydrometer data sheet for soils. ENG 2087 Gradation Curves Gradation graph for soils and aggregates. (To include specification limits). DD 1205 Soil Moisture Content Moisture content sheet for soils and/or aggregates. NPD 322 Specific Gravity and Absorption Test Specific gravity and absorption test for soil Data Sheet and aggregates. DD 1209 Atterberg Limits Determinations Test and graph for Atterburg limits tests. DD 1217 Bituminous Mix Design -Aggregate Aggregate blending sheet for asphaltic Blending concrete. NPD 346 Asphaltic Concrete Mix Design Asphaltic mix design and aggregate Report grinding. DD 1218 Marshall Method - Computation of Marshall Test form. Properties of Asphalt Mixtures NPD 88 Screen Analysis of Concrete Gradation test form for aggregates (self Aggregates carboning). NPD 357 Mortar Strength of Fine Aggregate Flexural and compressive strength test form Data Sheet for mortar. NPD 355 Data Sheet - Compressive and Compressive and/or flexural strength testing Flexural Strengths of Concrete (include averages per specification). NPD 359 Report of Concrete Mixture Design Mix design sheet for Contractor mix submittal. UACW67-99-B-0017 01400-15 98038/LD/ar 094283 Form Number NPS 57 TABLE 2 (con.) Form Title Statistical Evaluation of Concrete Compression Tests Form Use Summary sheet of concrete tests. Form can be used for flexural strengths if revised to conform with proper days specified. A separate sheet is to be used for each mix design. DAC W67-99-B-0017 01400-16 98038/LD/ar 094283 (sample of typical Contractor's Daily Report) DAILY CONSTRUCTION QUALITY CONTROL REPORT Contract Number: Date: T Rpt No. Contract Title: Location: Weather: Clear _ P.Cloudy _ Cloudy _ Rainfall _ C2% of workday) Temperature during workday: High degrees F. Low _ degrees F. 1. WORK PERFORMED BY CONTRACTOR/SUBCONTRACTOR(S): Contractor Name No. of Workers Crafts/Hours Work performed 2. EQUIPMENT DATA: Type, Size, Etc. Owned/Rented Hours Used Hours Standby DAC\k'67-99-B-0017 01400-17 — 98038/LD/ar 094283 3. QUALITY CONTROL INSPECTIONS AND RESULTS: (Include a description of preparatory, initial, and/or follow up inspections or meetings; check of subcontractors work and materials delivered to the site compared to submittals and/or specifications; comments on the proper storage of materials; include comments on corrective actions to be taken): 4. QUALITY CONTROL TESTING AND RESULTS (comment on tests and attach test reports): 5. DAILY SAFETY INSPECTIONS (Include comments on new hazards to be added to the Hazard Analysis and corrective action of any safety issues): 6. REMARKS (Include conversations with or instructions from the Government representatives; delays of anv kind that are impacting the job: conflicts in the contract documents; comments on change orders; environmental considerations; etc.): CONTRACTOR'S VERIFICATION: The above report is complete and correct. All material, equipment used. and %%ork perfornied during this reporting period are in compliance with the contract documents except as noted above. CONTRACTOR QC REPRESENTATIVE DAC W67-99-I3-0017 01400-18 — 98038/LD/ar 094283 (Sample of Typical Contractor's Test Report) TEST REPORT STRUCTURE OR BUILDING CONTRACT NO. DESCRIPTION OF ITEM, SYSTEM, OR PART OF SYSTEM TESTED: DESCRIPTION OF TEST: NAME AND TITLE OF PERSON IN CHARGE OF PERFORMING TESTS FOR THE CONTRACTOR: NAME TITLE SIGNATURE I HEREBY CERTIFY THAT THE ABOVE DESCRIBED ITEM, SYSTEM, OR PART OF SYSTEM HAS BEEN TESTED AS INDICATED ABOVE AND FOUND TO BE ENTIRELY SATISFACTORY AS REQUIRED IN THE CONTRACT SPECIFICATIONS. SIGNATURE OF CONTRACTOR QUALITY CONTROL INSPECTOR RL NI IARKS DATE END OF SECTION DACW67-99-B-0017 01400-19 — 98038/LD/ar 094283 DAC\V67-99-B-0017 01400-20 — 98038 094283 SECTION 01501 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.1 AVAILABILITY OF UTILITY SERVICES 1.1.1 Water and Electricity The Contractor shall be responsible for providing its own water and electricity. 1.2 SANITARY PROVISIONS Contractor shall provide sanitary accommodations for the use of employees as may be necessary and shall maintain accommodations approved by the Contracting Officer and shall comply with the requirements and regulations of the State Health Department, County Sanitarian, or other authorities having jurisdiction. 1.3 TEMPORARY ELECTRIC WIRING 1.3.1 Temporary Power and Lighting The Contractor shall provide construction power facilities in accordance with the safety requirements of the National Electric Code NFPA No. 70 and the SAFETY AND HEALTH REQUIREMENTS MANUAL EM 385-1-1. The Contractor, or its delegated subcontractor, shall enforce the safety requirements of electrical extensions for the work of subcontractors. Work shall be accomplished by skilled electrical tradesmen. 1.3.2 Construction Equipment In addition to the requirements of SAFETY AND HEALTH REQUIREMENTS MANUAL, EM 385-1-1, dated 3 September 1996. temporary wiring conductors installed for operation of construction tools and equipment shall be either Type TW or TH W contained in metal raceways, or shall be hard usage or extra hard usage multiconductor cord. Temporary wiring shall be secured above the ground or floor in a \%orkmanlike manner and shall not present an obstacle to persons or equipment. Open wiring may only be used outside of buildings, and then only in accordance with the provisions of the National Electric Code. 1.3.3 Submittals Submit detailed drawings of temporary power connections. Drawings shall include, but not be limited to, main disconnect. grounding, service drops, service entrance conductors, feeders, GFCI'S, and all site trailer connections. DAC \\'67-99-B-0017 01501-1 — 98038 094283 1.4 FIRE PROTECTION During the construction period, the Contractor shall provide fire extinguishers in accordance with the safety requirements of the SAFETY AND HEALTH REQUIREMENTS MANUAL, EM 385-1-1. The Contractor shall remove the fire extinguishers at the completion of construction. 1.5 STAGING AREA Contractor will be provided adequate open staging area as shown on the drawings or as directed by the Contracting Officer. Area is unsecured, and Contractor shall make provisions for its own security. Contractor shall be responsible for keeping staging area, and office area clean and free of weeds and uncontrolled vegetation growth. Weeds shall be removed by pulling or cutting to within 25 mm (1-inch) of ground level. Lawn areas shall be mown to keep growth to less than 51 mm (2-inches). All loose debris and material subject to being moved by prevailing winds in the area shall be picked up or secured at all times. If the area is not maintained in a safe and clean condition as defined above the Contracting Officer may have the area cleaned by others with the costs being deducted from the contractor's payment. 1.6 HOUSEKEEPING AND CLEANUP Pursuant to the requirements of Clause CLEANING UP and Clause ACCIDENT PREVENTION, of the CONTRACT CLAUSES, the Contractor shall assign sufficient personnel to insure compliance. The Contractor shall submit a detailed written plan for implementation of this requirement. The plan will be presented. as part of the preconstruction safety plan and will provide for keeping the total construction site, structures, and accessways free of debris and obstructions at all times. Work will not be allowed in those areas that, in the opinion of the Contracting Officer, have unsatisfactory cleanup and housekeeping at the end of the preceding day's normal work shift. At least once each day all areas shall be checked by the Quality Control person of the Contractor and the findings recorded on the Quality Control Daily Report. In addition, the Quality Control person shall take immediate action to insure compliance with this requirement. Housekeeping and cleanup shall be assigned by the Contractor to specific personnel. The name(s) of the personnel shall be available at the project site. 1.7 PROJECT SIGN Contractor shall furnish and install two (2) project identification signs and two (2) safety performance signs in accordance %yitli conditions hereinafter specified and layout shown on drawings attached at end of this section. except Corps communication mark will be Government furnished. Corps communication mark shall be secured with galvanized screws. All lettering shall be block type, upper case. Letters shall be painted black on white background using exterior -type paint. Sign shall be maintained in excellent condition throughout life of job. Project sign shall be located as directed. Upon completion of project, sign shall be removed and shall remain the property of Contractor except Corps communication mark will remain property of the Government. 1.8 ELEVATED WORK AREAS Nk,orkers in elevated work areas in excess of 2 meters (6 feet) above an adjoining surface require special safety attention. In addition to the provisions of SAFETY AND HEALTH REQUIREMENTS MANUAL, DACW67-99-B-0017 01501-2 — 98038 094283 EM 385-1-1, the following safety measures are required to be submitted to the Contracting Officer's Representative. Prior to commencement of work in elevated work areas, the Contractor shall submit drawings depicting all provisions of his positive fall protection system including, but not limited to, all details of guardrails. Positive protection for workmen engaged in the installation of structural steel and steel joist shall be provided by safety nets, tie -offs, hydraulic man lifts, scaffolds, or other required means. Walking on beams and/or girders and the climbing of columns is prohibited without positive protection. Perimeter guardrails shall be installed at floor, roof, or wall openings more than 2 meters (6 feet) above an adjoining surface and on roof perimeters. Rails shall be designed to protect all phases of elevated work. Rails shall be designed by a licensed engineer to provide adequate stability under any anticipated impact loading. As a minimum, the rails shall consist of a top rail at a height of 1,067 mm (42 inches), a mid -rail, and a toe board. Use of tie -offs, hydraulic man lifts, scaffolds, or other means of roof edge protection methods may be utilized on small structures such as family housing, prefabricated metal buildings, etc. If safety belts and harnesses are used, the positive fall protection plan will address fall restraint versus fall arrest. Body belts will ONLY be used for fall restraint, they will not be used for fall arrest. 1.9 TRAFFIC CONTROL PLAN The Contractor shall submit a Traffic Control Plan to the Contracting Officer for approval. This plan will be subject to the review of the City of Renton and other agencies and parties. The traffic control plan shall provide for moving traffic through and around the construction zone in a manner that is conducive to the safety of motorists, pedestrians, aircraft, and workers and for maintenance, repair and cleaning of traffic surfaces subjected to construction vehicles and equipment. This plan shall indicate scheduling, placement, and maintenance of traffic control devices in accordance with the U.S. Department of Transportation, Federal Highway Administration publication, Manual on Uniform Traffic Control Devices. The Contractor shall submit its Traffic Control Plan at least 14 working days prior to commencement of construction activities. Excavations shall not remain open for more than 1 working day without approval. The basic requirements for the Traffic Control Plan are attached to the end of this section. The attached plan is subject to any other pertinent requirements in the specifications and contract drawings and coordination with all necessary parties for approval. 1.10 DIGGING AND UTILITIES REQUIREMENTS 1.10.1 Excavation and Utility Clearance Before beginning any onsite excavation, the Contractor shall notify the Contracting Officer and the appropriate local authorities (notify Mr. Hathaway (425-430-7205), for the City of Renton) as required to maintain clearances from all the various utilities. Copies of clearances shall be provided to the Government Representative. Buried utility lines shall be marked in the field prior to excavation. The locations of any utilities obtained from the clearances shall be verified on or added to the as -built drawings. The Contractor shall obtain the services of a commercial utility locator service. 1.10.2 Utilities Not Shown All kno%%n existing utility lines are identified on the drawings. The Contractor shall verify prior to excavation. locations of all utilities, whether shown on the drawings or not shown on the drawings and not visible as to the date of this contract. The types of utilities the Contractor may encounter are waterlines, se%%erlines (storm and sanitary), gaslines, fueling lines, steamlines, buried fuel tanks, septic tanks, other buried tanks, communication lines, and powerlines. These utilities may be active or abandoned utilities. DACW67-99-B-0017 01501-3 — R0001 98038 094283 If such utilities will interfere with site operations, the Contractor shall immediately notify the Contracting Officer verbally and then in writing to enable a determination by the CO as to the necessity for removal or relocation. If such utilities are removed or relocated as directed, the Contractor shall be entitled to equitable adjustment for any additional work or delay. 1.11 HARD HAT SIGNS The Contractor shall provide 610 mm by 610 mm (24 by 24 inch) square Hard Hat Area signs at each entry to the project or work area as directed by the Contracting Officer. A minimum of two signs will be required. Signs shall be in accordance with the sketch at the end of this section. PART 2 PRODUCTS AND PART 3 EXECUTION (NOT APPLICABLE) DACW67-99-13-0017 01501-4 — 98038 094283 240 20.25" P,I NI • SIGN SHALL BE FABRICATED FROM. 125 THICK 6061-T6 ALUMINUM PANEL • COLOR 1. SAFETY RED (SR) 2. WHITE 3. WHITE 4. BLACK • LE:"f I CRING SI IALL BE HELVETICA BOLD TYPOGRAPHY. • I.E:Tl'ERS AND BACKGROUND SHALL BE REFLECTIVE SHEETING MATERIAL. • SIGNS SHALL BE POSTED AT 6'-6" (BOTTOM SIGN TO GRADE) OR AS DIRECTED BY THE CONTRACTING OFFICER. LETTERING TO BE CENTERED ON PANEL. DAC\\'67-99-B-0017 01501-5 - 98038 094283 THIS PAGE TO BE REPLACED WITH PROJECT IDENTIFICATION SIGN Sheet 1 of 3 DACW67-99-B-0017 01501-6 — 98038 094283 THIS PAGE TO BE REPLACED WITH PROJECT IDENTIFICATION SIGN Sheet 2 of 3 UAC \\'67-99-B-0017 01501-7 — 98038 094283 THIS PAGE TO BE REPLACED WITH PROJECT IDENTIFICATION SIGN Sheet 3 of 3 DAC\k'67-99-B-0017 01501-8 — 98038 094283 DACN'67-99-B-0017 01501-9 - 98038 094283 MINIMUM TRAFFIC CONTROL PLAN SCOPE CEDAR RIVER SECTION 205 FLOOD DAMAGE REDUCTION PROJECT The following is the minimum Traffic Control Plan scope for bidding purposes for the above project. The plan scope includes signage and flagging requirements as well as Foreign Object and Debris or "FOD" control around airport facilities, street cleaning, and repair and maintaining pavement and features affected by the construction operations to maintain their functional use. This is the minimum anticipated scope at this time based on assumed methods and schedule; the actual plan will need to be adjusted to actual construction methods and schedule and may require additional traffic control measures. The Contractor is required to prepare a Final Traffic Control Plan for review and approval by the Contracting Officer. The plan is subject to review by the appropriate local authorities and affected parties including the City of Renton (the City) and the Boeing Company. Implementation of the plan will require the Contractor to coordinate as a routine requirement with all affected parties including with the City and the Boeing Company. The Contractor is required to comply with all laws, regulations and best Management practices in control of traffic and assurance of public safety. The Contractor shall comply with all requirements of the specifications including the requirements for communication and vehicle warning lights. The Traffic Control Plan shall conform to the standard City of Renton Transportation Systems - Traffic Operations Traffic Control Plan (attached). Public safety is the exclusive liability of the Contractor. Signage and Flagging Tile Contractor shall supply and place the minimum signage, flagging and detours as shown on the attached maps and table. This is not an exhaustive list and is subject to modification as adapted to actual working conditions and in coordination with the Contracting Officer, the City, the Boeing company and enforcement officers. The Contractor will post flaggers at the west end of the S. Boeing Bridge and at North 6th Street, (and at the Cedar River Hangers if the location becomes a problem) at all times during hauling in these areas. The Contractor should treat work in these locations as construction under traffic. General Access requirements The Contractor shall, at all times possible, maintain a minimum of one lane of traffic on the Airport East Perimeter Road. Tile Contractor is operating on an active airport and will treat all construction outside of the park as construction under traffic. The Contractor shall yield to aircraft, and will remove all equipment from. clean. and plate all openings in the path of aircraft. Tile Contractor shall not impede aircraft, vehicle and pedestrian movement across the S. Boeing Bridge or in am other location. Access shall be maintained to the Cedar River Hangers and along or around the perimeter road for airport related activities at all times. Tile Cedar River Hangers shall be kept functional during the work. The Contractor shall coordinate with the City, the Cedar River Hangers organization and the Tie Down organization to schedule evacuation of aircraft from the tie down area and any hangers that would have blocked access. DACW67-99-13-0017 01501-A I — 98038 094283 The Contractor shall coordinate with the King county sewer project boring operation and any other non -routine activities in the area during construction. Construction fencing will be used for all closures of the park to the public. The Contractor shall comply with all FAA and City construction requirements, standards and codes. The Contractor shall maintain communications with the Renton Control Tower at all times while operating within 200 feet of the runway. During 737 and 757 Jet brake tests and take offs the Contractor shall evacuate all personnel and equipment north of the"Non-directional beacon" to an area designated by the Airport Manager. Prior to take off or brake testing the Contractor, in direct communication with the tower, shall spot check the runway edges for FOD, tie down any loose equipment that could mobilize due to jet blast, smooth temporary stock piles and wet down or otherwise protect all exposed soil next to the runway to avoid dust mobilization. The City requires contractors operating within the City to sign a letter of special billing to pay for actions the City must do as a result of private contractor actions such as overtime for inspectors and emergency repairs. The contractor may be liable for these fees and may be required to sign the City's standardized letter of special billing. (see attached) Foreign Object and Debris or "FOD" control and street cleaning Tile Contractor shall provide full time constant street sweeper activity using a sweeper equipped with non-metallic bristles only; and hand sweeping or anything necessary to keep FOD in check. The Contractor is responsible to keep FOD from getting tracked onto taxiways: taxiways will be kept essentially spotless, no rocks, gravel or dirt will be allowed on the surface. Particular attention will be paid to the South Boeing Bridge, East Perimeter Road, all detour routes and the area around the Cedar River Hangers. The Contractor understands that the risk of tracked material getting onto the runway cannot be over emphasized. FOD is a constant extreme threat with construction work around airports. The Contractor shall also provide full time sweeper truck activity along the project haul routes in the City and construction areas. City streets shall be swept a minimum of two times daily. The Contractor anticipates, and shall comply with, frequent requests for additional cleaning. Repair and maintaining pavement and features to maintain functional use The Contractor shall keep all roadways or taxiways in use, in functional repair for all users during constriction. The Contractor shall repair any damage, pot holes, rip -ups, loose al I igator/b locking, etc., and ..not normal city street %year" to which they contributed and as directed by the Contracting Officer. This includes preventing damage as best possible, and temporary patching of all holes or tear -ups in the perimeter road which are used by access traffic and aircraft for taxiing or tie downs. The Contractor will be responsible for any other specific damage they have caused. DACW67-99-B-0017 01501-A2 — 98038 094283 THE FOLLOWING PAGES TO BE REPLACED WITH DRAFT TRAFFIC CONTROL PLAN DACV4'67-99-B-0017 01501-A3 - 98038 094283 SECTION 02411 METAL SHEET PILING PART] GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A 572 (1997 ) High -Strength Low -Alloy Columbian -Vanadium Steels of Structural Quality 1.2 SUBMITTALS Government approval is required for all submittals with a "GA" designation; submittals having an "FIO" designation are for information only. The following shall be submitted in accordance with Section 01300 SUBMITTAL PROCEDURES: Drawings Metal Sheet Piling; GA. Detail drawings for sheet piling including fabricated sections shall show complete piling dimensions and details, driving sequence and location of installed piling. Detail drawings shall include details and dimensions of templates and other temporary guide structures for installing piling. Detail drawings shall provide details of the method of handling piling to prevent permanent deflection, distortion or damage to piling interlocks. See paragraph 2.3.1 for submittal of material requirements for sheet piling. Schedules Pile Driving Equipment. GA. Complete descriptions of sheet piling driving equipment including hammers, extractors, protection caps and other installation appurtenances shall be submitted for approval prior to commencement of work. Reports %latcrials 'l-ests: F 1O. C crtified materials tests reports showing that sheet piling and appurtenant metal materials meet the specified requirements shall be submitted for each shipment and identified with specific lots prior to installing, materials. Records DAC W67-99-B-0017 02411-1 98038 094283 Driving; FIO. Records of the sheet piling driving operations shall be submitted after driving is completed. These records shall provide a system of identification which shows the disposition of approved piling in the work, driving equipment performance data, piling penetration rate data, piling dimensions and top and bottom elevations of installed piling. The format for driving records shall be as directed by the Contracting Officer. 1.3 DELIVERY, STORAGE AND HANDLING Materials delivered to the site shall be new and undamaged and shall be accompanied by certified test reports. The manufacturer's logo and mill identification mark shall be provided on the sheet piling as required by the referenced specifications. Sheet piling shall be stored and handled in the manner recommended by the manufacturer to prevent permanent deflection, distortion or damage to the interlocks. Storage of sheet piling should also facilitate required inspection activities. PART 2 PRODUCTS 2.1 METAL SHEET PILING Sheet piling shall be steel sections conforming to ASTM A 572 GR 50 with Fy (minimum) = 50 ksi. The minimum section modulus shall be 30 cubic inches per lineal foot of wall. The interlocks of sheet piling shall be free -sliding, provide a swing angle suitable for the intended installation but not less than 5 degrees when interlocked, and maintain continuous interlocking when installed. Should splicing of the piles be necessary, the splice shall be made by a full penetration butt weld. Only one splice per pile is permitted. Sheet piling including special fabricated sections shall be full-length sections of the dimensions shown on the drawings. Fabricated sections shall conform to the requirements herein and the piling manufacturer's recommendations for fabricated sections. Metalwork fabrication for sheet piling shall be as specified herein and Section 05101 METALWORK FABRICATION AND MISCELLANEOUS PROVISIONS. 2.2 APPURTENANT METAL MATERIALS Metal plates, shapes, bolts, nuts, rivets and other appurtenant fabrication and installation materials shall conform to manufacturer's standards and to the requirements specified in the respective sheet piling standards and in Section 05101 METALWORK FABRICATION AND MISCELLANEOUS PROVISIONS. 2.3 TESTS. INSPECTIONS, AND VERIFICATIONS Requirements for material tests, workmanship and other measures for quality assurance shall be as specified herein and in Section 05101 METALWORK FABRICATION AND MISCELLANEOUS PROVISIONS. 2.3.1 Materials Tests Sheet piling and appurtenant materials shall be tested and certified by the manufacturer to meet the specified chemical, mechanical and section property requirements prior to delivery to the site. Testing of sheet piling for mechanical properties shall be performed after the completion of all rolling and forming operations. 11 ill+it+�w++12-) �fa��altrr++�at+Ee tt+ pfc�eercl tl+er+ Viral DACW67-99-B-0017 02411-2 _ R0001 98038 094283 reqt4-efnentsi to the sheet pile stipplieF and the stipplieF shall submit to the Centimeter- -,N,ithin efie day efee�� er the mill test rvpeits off -ma-teirials for- the s eet piies. The Gover-nment will have vw dny--, to review the mill test repef4s sitbrnitted to i;wilkate proeurement of die sheet pile . PART 3 EXECUTION 3.1 SUBSURFACE CONDITIONS Sheet piling must be driven through various materials ranging from silts, clays, sand, gravel and rocks. Excavation of these materials may be required to prevent overdriving and damage to the piling. 3.2 INSTALLATION 3.2.1 Pile Driving Equipment 3.2.1.1 Driving Hammers Hammers shall be steam, air, or diesel drop, single -acting, double-acting, differential -acting, or vibratory type. The driving energy of the hammers shall be as recommended by the manufacturer for the piling weights and subsurface materials to be encountered. 3.2.2 Placing and Driving 3.2.2.1 Placing Any excavation required within the area where sheet pilings are to be installed shall be completed prior to placing sheet pilings. Pilings shall be carefully located as shown on the drawings. Pilings shall be placed plumb with out-of-plumbness not exceeding 1/8 inch per foot of length and true to line. Temporary wales, templates, or guide structures shall be provided to insure that the pilings are placed and driven to the correct alignment. At least two templates shall be used in placing each piling and the maximum spacing of templates shall not exceed 20 feet. Pilings properly placed and driven shall be interlocked throughout their length with adjacent pilings to form a continuous diaphragm throughout the length or run of piling wall. 3.2.2.2 Driving (a) Pilings shall be driven with the proper size hammer and by approved methods so as not to subject the pilings to damage and to ensure proper interlocking throughout their lengths. Driving hammers shall be maintained in proper alignment during driving operations by use of leads or guides attached to the hammer. A protecting cap shall be employed in driving when using impact hammers to prevent damage to the tops of pilings. Pilings damaged during driving or driven out of interlock shall be removed and replaced at the Contractor's expense. (b) Pilings shall be driven without the aid of a water jet. (c) Adequate precautions shall be taken to insure that pilings are driven plumb. If at any time the fon%ard or leading edge of the piling wall is found to be out -of -plumb in the plane of the wall the piling being driven shall be driven to the required depth and tapered pilings shall be provided and driven to interlock with the out -of -plumb leading edge or other approved corrective measures shall be taken to insure the plumbness of succeeding pilings. DAC\k'67-99-B-0017 02411-3 R0001 98038 094283 (d) The maximum permissible taper for any tapered piling shall be 1/8 inch per foot of length. (e) Pilings in each run or continuous length of piling wall shall be driven alternately in increments of depth to the required depth or elevation. If the piling next to the one being driven tends to follow below final elevation it may be pinned to the next adjacent piling. If obstructions restrict driving a piling to the specified penetration the obstructions shall be removed or penetrated with a chisel beam. (f) If the Contractor demonstrates that removal or penetration is impractical the Contractor shall make changes in the design alignment of the piling structure as directed by the Contracting Officer to insure the adequacy and stability of the structure. Payment for the additional labor and materials necessitated by such changes will be made by an equitable adjustment under the CONTRACT CLAUSE entitled "CHANGES". (g) Pilings shall be driven to depths shown on the drawings and shall extend up to the elevation indicated on the drawings for the top of pilings. (h) Pilings shall not be driven within 100 feet of concrete less than 7 days old. 3.2.2.3 Pile Vibration Monitoring Contractor shall be responsible for monitoring vibrations caused by pile driving. Contractor shall be liable for damages to nearby structures and to contents within caused by pile driving. Pile driving system may be modified to reduce nuisance vibration problems where necessary. Modifications of the pile driving shall be subject to the approval of the Contracting Officer. 3.2.3 Cutting -Off and Splicing Pilings driven below the required top elevation and pilings damaged by driving shall be pulled and redriven when directed by the Contracting Officer at no additional cost to the Government. The tops of pilings excessively battered during driving shall be trimmed when directed at no cost to the Government. Piling cut-offs shall become the property of the Contractor and shall be removed from the site. The Contractor shall cut holes in pilings for bolts, rods, drains or utilities as shown on the drawings or as directed. All cutting shall be done in a neat and workmanlike manner. A straight edge shall be used in cuts made by burning to avoid abrupt nicks. Bolt holes in steel piling shall be drilled or may be burned and reamed by approved methods which will not damage the surrounding metal. Holes other than bolt holes shall be reasonable smooth and the proper size for rods and other items to be inserted. 3.2.4 Inspection of Driven Piling The Contractor shall inspect the interlocked joints of driven pilings extending above ground. Pilings found to be out of interlock shall be removed and replaced at the Contractor's expense. 3.2.5 Pulling and Redriving Tile Contractor shall pull selected pilings after driving to determine the condition of the underground portions of pilings when directed by the Contracting Officer. Any piling so pulled and found to be dammed to the extent that its usefulness in the structure is impaired shall be removed and replaced at the Contractor's expense. Pilings pulled and found to be in satisfactory condition shall be redriven when directed by the Contracting Officer. 3.2.5.1 Pulling DAC W67-99-B-0017 0241 1-4 _ 98038 094283 The method of pulling piling shall be approved by the Contracting Officer. Pulling in pilings as required. Extractors shall be of suitable of pilings to avoid damaging piling interlocks and adjacent construct' holes shall be provided type and size. Care shall be exercised Burin determines that adjacent e on. If the Contracting g pulling P rmanent construction has been damaged during pulling the Contractor will be required to repair this construction at no cost to the Government. Pilings shall be Pulled time. Pilings fused together shall be separated prior to pulling unless the Contractor satisfaction of the Contracting Officer that P one sheet at a for the removal of pilings damaged beyond structural use due to roe demonstrates to the -� t the pilings cannot be separated. The Contractor will not be paid Pulling• proper r care not being exercised during END OF SECTION DACW67-99-B-0017 0241 1-5 98038 094283 DAC V'67-99-B-0017 02411-6 98038 094283 SECTION 02575 MAINTENANCE OF ACCESS ROAD PAVEMENT PART] GENERAL 1.1 SCOPE This specification covers the requirements for maintenance of asphaltic concrete pavements used for equipment access for construction purposes during the contract period and also required to handle traffic by others. Work will be as directed and approved by the Contracting Officer. Work may occur within areas of pavement to be replaced as part of the overall project restoration if so directed by the Contracting Officer. 1.2 REFERENCES Work accomplished under this section shall be in accordance with: Washington Department of Transportation Standard Specification: M41-10 "Standard Specification for Road, Bridge, and Municipal Construction," 1998 Edition which hereinafter shall be referred to as "M41-10." All applicable sections and paragraphs shall be complied with, except the instructions pertaining to measurement and payments, which shall be disregarded. Tile additional publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D 2487 (1993) Classification of Soils for Engineering Purposes 1.3 SUBMITTALS For am material(s) specified herein which are not otherwise specified under Section 02565 ASPHALTIC CONCRETE PAVEMENT provide a Certificate of Compliance and Mix Proportions conforming to the requirements of Section 02565 for submittal content. ]'ART 2 PRODUCTS =.1 AGGREGATES 2.1.1 Asphalt Concrete Aggregates Aggregates shall conform to the requirements of M41-10, section 9-03.8, "For Class B Asphaltic Concrete." DACW67-99-B-0017 02575-1 98038 094283 2.1.2 Final Backfill Material Final backfill materials shall conform to the requirements of Section: 02210. 2.1.3 Base Course, Gravel Surface, and Shoulder Aggregates Aggregate materials for base course shall conform to Section: 02512. 2.2 BITUMINOUS MATERIALS 2.2.1 Asphalt Cement Asphalt cement shall conform to viscosity grade AR4000W of M41-10, section 9-02.1(4). 2.2.2 Emulsified Asphalt Emulsified asphalt shall conform to M41-10, section 9-02.1(6). 2.3 ASPHALT CONCRETE The mix design shall conform to Section: 02565 ASPHALTIC CONCRETE PAVEMENT. All test data shall be submitted. PART 3 EXECUTION 3.1 DELINEATION OF PAVEMENT MAINTENANCE (REPAIR) AREAS The Contractor and Contracting Officer shall jointly identify and mark the areas requiring pavement maintenance, and type of repairs to be performed. Proposed maintenance work shall be approved by the Contracting Officer prior to the work. The quantity of the road maintenance work will vary at each repair location and will require field measurement. 3.2 PAVEMENT REPAIR 3.2.1 Crack Sealing, 1/8-Inch to 1-Inch Width Ccilain kinds ofcracks occurrit?, in flic c\istinu.pavement surface such as reflection cracks. shrinkage crack;, lane joints_and cd,-,c cracks lien tl_le_ :f, vcnnent structure does not require a full patch repair may be rcpaircd.under thislra=raph. 'File cracks shall be cleaned full depth of the pavement by high pressure eater blasting (1 3,000 psi zd--4:> .,[mrr-_+►tinimunr). Cracks shall be dried and scaled in accordance with Washington State Department of Transportation standard specifications for Road, Bridge and Municipal Construction, h1 41-10, I488 edition (state specifications). Crack sealant shall conform to paragraph 5- 04.3(5 k CRACK SEALING of the state specifications, sealant shall be either asphalt emulsion or sand Slurry type. Rubberized asphalt sealant is specifically prohibited. 3.2.2 Pa�-emcnt Surface Disintegration Depressions with alligator and extensive cracking shall be excavated to 1-foot beyond the edge of the depression to sound compact subgrade but not less than 8 inches below finish grade of adjacent sound pavement surface. See paragraph 3.3 for "Preparation of Existing Surfaces and Placing of Materials." DACW67-99-13-0017 02575-2 — R0001 4 1 58038 094283 Repair sections shall be, at a minimum, 6 inches base course (use gravel wearing course in accordance with Section: GRAVEL BASE COURSE) and a 2-inch thick asphalt concrete surface patch. 3.2.3 Pavement Depressions and Distortion Pavement areas containing depressions or distortion with an otherwise sound foundation and approved for repair may be treated as follows: Remove surface pavement to at least 1-inch depth and at least 1 foot beyond perimeter of area into surrounding sound pavement surface. Clean and tack exposed surfaces. Place, level and compact asphalt material in the cut-out area to match grade of surrounding pavement. 3.3 PREPARATION OF EXISTING SURFACES AND PLACING OF MATERIALS Abutting edges of existing pavement, pavement surfaces, and structures shall be prepared in accordance with M41-10, section 5-04.3(5)A. 3.3.1 Excavation for Pavement Repair Existing materials shall be removed to the required depth. Adjacent pavement edges shall be saw cut back to provide a smooth vertical edge and expose 1 foot of undisturbed existing base course on all sides of the repair area. Repair areas shall be outlined with saw cuts which shall provide a rectangular or square shaped repair area with the sides alined parallel and perpendicular to the direction of traffic. Saw cutting and removal of existing asphalt concrete shall be in accordance with Section: DEMOLITION. 3.3.2 Subgrade Preparation Tile Subgrade shall be prepared in accordance with Section: 02210. Final backfill materials shall be used to replace weak and yielding subgrade soils and to backfill excavations to the indicated subgrade elevation. Subgrade fill materials shall conform to the requirements for final backfill material specified herein. 3.3.3 Placing of Base Course, and Final Backfill Tile compacted thickness of the base course, and final backfill shall be as required or necessary to match existing. When a compacted layer of more than 6 inches is required, no layer shall exceed 6 inches nor be less than 3 inches when compacted. The gravel shall be placed in accordance with Section: 02512. 3.3.4 Placing of Asphalt Concrete Patching Asphalt concrete materials shall be placed in accordance with Section 02565 ASPHALTIC CONCRETE 1'AVE.\1ENT. All abutting edges of existing asphaltic concrete shall be saw cut full depth. Tack coat and surface, preparation shall be in accordance with M41-10, sections 5-04.3(5) and 5-04.3(5)A. Fill patches shall be placed in the required number of lifts to restore the pavement surface elevation and match the adjacent pavement surface grade. Lift thickness for fill patches shall be the Contractor's responsibility, except that a maximum compacted lift thickness shall not exceed 3 inches. 3.3.5 Surface Requirements Bituminous surface course, upon completion of final rolling, shall be smooth and true to grade and cross section. When a 10-foot straightedge is laid on the surface parallel or perpendicular to traffic direction, the surface shall not vary more than 1/4 inch from the straightedge. Areas which experience checking cracks or tearinL, \N ill be considered defective. High, low, or defective areas shall be immediately corrected by DACW67-99-B-0017 02575-3 V-4283 98038 cutting out faulty areas and replacing with fresh, hot mixture and compacting area to conform to above requirements. 3.4 PROTECTION OF PAVEMENT After final rolling of the pavement, no vehicular traffic of any kind shall be permitted until the pavement has cooled and hardened for at least 6 hours. 3.5 MAINTENANCE The pavement shall be maintained in a satisfactory condition until end of contract performance or until start of any required "Project Road Restoration" work. Maintenance shall include immediate repairs to any defects after notice to and approval by, or as directed by, the Contracting Officer and shall be performed as often as necessary to keep the area intact. 3.6 DISPOSAL OF UNSATISFACTORY MATERIALS Removed inplace materials that are unsuitable, material that is removed for the required correction of defective areas, and waste material and debris shall be disposed of in waste disposal areas indicated. END OF SECTION DAC%\167-99-Q-0017 02575-4 a I 3 2 REVISIONS SYMBOL I ZONE DESCRIPTION DATE US Army Corps A Of Engineers Seattle District �!� wS I][�� ���: I� ���^ �11� 0 i�l �� I C 0� 0 VES A\,) 71 )W co RENTON, WASHNGTO"N B R I T I S H C 0 L U M B I A BELLINGHAM �I O MT. VERNON I Q o N EVERETT P O J EC T OKAN SEATTLE TON W A S H I N G T 0 N aD I A8ERDEE TACOMA 90 ELLENSB� 12 YMPIA 410 I CHEHALIS YAK MA 12 5 0 WALLA WALLA O VANCOUVER ATTL Y DEPOT PORTLAND PENDLETON ° VICINITY M A P 0 R E G 0 N NOT TO SCALE C IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON IIIIIIII IIIIIIII IIIIII IIIIII 'Il I' IIIIII I IIIIIIII'. LOWER CEDAR RIVER FLOOD CONTROL IIIIIpIIII IIP II ( III III I I III IIIII III IIIII IIIII IIIIII u IIIIII IIIII LEVEES & FL000wALls FY 1999 IIIIIIIIIIIII ,II II II, IIIIIIII IIIII IIIII I II II, IIIIIIIIIII I COVER SHEET RENTON WASHINGTON uE waNlAnDe xa I'll"' #E fro. oAte AAIE D 8-99-0017 E-19-1-70 98DEC03 G 1 o A Dsa• o •� w BRB tl0C PWN WEn 1 of 73 4 - 3 2 3 REVISIONS DESCFIPMN A Ill DRAWING INDEX SHEET PLATE TITLE SHEET PLATE TITLE N0. NO. N0. NO. GENERAL LANDSCAPE 58 L-1 PLANT LIST/LEGEND AND / GENERAL LANDSCAPE NOTES 1 G-1 COVER SHEET 59 L-2 LANDSCAPE PLAN 1 2 G-2 DRAWING INDEX 60 L-3 LANDSCAPE PLAN 11 3 G-3 LOCATION MAP 61 L-4 LANDSCAPE PLAN III 4 G-4 LEGEND AND ABBREVIATIONS 62 L-5 LANDSCAPE PLAN IV 63 L-6 LANDSCAPE PLAN V 64 65 L-7 L-8 LANDSCAPE PLAN VI LANDSCAPE PLAN VII GEOTECHNICAL 66 67 L-9 L-10 LANDSCAPE PLAN VIII LANDSCAPE PLAN IX GENERAL 68 L-11 RESTROOM AREA PLAN 5 GT-1 LOCATIONS OF EXPLORATION 1 69 L-12 LANDSCAPE DETAILS 1 6 GT-2 LOCATIONS OF EXPLORATION 11 70 L-13 LANDSCAPE DETAILS II 7 GT-3 EXPLORATION LOGS 1 8 GT-4 EXPLORATION LOGS 11 - - - -- - 71 72 STRUCTURAL CIVIL 8-1 S-2 LEVEE CLOSURE GATE DETAILS I LEVEE CLOSURE GATE DETAILS II LEVEES & FLOODWALLS 73 S-3 FLOODWALL DETAILS 3 C-1 0 C-2 1 C-3 2 C-4 3 C-5 4 C-6 5 C-7 6 C-8 7 C-9 8 C-10 9 C-11 0 C-12 '1 C-13 2 C-14 3 C-15 4 C-16 5 C-17 6 C-18 7 C-19 8 C-20 9 C-21 0 C-22 i1 C-23 2 C-24 3 C-25 4 C-26 5 C-27 6 C-28 7 C-29 8 C-30 9 C-31 0 C-32 �1 C-33 2 C-34 3 C-35 4 C-36 5 C-37 6 C-38 7 C-39 8 C-40 9 C-41 0 C-42 i1 C-43 2 C-44 3 C-45 4 C-46 5 C-47 6 C-48 7 C-49 DEMOLITION PLAN I DEMOLITION PLAN II DEMOLITION PLAN III DEMOLITION PLAN IV DEMOLITION PLAN V DEMOLITION PLAN VI DEMOLITION PLAN VII DEMOLITION PLAN VIII DEMOLITION PLAN IX LEFT BANK PLAN & PROFILE / STATION 0+00 TO 8+00 LEFT BANK PLAN & PROFILE / STATION 8+00 TO 17+00 LEFT BANK PLAN & PROFILE / STATION 17+00 TO 26+00 LEFT BANK PLAN & PROFILE / STATION 26+00 TO 35+20 LEFT BANK PLAN & PROFILE / STATION 35+20 TO 44+40 LEFT BANK PLAN & PROFILE / STATION 44+40 TO 51+00 LEFT BANK PLAN & PROFILE / STATION 51+00 TO 59+00 LEFT BANK PLAN & PROFILE / STATION 59+00 TO 65+40 LEFT BANK AIRPORT / DRAINAGE IMPROVEMENTS I LEFT BANK AIRPORT / DRAINAGE IMPROVEMENTS II LEFT BANK AIRPORT / DRAINAGE IMPROVEMENTS III LEFT BANK AIRPORT / DRAINAGE IMPROVEMENTS IV LEFT BANK AIRPORT / DRAINAGE IMPROVEMENTS V LEFT BANK AIRPORT / DRAINAGE IMPROVEMENTS VI RIGHT BANK PLAN & PROFILE / STATION RT10+00 TO RT16+80 RIGHT BANK PLAN & PROFILE STATION RT16+0 TO RT24+40 RIGHT BANK PLAN & PROFILE % STATION RT24+40 TO RT32+00 RIGHT BANK PLAN & PROFILE / STATION RT32+00 TO RT39+40 RIGHT BANK PLAN & PROFILE / STATION RT39+40 TO RT46+80 RIGHT BANK PLAN & PROFILE / STATION RT46+80 TO RT54+40 RIGHT BANK PLAN & PROFILE J STATION RT54+40 TO RT61+60 RIGHT BANK PLAN & PROFILE / STATION RT61+60 TO RT67+20 RIGHT BANK PLAN & PROFILE / STATION RT67+20 TO RT73+80 RIGHT BANK PARK TRAIL PLAN & PROFILE I RIGHT BANK PARK TRAIL PLAN & PROFILE 11 RIHGT BANK PARK TRAIL PLAN & PROFILE III RIGHT BANK PARK TRAIL PLAN & PROFILE IV RIGHT BANK PARK TRAIL PLAN & PROFILE V RIGHT BANK PARK TRAIL PLAN & PROFILE VI RIGHT BANK PARK TRAIL PLAN & PROFILE VII CIVIL DETAILS 1 CIVIL DETAILS II CIVIL DETAILS III CIVIL DETAILS IV CIVIL DETAILS V CIVIL DETAILS VI CIVIL DETAILS VII CIVIL DETAILS VIII CIVIL DETAILS IX CIVIL DETAILS X I REFERENCE DRAWINGS I 74 R-1 IRRIGATION PLAN 1 75 R-2 IRRIGATION PLAN II 76 R-3 IRRIGATION PLAN III 77 R-4 IRRIGATION PLAN IV 78 R-5 IRRIGATION PLAN V 79 R-6 IRRIGATION PLAN VI 80 R-7 IRRIGATION PLAN VI 81 R-8 IRRIGATION PLAN VIII REFERENCE C ADD vm.� D "wnn. IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS DRAWING INDEX RENTON WASHINGTON 'DE WNTATgN N0. FILE Im. dNE MIE D 8-99-0017 E-19-1-70 98DEC03 G-2 Mm- BRB Im I � 2 4 N I 2 4 3 2 REVISIONS DESCRIPTION A B C — — — CITY OF RENTON HAUL ROUTES NOTES: 1. STAGING AREAS MAY BE LOCATED WITHIN THE PARK ALONG THE RIGHT BANK. STAGING AREAS SHALL ONLY BE LOCATED WITHIN THE PROJECT FOOTPRINT AND AFTER ALL ITEMS MARKED FOR SALVAGE (INCLUDING TREES) HAVE BEEN REMOVED OR PROTECTED. 2. THE STAGING AREA SHOWN NEAR THE SOUTH BOEING BRIDGE IS ON THE AIRPORT EAST PERIMETER ROAD. THE ROAD SHALL BE BARRICADED AND TRAFFIC DETOURED THROUGH THE ADJACENT PARKING AREA PRIOR TO USE. 3. USE OF OTHER AREAS FOR STAGING IS SUBJECT TO COR APPROVAL 4. NARCO SITE MAY BE USED FOR TEMPORARY STOCKPILE OF MATERIALS ONLY. NO DISPOSAL OF MATERIALS OF ANY KIND IS ALLOWED. 500' 2$0' Q 5Q0' 1000' 1" = 500' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY d U.S. ARMY ENGINEER DISTRICT, SEATTLE \\ CORPS OF ENGINEERS \ SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LOCATION MAP NARCO DISPOSAL SITE RENTON WASHINGTO. as ureunw xa rxi xo. o'r ' xua D B-99-0017 E-19-1-70 98DEC03 G-3 0m BRB JoK l3wE 3 4 J 2 4 3 2 RECISIONS OESCMP110N A B r NOTES: 1. SEE PLATES GT-3AND GTf®R EXPLORATION LOGS. 2. SEE PLATE GT-3FOR LEGEND AND ADDITIONAL NOTES. r 100' 100' 50' 0 100' 200' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL GENERAL LOCATIONS OF EXPLORATION I ZENTON WASHINGTON !II NMTATOM MQ /ILC Y0. OAR - D B-99-0017 E-19-1-70 98DEC03 GT-1 I GILBERT I p1 KAISER M« 5 4 3 2 4 3 2 REVISIONS DESCRPTION A B C NOTES: 1. SEE PLATES GT-3AND GTf®R EXPLORATION LOGS. 2. SEE PLATE GT-3FOR LEGEND AND ADDITIONAL NOTES. 100' 50' Q 100' 200' 1, - 100' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL GENERAL LOCATIONS OF EXPLORATION II RENTON WASHINGTON >$ NM -0 1 /L[ YQ DAIS MA D 8-99-0017 E-19-1-70 98DEC03 GT-2 Ow- GILBERT JOL KAISER I mm 6 4 3 2 BH-1 BH-2 BH-3 98-PA-100 98-PA-101 -H- I" ACP OVER APPROX. 2" OF CRUSHED BRICK FRAG. SP LOOSE TO MEDIUM DENSE, OLIVE BROWN, POORLY SP MEDIUM DENSE, GRAY, POORLY GRADED SAND WITH GRAVEL, ML SANDY SILT WITH FINE ROOTS, SOFT, MOIST, DARK BROWN ML SANDY SILT NTH FINE RROOTS, SOFT, MOIST, DARK CL SANDY CLAY, SOFT TO MEDIUM, SATURATED, GRAY 1 LOOSE, BROWN AND GRAY, SILTY SAND WITH GRAVEL, GRADED SAND NTH GRAVEL, MOIST MOIST. TRACE SILT GM SILTY SANDY GRAVEL, MEDIUM, MOIST, BROWN N - 43 GM SILTY SANDY GRAVEL, VERY LOOSE, MOIST, BROWN SM LEGEND WET SM SILTY SAND WITH GRAVEL BOTTOM OF HOLE AT 39.5' AND WOOD DEBRIS, LOOSE TO GP POORLY -GRADED GRAVEL GM SILTY GRAVEL SP POORLY -GRADED SAND 2 ML SOFT, BROWN TO REDDISH BROWN SILT, WET. TRACE MEDIUM, SATURATED GRAYISH BROWN FINE SAND INTERSEDS SP-SC POORLY -GRADED SAND W/CLAY SM SILTY SAND Sc CLAYEY SAND 3 W.L. AT 3' 5 MAY 97 'A' "A" ML INORGANIC SILTS OF LOW PLASTICITY CL CLAY OF LOW PLASTICITY ML SOFT TO MEDIUM STIFF, GRAY SILT AND SANDY v "E' "E" I BOTTOM OF EXPLORATION HOLE _J 4 SILT WITH SAND INTERBEDS, WET. TRACE ORGANICS IN N z 17 N - 1 SILT LAYERS CL SANDY CLAY, SOFT TO W.L. AT 4' S MAY 97 MEDIUM, SATURATED, GRAY 98-PA-103 POWER AUGER NUMBER, YEAR, AND O LOCATION 5 W.L AT 5' 6 MAR 97 N = 8 N . 9 SM VERY LOOSE, GRAY, SILTY FINE SAND, WET BH-1 O BORE HOLE NUMBER AND LOCATION 6 Z W.L. AT 6' (7-8-98) WATER LEVEL AND DATE OBSERVED 7 NUMBER OF BLOWS TO DRIVE SAMPLER ONE FOOT USING A 140 POUND HAMMER SILTY SAND WITH GRAVEL AND WOOD DEBRIS, LOOSE. DROPPED 30 INCHES (STANDARD N=12 PENETRATION TEST = BLOWS/FOOT) (UNLESS OTHERWISE NOTED) 8 .B. W.L. A 10 AP a S1 SATURATED, GRAY WITH Sp_ SAND NTH SILT AND GRAVEL, SEAMS OF SILT SM VERY DENSE, SATURATED, N - 5 W.L. AT 8' (10 APR 98) DARK GRAY 9 "F' N - 1 N = 10* SPT INACCURATE DUE TO WOOD DEBRIS C CLAYEY SAND (FINE), MEDIUM, _z SATURATED, GRAY OR GRAVEL OBSTRUCTION SM SILTY SAND WITH MINOR N - 23 N - 72 xl- 0 10 GRAVEL AND WOOD DEBRIS, N = <7 SINGLE BLOW OF HAMMER DROVE SAMPLER MORE THAN 1 FOOT ML SOFT TO MEDIUM STIFF, SM TRACE ORGANICS VERY LOOSE, SATURATED, OLIVE TO OLIVE GRAY, LOOSE TO MEDIUM DENSE. BROWN SILT WITH FINE SAND, WET. GRAY, SILTY SAND WITH 11 TRACE TO SOME ORGANICS, SANDY SILT INTERSEDS AND WET ORGANICS, WET. FEW FINE NOTES: 1. FOR EXPLORATION LOCATIONS SEE PLATES AND-1 GT-2 12 2. SOILS WERE VISUALLY CLASSIFIED ACCORDING TO THE "UNIFIED SOIL CLASSIFICATION SYSTEM." Sp- SC SAND WITH CLAY AND GRAVEL, DENSE, SATURATED. C. "C" 3. SUBSURFACE EXPLORATION WAS CONDUCTED BY SEATTLE DISTRICT, U.S. ARMY CORPS OF ENGINEERS AND BORETEC OF SPOKANE FOR, TEST HOLES BH-1 13 GRAYISH -BROWN THROUGH BH-3 WERE DRILLED ON 5 MAY 1997 USING A TRUCK MOUNTED MOBILE B-61 DRILL RIG. TEST HOLES 98-PA-100 THROUGH 98-PA-104 WERE AUGERED 14 N = 5 N = 20• ON 10 APRIL 1998 USING A MOBILE B-59 POWER AUGER WITH A 4' DIA, HOLLOW STEM AND AN 8" FLIGHT 4. THE GROUND WATER LEVELS RECORDED IN TEST HOLES ARE APPLICABLE ONLY FOR DATES SHOWN AND AT LOCATION OF EXPLORATION. N-40 N-32 15 BOTTOM OF HOLE AT 34.5' 16 GP SANDY GRAVEL, DENSE, SATURATED GRAYISH BROWN IF SHEET IS LESS THAN 32" X 21" IT IS A 17 REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON 18 LOWER CEDAR RIVER FLOOD CONTROL GENERAL D D EXPLORATION LOGS I 19 N=1fi N= 10 VERTICAL SCALE: RENTON WASHINGTON 1" = 1' v 9R D DINTAIIDN Iq, B-99-0017 ipE ND. E-19-1-70 DA1C 98DEC03 M1E GT-3 A- D w^» Dw- GILBERT c"K KAISER ""T 7 98-PA-102 98-PA-103 98-PA-104 "H' •H• H" ML SANDY SILT WITH FINE ROOTS, SOFT, MOIST, DARK BROWNBROWN SANDY GRAVEL, DENSE, SATURATED, GRAY ML SANDY SILT WITH FINE ROOTS, SOFT, MOIST, DARK GP 3/4 " MINUS CRUSHED ROCK SANDY GRAVEL, MEDIUM, GRAY GM SILTY SANDY GRAVEL WITH N 5 N - 41 MOIST, BROWN N - 31 1 OCC COBBLES, LOOSE, MOIST, BROWN SM SILTY SAND WITH GRAVEL, SC CLAYEY SAND WITH WOOD LOOSE, MOIST, BROWN BOTTOM OF HOLE AT 39.5' DEBRIS, LOOSE, SATURATED, BOTTOM OF HOLE AT 39.5' GRAY 2 "A" A. 'A' 3 SP SAND WITH OCC GRAVEL, DENSE, SATURATED GRAY N • N = 2 N 14 4 "E" APR S SAND WITH GRAVEL AND OCC N = 34 WOOD DEBRIS VERY LOOSE L SATRRATED, GRAY N - 4 N - 5 SANDY CLAY WITH LENSES 5 OF PEAT. STIFF SATURATED. GRAY N - 62 MEDIUM TO DENSE 6 WITH DEPTH BOTTOM OF HOLE AT 44.5' 7 W.L. AT 7' 10 APR 98 SIB v SAND WITH SILT AND WOOD DEBRIS, LOOSE TO MEDIUM, _ SP SAND WITH WOOD DEBRIS SATURATED, GRAY 8 'B" AND MINOR GRAVEL, VERY •g" 'B" W.L. AT 7.5' 10 APR 98 LOOSE, SATURATED, DARK' NOTES: GRAY 1. SEE TES AND GT FIDR N - <1 N = <1 N - 10 EXPLORATION LOCATIONS. SEE PLATE T- 2. ADDITIONAL NOTESOR LEGEND AND S SAND WITH GRAVEL. MEDIUM, z SATURATED, BROWN Na 16 N-4 PEAT w m 10 N - 14 S1, CLAYEY SAND, MEDIUM, SATURATED, GRAY SP SAND WITH CLAY, MEDIUM. it SATURATED, GRAY 12 'C" c" C" 13 CL SANDY CLAY, SOFT TO VERY CL SANDY CLAY, SOFT, 14 N-13 'G" N= 24 N=5 'G' N- 4 N- 8 N- 14 15 16 SP- SAND WITH GRAVEL, DENSE, SC SATURATED, GRAY IF SHEET IS LESS THAN 32" X 21" IT IS A 17 REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON 18 LOWER CEDAR RIVER FLOOD CONTROL GENERAL 'D 'D D SP GRAVELLY SAND, DENSE, A N = 5 EXPLORATION LOGS II 191 N - 30 N = 15 I GRAY CL SANDY CLAY WITH WOOD DEBRIS, SOFT, SATURATED 1 t VERTICAL SCALE: RENTON WASHINGTON 1" = 1' ■a D wNrAmx wo. B-99-0017 ru xo. E-19-1-70 ogre 98DEC03 rua GT-4 °�° GILBERT 0K KAISER Hn 8 �^�•• 4 1 3 1 2 A B L TO+REMAIN, TYPICAL �V /CEDAR RIVER REVISIONS DESO P710N 1. FOR EXISTING TREE LEGEND SEE PLATE L-1 2. ALL TREES TO BE REMOVED SHALL BE REPLACED AS INDICATED ON LANDSCAPE PLANS. 3. EXISTING TREES EQUAL TO OR LESS THAN 5" CALIPER SHALL BE CAREFULLY REMOVED IN ACCORDANCE WITH SPECIFICATIONS, STOCKPILED, AND RELOCATED AS INDICATED ON LANDSCAPE PLANS AND APPROVED BY THE CONTRACTING OFFICER. 4. REMOVAL OF BLACKBERRY AND KNOTWEED SHALL BE REQUIRED WHERE NOTED ON RIGHT BANK AND ON LEFT BANK BE— TWEEN STA 19+00 AND LOGAN AVE. BRIDGE. SEE CLEARING AND GRUBBING SPEC. FOR REMOVAL REQUIREMENTS. FLAGGED NOTES, I, SAWCUT AND REMOVE EXISTING AC/PCC PAVEMENTS AND CURBS AS SHOWN, TYPICAL OF MANY LOCATIONS, REMOVE AND REPLACE BOLLARDS IN SAME POSITION IN NEW ROADWAY, MAYBE REUSED IF UNDAMAGED, REMOVE SECTIONS NECESSARY TOCOMPLETE WORK AND REPLACE IN SAME POSITION, REMOVED SECTIONS MAYBE REUSED IF UNDAMAGED, ®EXISTING CATCH BASIN — PROTECT. REMOVE EXISTING CATCH BASIN AND PIPING. © OVERHEAD LIGHT TO BE RELOCATED. REUSE EXISTING FIXTURE, SEE PLATED-33 THROU&C-39 FOR LOCATIONS, p OVERHEAD LIGHT WITH U/G VAULT TO BE RELOCATED, REUSE EXISTING FIXTURE. WOOD AND CONCRETE PARK BENCHES TO BE RELOCATED, U PLANKS MAYBE REUSED IF UNDAMAGED AT CONTRACTORS OPTION OR REPLACE WITH SIMILAR. SEE PLATES.-2 THROUGHL-10 FOR NEW LOCATIONS. Q D WOOD AND CONCRETE PICNIC TABLES. PLANKS MAYBE REUSED IF UNDAMAGED AT CONTRACTORS OPTION OR REPLACE WITH SIMILAR. SEE PLATES1-2 THROUGHL-10 FOR NEW LOCATIONS, C~ ® EXISTING STORM INTERCEPTOR CATCH BASINS. ® RELOCATE BARBEQUE STANDS TO NEW LOCATIONS ADJACENT TO NEW PICNIC TABLE LOCATIONS AS SHOWN ON LANDSCAPE PLANS. ® NO PARKING SIGNS TO BE REMOVED AND RETURNED TO CDR. YIELD SIGN TO BE RELOCATED BETWEEN FOOT OF LEVEE AND C~ �+ ® LIGHTING VAULT — PROTECT, ® WATER VALVE BOX/CASE — PROTECT, ® FIRE HYDRANT — PROTECT, ®EXISTING TREE TO BE REMOVED, TYP. —Z C-9 C-1 C-3 C-5 C-7 C-8 C-2 C-4 C-6 VFY PI AN 30' 15' Q 30 nV Jy�c 60 IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS DEMOLITION PLAN I RENTON WASHINGTON YfE WNAllpl Wx DI[ N0. OAIf RAff D B-99-0017 E-19-1-70 98DEC03 C-1 08g1 BRB cor. 1 [n 9 4 3 2 4 I 3 2 REVISIONS SoMsa zax DESCRrnon METRO 2�!RCP A �— B"DI SD " SA 24'DI oC) co 4'DI 4-S2N m a- PROPERTY LINE � — — — •era Rocks I REMOVE PCC BOAT LAUNCH PAVERS �I II �I I �I �I �I I B �I I �I I a4I 21 tiI 711 C I i I I 4 3 0 0 0 o vx an Pc n F � 4 ,46 I I I ��3 — — N 13" PC SAP 12 A 2 — j L6 I I I 1 „ 0 5" CP 1 7 11" PC 14" PC — i a PC 11" PC 16 A (2) P 0" I 6" LW a I 5" CP 03 1/4 NOTES, 12L.A 1. FOR FLAGGED NOTES LEGEND SEE PLATEC-1 2" SB ♦ ^ i 2. SEE REFERENCE DRAWINGS R-1 THROUGH R-8 O Now FOR LOCATION OF EXISTING IRRIGATION IN PARK. e -- SEE SPECIFICATIONS FOR REQUIREMENTS FOR PC 5 12" P g _ mm -- r IRRIGATION AS PART OF THIS PROJECT. 6" PC 3. REMOVE EXISTING BOAT LAUNCH RAMP PAVERS 1 AT NORTH END OF THIS PLATE. REPLACE WITH h NEW PAVERS, SEE DETAILS ON PLATEC-47 I Co . 0 2° E 1/4 MILE MARK RESET AT NEW LOCATION I C� ALONG REALIGNED TRAIL I �1 (TYP 1 OF 4 LOCATIONS) E+� SEE DEATIL ON PLAT%P,CLDH I I I E-1 I I I I � I � I c 0 I I 6 --I o � T _ I C-1 C-3 C-5 C-6 I I C-2 C-4 C-6 KEY PLAN NO SCALE I 30 15 0 30 60 30' IF SHEET IS LESS THAN 32" X 21" IT IS A I REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS I SEATTLE, WASHINGTON C7 I LOWER CEDAR RIVER FLOOD CONTROL I LEVEES & FLOODWALLS I I DEMOLITION PLAN II I I RENTON WASHINGTON ogre rus _ I as D wwr�nw wo nc xa B-99-0017 E-19-1-70 98DEC03 C-2 WE 10 2 4 1 3 1 2 REVISIONS DESCRP110N A B L A�Dumw 4 3 2 NOTES, 1. FOR FLAGGED NOTES LEGEND SEE PLATE C-1, " AR I J W H O Cr ti N v -Z C-9 C-1 C-3 C-5 C-7 C-8 C-2 C-4 C-6 KEY PLAN NO SCALE W. 15' 0 m. 60' 1" = 30' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES do FLOODWALLS DEMOLITION PLAN IV RENTON WASHINGTON Sd PlNTAIIpN M0. ilE X0. ODIC PIAff D B-99-0017 E-19-1-70 98DEC03 C-4 m BRB I— I — 12 4 3 2 sruec REVISIONS DESWRON REMOVE ABANDONED — PIPES UNDER FLOODWALL PLUG ENDS. > N ~Ni CEDAR RIVER i I I i I I I I I I ^� I I V j NOTES, 1, FOR FLAGGED NOTES LEGEND SEE PLATE C-1 r—1 I _J I � I V I I � I � I � I I � I I I I � I � I C� 4 Z C-9 I� C-1 C-3 ji5E C-7 I C-8 C-2 C-4 Cr8 NO SCALE f — 30, 30' 10' ,5, 0 �0' 6. IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS DEMOLITION PLAN V RENTON WASHINGTON D B-99-0017 E-19-1-70 98DEC03 C-5 BRB ' sum 13 4 3 2 4 3 2 REVISIONS DESCRIP710N A B C NOTES: 1, FOR FLAGGED NOTES LEGEND SEE PLATE c-1, 8"-PA Z4 ti a-Z C-9 ti ry C-1 C-3 C-5 C-7 ti C-8 C-2 C-4 C-6 KEY PLAN NO SCALE I" - 30. 1. 15' p 30' 6.0' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWAH S DEMOLITION PLAN A RENTON WASHINGTON —am m nc xn wre ru¢ D B-99-0017 E-19-1-70 98DEC03 C-6 Da BRB JOK 9ttEi 14 4 3 2 4 I 3 1 2 srunn REVISIONS DESCRIPTON I A I f� I I I I I I I I r7I 7_ ' AF 14 PA iLi v h V CLEARING LIMITS v /CEDAR RIVER !�I CA DIAI/� I IIIITC 1 J I I 1 1 NOTES, \1 1 1. FOR FLAGGED NOTES LEGEND SEE PLATE C-1 1 8"-AR 1 I �1 �I �1 I Ico 1 1 1 � 11 w 1�^ 1 la I to I F. 1 w H � la C-1 C-3 C-5 C-7 C-8 1 C-2 C-4 C-6 I I 1 KEY PLAN NO SCALE 6'C I I 1 I 1 I 1 1 I U 1 I 1 30, 15, 0 .� 60' I v 1 1" a 30' 1 IF SHEET IS LESS THAN 32" X 21" IT IS A . I REDUCED PRINT, REDUCE SCALE ACCORDINGLY 1 U.S. ARMY ENGINEER DISTRICT, SEATTLE 1 CORPS OF ENGINEERS 'VC-ABAN / / I SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL / I LEVEES & FLOODWALLS 1 I 1 0l DEMOLITION PLAN VII I II RENTON WASHINGTON 4IE IHNi m No, m m OAIE IIAIE D B-99-0017 E-19-1-70 98DEC03 C-7 BRB I Q1k I WM 15 4 3 2 4 3 2 REMSIONS SYMBOL ZONE DESCRIPTION A 1_ ■mu J----MATCll 40 35 30 a w w 25 20 15 STATION C FLOODWALL P.I. 18 TYPE II N 1 RO. 99P. 7P IE E 1 S9 x0 TOP OF PCC CURB WALL S g g g SW UU IYALL $ p g g + + + + + + + + � In IF SHEET IS LESS THAN 32" X 21" IT IS A PROFILE REDUCED PRINT, REDUCE SCALE ACCORDINGLY z_ U.S. ARMY ENGINEER DISTRICT, SEATTLE HORIZONTAL SCALE: 1" = 30' CORPS OF ENGINEERS VERTICAL SCALE: 1" = 6' SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LEFT BANK PLAN & PROFILE STATION 51+00 TO 59+00 KEY PLAN RENTON WASHINGTON NO SCALE WE WIAMN ND. FU NIX DA1F flA$ A» D B-99-0017 E-19-1-70 98DEC03 C-16 o -. ma. PM p- BRB SHIM 24 4 3 2 4 I 3 1 2 RVASIONS SYMBOL ZONE DESMIION I 8 _ I I I I I I I i I I I I 4 3 6 g GAy S� pn g�a �ti. y • G�' gg. �y �p4 C 4� - 'VI GQ \ // ;Sp g�. �V. n gg0. oQ S`�a ePGAG�g�S� G$\g�OC y/ GY�y�Q �p� �p4 NOTES 1. FOR FLAGGED NOTES LEGEND SEE PLATE C-1 2 -Z C-3 C-5 C-7 I I I C-2 C-4 C-6 30' 15 0 1" = 30' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE. WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS DEMOLITION PLAN IX RENTON WASHINGTON as ixHnnon xn Nr xa wte. rare D B-99-0017 E-19-1-70 98DEC03 C-9 osx BRB aK siEEr 17 4 I 3 2 REVISIONS SYMBOL ZONE DESCRIPTION DATE A I NORTH W H BOEING u>p -40 BRIDGE ?� N, � START OF LEV%E, OI. 1 --- TA 0+00 55 E 11 298, 09. 50 MATCH EXISTING GRASS t LEVEE P.I. 2 / N 185, 425. 90 j CEDAR RIVER E 1, 298, 636. 73 / FLOW LEVEE SHOULDER (LEVEE LEVEE P.I. 3 TYPE III, PLATE t/ XO N 185, 196, 10 LEVEE FOOTPRINT I � E 1, 298, 686. 82 ROAD P.II. 1 0 / GRADE SHALLO N 1>3 552.23 E 1, 298, f i / SLOPE TO TOP ROAD P.C. / C .T. B 8 �o O Z y a LJ t-- o 24 1 c3 w m m 20 15 a 10 5 0 STATION 8 C o -0 ]2'17PEN JOINT % c+> m Wes/$'? Wp>D i METRO 24' SS SIPHON PROTECT o N / N N N /o� r / INSTALL TIDEFLEX DUCK BILL FLAP 11 PIPE 1VALVE.• ENSURE PROPER INSTALLA'nON OF VALVE. LEVEE P.I. 4 LEVEE P.I. 5 184,905 378 N 184,828. .0 LLJ It'=AY q AIRPORT ROAD (REAUG a. Gr 71{ GRADE SHALLOW DRAINAGEI— _ QSS ° SWALE TO ENSURE CONTINUOUSCO,OAD CIO P.C. SLOPE TO TOP OF CATCH BASIN n. + r c I v? i MATCH EXISTIQ GRIADE _ C = ROA P.I. ROAD P.I, 5 1 u N N 184, 766, 75 E�1, 298, 740, 80 E 1, 298, 7f75cr ROAD P.T. I � 12"OPEN I '01NT i I I I P LA N 30' 15' Q 30' 6,0' o = 30' 1 CD 00 SCALE: 1" = 30' ° c TOP OF LEVEE ' METRO 24' EXISTING SS SIPHON o IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY PROFILE z— U.S. ARMY ENGINEER DISTRICT, SEATTLE HORIZONTAL SCALE: 1' = 30' CORPS OF ENGINEERS VERTICAL SCALE: 1" = 6' SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LEFT BANK PLAN & PROFILE STATION 0+00 TO 8+00 KEY PLAN RENTON WASHINGTON NO SCALE ma wNnnw xa rui xo. o.� run: B-99-0017 E-19-1-70 98DEC03 C-10 PWN BRB 18 4 3 2 REVISIONS SYMBDL ZONE DESCRIPTION DATE BY 7 MODIFIED PER AS -BUILT INFORMATION 7/2001 JLM FLOW � CEDAR RIVER I I I 'D �C �� I A4¢ � j I I LEVEE P.I. 6 LEVEE P.I. 7 J p 2 A Q LEVEE SHOULDER (LEVEE N 184, 513. 20 v LEVEE FOOTPRINT, SEE c N 184, 227, 82 -. ~ I TYPE III, PLATE C-40) E 1, 298, 833. 32 PLATE C-40 �h� E 1, 298, 897, 38 I AIRPORT PROP LINE I I cn CD m a C1a` a: I r uI a, 0`, 0, c 1p I a GRADE SHAL AINAGE SWALE GRADE B E LINE GRADE AGE SWA E E II C-El, TOP EL 18.0 0 RADE SHALLOW DRAINAGE SWALE I I r U? D T r NT US SLOPE 0 0 aTO I 15.6 J. W 15.7 97. 76 a, tf? ENSURE CONTINUOUS SLOPE TO CV mr P F CAT BA N N N N N TOP OF CAT ASIN 0 N 184, TOP OF CATCH $IN T 0 0 O p hrd I I oa ci Now d m , 4 N:W cn. �. I all d I a r m co co a v I 3 v CL I a� z a, �>� y off, � 2 �N a # r-, a ° a O ar w Z I N M, d? Q c'? n. O O a I I a r S r 1 c cn. Or PLAN 30' 15' 0 30' 60' r Q I N a d 1" s 30't 01 r N, Q Ul. a' N ¢o L,- 30 o S? ¢. a 25 1- N TOP OF LEVEE a F20 -- -- — - - -- - - -- - ---- -- - LIA w 15 'ZT01214 )RAIN r 10 N N N 0 N STATION o+ + m +o + + + N +Do N cn N oy IF SHEET IS LESS THAN 32" X 21" II IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY PROFILE U.S. ARMY DISTRICT, SEATTLE CORPS OFEER ENGINEERS HORIZONTAL SCALE: 1" = 30'—�— SEATTLE, WASHINGTON VERTICAL SCALE: 1" = 6' LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LEFT BANK PLAN & PROFILE STATION 8+00 TO 17+00 RENTON WASHINGTON " KEY PLAN 53 NWAnm "° NO. DATE �A E D B-99-0017 E-19-1-70 98DEC03 C-11 NO SCALE N• PWN cxk BRB mw 19 4 NOTES: 1. AIRPORT ASOS WEATHERVCOMMUNICATIONS/ RADIO EQUIPMENT - PROTE T. 3 2 REVISIONS SYMBOL ZONE DESORPTION DATE I BY MOOIFlED PER AS-BWLT WFORMATION 7/2001 1 ,A.M 2. CONTRACTOR SHALL CLOSELY COORDINATE WITH COE FIELD REPRESENTATIVE WHEN LOCATING FLOODWALL BEHIND SMALL PLANE HANGARS TO ENSURE ADEQUATE TAXIWAY CLEARANCE FOR PLANES ACCESSING HANGARS. A I I N 1 3, 841, 93 TO ENSURE C NTINUOX I E 112 86, 42 TOP OF CATC BASIN I I� N Z i I y 00 U i EXISTING I APPROX. � I P 30 25 20 w 15 10 S STATION + C c, AW CEDAR RIVER PLAN 30- 15' RE AIR PIPE END TO ALLOW �--� PR PER INSTALLATION OF TIDEFLEX DUCK BILL FLAP VALVE (TIDEFLEX VALVE WILL I BE FURNISHED BY GOVERNMENT- I CONTRACTOR INSTALL) I I SEE NOTE 2 3 u � O ru 40464� I ~3 v f i 'PV �� F-- a- - o I II w z u 6•PV _1 - fu - 6,PVC c 6-PVC a I m 2 0 C. $ o a o 0 0 0 °J � N N N N N N IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY PROFILE U.S. ARMY ENGINEER DISTRICT, SEATTLE _ CORPS OF ENGINEERS HORIZONTAL SCALE: 1" = 30'—Z SEATTLE, WASHINGTON VERTICAL SCALE: 1" = 6' LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LEFT BANK PLAN & PROFILE STATION 17+00 TO 26+00 RENTON WASHINGTON _ KEY PLAN 9g ��T°°N •° B�.°. °A,z N w NO SCALE D B-99-0017 E-19-1-70 98DEC03 C-12 o n o o .. °Za. PWN °'K PWN wu 20 4 3 2 RENSIONS ' SYMBOL ZONE DESCRIPTION DATE BY MODIFIED PER AS -BUILT INFORMATION 7/2001 JLM I —i--- _ TYPE I CIB N I CEDAR RIVER W j I FLOODWALL P.I. 5 FLOW. ¢ 0e EN 1, 299182, 947. 07 227. 91 ROAD P.I. 6 , FLOODWALL P.I. 7 W� N 182, 287, 62 Q FLOODWALL SEE N PLATE N FLOODWALL P.I. 6 N 182, 681. 06 E 1,299, 265. 13 4-�v E 135L 07 299 , , 0 g= I J S-3 QO N 182, 769. 59 EMBED SHEETPILE IN LEVEE W A z CL + ROAD P . 3 + E 1, 299, 270, 89 /V TO EDGE OF ROADWAY ru cN I O N 182, B237.27, 45 CD 11 299, 7 LEVEE FOOTP INT oi7oROAD P.C. _ ' R 200 —ROAR-R.T. -LjR m --- �- T--_ cu N o N ROT CB a = i N RO Q��III N ROAD ROAD P.T. EVEE TYPE II�LATE � 40 m oN ROAD P.C. R 100 ' o TYPE C Co. SE 430 PAVEMENT FQ \� o m 0.� ROADROAD P.t. 2 R 60' N 182, 906, N 182, 758, 43 �\ I' 182, 61 810 E 1, 299, 207. 41 E 1, 299, 253. 91 N 182, 697. 29 FENCE RE VL�a1N T EINSTAL -40 \ I r, p E 1, 299, 249, 61 "C 24'VC ABA I T, a � /i r N OAD P. I I I � � / ROAD P.C. I -. a ABF#DONED/KOAD a ASS ROSE �° I ROAD P.I. 1� //\\ N N I F- I E 1, 299, 150. 14 � a m r N N Z_ 6" PLAN g a SCALE: 1 = 3D' 1' = 30. 1 15 Q 30' 80' n In H ; W + p WN 8 (6 N � g W 30 z 25 GRADE (MAX), 50 FT T5 — -- - ------ --- 20 - -- ---- ---- �>I [� + - 15 W a ° 10 aQ> w !r O W STATION o 0 n CD 0 0 0+} o O + a N M O O O o o N M M M c+D N N .0 N O+i N n M1 �1 M IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS PROFILE __ SEATTLE, WASHINGTON HORIZONTAL SCALE: 1" = 30' LOWER CEDAR RIVER FLOOD CONTROL VERTICAL SCALE: 1" = 6' LEVEES & FLOODWALLS LEFT BANK PLAN & PROFILE STATION 26+00 TO 35+20 RENTON WASHINGTON KEY PLAN -97-70 m " IkAw c n� N0 SCAB D B-9-01717 E-19-1-70 98DEC03 C-13 o ..�.. PWN UK BRB vw 21 4 3 2 REASONS SYMBOL ZONE DESOMP110N DATE BY MODIFlED PER AS -BUILT INFORMATON 7/2001 JlM a u ROAD P.I. 9 INSTALL TIDEFLEX DUCK SOUTH CEDAR RIVER FLOW A FLOODWALL P.I. 8 BILL FLAP VALVE B ING B DGE �— GRADE SHALLOW DRAINAGE N 182, 135. 27 ti E 1, 299, 422, 11 E 1, 299, 401, 50 FLOODWALL P.I. 10 N 181, 98 17 v SLOPE TO TOP OF CATCHBASIN E 1, 299, 449. 11 20 I I I ROAD P.C. FLOODWALL P.I. 9 � ^ 2 v c > FLOODWALL P.I. 11 t< z� u H BOEING SOUTH 80 ING BRIDGE P.I. 2 GRADE SHALLOW DRAINAGE SWALE TO ENSURE CONTINUOUS - Q Ei FLOODWALL P.I. 14 I I ROAD P.T. N 182 109. 62 W u 2 a N 181,8 > i RIDGE P.1 1 N 181, 732. 77 E 1, 299, 497. 77 SLOPE TO TOP OF CATCH BASIN 181, 310, 15 v 7, 83 E 1,29471.15 0 FLOODWALL N ODWAL P E 1, 299, 601, 69 SEE I LEVEE FOOTPRINT+ a C� O LA - -4- -{- I _ CD PLAT - + R ACCES , O - NOTE 2 O -- 200' _ a— TYPE II C-B, TOP EL 1 . - — _ R 200' _ 2_ — 2� ROAD P C. —_ I. 2 -IE E IE 3 1 ROAD P.T. a � _ - • ST EL POLE — ILL, PLAT-S-2 E 1 9 — 91 _ _ _ a D 0_0 b + ti _ BLOC A- 4 X _ ROAD P I. 11 u ti ON n ^" 1 ti 1 P.I. 8 o �— OAD .Te 1 1,799. 3 1, 2 9 45 a Lei > z >a W w o F— IN 182, 119, 22 u� z 24'VC-ABAN SS 0, r 24'VC-AB I J G DE SHALLO - ROAD P.I. 10 N z r Tu i DR INAGE SWA E N 181, 872, TO ENSURE CO UOUS GRADES E 1, 299, 44 4 SL PE TO TOP 0 SWALE T ENSU °CONTI + `L n a 9 C TCH BASIN SLOPE T TOP OF CATCH A IN ? i J I P II C-B, TOP EL 19.5 1n J o a a I a I E15, IEW15.1 a = I I 1 8 a V 9, 401' 5 = �ry Blast B � o Fence 1 Q PLAN 30 ,s' o J0. 60' M 3 30' o N 3 SCALE: 1" 30' 35 Q °O u� 3 r� rn W N ' m V 30 25 - _ 20 GO GRETE IQGKET ALL, 15 10 0 0 N 0 N 0 0 0 0 0 0 o ++ C < N N N N04 w 1010 M N CIF SHEET IS LESS THAN 32" X 21" IT IS A STATION REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE NOTES: CORPS OF ENGINEERS 1. ROADWAY FROM STA 35+10 THROUGH 38+00 --z _ SEATTLE, WASHINGTON TO BE GRADED TO WEST AT 2% TO DIRECT RUNOFF PROFILE LOWER CEDAR RIVER FLOOD CONTROL TO LANDWARD SIDE OF LEVEE. LEVEES do FLOODWALLS 2. RIVER ACCESS POINTS TO SERVE AS FUTURE HORIZONTAL SCALE: 1" = 30' LEFT BANK PLAN & PROFILE MAINTENANCE DREDGE ACCESS POINTS. TO BE GRADED VERTICAL SCALE: 1" - 6' "" STATION 35+20 TO 44+00 AND HARDENED TO FACILITATE MAINTENANCE EQUIPMENT L ACCESS. RENTON WASHINGTON KEY PLAN nM �.� UDR c A� NO SCALE D 8-99-O017 E-19-1-70 98DEC03 C-14 PWN ax'• BRB aw 22 4 3 2 A I B � I 35 30 25 F3 20 w 15 10 STATION o v v C I 4 I 3 2 REVISIONS SYMBOL ZONE DESCRIPTION MCOIFlEO PER AS-DUILT NJFORMA710N EXTEND AND INSTALL 4 PLAN 1" = 30' 30' 15' Q 30' 60' SCALE: 1" = 30' T + + + + + + PROFILE 3 HORIZONAL SCALE: 1" = 30' VERTICAL SCALE: 1" = 6' z- KEY PLAN n ;m NO SCALE 0 D wnx 2 IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LEFT BANK PLAN & PROFILE STATION 44+00 TO 51+00 RENTON WASHINGTON sa ro" xa ru "o. oAre vu� D 8-99-wxra0017 E-19-1-70 98DEC03 C-15 Om PWN — BRB w- 23 REVISIONS SYMBOL ZONE DESCRIPIION DATE BY MOWED PER AS -BUILT WORMATION 7/2001 JUM CEDAR RIVER LEVEE P.I. 10 LEVEE FOOTPRINT S J ~ x FLOW MATCH EXISTING GRADE 180, f— INSTALL TIDEFLEX DUCK N 283. O1 E 1, 300, 139. 43 BILL FLAP VA Q. E. ATTACH LOODWALL P.I. Ln ti Q2 WEj GUY WIRES TO TOP OF N 180, 352, 8 tST4 \ �^� � � FLOODWALL P.I. 18 TYPE II CBTOP EL 200 -, . FLOODWALL AS SHOWN ON PLATEC-43 E 1, 300, 077. 24 CS1 \ 1 N 180, 592. 72 IE E 17.4 IE W 17.5 4. E 1, 299, 874. 74 N 180, 585. 44 E 1, 299, 873. 11 FLOODWALL P.I. 19 FL WALL, SEE P TE S-3 + ClY N 180, 519. 25 Cam, E 1, 299 9 SHHOU (LEVEE P.I. 1 TY I C LEVE E 0, 10. 5 GRADES TINUOUS SWAIE GRADEADE SHE AIUS TOP OF G&iCH F TOP OF C AN �2Rah i h a 0 �a �b Izz PLAN �o' 15, o ao 60' X ," a w 0 SCALE: 1" = 30' w a J J m + r + J J a Q 40 o — + Z w 35 _ TOPw TOP OF PCC CURB WALL w TOP 30 a w 25 - 20 15 24" EXISTING DIP g 0 0 o Cl g SW OUTFALL $ a o g STATION n W IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY PROFILE U.S. ARMY ENGINEER DISTRICT, SEATTLE HORIZONTAL SCALE: 1" = 30' CORPS OF ENGINEERS VERTICAL SCALE: 1" = 6' SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LEFT BANK PLAN & PROFILE STATION 51+00 TO 59+00 KEY PLAN RENTON WASHINGTON NO SCALE INw-m a m wTC M1E D 1 B-99-0017 E-19-1-70 98DEC03 C-16 °w PWN aK BR8 9cll 24 4 I 3 2 REVISIONS DESCRIPTON DATE By MODIFIED PER AS -BUILT NFORMATION 7/20DI JLM o 0 0 RM P. I. 1 N 186,632. 7960 E 1, 300, 366. 9080 0 0 0 FERII N 179, 901. 7800 BERM P. I. 2 E 1, 300, 529, 6300 N 180, 012. 0910 E 1,300s%13.0430 •N 11300,427,347B � f 40 35 30 Lu w 25 20 STATION a CD cl CD p O N PROFILE HORIZONTAL SCALE: 1" = 30' VERTICAL SCALE: 1" = 6' EXISTING LANDSCAPE ROCKS/STATUES - 4" DRAINLINE J le BERM FOOTPRINT. P. I. 5 -S+Rn 1, 300, 616, 1360 0 0 0 CEDAR RIVER FLOW 1 BERM P, I. 6 SEE PROFILE BELLOW N 179, 753. 99 0 9v E 1, 300, 717. 80 g`5' NOTES: 1. WHEN CONSTRUCTING LANDSCAPING BERM, CONTRACTOR SHALL TAKE UTMOST CARE TO PROTECT EXISTING SURFACE DRAINAGE AND LANDSCAPING FEATURES. THESE FEATURES SHALL BE REPLACED AT CONTRACTOR'S EXPENSE IF DAMAGED OR DESTROYED. 2. NEW CURB AT LOCATION OF EXISTING CURB. BUILD TO DESIGN ELEVATION SHOWN IN PROFILE. SEE PLATE C-47FOR DETAIL. 3. FOR LANDSCAPE BERM/PATH CROSSING DETAIL, SEE PLATE C-45 ++ ++ + IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS —z— SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LEFT BANK PLAN & PROFILE STATION 59+00 TO 65+40 RENTON WASHINGTON KEYPLAN 'a ""'"°°""° ;A,E �I)All B-99-0017 E-19-1-70 98DEC03 C-17 NO SCALE °m- PWN I aK BRB Imm 25 4 2 4 3 2 REMSONS DESCRIPTION MODIFIED PER AS -BUILT INFORMATION 7/2001 1 JLM A I C ry2 V) Y TYPE II C-B, IE AT INTERSECTION WITH EXISTING PIPE INSTALL CO EAST OF EDGE OF ROAD ` CLON FORITIINGDETALINE. SEE PLATE Grass Grass Grass REALIGNED ROAD FOOTPRINT N m BOTTOM SWALE w H � Gra " a FLW.". ,.. EDGE OF RUNWAY GENERAL NOTES APPLICABLE TO PLATES C-18 ,C-19 C-20 C-21 C-22 C-23 C-49 1. ALL ASPECTS OF WORK INCLUDED IN THIS PROJECT SHALL BE GOVERNED BY AND IN COMPLIANCE WITH FEDERAL AVIATION ADMINISTRATION GUIDEUNES AND REGULATIONS. 2. AIRPORT NAVIGATIONAL AID FIXTURE BASES, ELECTRICAL HAND HOLES (NOT SHOWN), AND FIXED DRAINAGE AND UTILITY FEATURES SHALL BE PROTECTED WHERE ENCOUNTERED, UNLESS NOTED OTHERWISE. RE -CONTOUR SURFACE AROUND FIXTURES TO SLOPE AWAY FROM FIXTURE BASE AS SHOWN ON PLATE C-49OR LIGHT CAN FIXTURE. 3. AFTER RE -GRADING, GRASSED SAFETY AREAS SHALL BE SEEDED WITH WESTERN YARROW AND LUPIN SEED MIX. 4. ALL CONTOURS AND SPOT ELEVATIONS SHOWN ARE EXISTING AND APPROXIMATE. GRADE SHALLOW DRAINAGE SWALE TO ENSURE CONTINUOUS (�3% MAX) SLOPE TO TOP OF CATCH BASIN TYPE II C-B,TOP EL 18.0. IE E 16.1, IE W 16.2 N 184, 998. 98 E 11298, 641. 94 b' � ddl�INnW N _ 5. WHEN GRADING GRASSED SAFETY AREAS, CONTRACTOR SHALL PROTECT ALL EXISTING AIRPORT SURFACE FEATURES. DAMAGED EQUIPMENT SHALL BE REPAIRED OR REPLACED AT CONTRACTOR'S EXPENSE. 6. GRASS SOD WITHIN REGRADED SAFETY AREAS SHALL BE BELOW THE SURFACE OF ADJACENT PAVEMENT TO FACILITATE SHEET FLOW OF WATER ACROSS PAVEMENT ONTO GRASS. SEE PLATE M-3 FOR RUNWAY/TAXIWAY PAVEMENT AND GRASSED SAFETY AREA INTERFACE. 7. RIVER SEDIMENT ACCUMULATED ON GRASSED SAFETY AREAS DURING PREVIOUS HIGH WATER EVENTS SHALL BE REMOVED AND DISPOSED OF OFF SITE. PLAN SCAi_E 1" - Sm' ..r— _Y.—..—..— . N H u EDGE OF RUNWAY BOTTOM SWALE FLOW GRADE SHALLOW DRAINAGE SWALE TO ENSURE CONTINUOUS 3Y MAX) SLOP! TO TOP OF CATCH BASIN 30' 15' Q j0' 80. 1" = 30' Dense Brush IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LEFT BANK AIRPORT DRAINAGE IMPROVEMENTS I ZENTON WASHINGTON — xMr�nw xn Pu xo. ogre Pu¢ D 8-99-0017 E-19-1-70 980EC03 C-18 PWN °RC BRB " 26 4 1 3 1 2 4 NOTES 3 2 REVISIONS SYMBOL ZONE DESCPoPTION DATE BY MODIFIED PER AS -BUILT INFORMATION 7/2001 JLM A I CI I I I I I I I I I I I I I I I I I I I GRADE BREAK 1. GRADE SHALLOW DRAINAGE SWALE TO ENSURE CONTINUOUS (3% MAX) SLOPE TO TOP OF CATCH BASIN. 2. THIS AREA CONTAINS 18 NDB RADIALS, 60' IN LENGTH APPROXIMATELY 1' BELOW GROUND SURFACE. THIS AREA SHALL NOT BE DISTURBED DURING RE -GRADING ACTIVITIES 3. EXISTING TAXIWAY PAVING TO BE REMOVED. REGRADE AREA AS SHOWN. 4. REMOVE EXISTING CATCH BASIN AND ASSOCIATED, 450 SLOPED ASPHALT PATCH. INSTALL 12" CONCRETE CONNECTOR PIPE TO JOIN EXISTING PIPE ENDS, THEN BACKFILL TO MATCH SURROUNDING GRADE. 5. ADD COLLAR TO ADJUST TOP OF EXISTING CATCH BASIN TO MATCH SURROUNDING GRADE. REMOVE DAMAGED FLAPGATE. 6. ADD COLLAR TO ADJUST TOP OF EXISTING CATCH BASIN TO MATCH SURROUNDING GRADE. TYPE II C-B, IE AT WITH EXISTING PIPE RIM 22.4f W. INV. 14.72f E.. INV. 14.62f PLAN SCALE: 1" = 30' A D wra,. 4 3 2 I� I I I I I I I I =-ED 104 I I I� I I � I G �CL /I F-- I I l.aJ NOTE 2 �j Z � I I I a I � I I I I � I IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES AND FLOODWALLS LEFT BANK AIRPORT DRAINAGE IMPROVEMENTS II RENTON WASHINGTON N1MTAnON N6 nu N0. are RA1E D B-99-0017 E-19-1-70 98DEC03 C-19 °'O4 PWN I. BRB "m 27 REHSIONS SYMBOL ZONE DESCRP➢ON I I I b P A ° I o s3 SEE NOTE 1 ~�~ I aF O k ® �q GRADE AREA TO DRAIN TO CB Qg I p^ k •o I of oI b EDGE OF TAXIWAY I I `bn O I I I o N� I I � SEE NOTE 2 I I I Ci) � I B H al CL I O � I Z I J I = I U I ~ al EDGE OF RUNWAY �I I I I I I I I C I I I I I I NOTES: 1. THIS AREA CONTAINS 18 NDB RADIALS, 60IN LENGTH APPROXIMATELY 1' BELOW GROUND SURFACE. THIS AREA SHALL NOT BE DISTUREBED DURING RE -GRADING ACTIVITIES. 2. GRADE AREAS SHOWN ON EACH SIDE OF GRADE BREAK TO ENSURE CONTINUOUS (3% MAX SLOPE TO TOP OF EXISTING SIN. CATCH4 SEE NO 2 H m P i'4 2y3WvQ�0 o^i o0 2 O 6PVC �HH I V H �g��^ a cb 61PVC is h3W`r'T`�1O` NO :Zmt_�S TING CATCH 2h4r3 a U ���.. N � m � I oc U O�ti 220 "PVC I EXISTING CATCH / W � SEE NOTE 2 r� v ^ 2 a / GRADE BREAK os W 4 ) t7 CK / EXISTI G / N CATC BASI / W N W (n SEE NOTE u / N o / mv V of W z v.f. tL D EDGE OF RUNWAY W. 15' 0 30' 60' PLAN = SCALE: 1" = 30' 3 2 -\ _ ..� �� No ��W E` N tiz�3 °` I I c? � I I H1 d�l�H I I I I n I I N ,,, O13y1 uq2> I I I N 1 I q I � I I � I AY J I � p b I deco I S 3 v LJ O of °7 U �7p a,^ I I rn I 2euW I /I I I I I I I I GRADE BREAK I I SEE NOTE I 1 I I I I I I I I `r ti I N co n I 12'ap JOINT o 1 1 A v till 0 N IF SHEET IS LESS THAN 32" X 21" IT IS AI REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LEFT BANK AIRPORT DRAINAGE IMPROVEMENTS III RENTON WASHINGTON 93 pNTAnpI XQ=E-19-1-70 OAR'ED B-99-0017 98DEC03 C-20 ossN. PWN BRB 28 4 3 2 REVISIONS ZONE DESCRIPTION MODIFIED PER AS -BUILT INFORMATION 7/2001 1 All A I B 3. CONCRETE TRAFFIC PATTERN INDICATORS. GROUND SURFACE SHALL SLOPE AWAY (37 MAX) PLAN FROM INDICATORS. VERTICAL DROP BETWEEN EDGE OF INDICATORS AND SOD SHALL BE 1.5". NOT TO SCALE 4. LOWER TOP ELEVATION OF EXISTING CATCH BASIN TO MATCH SURROUNDING GRADE. APPROXIMATE DELINEATION OF ADD •u�w" DS REMOVED AOLITION PLAN EDGE OF AIRCRAFT APRON X 21" IT IS A ALE ACCORDINGLY ASTRICT, SEATTLE NEERS JGTON LUWtK E;tUAK KIVLK rWOD CONTROL LEVEES & FLOODWALLS LEFT BANK AIRPORT DRAINAGE IMPROVEMENTS IV 1" - 30' 30' 15' 4 30' so' RENTON WASHINGT01 m NMTATrox xa nc xa CAMnAa D B-99-0017 E-19-1-70 98DEC03 C-21 M. PWN O" BRB mm 29 4 3 4 3 2 REVISIONS DESLMPION MOWED PER AS -BUILT KORMATION 7/— 1 " A 8 C INSET—CLEANOUT LOCATION , SCALE: 1" = 30' / / / / / EXISTING / CATCH BASI /I � I .` a r �o r `►,p. V �' * I SEE NOTE I ' XSEEOTE I r / r GRADE BREAK NOTES 1. GRADE AREA TO ENSURE CONTINUOUS (3% MAX) SLOPE TO TOP OF EXISTING CATCH BASIN. 2. EXISTING ASPHALT DUST COVER PLAN ATEDGEUST COVER.N. GRADING T EDGEF AC SCALE: 1" = 30' 30' 15' Q 30' 60' 1' = 30' Aso I' EC 01 tiI 1 I I N N2ti a v02>ti I Q I-1 ~ SEE NOTE I I W Z FLOW _ IJ I I = IU I� I Q RUNWAY I� I I I IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LEFT BANK AIRPORT DRAINAGE IMPROVEMENTS V RENTON WASHINGTON In INN}A ft OAff: MAIE D B-99-0017 E-19-1-70 98DEC03 C-22 "K PWN ac BRB 'm 30 4 3 2 I I I I I A 4 I 3 1 2 a ^ g,am�^ tiC-)3zry PIPE SEE NOT g2 >> 6`CMP FLD 12 C OPEN JOINT EDGE OF AWAY TAXIWAY .� zo 18•c ~`° I FLOW 12'GPCN T EDGE OF RUNWAY C M N c0 co N 000 �� NNNN o z� q~;; y z �f- NOTES: C 1. EXISTING ASPHALT DUST COVER 2' THICK) TO REMAIN. BEGIN GRADING T EDGE OF AC DUST COVER. 2. GRADE AREA TO ENSURE CONTINUOUS (3% MAX) SLOPE TO TOP OF EXISTING CATCH BASIN. 4 1 3 EXISTING CATCH BASIN PLAN SCALE: i" = 30' EDGE OF RUNWA SEE NOTE 1 m Y 4 I 3 E 1.299,150 h g I REVISIONS SYMBOL ZONE DESCRPTION DATE MODIFIED PER AS -BUILT INFORMATION 7/2001 BY By A I B I 30 20 0 0 0 + O K 0 0 K 0 0 t N K 0 0 M SCALE: 1" = 30' 0 0 } C PROFILE 0 0 0' NOTES: 1. HORIZONTAL DATUM: WASHINGTON STATE COORDINATE SYSTEM NORTH ZONE, N. AMERICAN DATUM 1983(91�. VERTICAL DATUM: NATIONAL GEODETIC VERTICAL DATUM 119 9. CONTOUR INTERVAL IS ONE FOOT. 2. ROAD AND TRAIL LAYOUT INFORMATION IS SHOWN ON PLATES C-33fHROUGH C-39 C. O + O �Z �C-3124C-24 C-26 C-28 C-30 C-25 C-27 C-29 KEY PLAN NO SCALE 30' 15' Q 30' 60' 1. = 30' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS RIGHT BANK PLAN & PROFILE STATION RT10+00 TO RT16+80 RENTON WASHINGTON as waxr}non rro. nu Iro. oAre r x D 8-99-0017 E-19-1-70 98DEC03 C-24 0m BRB dal. I %mr 32 4 3 2 4 3 2 A I B C 0 o REVISIONS 0 SYMBOL _ZONE DESCRIPTIONMODIFIED PER AS -BUILT INFORMATION EI a z zg p I�� ^xl z R 299. )Sp � + ❑ I 3 x ❑ t a �I I UI a DOA° of-1 �__ =zi , 45' !•T� _, P, I. 8 ? - 19' 51' 19' LT EXT ED CU (TYP) R N 184, 743. 85 D =-38. 11'TO' SEE SHEET 54 -'C = 3�-55 C>y E 1 299, 052. 30 R = I50. 00' 6. 25'C 10 P. I. 12 .�„ L = 5 , 98, N 84 E 1, 299, 183. 56 -- E 1, 99, 11 . 3 v 184,8 ---------"_ - _ -F�-Z •1 "/ /�� 4 \ _ 526 E T --------- RT 21+00— --- ---- 1 22 -1 _ I R7 1 + R 1 2s a E i\99, I R 20 P. T N 1 2. E 1,299, 3 P. I. 3 —_---_ R = 4 T = 53. 55' L = SD6.46' 30 20 0 —END AC PAVEMENT ELEV. r5z2'._. BEGIN BOAT LAUNCH RAMP SEE DETAILS PLATEY.P, CLDI I 0 0 t ao P. I. 9 N 184, 624. 02 E 1, 299, 058. 73 PLAN SCALE: 1" = 30' 8 8 PROFILE A�D w,w 0 0 Nt] + N N w r a: � fZ C-32 C-24 C-26 C-28 C-30 C-31 C-25 C-27 C-29 NO SCALE 7/2001 1 JlM 30' l5' 0 30' 6 1' = 30• IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS RIGHT BANK PLAN & PROFILE STATION RT16+80 TO RT24+40 RENTON WASHINGTOD sa "Twna Na na N0. oAre nA>E D B-99-0017 E-19-1-70 98DEC03 C-25 ma. BR6 loc mT 33 4 3 2 4 0 f C� ❑ � Z 1,299,300 I� I A 1 c 1299,150 B 30 20 0 C I 3 2 REVISIONS O SYMBOL ONE DESCRIPTION MOOIFlED PER AS -BUILT WFOANATION 2 2 o 0 o O o O o 8 n rn o + U') N N N 00 N CV M M 0� it Of 0� it it it PROFILE -z C-32 C-24 C-26 C-28 C-30 C-32 C-25 C-27 C-29 C A- KEY PLAN ._. D ...,�w NO SCALE 4 3 2 v2001 1 AM NOTES: 1. FOR CATCH BASIN AND GRATE AT RESTROOM, USE ONE REMOVED FROM OTHER PARK LOCATION OR REPLACE WITH NEW TO MATCH EXISTING IN PARK. 2. FOR DETAIL OF RESTROOM AREA SEE PLATE L-11 3015' 1" = 30' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS RIGHT BANK PLAN & PROFILE STATION RT24+40 TO RT32+00 RENTON WASHINGT01 sa enn�nox xa � xa wre: vun: D B-99-0017 E-19-1-70 98DEC03 C-26 m- BRB I CKK Isw 34 4 3 2 A I B 30 20 0 C 0 0 0 0 0 N M Yi 0 � � oc � o✓ PROFILE REVISIONS DESCRP➢ON 0 0 0 M n 30' 15' 4 1' = 30' ae IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS —ou—Z C-32 SEATTLE. WASHINGTON LOWER CEDAR RIVERCONTROL C-24 C-26 C-48 C-30 LEVEES & FLOODWALLS C-31 RIGHT BANK PLAN & PROFILE C-25 C-27 C-29 STATION RT32+00 TO RT39+40 RENTON WASHINGTON KEY PLAN `�"� °"" cd.. D 997.ft B-99-0017 E-19-1-70 98DEC03 C-27 A,o p NO SCALE amBRB ImK ism 35 4 I 3 4 3 2 �o E 1.2gg6� Ip' i A I 18'RC E 1299 455 F. �I P. 27 N 182, 632. 60 E 1,299 447.92 �I I B 30 20 0 c �- INSTALL TIDEFLEX VALVE ON EXISTING EXISTING WATERLINE CROSSING 24' STORMWATER OUTFACE (APPROX. LOCATION) PROVIDE FLOODWALL PENETRATION SCALE: 1' = 30' 7 _ 150•00 V L 51. 83' I 64or �� I~.1 0 R _mi'p LT T =.38 a v 1 /"'I IN E: I 0 0 0 0 0 0 ++ + + + + + 0 v � v � v w -Z C-32 C-24 C-26 C_P8 C-30 PROFILE C-31 C-25 C_27 C-29 KEY PLAN A � D wwe NO SCALE REVISIONS DESCRIPTION DAiE BT MODIFIED PER AS —BUILT WFORMARON 7/20M I JIM 30' 15' Q 30' 60' 1" 30' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS RIGHT BANK PLAN & PROFILE STATION RT39+40 TO RT46+80 RENTON WASHINGTON a¢ w�+rAnm m nE xa oAn;: rua D B-99-0017 E-19-1-70 98DEC03 C-28 °'• BR8 36 4 3 A I 4 Z oo _ cq 41 W 3 Y H w N 1 1, 995. 93 V v E 1, 9, 631. 7 iW _�e�_ 7'1< �- o a �B� N w N ST 48+89. _ is 111111 11 II II II It It 1111 r �47 f 12996 -__ O 25 R _t.0 — ----- zs `r N 181, 894. 15 E 1, 299, 653. 21 �' � 6.54'32` RT INSTALL TIDEFLEX VALVE ON D = 28.38'52' EXISTING 12' CMP IE 15.66 R 200. 00' T 12. 07' L = 24. 12' 8 30 20 0 I = 19. 39' 32' LT ` 3 D = 38' 11' 50' R = 150. 00' R w Y o \ T = 25. 99' L = 51, 47' r = T at 5-401 o r P. I. r N 39 181,451.87 t? E 1, 299, 764. 90 7 c+i DRAINAGE SWALE z 4 1 1,599.53 .2 726.52 Ci E4 __--- _-- - -- _ D N 181, 748. 58 C� E 1, 299, 689, 64 4 0. N 181, 517. 31 p" ? = 22' 7' 26' RT TH BOEING BRIDGE 7 = 8' 29' 51' D = 19.5, 55' RT E 1, 299, 734. 29 D 57 17' 45' P. I. 40 -E CLOSURE GATE R i 300. 00' 22. 29, T - 119, 55' N 181, 333. E 1, 299, 770. DETAILS PLATE �: SCOA L = 44, 49' L = 38. 61 SCALE: 1' - 30' 0 0 0 0 0 0 0 8 C -z C-32 C-24 C-26 C-28 C-30 PROFILE C_31 C-25 C-27 C-29 KEY PLAN c A o NO SCALE D w.we A 3 2 _ REVISIONS DESCPoFnON DATE BY MODIFIED PER AS-81JILT WFORMAnON 7/— JW 30' 15 0 30' 60' 1' - 30' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS RIGHT BANK PLAN & PROFILE STATION RT46+80 TO RT54+40 RENTON WASHINGTON to Mwanw xa ru xa wn: wAn; D B-99-0017 E-19-1-70 98DEC03 C-29 wa. 8REI - 99", 37 2 A I B E � 29g DSO 30 20 0 X� TRA II EEO Eank T 7 = 00 L7 c D 14' 19, 6' Q L R = 400, 0 3 T = 41.9'a '\ I L = 83. 4' m G b h DRAINAGE 9 I P. I. 1 I N IS1, 161. 07 E 1, 299, 819. 11 I I 3 O I = 14' D=28' 00 7 225 TELEPHONE L 50 V - NI FILL AULT I. 4 181 0 99 871. 6 __ 4 -------- .lo — �3'_--� D=39 L = 60, 03' PLAN SCALE: 1" = 30' SYMBOL 7 7 � 1000 P. I. 46 1 33 , 32, N � 10, 718. 57 ,p E 1, 300104 .9 PI 44---•46'0'E �y N 30 = 57' I w _ 180, _ 9,984 EXTEND BY 40 FEET AND INSTALL TIDEFLE% VALVE ON EXISTING 24 INCH CONCRETE E_ I 0 0 0 0 0 0 0 + + + + + + + � W) NW) Ln 0 ID �Z C-32 �C-24 C-26 C-28 C-30 PROFILE C-31 C-25 C-27 C-29 _ KEY PLAN NO SCALE D wma 4 3 2 REVISIONS DESCRIPTION MODIFIED PER AS —BUILT INFORMATION .AM I 30' 15, 0 30' 6.0' " 30' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS RIGHT BANK PLAN & PROFILE STATION RT54+40 TO RT61 +60 RENTON WASHINGTON sa wwnna wo. rAt w. wre ruk D B-99-0017 E-19-1-70 98DEC03 I C-30 BRB °pL SET 38 4 I 3 2 A I 30 20 0 C I JI.HLG: 1 = JU 0 + + 0 0 + N M � � <0 10 10 10 PROFILE D REVISIONS MBOL ZONE DESCRIPTION DATE BY �p 11111110 PER AS -BUILT WFORLIADON 7/2001 &M 04 r-I 29' O.C. HORIZ TOP 6 DOT M4 LE27' D.C. 2' CLR <16) NI6 CIP CONIC WALL 3/4' CHAMFERS 8' PVC PIPE WHERE AT EXPDSED EDGES SHOWN IN PLAN 44 CG ' O.C. VERT. EA. FACE - - - TIDEFLEX VALVE V4't EMBED TOP ARHORFLEX UNIT IN CIP CONCARMORFLEX CLR 2(MIN) 1(- 6' CLR GEOTEXTILE FABRIC 6'-0'M1N FLOODWALL DETAIL NT.S. Z C-32 �C- C-26 C-28 C-30 C-31 C-25 C-27 C-29 _ KEY PLAN NO SCALE 30' 15' 0 30, 60' 1" 30, IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS RIGHT BANK PLAN & PROFILE STATION RT61+60 TO RT66+20 RENTON WASHINGTON 9ff WMMDOI N0. R1E XO M2 RAZE D B-99-0017 E-19-1-70 98DEC03 C-31 "I BRB iI"L 'T 39 4 3 2 A I B 30 20 0 0 n r 4 I 3 2 REHSIONS DESCRIPTION MODIFIED PER AS -BUILT WORMATiON TIDEFLEX VALVE ON EXISTING 12' CMP PLAN \ SCALE: 1" — 30' OD ID r 0 ao UD r CC 0 rn 1° r Of C PROFILE 4 1 3 �j 30' Iv Q 30' 6.0' c NEW CONCRETE FLOOD WALL 3/4' CHANTER TYPQ 7/2001 1 AM PORTION OT EXISTING CONC.—.� WALK TO BE DEMOLISHED /B• I VB• 6'tl_Il- CL — _FSETA EXPANSION JOINT TILLER II CONTINUDUS ISTING CONC WALK SAVCUT i NEW LONG FLOOD WALL rve• cLR U• CONST. JOMT II J L..CA-ATETO leBEEMENT 1'-9' MIN SECTION THRU FLOOD WAL _CONCRETE SCALE: NTS 0 0 N M r n r r ZC-24 —Z C-32 _C-26 C-28 C-30 C-31 C-25 C-27 C-29 KEY PLAN NO SCALE ° o .,.,. 2 0 n r IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS RIGHT BANK PLAN & PROFILE STATION RT66+20 TO RT73+80 RENTON WASHINGTOI !II NNfAIIDN M0. P1[ M0. DATE MAZE D 8-99-0017 E-19-1-70 98DEC03 C-32 DS°L BRB lam a ELr 40 4 3 £ 1,299,150 S v p �?' EXTRUDE 4, 0 00, w ti , ••`�hq m�a 9 + P. I. PRD 2 N 185.527.56 0.�', P. . R➢ 1 E 1, 298, 941, 58 v N 355.60 $ a: E 1, E98, 983. 12 0+ END ' STRIPING oo. A Z - - - - - HEAD IN PARKING I- 1 / 0 5 All S HE.pU I P KIN + TB 5 PA S Qj a 10' jp8.09 R 5�— 11 P T gD 2+ a 0+L 0 pEDGE OF NEW AC TRAIL E 1,298,850 P. f>0.52 0 1 x �4P. 1. Tx1 2 1 N 185,257.51 9 E 1,296,947.22 : C D i \ P. I. PRD 3- N 185,49 E 1, 298, 832, 06 fpd ° o \ 21 \� NG P P KIN .° Ut. 9' C\ 2 SPA�E\S ol < a s�SS A N I. 1852283. 62 E 1, 298, 901. 82 NEW OVERHEAD TRAIL UGHT I nren(w TYP = NnTrc ow C I 30 20 10 SCALE: 1" = 30' 4 1 2 O z = CURBING (TYP) 17P. J $ N I 185, 286, 56 R a j 3'J CLASS A E 1, 298, 958. 32 4r o e6 ire• OVERLAY HEAD IN PARKING -5 SPAG99-— 'a HEAD IN PARKING D = 19• 4g• LZ S ACE T _ IDO. 0p4 LT 35.20, 415 L = 3q 49 9�t - y �3p, L00 4' H P, T TX1 1+37'29 END Po.VeCA ,Cbl, l l I843 P. TX2 1 9 75 END E 1,29 , 9 G+ AC SIDEWALK, FOLLOW s -STO RT 4+ O) EXISTING CURBING * 85 52. hy�v E , 2 , 93 00��30'10' TRAI PA NG(Kolss lK, SEE R 5' 0 IL to Ac 1-1 E G DETAIL %P:CLDH o c n ANGLED PARKING 4 SPACES 3 SPACE - i— v _ • 5 ' 7' RT w E 7.f : ClIR13t v N D 10 TRAIL A rNMENTo F + ON TOP OF LEVEE o P. I. TX2 2 N 185, 189.29 P. I. PRD 4 E 1298930. 96 N 185, 013. , , 2' GLASS A PLAN E 1, 298, 928. 1 OVERLAY P. I. TXI 3 N 185, 169, 10 SCALE: 1" = 30' E 1, 298, 935. 35 F SCALE: 1" = 30' 3 2 0 0 a- 0- a a P. I TX3 REVISIONS B0� ZDNE DESCRIPTION DATE BY o- MODIFlED PER AS -BUILT INFORMATION 7/2001 ,IUJ 2 V 4.9ZIA , '' 20 0• t°oy n �x 1 � o M I fix00 w 0 rn w Fr I� NOTES: 1. ALL EXISTING PARKING IN AREA SHOWN TO RECEIVE CLASS A OVERLAY SHALL REMAIN. PARKING SHALL BE STRIPED OCCORDING TO SPACE TYPE AS OUTLINED BELOW: HEAD IN SPACES - SHALL BE STRIPED PERPENDICULAR TO CURB 16' LONG AT 9' SPACING. ANGLED SPACES - SHALL BE STRIPED AT 53' MEASURED FROM CURB AND BE 21' LONG AT 9' SPACING. ANGLED TRAILER SPACES - SHALL BE STRIPED AT 53' MEASURED FROM CURB AND BE 30' LONG AT 9' SPACING. 2. CLASS A OVERLAYMENT SHALL BE 2" CLASS A AC PAVEMENT ON EXISTING CLASS E PAVEMENT, EXCEPT AREAS OF PRD ALIGN- MENT TO BE REALIGNED AS SHOWN. PREPARATION, MATERIALS, AND CONSTRUCTION METHODS SHALL BE IN ACCORDANCE WITH WASH DOT SPECIFICATIONS. ." Z C-33 C-35 C-37 C-39 C-36 C-38 KEY PLAN .ate NO SCALE 30, 30' 15' P 30' 60' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS RIGHT BANK PARK TRAIL PLAN & PROFILE I RENTON WASHINGTON NZ MMTATICN ft m m DIM_w D 8-99-0017 E-19-1-70 98DEC03 I C-33 "m BRB ° seer 41 4 e 1,zss,lso I I I I� y CLASS A A OVERLAY + p 11 184, 685. 99 P. I . 4 m � E 1, 299, 075, 61 — X<'q N 184, 697. 05 E 1, 299, 097, 63 P. N I 184, 915. 56 r x3 �ic6, E 1, 299, 033. 13 a?y ROSSWALK, SEE °� f STRIPING DETAIL PLATE �: CLDH 211LT : 55.42; 45, ` 9.0 \ I � R = 5 Co. 13 e� x$ C 52. T q7. 23' L- a a W � P 7i X �ti Cta T D = 57. 17' 45' PT 100 P. I. T) i __ 18' 80' 37, N 184, 793, 14 E 1, 298, 982. 86 is -""owl �I I B w J O O a (NL1 + 0 + w fU M FN> F (L� (U W Oo 3 — NEW-OVERHEAD_DtAIL LIGhl- _ ON TYP. CLDHOTES N PLATE , CLD.... ....... + H 5 IN AC PA S . KIN ...I'D ...I'.. .Try _ .... P RKI . G S SAP A N S RKI G `Y ft / +— -I - —F- u u EDGE OF AC TRAIL + b n R 57 ?7' qs; RT w + + _ T 100. DO' ' 1' RZ L = 3p 32 C M A5• L PLAN 2 SYMBDL ZONE 2 1 11 El 46. 531, 47, LT .O 184, 423. 87 R 111,111301 00' a T 91.85'— 29 59. 77— L C+ 'a J Ca Arpk a1.o 5 o x +I M TX4 1 t� 94,296. 55 99, 149. 61 t�O FI P. 1. TX3 6 N 184, 253. 58 E 1, 299, 146. 19b' I� 1) z 28 16' 4' LT 38.11,50' R = 150. 00• J T = 37, 77' L = 74, 00, I� P, I. TX4 2 N 184, 183. 40 E 1,299, 135. 40 O `D �D N U r 1n ~ N O X f1J Li x c.i I.X.• N > I- fU o REMISIONS DESCRIPTION DATE BY MODIFIED PER AS -BUILT WORMATON 7/2001 .AM d 30 20 10 0 0 0 0 0 0 0 0 o co + + + + r7 + .xF + u) + cxp + + + pXp OXp xN xn C IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY PROFILE TX3 U.S. ARMY ENGINEER DISTRICT, SEATTLE SCALE: 1" = 30' CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL C-33 C-35 C-37 C-39 LEVEES & FLOODWALLS c-34 c-36 C-38 RIGHT BANK PARK TRAIL PLAN & PROFILE II RENTON WASHINGTON 30' 1s' q �o' 6a' '° 30' KEY PLAN UAE "",E ""`"°°""° =E-19-1-70 n _ D B-99-0017 98DEC03 C-34 ° `w • ° •^,^"^ NO SCALE ww• ORB anc sacr 42 4 3 2 4 0 3 _l nI 2 � ❑ Fl f 1.299 BOO L--� N ( 184317B. 11 29.23' 4 E 1, 299, 214. 95 '{ 17 I R = 5 31 I y 4 A CLASS A nVF111 AY ct _ P. I, TX3 8 END _ N 183, N �84, 137:'84 P TXS-9-- E -r7n9, W FTEAD IN PACKING T 99, 4: g0 - - _ _ N 183, B 5, 70 5 SPACES I AR �.6 ...... ........... .G, --•5 AC S SES AI S A IN H D N K G 5 SP ES NEW AC WALKWAY ? = 36'9'3' LT NEW AC WALKWAY R = 80. 00' NEW OVERHEAD TRAIL LIGHT 7 = 26. 11' LOCATION TYP. SEE NOTES L, 50. 48' ON PLATE XP- CLDH P. I. TX4 3 ,o N 184, 047. 45 E 1, 299, 187. 88 b � + rl + C IL, N D = 38 1 34, RT P. I. TX5 1 BEGIN P. I. TX5 2 T as* 35' D = 38. 11, S0' N=P 183T934436ND1 N 183, 893. 06 D = bp, CIO, ~1,299,184R = 94 P. 1. TX5 4 �1 T = I59. 83, E . 10 L z 213 58 N 183, 700. 41 L_ 58. 93' E 1, 299, 185. 11T E 1, 299, 258. 00 PLAN 3 I SCALE: 1" = 30' 30 20 10 C I 2 25 �- 36 � 10 O L --F`•b MEAD IN PARKING r 5 SPACES — 0, o� RIVERSIDE DRIVE STRIPING REVISIONS OESCRAPTION Momm PER AS -BUILT NFORMATION — DIN PARKING — 5 SPACES I � I s NEW AC WALKWAY EDGE OF AC TRAIL P. I. TX5 6 END N 183, 570. 26 E 1, 299, 348. 29 M I I� I� Iw ti I� IV I� I� X IX— PROFILE TX4 _ PROFILE TX5 SCALE: 1" = 30' SCALE: 1" = 30' �--Z C-33 C-35 C-37 C-39 C-34 C-36 C-38 x 30' 15, 0 30' 6.0• _;� KEY PLAN I • _ 30 o max• NO SCALE 4 3 t 2 Lo Lo AM IF SHEET IS LESS THAN 32' X 21' IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS RIHGT BANK PARK TRAIL PLAN & PROFILE III RENTON WASHINGTON mzA xxr�na xa RtL xa own:: run: D B-99-0017 E-19-1-70 98DEC03 C-35 oaax 8RD cllx. m u 43 A I B 30 20 10 4 I 3 2 -- REVISIONS DESCRIPION MODIFIED PER AS -BUILT INFORMArM D 57'1T 45' rUK LMTUUI irvruRrwliUn, PLAN R - 100. T = 2235' SCALE: 1" = 30' L = 43:98• f C PROFILE TX6_ SCALE: i" = 30' 7/— 1 AM 30' 15 00" 60' co co 1" = 30' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS —z SEATTLE, WASHINGTON C-33 C-35 C-37 C-37 LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS C— 4 C-36 C-38 RIGHT BANK PARK TRAIL PLAN & PROFILE IV RENTON WASHINGTON KEY PLAN �g M NfATM Na Fl E NO Da E %1T c�•,a D B-99-0017 E-19-1-70 98DEC03 C-36 o p NO SCALE — BRB I.K lwm 44 4 1 3 2 4 3 2 a o SYegL NNE 2 2 I 2 a 2 I �y� E 1,299,600 A I ❑ �❑ I P. I. TX6 10 = 9- 47' 12'' LT N 182, 425. 27 D = 57 17' 45 `4 I E 1, 299,525.9 R 100. 56 / BEGIN RIVERSIDE DRIVE v 'V T = 8. 56' 2 CLASS A OVERLAY & STRIPING y L = 17. 08' It + SEE PLATE %P: C M LT o TRAIL ALIGNMENT NEW OVERHEAD TRAIL LIGHT W I D = 19' S ti rn ON TOP OF LEVEE LOCATION TYP. SEE NOTES 77 RIVERSIDE DRIVE R = 300. 00' w y m c rn ON PLATE %P� CLDH "I ' STRIPING CLASS A T 31. 97' y ci + ` OVERLAY 1. t- EDGE OF ti + UEXTRUDED CURBING oo R 10'(TYP) AC TRAIL g to F I ?99 4$S h 20 I rJ 8 S P. I. TX6 12 `0 N N 162, 326. 41 E 1, 299, 561. 11 n I � m 36' 2' RT F FLOODWALL, SEE PLATE%P- CLRE D Z0 FOR LAYOUT INFORMATION. P. I. TX6 9 R 19 .03' °D P. I. N 182, 521. 50 'f 3 37, 94 IN E 1, 299, 480. 16 E 1, i B _. C SCALE: 1" = 30' PROFILE TX6 SCALE: 1" = 30' REVISIONS DESCRIPTION DATE BY NODnED PER AS -BUILT INFDRUATION 7/20D1 JW x n x PROFILE TX7 SCALE: 1" = 30' 30' s' p�o' eo' 1" = 30' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE �Z CORPS OF ENGINEERS SEATTLE, WASHING TON C-33 C-35 C-37 C-39 LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS - 4 C-36 C-38 RIGHT BANK PARK TRAIL PLAN & PROFILE V KEY PLAN RENTON WASHINGTON 9II pMUIgN N0. fhF N0. D1TL PUTS NO SCALE D 8-99-0017 E-19-1-70 98DEC03 C-37 BRB Ia sw 45 4 3 2 A I �L 30 20 10 4 I 3 2 _ O 0 0 ❑ ❑ ) = 6. D 4311 P. I. TX8 1 R 38,;11 50, LT PLAN SCALE: 1" = 30' RENSIONS DESCRIP11ON AWFEO PER AS -BUILT 0 7AM I All I X00 00 cc OD 30' 1530' ' 0 0' 6C i' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY PROFILE TX8 U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SCALE: 1" = 30'—Z SEATTLE, WASHINGTON C-33 C-35 C-37 C-39 LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS C-34 C-36 C-38 RIGHT BANK PARK TRAIL PLAN & PROFILE VI RENTON WASHINGTON KEYPLAN 7 N�,A, UA2 PAX NO SCALE D B-99-0017 E-19-1-70 98DEC03 C-38 o...... DW BRB 9teEr 45 Z � 4 3 2 SwEal lw'i -- REVISIONS DESCRIPTION A C 18" OF CLASS I RIPRAP SLOPE PROTECTION RIVER SIDE ALIGNMENT AIRPORT SIDE 4" OF BASE COURSE 5.2' 1 5' I1.5' 5.8' 100 YEAR WATER T '1 4" OF TOPSOIL SURFACE ELEVATION p 1 AND SEEDING 4 2 I 1 24" OF CLASS II RIPRAP 1MATERIAMBANKMENT� STRIP 6" AND REMOVE UNSATISFACTORY MATERIAL LEVEE AND ROAD SECTION NOT TO SCALE C-�10 i rL ROAD DRAINAGE SWALE TOP OF ROAD �2% 1 WIDTH VARIES 11' ' ALIGNMENT 4.0' I 4.0' 2" MIN. TOPSOIL WATER AND SEEDING ELEVATION 1 4.5' (ovg) `—LEVEE EMBANKMENT 1 EXISTING GROUND 1 MATERIAL 2 SURFACE 2 IRS\lC— STRIP 6" AND REMOVE J 1 UNSATISFACTORY MATERIAL PLACE 24" LAYER OF CLASS I \ II RIPRAP ON RIVERWARD SIDE FOR PROTECTION OF INTERSECTION LEVEE TYPE NOT TO SCALE C-16 FOR ASPHALTIC PAVEMENT AND BASE COURSE DIMENSIONS AND MATERIALS, SEE TYPICAL ROAD SECTION ON PLATE C-45 4" ATB AND 4" CLASS B USED IN LIEU OF TYPICAL ROAD SECTION (L ALIGNMENT GUARDRAIL, SEE NOTE 1 9. 1 g' 2' SHOULDER 4' CHAINLINK FENCE 100 YEAR WATER 2% 2y_ 2" MIN. TOPSOIL AND SEEDING SURFACE ELEVATION 1 1 4 OF BASE COURSE 1 LEVEE EMBANKMENT e MATERIAL STRIP 6" AND REMOVE UNSATISFACTORY MATERIAL 18" OF CLASS I RIPRAP SLOPE PROTECTION EXISTING GROUND SURFACE LEVEE TYPE II NOT TO SCALE C-13 100 YEAR WATER SURFACE ELEVATION RIVER SIDE ALIGNMENT AIRPORT SIDE 7 F 5.2' � 1.5' I1 �I 5.8' � 24" OF CLASS 11 RIPRAP 2 1� LEVEE EMBANKMENT _ ---- MATERIAL STRIP 6" AND REMOVE UNSATISFACTORY MATERIAL LEVEE TYPE III NOT TO SCALE C-12 18" OF CLASS I RIPRAP SLOPE PROTECTION 4" OF BASE COURSE 4" OF TOPSOIL AND SEEDING 4 � 1 Z I � I � I I I I r I I LEVEE SIDESLOPE VARIES I I I I I I I I I MATCH EXISTING GRADE 1 5% n — / j V EXISTING GROUND SURFACE FOR ASPHALTIC PAVEMENT AND BASE COURSE DIMENSIONS AND MATERIALS, SEE TYPICAL ROAD SECTION ON PLATE C-45 \ ALIGN FLOODWALL \ ALONG ' OF LEVEE I I I I I I I �- ' LEVEE I MODIFlED PER AS —BUILT INFORMATION I 7/2001 I U 4" TOPSOIL 2' AND SEED 3 1 VARIES (3' MAX) ux rru,r LEVEE EMBANKMENT GROU EXISTING ND SURFACE MATERIAL LANDSCAPE BERM SECTION NOT TO SCALE -17 I EMBED FLOODWALL 5' (MIN) I I I TOP OF LEVEE LEVEE _ FLOODWALL I r 7 I I LEVEE TOE--I�---- -----— WIDTH VARIES I I I I EXISTING GROUND SURFACE L�J L_GJ L_/ 1_LJ L_/ 1_LJ LJ 1_L-4 1 1 1 LEVEE/FLOODWALL INTERSECTION, ELEVATION NOT TO SCALE LEVEE/FLOODWALL INTERSECTION, PLAN NOT TO SCALE NOTES: 1. FOR GUARDRAIL INSTALLATION PROCEDURES AND DETAILS, SEE DETAILS ON PLATE C-42 AD Dwwe IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS CIVIL DETAILS I RENTON _ WASHINGTOP 93 NNT�IIdI N0. �mft WR M1E D B-99-0017 E-19-1-70 98DEC03 C-40 �. PWN IMK BRB Pw 48 4 3 I 2 A I B C 4 LINE OF SYMMETRY V-2 1/4, " 1 1 8" I 4 1/2 " M N I 10 N o_ u 1/4 " x3" STEEL BAR, TYP. C TABLE AND BENCHES d• 3 LINE OF SYMMETRY I 2 EA. 3"x8" W/ 1/2 " SPACE BETWEEN, TYP. FOR BENCHES- N U uu 1" II T Z2 " 4 EA. 3"x12" W/ 1/2 " SPACE -►I� 1/4 " CHAMFER TABLE BETWEEN, TYP. FOR TABLE PLAN AND BENCH EDGES 1/2 x2" LAG C.S. AND PLUG W/HARDWOOD PLUGS, SCREWS, TYP. TYP. TABLE AND BENCHES 1 1/2 CIR 5/8 "x8" LONG ANCHOR BOLTS W/NUTS AND WASHERS BOTH ENDS. 10' X 10' PCC SLAB, STAKE THREADS ON CENTER ON TABLE EMBEDDED END, TYP. n io COMPACTED SUBGRADE I SECTION CC CC EE E SUNPORT,�BLREINFORCENCH W73- 4 WISE K-WEB PICNIC TABLE BACKREST FROM 4" x10" TIMBER 7" I • o � I FEATURE STRIPE " BENCH SEAT FROM 0 4 EA 4"x6" �J 6- • � I BENCH SEAT BRACKET L 5x5x 5/16 19" LONG W/ 4 STUDS EVENLY SPACED BASE COURSE AT ONE LEG - LET LEG INTO CONC. FLUSH. PROVIDE CHAMFERED EDGE AROUND LET -IN LEG OF BRACKET. 1/2 ELEVATION SCALE: 3/4 " - V-0" FEATURE STRIPE *NOTE: 4 BENCHES REQ. PER TABLE, TYP. BASE COURSE N 4" TO PIPEELDED ASSEMBLY 2 NOTE: GALVANIZED PIPE W THROUGH BOLT DETAIL USED FOR PICNIC TABLE AT PICNIC SHELTER, SEE PLATE L-11 2- DIAM.' GALV APE CENTER fN ' %AB NOTE: PLAN CONC. PAD SIZE REDUCED TO 2'x2' WHEN ATTACHED TO OTHER CONC. PAD (AT PICNIC SHELTER). BARBEQUE PAD SCALE: 3/4" - 1' 1 1/2 ' 3/8 " THROUGH BOLT I BASE COURSE COMPACTED SUBGRADE SECTION AT CENTER BASE COURSE 4' AC TRAIL EDGE 1/2 " DIA. EYEBOLT WELDED TO 1/2 " DIA. END CAP -BOTH ENDS, TAP �1-1/2" DIA. SCH. 40 STEEL PIPE-H.D. GALVANIZE ENTIRE ASSSEMBLY AFTER FABRICATION. INSTALL THIS WAY ONLY 4" CONCRETE SLAB WITH LT. BR. FINISH 4" BASE COURSE ..I COMPACT SUBGRADE 1/2 " DIA. EYEBOLT WELDED TO 2 " DIA. END CAP -BOTH ENDS, 4 CONCRETE ' FOOTING d o, 0 1/4 " PER FT TO DRAIN' I o TYPICAL TRASH RECEPTACLE TIE -DOWN NOT TO SCALE 2'-6" 8'-0" 2'-6" ° 4'�0"• ° " BENCH SEAT`BR; CKET ° $HAPEDe BACKREST ♦° PRECAST CONC. PIEPo' �' ' REINFORCED 4-' 0 4" HOE K- •B (HEAVY DUTY .%IRT•.° o o 0 0 `o o 0 0 :I ' L0 . "!BA KRE T. BRACT ET . ,. Y e #4 91k O.C. ° • 172♦ x3" STEEL BAR •" • •. • bIORIZ. ; ,' �OLT,W/YJASHER ,' . IIA ' DIAM. THREADED ROD d' :' . ' RSS NUT END IN , ', 1•:INTO IG W�WgSHER5,AWD NU7S,C.S.. BE14CH 44D PLU.GGED b • : IF BENCH IS NOT LOCATED .'• . P.W/�HARDNbQD , , , • ADJACENT TO TRAIL CENTER BENCH Hl ON PAD. ISx 6' CONCRETE PAD (MAYBE AC PLAN IF BENCH LOCATED ADJACENT n r I r I I TO TRAIL) SCALE: 3/4 " = V-0" REMSIONS DESCRIPTION DALE BY MODIRED PER AS -BUILT WORMATION 7/2001 JLM 3/4 " CHAMFERED EDGE TYP. ao 'o • e 'e n 1 ' DIMENSION REFERENCE LINE OUTSIDE FACE ^ OF CONCRETE FEATURE STRIPE SCALE: 1" = 1" NOTES: 1. FOR LOCATIONS OF PICNIC TABLES, BENCHES, BARBECUE GRILL PADS, AND TRASH RECEPTACLE PADS, SEE PLATES L-2 THROUGH L-10 PICNIC TABLES AT PICNIC SHELTER, BARBECUE GRILLS, AND TRASH RECEPTACLES TO BE PROVIDED BY OTHERS. 2. MINIMUM SPACING BETWEEN BBQ STANDARDS AND PICNIC TABLES IS 15'. 3, MINIMUM SPACING BETWEEN TRASH RECEPTACLES AND PICNIC TABLES IS 15'. 4. ALL STEEL SHALL BE HOT DIP GALVANIZED UNLESS OTHERWISE SHOWN IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS CIVIL DETAILS II RENTON WASHINGTON 41E INNTAiIW MQ fxL MQ OAIE M1E D B-99-0017 E-19-1-70 98DEC03 C-41 Mw- PWN I ax iwu 49 4 1 3 t 2 4 3 2 REVISIONS DES011"ON A I B 29/32 " X 1-1/8 " SLOT 29/32 " X 1-1/8 " SLC 15/16 12 GAGE METAI SECTION am 6" X 2' BOTTOM PLATE AND 6" X 6" TRIANGULAR SIDE PLATE WELDED TO SOIL PLATE TO INSURE STEEL TUBE STABILITY IN LOOSE SOILS OR AS DIRECTED BY ENGINEER SOIL PLATE NOT TO SCALE 3/8 " X 3" X 2 1/4 °END PLATf� ,_ 2" _ 4 1" DIA STUD —� \ STANDARD POST AND BLOCK — 7 o 0 0 0 -I� c o " 0 4-1 4 I 6"DIA END PLATE DETAIL NOT TO SCALE 2 HEX NUTS FOR 1" - I I STUD (SEE NOTE N0. 4) L STANDARD SWAGED 3/4 " DIA HOLE (EIGHT) CONNECTION FOR 3/4 " CABLE ELEVATION (GUARD RAIL REMOVED) 4 1 3 4" 2"g4"tj�2. ANCHOR PLATE SEE DETAIL PLAN I � 5/8 " DIA BOLT — BREAKAWAY END POST, TRIM AS REQUIRED NOTES: =:5� 7:H: 1. ALL GUARDRAIL POST HARDWARE AND ACCESSORIES SHALL BE GALVANIZED IN ACCORDANCE WITH V-9-1/4" ASTM A123 OR ASTM A153, EXCEPT AS OTHERWISE NOTED. ALL NUTS SHALL COMPLY WITH AMERICAN HEX ANSI SPECIFICATION B18.22. 2. 12'-6" GUARDRAIL LENGHTS SHALL BE USED. GUARDRAIL SHALL BE PRECURVED FOR CURVES LESS THAN 150' RADII (RADIUS TO FACE OF RAIL). 3. GUARDRAIL POSTS SHALL BE PLUMBED AND SET VERTICALLY. POST SPACING SHALL BE 6'-3" UNLESS OTHERWISE SHOWN. 4. OUTSIDE NUT SHALL BE TORQUED AGAINST INSIDE NUT A MINIMUM OF 100 FT-LBS. 5/8 " DIA BOLT AND RECTANGULAR WASHER " 2' 5/8 " X 18" BUTTON HEAD BOLT WITH 7/32 " OVAL GRIP AND RECESSED HEX NUT W-BEAM METAL GUARDRAIL PAINTED FED STD 595E #20062 �— 2 - 10d NAILS 29/ I" X 1-1/8" SLOTS BEARING PLATE - NO SPACER �� 3/4 " HOLE "I (SEE BEARING PLATE DETAIL) F a III FORM SOCKET IN CONCRETE TO I I. I �J� • •I I o0 2 I RECEIVE 6" X 8" POST, OR PLACE CONCRETE AROUND 6" X 8" POST FINISH GRADE I I WRAPPED WITH 1 "THICK I ! o / a • a ' 6" X 8" X 6'-0" TREATED I I STYROFOAM, OR EXPANDED 1 I TIMBER POST, 6'-3" OC I I POLYSTYRENE FOAM SHEETING I. I PAINTED PARK SERVICE BROWN I TO FACILITATE BROKEN POSTFED STD 5958 �110091 a L J REMOVAL (SEE NOTE N0. 3) 3 CONCRETE 6 x 6 - 6/6 WELDED TYp WIRE FABRIC 24" DIA CONCRETE FOOTING ELEVATION W-BEAM_ GUARDRAIL WITH TERM_ IKIAL NOT TO SCALE 3 16 " THICK 2 HEX NUTS AND WASHER STEEL PLATE FOR 1" STUD (SEE NOTE 4) BEARING PLATE 2" STD fI'IPE --\ 7 3/4 " ANCHOR CABLE 1 SPACER DETAIL A SEE NOTE 1 15 t /a I' F 101 NOTE: 1" DIA X 7" LONG STUD THREADED ENTIRE LENGTH 5 ") •8'• 6 x 6 - 6/6 WELDED 1' .' • a WIRE FABRIC . _ HEX NUT FOR 5/8 " BOLT 5/8 " MACHINE BOLT AND CUT WASHER ON FRONT FACE OF RAIL 5/8 " BOLT FAL W-BEAM kRD RAIL ANCHOR PLATE DETAIL LONGITUDINAL VIEW NOT TO SCALE 6'-6" ,. 24" _POST AND GUARDRAIL SECTION __ NOT TO SCALE 8" SECURE FROM ROTATION 4" WITH 2 - 10d GALV. NAILS 1 1/16 " DIA HOLE-- 5 8 " THICK ST EL PLATE co BEARING PLATE DETAIL NOT TO SCALE q • IF SHEET IS LESS THAN 32" X 21" IT IS A 3/4 " DIA 6 X 19 GALVANIZED REDUCED PRINT, REDUCE SCALE ACCORDINGLY CABLE TO BE SWAGE CONNECTED U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS IIIIIIIIIIIIIIIIIIIIII SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS ANCHOR CABLE DETAIL CIVIL DETAILS III NOT TO SCALE (GUARD RAIL REMOVED) A mo 2 RENTON WASHINGT01 9E DMTAADN "Q iltC N0. DATC P4A D B-99-0017 E-19-1-70 98DEC03 C-42 PWN plgl. CXIL - 5 - 4 I 3 1 2 REVISIONS OESCRP110N A B C FLOODWALL PENETRATION, ELEVATION NOT TO SCALE STEEL SHEETPILE BURN HOLE IN SHEET STEEL PIPE SLEEVE PILING TO PASS SLEEVE 2 LARGER THAN OD OF PROTECTED PIPE CUT EXISTING PIPE TO DRIVE SHEET — -- PILE AND REPLACE CASING SEAL. FLEXIBLE WATER TIGHT SLEEVE MATERIAL SEE SPECIFICATION TYPE COUPLING SECTION 5101 1/4 EXISTING PIPE FLOODWALL PENETRATION SECTION NOT TO SCALE NOTES: 1. FOR STORM DRAIN PENETRATION OF FLOODWALL, CONTRACTOR SHALL EXCAVATE TO EXISTING PIPE, CUT PIPE TO ALLOW SUFFICIENT SPACE DURING FLOODWALL INSTALLATION, CUT SHEETPILE WALL AND RECONNECT PIPE THROUGH SHEETPILE AS SHOWN. 2. WHEN INSTALLING FLOODWALL AT LOCATION OF FIBER OPTICS CABLE, CONTRACTOR SHALL TAKE UTMOST CARE TO AVOID PENETRATING CABLE. CONTRATOR SHALL DRIVE SHEETPILE ADJACENT TO CABLE, BURN NOTCH IN WALL TO ACCOMMODATE CABLE, TEMPORARILY REROUTE CAL13E TO FILL NOTCH, DRIVE ADJACENT SHEETPILE, CUT EQUIVALENT NOTCH IN WALL, AND RETURN CABLE TO ORIGINAL POSITION. CABLE SHALL THEN BE PROTECTED AS SHOWN IN FLOODWALL PENETRATION DETAIL. W— 1/2 "TO 5)� 1/8 — 1/4 D T JOINT SEALANT BOND BREAKER NO SEE NOTE 4 ( SEE NOTE 1 ) 1'/B "MIN TO 1/2 "MAX SAWED POURED SEALANT WITH BOND BREAKER SEE JOINT CONTRACTION JOINT NOT TO SCALE W= 1/2 TO 5 D JOINT SEALANT "T" SEE BACKER NOTE 4 .MATERIAL 1/8 "MIN TO 1/2 "MAX SAWED POURED SEALANT WITH BACKER MATERIAL /W— 1/2 "TO 5A " \ 1/8' — /4 D I JOINT SEALANT "T" SEE PREFORMED FILLER NOTE 4 MATERIAL ( SEE NOTE 2) ATTACH WIRE TO WALL WITH TOP OF JOINT SEALANT 1/8 " TO 1/4 " STAINLESS STEEL ANCHOR BELOW TOP OF PANEL SHACKLE THROUGH "I" BOLT AND THIMBLE MIN 3/4 " PREFORMED I NONEXTRUDING JOINT 3/4 " DIA. STAINLESS STEEL FILLER MATERIAL "I" BOLT WITH LOCK NUT AT END. CENTER AND EMBED 15" IN WALL EXPANSION JOINT NOT TO SCALE 1 /8 " TO 1 4 " W= 1/2 "TO 5 FOR DEPTH SEE MANUFACTURES RECOMENDATIONS "T" SEE NOTE 4 W= 1/2 "TO 5 8 ' i/B " TO 1/ FOR DEPTH SEE MANUFACTURES RECOMENDATIONS "T" SEE PREFORMED FILLER MATERIAL ( SEE NOTE 2) 1/4 "MIN TO 1/2 "MAX PREFORMED JOINT WIRE ROPE CLIP AND THIMBLE CONCRETE FLOODWALL —►{ 1�+--1/4 "MIN TO 1/2 "MAX PREFORMED JOINT ELASTOMERIC MATERAL GUY WIRE TO TELEPHONE POLE DOUBLE SOCKET TURNBUCKLE GUY WIRE TO FLOODWALL ATTACHMENT NOT TO SCALE 1/8 "MIN TO 1/2 "MAX SAWED JOINT WITH ELASTOMERIC MATERAL NOTES: 1. NONABSORPTIVE "SEPERATING MEDIUM" REQUIRED TO PREVENT JOINT SEALANT FROM FLOWING INTO THE SAWCUT, TO BREAK BOND AT THE BOTTOM OF SEALANT AND TO SEPARATE NONCOMPATIBLE MATERIALS. 2. PREFORMED FILLER MAY BE FIBER BOARD OR OTHER APPROVED MATERIAL THAT CAN BE SAWED OR SECTION REMOVED TO FORM A SEALANT RESERVOIR. 3. JOINT DETAILS SHOWN, REPPRESENT CONTRACTION JOINT REQUIREMENTS, THE DETAILS FOR BOND BREAKER AND DIMENSIONS SHALL BE THE SAME FOR CONSTRUCTION JOINTS. 4. THE DEPTH OF WEAKENED PLANE GROOVE "r IS EQUAL TO 1/4 THE PAVEMENT THICKNESS AND NOT LESS THAN 2 INCHES. 5. D=DEPTH OF SEALANT, 1 1/4 TO 1 1/2 TIMES THE WIDTH OF SEALANT. IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS CIVIL DETAILS IV 4 3 2 ��D wrn,n sa wNrAna xa xa DAMrux D B-99-0017 E-19-1-70 98DEC03 C-43 DW. PWN — BRB I — 51 4 3 2 REVISIONS DESCRIPTION A I B c TOP ELEVATION AS INDICA 1 SECTION I DRAINAGE INLET TYPE I 1, WALLS MAY BE OF MATERIALS OTHER THAN BRICK - SEE SPECIFICATIONS, CAST -IN -PLACE CONCRETE MANHOLES SHALL HAVE WALLS REINFORCED WITH #4 BARS AT 12' D.C. BOTH WAYS AT CENTER OF WALL, 2, COVER FRAME SHALL BE SECURELY INSTALLED IN A BED OF CEMENT MORTAR, 3, FRAME AND COVER SHALL BE SET S❑ THAT TOP OF COVER WILL BE FLUSH WITH GRADE IN PAVED AREAS AND 3' ABOVE GRADE IN UNPAVED AREAS, 4. PIPE C❑NNECTIONS SHALL BE AS SET FORTH IN SPECIFI- CATIONS, SECTI❑NI SEWERS; SANITARY, GRAVITY, FLARE ENTRANCE TO OUTLET PIPE A fU CAST IRON INLET FRAME AND GRATE SEE DETAIL THIS SHEET - 1' GROUT #4212'OCEW INVERT ELEVATION AS INDICATED c I 1'-10 1/2' � 2 -0' 2'-0 1/4' 2'-2' 2'-5 1/4' FRAME PLAN B -0' v A cni 1/8, I i 3/4 (U 3/4 1/8' GG v � c � I SECTI❑N A —A fU 1/8" R (TY a cu 1-5/8 PAD 1-1/2' X 3/4' X 1/8' THICK (TYP) 8 REQUIREI}, 7/8' /8 V (TYP> l• PAD 1-1/2 — � X 3/4' X 1/8' THICK (TYP) SECTI❑N B—B 1-3/4' <TYP) 1/8' R (TY r3/4' NORMAL TO BAR 1-3/4' 1/2' NORMAL TO BAR SECTI❑N C—C CAST IRON INLET FRAME AND GRATE NOTE: MINIMUM WEIGHT OF FRAME AND GRATE IS 280 LOS. NOT TO SCALE TOP OF NEW GRADE LEVEE EMBANKMENT ADD ADJUSTING RINGS TO C \ CATCH BASIN TO RAISE , •'• TO TOP OF NEW GRADE. JOINTS SHALL BE RUBBER GASKETED TO MEET ASTM EXISTING GROUND SURFACE —� e — C 443 STEPS IN ADJUSTMENT SECTION SHALL HAVE SHALL HAVE 6" MIN �h. �: I EXISTING WATERTIGHT CLEARANCE. I ••I FRAME AND COVER t > ' I TYPICAL OF TWO LOCATIONS, o > ° I• s SEE PLATE C-28 8 CATCH BASIN EXTENSION NOT TO SCALE IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE. WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS CIVIL DETAILS V RENTON WASHINGTON 91E NNTAIWN N0. iCE NQ "TE: PULE D B-99-0017 E-19-1-70 98DEC03 C-44 DM. PWN Ip0C BRB I — 52 4 3 2 4 3 REVISIONS DESCRIPTION EXISTING GROUND SURFACE A 2" TOPSOIL AND SEEDING 5" WIDE REFLECTORIZED WHITE EDGE LINE, SEE SPECIFICATIONS SECTION 02580. EDGE OF ROAD B C NOTE: ASHPALTIC PAVEMENT MATERIALS AND CONSTRUCTION PROCEDURES TO BE PER WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS, M 41-10 SWALE, R 2' CL ROAD 2' SHOULDER 4" CLASS "E" PAVEMENT 9' LANE _ 2% 2% - 2" CLASS "A" PAVEMENT DRAINAGE SWALE, R 2' 6° CRUSHED GRAVEL BASE COMPACTED SUB BASE i TYPICAL ROAD SECTION NOT TO SCALE ZIROAD 5" WIDE REFLECTORIZED WHITE 30 CENTER LINE, SEE SPECIFICATIONS SECTION 02580. PAVEMENT MARKINGS NOT TO SCALE EDGE OF ROAD 5" WIDE REFLECTORIZED WHITE — EDGE LINE, SEE SPECIFICATIONS SECTION 02580. a 20 10 STATION EXISTING GROUND SURFACE 1" TnPcnll Akin CFLniklr LEVEE & ROAD RAMP VERTICAL PROFILE NOT TO SCALE 5' LANDING TOP OF F BERM1 MAX'GRADE: HORIZ. TYP. GRADE: 12H:1V FOR 5' LANDING �l EXISTING PATH PANEL EXISTING PATH PANEL - 4" PCC SIDEWALK ON _ 2" CRUSHED GRAVEL BASE SAWCUT EXISTING COMPACTED SUBGRADE PANEL OR AT JOINT EEN PATH PROFILE OVER BERM PANELS TOINTS BE EXPANSION JOINTS. SEE PLATE C-43 NOT TO SCALE WWF 6X6-W4XW4 MATCH WIDTH OF EXISTING PATH APPROX. 8' �1 4" PCC •-.'x-.z errz a i-.`k— • �—z oir�ff—z�r�—s--�o:-x�z 1 .......... 2" CRUSHED GRAVEL BASE 2" y LEVEE EMBANKMENT PATH SECTION NOT TO SCALE IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS CIVIL DETAILS VI RENTON WASHINGTON as wanma xn nc wz wie FUN D B-99-0017 E-19-1-70 98DEC03 C-45 °5�'• PWN d1K BRB sw 53 4 3 2 4 3 2 REVISIONS DESCPoP71ON MODRED PER AS -BUILT WgORMAT10N 7/2001 Am A € ROAD SLOPE VARIES 4CLASS SEE PLAN 8' EXISTING GROUND SEE PCC EXTRUDED CURB 6" CLASS "E" ON DETAIL THIS SHEET. 6" CRUSHED GRAVEL PARK ROAD SECTION q NOT TO SCALE C-33 EXTRUDED ASPHALT OR PCC CURB B NO SCALE CURB, AND SIDEWALK NOTES: 1. A DUMMY JOINT CONSISTING OF 3/8 " OR 1/4 " X 2" PREMOLDED JOINT MATERIAL SHALL BE PLACED IN CURB AT A MINIMUM OF 15 FOOT INTERVALS. WHEN CURB IS PLACED BY SUP -FORMING, A PREMOLDED STRIP TO 1/2 " THICK AND UP TO FULL DEPTH MAY BE USED. 2. EXTRUDED CEMENT CURB SHALL BE ANCHORED TO EXISTING PAVEMENT BY EITHER TIE BARS OR ADHESIVE IN CONFORMANCE WITH WSDOT/APWA STANDARD SPECIFICATION SECTION 8-04. 3. EXTRUDED ASPHALT CURB SHALL BE ANCHORED BY MEANS OF A TACK COAT OF ASPHALT IN ACCORDANCE WITH WSDOT/APWA STANDARD SPECIFICATION SECTION 8-04. C EXISTING PAVING CUT FULL DEPTH TO BE REMOVED l �ND TACK COAT EDGE OF EXISTING PAVEMENT -1 I NEW BASE COURSE 12" MIN / 12" MIN �I1 EXISTING BASE MATERIALS EXISTING AC PAVEMENT CURB AND GUTTER DETAIL THIS SHEET 8' -BROOM FINISH SLOPE VARIES SLOPE TO DRAIN SEE PLAN 1/4 " PER -ij '• R rEXISTING GROUND SATISFACTORY FILL —4' PCC SIDEWALK OR LEVEE EMBANKMENT 4" BASE COURSE IF WITHIN MINIMUM LEVEE SECTION. SIDEWALK ON RIGHT SIDE OF ROAD ONLY FROM STA PRO 1+87 TO 2+90 MEET EXISTING. 1/4 " 13/16' TDOLED EDGE (TYP) FIBERBOARD JOINT FILLER SECTION- CURB AND SIDEWALK JOINT NOT TO SCALE JOINT BETWEEN NEW AND EXISTING FLEXIBLE PAVEMENTS NOT TO SCALE TYPICAL PCC CURB AND GUTTER DETAIL NOT TO SCALE DETAIL SHOWS EXISTING MARKER CONSTRUCTION. CONTRACTOR SHALL REMOVE AND RESET MARKERS AS SHOWN OR REPLACE WITH APPROVED EQUAL IF DAMAGED. 24" v MARBLE PLAQUE SET IN PCC ao 1M[LE in 400 METER " � 12" N� T TOPSOIL r AND SEED GRAVEL BASE COURSE 1/4 MILE MARKER DETAIL NOT TO SCALE 12' 24' 12" 8'-0" WHITE STRIPING (TYP) TYPICAL CROSSWALK DETAIL NOT TO SCALE FILTER FABRIC MATERIAL USE STAPLES OR WIRE RINGS TO ATTACH FABRIC TO WIRE 2X2X14GA WIRE FABRIC OR EQUIVALENT II II II II N II II II II u I� 6' MAX -1 2X4 WOOD POSTS, STANDARD OR EQUAL ALTERNATE: STEEL FENCE POSTS SILT FENCE NO SCALE NOTE: PLACE SILT FENCE BETWEEN CLEARING LIMIT AND RIVER TO PREVENT UNCONTROLLED RUNOFF FROM ENTERING RIVER. REMOVE 3 WEEKS AFTER LEVEE HAS BEEN SEEDED. FILTER FABRIC MATERIAL 2X2X14GA WIRE FABRIC OR EQUIVALENT LAY FABRIC ON THE SURFACE ON UPHILL SIDE AND PROVIDE 3 4 " - 1.5" WASHED GRAVEL BACKFILL ON BOTH SIDES OF FENCE 12" MIN 2X4 WOOD POST ALT: STEEL FENCE POST DETAIL NO SCALE C-46 TRAIL OVERHEAD LIGHTING NOTES, 1. POLES SHALL BE LAMINATED, PRESSURE TREATED TIMBER, PACIFIC COAST DOUGLAS FIR. THE PRESSURE TREATMENT SHALL BE PER AWPA STANDARDS P8, P9 AND C-28, POLES SHALL MEET NEMA DEFLECTION REQUIREMENTS FOR 100MPH WINDS INCLUDING A 1.3 GUST FACTOR. ABOVE GROUND MOUNTING HEIGHT SHALL BE 20 FEET AND TOTAL HEIGHT 24.5 FEET. THE CROSS SECTIONSHALL BE 5- 1/8 INCH WIDE AND 4-1/2 INCH THICK. THE FINISH SHALL BE SMOOTH. 2. POLE INSTALLATION SHALL BE PER MANUFACTURER'S REQUIREMENT, USING CONCRETE AT LEAST 24 INCHES DIAMETER AROUND THE POLE AND BETWEEN GRADE AND TO THE BOTTOM OF THE POLE. I INCH PVC CONDUIT SHALL BE RUN BETWEEN ACCESS HOLE AND JUNCTION BOX INSTALLED 3 FEET FROM THE POLE, 3. JUNCTION BOX SHALL BE INSTALLED NEAR EACH POLE FOR SPLICING OF CONDUCTORS. THE BOX SHALL BE WATERTIGHT, TESTED IN ACCORDANCE WITH NEMA 4, MATERIAL SHALL BE POLYMER CONCRETE AND HEAVY -WEAVE FIBERGLASS REINFORCEMENT. THE COVER SHALL BE SUITABLE FOR 8000 POUNDS SERVICE LOAD WITH 'ELECTRIC' LOGO., GASKETED, WITH 3/8 INCH 16-NC HEX BOLTS W/GASKET AND PULL SLOT. THE BOX SIZE SHALL BE 21-5/8 INCH LONG-11 5/8 INCH WIDE 8 59/64 INCH DEEP WITH OPEN BASE. 5, INSTALL 1 INCH PVC CONDUIT BETWEEN JUNCTION BOXES AND TWO TIMER/METER BOXES, ONE NEAR THE STADIUM ALONG THE TRAIL AND OTHER NEAR REST ROOMS. THE CONDUIT SHALL BE INSTALLED 24 INCH BELOW GRADE MINIMUM AND STUBBED UP INT❑ JUNCTION BOXES AND METER/TIMER BOXES. USE RIGID STEEL ELBOWS OR CONCRETE ENCASEMENT FOR STUB -UP TO PROVIDE RIGIDITY. PROVIDE METAL DETECTION TAPE A FOOT BELOW GRADE AND ABOVE CONDUIT. 6, PROVIDE 2#8 AND 1 #10 GROUND WIRE IN CONDUIT/ JUNCTION BOXES FOR USE AS FEEDER WIRE , THE WIRES TO FIXTURE MOUNTED ON POLE SHALL BE 2#12 AND 1#12 GROUND, CONNECT EACH #12 PHASE WIRE TO #8 VIA 1 AMP IN -LINE WITERTIGHT FUSE AT THE JUNCTION BOX. GROUND WIRES SHALL BE USED FOR GROUNDING ALL METAL PARTS. 7, EXISTING LIGHT FIXTURES SHALL BE REMOUNTED ON POLES AND CONNECTED TO WIRES/CIRCUITS PER EXISTING CONNECTIONS, FIXTURES ARE 100WATT, 0.52 AMPS 240 VOLT WITH H38 LAMP. 8. ALL ELECTRICAL WORK SHALL COMPLY WITH NFPA 70, NATIONAL ELECTRICAL CODE, 1996 EDITION, STATE AND LOCAL CODES, IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS CIVIL DETAILS VII RENTON WASHINGTON as wwrAn. xa r "' "r MAR: D B-99-0017 E-19-1-70 98DEC03 C-46 w PWN MET 53 3 2 4 1 3 1 2 REVISIONS OESCR "ON A I B C ' TRAIL i-PROFILE GRADE ROUND OFF EDGE TOPSOIL AND SEED (SEE LANDSCAPE PLANS) L2 CLASS A AC ANGLE OF REPOSE I4" BASE COURSE COMPACTED SUBGRADE SATISFACTORY FILL OR LEVEE EMBANKMENT MATERIAL RIGHT BANK TRAIL SECTION IN PARK 2' MIN EXCEPT AT PAVED EDGE NOT TO SCALE LEVEE OVER -BUILD LEVEE SEE PLAN FOR LOCATIONS 8' MIN AT PROFILE GRADE ROUND OFF EDGES AT _ - - MINIMUM LEVEE PRISM FOR COMPACTION GRADE BREAKS SIDE SLOPES VARY SEE PLAN (2H:1V MAX) LEVEE EMBANKMENT EXISTING GROUND SURFACE STRIP 6" SOD AND TOPSOIL AND REMOVE AC PAVEMENT, AND BASE MATERIAL RIGHT BANK LEVEE SECTION IN PARK NOT TO SCALE C-25 EXISTING GROUND SURFACE TOP OF LEVEE 5' ' f� EXCAVATE AND BACKFILL EXISTING GROUND SURFACE -� / WITH COMPACTED LEVEE EMBANKMENT MATERIAL ANGLE OF REPOSE -wig" - - - WIDTH AT BOTTOM OF EXCAVATION IS 3' LEVEE END AT INTERSECTION WITH EXISTING GROUND rc--� NOT TO SCAT F C-24 3/4 " CHAMFE 2 CLR 6" _ a" 4 FEATURE STIE, 4 SEE PLATE %P:CLDB ° 18" OR 24" SEE PLAN 14 016" 1/2 " WEEP HOLES 0 4' 4 4 FINISH GRADE NT1:I FINISH GRADE 6" OF GRAVEL BACKFILL a #4 012" ALTERNATE LEG 18" 8"� 2" CLR 3 #4 EVENLY SPACED " ANGLE OF REPOSE L 4" BASE COURSE r 24" RETAINING WALL SECTION B NOT TO SCALE L-11 5/8 " x 3" BOL FLAT WASHER #5 - CONNECTING LINK "AVER EDGE CONNECTION DETAIL NOT TO SCALE VERY ROUGH FINISH, 1/2 " INDENTATIONS 3" 1/2 " 6 1/2 " 1 5/ In" #5 — CONNECTING LINK SECTION A -A NOT TO SCALE 3 - #4 EVENLY SPACED A #5 -CONNECTING LINK 3 3„ 14" a _ — 12' BOAT LAUNCH RAMP F'AVLRS LAND SIDE vv �14's, TACK WELD TO ANGLE 8" 3/4 "CHAMFER . ' p i8" X 2" HOOK WALL REINFORCING H (VARIES SEE PROFILE) 3" CLR MIN COMPACTED BACKFILL BOLTS 0 6" D.C.4WITH NUT, v ► v WASHER, AND LOCK WASHER v- IMB DMENT LENGTH = H MIN)) #4 012" p v PCC CURB WALL THIS PROJECT �L5'0% (16 v EXISTING PCC WALL 1/2 " FULL HEIGHT ,pp PCC CURB WALL p RIVER SIDE (STA RT 68+08 - 73+80) (STA 58+40 - 59+10) PCC CURB WALL ATTACHMENT DETAIL, PLAN NOT TO SCALE SCALE: 1" a 1'—O" A'•� D unw NOTES: 1. INSTALL BOAT LAUNCH RAMP PAVERS AT BOAT LAUNCH RAMP (APPROX. STA RT16+80) FROM ELEV. 18.0' TO ELEV. 15.0'. MAXIMUM SLOPE IS 18X BURY SINGLE PAVER 3' INTO EMBANKMENT AT START OF PLACEMENT AS DEADMAN AND CONNECT TO FIRST PAVER BLOCK WITH 3/4 " EYE BOLT ANCHOR ROD. 2. INSTALL BOAT LAUNCH RAMP PAVERS ON 4" LAYER OF COMPACTED BASE COURSE. FILL SPACE BETWEEN PAVERS NTH BASE COURSE. IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS CIVIL DETAILS VIII RENTON WASHINGTOP m WMT�114N M0. flf "6 "A ' RAZE D B-99-0017 E-19-1-70 98DEC03 C-47 w PWN I - 55 4 1 3 T 2 4 3 2 A 1 I C RAILS AND PICKETS TO BE GALVANIZED. INSTALL HANDRAIL ON BOTH SIDES OF STAIRS FINISH GRADE OF PAVERS (ELEV.- 20') CONCRETE SLAB 18 (ELEV.- 19.50) SEE PLATE L-11 FOR STAIR LOCATION 1 8' 5 4 5-8' SYMBOL 2" DIA. SCHED 80 PIPE HANDRAIL WITH WELDED JOINTS 4" 3/4 " DIA, PICKE SCHED 801A ® 4" OC MAX BOTTOM EVENLY SPACED RAIL 3' —0" 3.5" 3.5" MEET AC TRAIL (ELEV.-25') 6" o 4 PIPE COLLAR80 2" SCHEDULE PINNED TO POST GALVANIZED STEEL PIPE STEEL 3„ TOP OF CHEEK WALL _ _ _ _ ♦ B 16" ISE #4 012" O.C. C-48 CORROSION —RESISTING 3" DIAM •♦ P NOM. STEEL PIPE SLEEVE ♦ CHEEK WALL C-48 PCC STAIRS, 6" RISE x 12" TREAD -+- SECTION A —A QUICK SETTING SCALE: 1/2 " = V—O" HYDRAULIC CEMENT CORROSI ON —RESISTING ♦ ,♦ 3"X3"X 1/4 "STEEL PLATE CONSTRUCTION JOINT (TYP) PIPE SLEEVE DETAIL A + NOT TO SCALE 1,t48 1" CLAY PAVERS — /f H� STAIRS AT RESTROOM - PLAN SCALE: 1/2 " = 1'-0" 4 �CENTER RAIL ON WALL 3/4 " CHAMF A" CHFFK WAIT f `f "♦ CONSTRUCTION JOINT ♦ #4 ®12" i" DIA, BOTTOM RAIL ANGLE OF REPOSE 4" GRAVEL BASE COURSE TOP OF CHEEK WALL 4" PCC 6" MIN SECTION B-B a a 3 NOT TO SCALE 12" , a 0 1/ • ,a 6" a , 6„ e ,a R O" • tt . a STAIR TREAD DETAIL NOT TO SCALE C-48 pgD wmu 3 2 REVISIONS DESCRPTION MODIRED PER AS —BUILT INFORMATION 7/2001 IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS CIVIL DETAILS IX RENTON WASHINGTON 9a "TAM a iEE Mo. OATL putE D 8-99-0017 E-19-1-70 98DEC03 C-48 WL P" CNK MEET r� 4 1 3 1 2 REVISIONS DESCRPnON DATE 81 MODIFIED PER AS -BUILT NFORMATION 1 7/2001 1 JLM A B 1 % SLOPE (TYP) _ 1 % SLOPE (TYP) Ez_e�Ld EXISTING AT -GRADE LIGHT FIXTURE CAN TO BE PROTECTED NOTE: SUBGRADE SLOPE GROUND SURFACE TO MATCH TOP OF CAN. CONTOUR SURFACE AWAY FROM TOP OF FIXTURE BASE AT GRADIENT INDICATED FOR 5 RADIAL FEET WHERE POSSIBLE. LIGHT CAN FIXTURE SECTION (TYP NOT TO SCALE 2' DIAMETER CONCRETE PAD IN PAVED AREAS ONLY PROVIDE SCREW TYPE PLUG FINISH GRAD WWF 6X6 — W2.9XW2.9 5" DIAMETER PIPE -ONG RADIUS BEND C STORM DRAIN OR SANITARY SEWER SIZE AS SHOWN ON PLANS --j TYPICAL SURFACE CLEANOUT NOT TO SCALE KNOCKOUT TYPE PLUG AT END OF LINE 2" (MIN) TOPSOIL AND SEEDING GROUND CONTOURS TO FOLLOW PARABOLIC ALIGNMENT DEPRESS CB 2" FROM 2" (MIN) TOPSOIL SURROUNDING GROUND 7 AND SEEDING 3 y_ (MAX) 3 % (MAX v SUBGRADE J GRASSED SAFETY AREA SECTION (TYP) NOT TO SCALE C-18 GROUND CONTOURS TO FOLLOW 2" (MIN) TOPSOIL PARABOLIC ALIGNMENT AND SEEDING 3' (TYP) HORIZONTAL DRAINAGE SWALE 33 (MAX L �I 3 % (MAX r SUBGRADE — GRASSED SAFETY AREA SECTION (TYP) g NOT TO SCALE C-19 EXISTING PAVED RUNWAY/ TAXIWAY SURFACE A — GRASSED SAFETY AREA V 1.5 SLOPE (37 MAX) 4" �— SUBGRADE PAVEMENT EDGE DETAIL (TYP) NOT TO SCALE 1. DELETE "TYPICAL SURFACE CLEANOUT" DETAIL AND ADD "48 INCH TYPE II" DETAIL SHOWN ON ATTACHED SKETCH, PAGE 00800—A7. IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS CIVIL DETAILS X RENTON WASHINGTON mn wNrAna xa rt[ ■a oAn:: RAa D B-99-0017 E-19-1-70 98DEC03 C-49 0m PWN I mK BRB — 57 3 2 4 3 2 PLANT MATERIAL LIST AND LEGEND (MITIGATION PLANTINGS) A B r SYMBOL PLANT MATERIAL LIST AND LEGEND (PARK PLANTINGS -RIGHT BANK QUANTITY** TAG BOTANICAL NAME/COMMON NAME SIZE CONDITION TREES 4 AC AESCULUS CARNEA 'BRIOTTII' 2" CALIPER 88, WELL - RED HORSECHESTNUT BRANCHED 45 AF ACER X. FREEMAND 'ARMSTRONG' 2-1/2" BB, WELL- ARMSTRONG MAPLE CALIPER BRANCHED 59* AR ACER RUBRUM 'SUNSET' 2" CALIPER 88, WELL - RED MAPLE BRANCHED I CC CERCIS CANADENSIS 1-1/2" BB REDBUD CALIPER 3 CH PRUNUS SP. 2" CALIPER BB FLOWERING CHERRY 7 CP CRATAEGUS PHAENOPYRUM 2" CALIPER BB WASHINGTON THORN 3 GB GINKGO BILOBA 4" CALIPER BB MAIDENHAIR TREE 2 LT URIODENORON TUUPIFERA 2" CALIPER BB, WELL - TULIP TREE BRANCHED 1 LW LABURNUM WATERERI 5'-6' HT. BB GOLDEN CHAIN TREE 105 PC PINUS CONTORTA 5508-9' HT., BB SHORE PINE 50010'-12' HT., 5 PM PSEUDOTSUGA MENZIESII 8'-9' HT, BB DOUGLAS FIR 1 QV QUERCUS VIRGINIANA 8'-10' HT., CONT. LIVE OAK 15 GALLON 7 SB SAUX BABYLONICA 3" CALIPER BB, WELL - WEEPING WILLOW BRANCHED 1 SP STEWARTIA PSEUDOCAMELLIA 5-6' HT. BB JAPANESE STEWAR11A SHRUBS 13 CJ CAMELLIA JAPONICA 5 GALLON CONT. HARDY PINK CAMELLIA 48" O.C. 58 CH CISTUS HY13RIDUS 5 GALLON CONT. WHITE ROCK ROSE 48" O.C. 70 CP CISTUS PURPUREA 5 GALLON CONT. PURPLE ROCK ROSE 48" O.C. 105 CF CORNUS FLAWRAMEA 3'-4' BR, OR CONT. YELLOVTWIG DOGWOOD 5 GALLON 48" O.C. 138 CS CORNUS STOLONIFERA S-4' BR, OR CONT. RED -OSIER DOGWOOD 5 GALLON 48" O.C. 36 EA EUONYMOUS ALATA 'COMPACTA' S-4' BR, OR CONT. DWARF -WINGED EUONYMOUS 5 GALLON 48" O.C. 20 FM FUCHSIA MAGELLONICA 'RICARTOONII' 2 GALLON CONT. HARDY FUCHSIA 48" O.C. 369 Fl FORSYTHIA INTERMEDIA 'SPRING GLORY' 3'-4' BR, OR CONT. SPRING GLORY FORSYTHIA 5 GALLON 48" O.C. 100 HQ HYDRANGEA QUERCIFOLIA S-4' BR. OR CONT. OAKLEAF HYDRANGEA 5 GALLON 48" O.C. 17 IC ILEX CORNUTA SUFOR011 2 GALLON CONT. BUFORD HOLLY 48" O.C. 87 LO LIGUSTRUM OVALIFODUM S-4' BR, OR CONT. CALIFORNIA PRIVET (NON -VARIEGATED) 5 GALLON 48" O.C. 36 MA MAHONIA AQUIFODUM 5 GALLON CONT. TALL OREGON GRAPE 48" O.C. 41 PLO PRUNUS LAUROCERACUS 'OTTO LUYKEN' 5 GALLON CONT, OTTO LUYKEN LAUREL 48" O.C. 63 ST SPIRAEA THUNBERGII 2 GALLON CONT. THUNBERG SPIRAEA 48" O.C. 68 SYRINGA VULGARIS S-4' BR, OR CONT. LILAC 5 GALLON 48" O.C. 430 VO VIBURNUM OPULUS 'COMPACTUM' S-4' BR, OR CONT. DWARF HIGHBUSH CRANBERRY 5 GALLON 48" O.C. 7_7 4" MINIMUM TOPSOIL, RIGHT BANK, AND HYDROSEED PER SPEC. POPLARS (P)EPA BEIN AND PLANEDALDERS (A) TREES,ON (G REMOVED **QUANTITY NOTE: QUANTITIES SHOWN ARE APPROXIMATE AND SHALL BE VERIFIED BY CONTRACTOR EXISTING TREES 0 BE TRANSPLANTED SEE LANDSCAPE PLANS OR NEW LOCATIONS) QTY.** SYMB. I SPECIES 3 PC SHORE PINE 5 CP WASHINGTON THORN I CN PACIFIC DOGWOOD 8 AF ARMSTRONG MAPLE B AR RED MAPLE 1 PT EMPRESS TREE 3 SP JAPANESE STEWARTIA 2 GB MAIDENHAIR TREE (GINKGO) 2 AC RED HORSECHESTNUT EXISTING TREE TRANSPLANTING NOTE: 1) NEW LOCATIONS FOR EXISTING TREES WHICH WERE REMOVED, BALLED AND BURLAPPED, AND STORED FOR TRANSPLANTING SHALL BE STAKED OUT IN THE FIELD BY THE CONTRACTOR AND AP- PROVED BY THE CONTRACTING OFFICER PRIOR TO INSTALLATION. 2 MEMORIAL TREE PLAQUES SHALL BE RE - I STALLED WITH THE SAME TREE AS WHEN REMOVED BY THE CONTRACTOR. XISTING TREE LEGEND SEE DEMO DRAWINGS SYMBOL TREE SPECIES A ALDER AC RED HORSECHESTNUT AF ARMSTRONG MAPLE AR RED MAPLE CC REDBUD CH CHERRY CN PACIFIC DOGWOOD CP WASHINGTON THORN GB MAIDENHAIR TREE (GINKGO) LT TULIP TREE LW GOLDEN CHAIN TREE P POPLAR PA LONDON PLANE TREE PC SHORE PINE PM DOUGLAS FIR PT EMPRESS TREE QV LIVE OAK SB WEEPING WILLOW SP JAPANESE STEWARTIA SYMBOL C (D 6 G Q) 0 O *h QUANTITY** TAG BOTANICAL NAME/COMMON NAME 51ZE CONDITION LT. BANK RT. BANK TREES 256 A ALNUS RUBRA 3'-4' BR BR OR CONT RED ALDER OR 5 GAL. 8' OC. 35 AG ACER GLABRUM VAR. DOUGLASII 4'-6' HT. CONTAINER DOUGLAS MAPLE 8' OC. 27 FL FRAXINUS LATIFOLIA 4'-6' HT. CONTAINER OREGON ASH 10'-15' OC. 38 PC PINUS CONTORTA 6'-7' HT. B & B SHORE PINE 10'-15' OC. 8 TP THUJA PLICATA 6'-7' HT. B & B WESTERN RED CEDAR 10'-15' OC. 8 TH TSUGA HETEROPHYLLA 6'-7' HT. B & B WESTERN HEMLOCK 10'-15' OC. SHRUBS 52 AA AMELANCHIER ALNIFOLIA 5 GALLON C SERACEBERRY 8ONOTC.. 86 CI CEANOTHUS INTEGERRIMUS 2 GALLON C0NT. WILD LILAC 48" O.C. 378 CT CEANOTHUS THYRSIFLORUS 2 GALLON CONT. BLUEBLOSSOM 48" O.C. 112 LI LONICERA INVOLUCRATA 5 GALLON CONT. BLACK TWINBERRY 48" OC. 85 MA MAHONIA AQUIFOLIUM 2 GALLON CONT. TALL OREGON GRAPE 48" O.C. 86 OC DEMLERIA CERASIFORMIS 5 GALLON CONT. INDIAN PLUM 48" OC. 112 PCN PHYSOCARPUS CAPITATUS 2 GALLON CONT. NINEBARK 48" OC. 98 PE PRUNUS EMARGINATA 5 GALLON CONT. BITTER CHERRY 48" DC. 70 PL PHILADELPHUS LEWISII 2 GALLON CONT. WILD MOCK ORANGE 48" OC. 335 611 RN ROSA NUTKANA 2 GALLON CONT. NOOTKA ROSE 48" O.C. 100 RS RIBES SANGUINEUM S-4' BR, OR BR OR CONT. RED -FLOWERING CURRANT 5 GALLON 4B' OC. 820 SG SALIX GEYERIANA LIVE STAKE OR CUTTING/ GEYER'S WILLOW COLLECTED 24" O.C. 1494 1140 SL SALIX LASIANDRA LIVE STAKE OR CUTTING/ PACIFIC WILLOW COLLECTED 24" O.C. GROUNDCOVERS 415 MN MAHONIA NERVOSA 1 GALLON CONT. LONGLEAF OREGON GRAPE 36" O.C. 1502 350 GS GAULTHERIA SHALLON i GALLON CONT. SALAL 36" O.C. 310 PMS POLYSTICHUM MUNITUM 1 GALLON CONT. SWORDFERN 36" O.C. 4" MINIMUM TOPSOIL RIGHT BANK, A B 2 MINIMUM TOPSOIL LEFT BANK UNLESS I DICATED OTHERWISE) AND HYDROSEED PER SPEC., MIX A OR B AS INDICATED GENERAL LANDSCAPE NOTES: 1) ALL TREES 5" CALIPER OR LESS (EXCEPT FOR LONDON PLANE EES, ALDERS, AND POPLARS) SHALL BE TRANSPLANTED TO NEW LOCATIONS AS SHOWN. SEE TABLE THIS SHEET OF EXISTING TREES TO BE TRANSPLANTE. 2) ALL OTHER TREES TO BE REMOVED AND NOT TRANSPLANTED SHALL BE REPLACED IN KIND WITH SIZE AS INDICATED IN PLANT UST (SEE LANDSCAPE PLANS FOR LOCATIONS); WITH THE EXCEPTION OF THE LONDON PLAN TREES, ALDERS, AND POPLARS WHICH SHALL BE REPLACED WITH SUNSET RED MAPLES, 2" MINIMUM CALIPER. 3) MITIGATION PLANTING TO BE INSTALLED NO FURTHER INTO PARK THAN 15' BACK FROM TOP OF RIVER BANK. MITIGATION PLANTINGS ARE TO BE INSTALLED ON BOTH RIGHT AND LEFT BANK ALONG RIVER BANK AS INDICATED ON LANDSCAPE PLANS. 4) CONTRACTING OFFICER SHALL APPROVE ALL PLANT MATERIAL AND PLANTING LAYOUTS PRIOR TO INSTALLATION. 5) EXISTING IRRIGATION SYSTEM TO BE REDESIGNED AND INSTALLED BY CONTRACTOR TO FIT NEW SITE LAYOUT AND NEW AND EXISTING PLANT MATERIALS. REDESIGN OF EXISTING SYSTEM SHALL BE BASED ON IRRIGATION SYSTEM REFERENCE DRAWINGS PROVIDED AND SPECIFICATION SECTION 02811, IRRIGATION SPRINKLER SYSTEMS. 6) ALL EXISTING VEGETATION TO REMAIN SHALL BE PROTECTED FROM DAMAGE DURING PLANTING AND LANDSCAPING OPERATIONS. } LEFT BANK ONLY UPSTREAM OF HANGARS LEFT BANK ONLY 7) ALL VEGETATION SHOWN TO REMAIN THAT IS DAMAGED OR DESTROYED DUE TO CONTRACTOR ACTIVITIES AND NOT SHOWN OTHERWISE SHALL BE RESTORED. RESTORA- TION SHALL INCLUDE REPLACING DECIDUOUS TREES WITH A 4" MINIMUM CALIPER TREE OF THE SAME SPECIES; REPLACING EVERGREEN TREES WITH A 5' MINIMUM HEIGHT TREE OF THE SAME SPECIES; AND REPLACING SHRUBS OR GROUNDCOVERS WITH A MINIMUM 2 GALLON CONTAINER SIZE OF THE SAME SPECIES. LFOR CIVIL AND LANDSCAPE ABBREVIATIONS, PL. G-4. 9 EXISTING DESIREABLE AND NATIVE VEGETATION TO BE PRE- SERVED SHALL BE TAGGED IN FIELD BY CONTRACTOR AND APPROVED BY CONTRACTING OFFICER PRIOR TO ANY CLEARING OR SITE PREPARATION ALONG BOTH RIGHT AND LEFT BANKS FOR MITIGATION PLANTING. SITE PREPARATION FOR MITIGATION PLANTING TO INCLUDE REMOVAL OF GRASS/WEEDS AND TILLAGE PER SPEC SEC11ON 02950. 10) TREES SHALL BE PLANTED A MINIMUM OF 15' FROM ALL PAVING EDGES AND SITE FURNISHINGS (EG. LIGHT POLES, BENCHES, ETC.). IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS PLANT LIST/LEGEND AND GENERAL LANDSCAPE NOTES RENTON WASHINGTON 7 INNfAiNM N0. FRE M0. W1[ Mft D B-99-0017 E-19-1-70 98DEC03 L-1 WL YOROZU 1 11 SKRINOE I � 58 4 3 2 Aeu ICI A I e 4 I 3 2 CEDAR RIVER 8 � FLOW i i i C IE NOTES: 1) SEE PL. L-1 FOR PLANT LIST/LEGEND AND GENERAL LANDSCAPE NOTES. 2) SEE PL. L-12 FOR LANDSCAPE DETAILS. M I I� to I� w I� I� r: -0- —Z L-10 L-B L-2 L-4 L-5 L-9 L-3 L-S L-7 KEY PLAN NO SCALf 30' 15' 0 1" = 30' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LANDSCAPE PLAN I RENTON WASHINGTON = I WlAnm 0=E-19-1-70 ogre -7 D 8-99-0017 98DEC03 L-2 YOROZU/CAESAR I q1K SKRINDE'T 59 4 3 4 I 3 o W m h 2 i 2 0 0 r 4'CI SAN SAN A I 2-AR PC E ?9g.00p RT 0 25-HQ S19'134: S15'39'4 "E i 9-HQ � 1-AR\ c01 1 � a 0 0 . 2—PC 9—RN 3—PCN 16—PMS ❑ �I 16—RN 14—SL �I �I B E 1.298,850 P 1.298 7p0 C CEDAR RIVER FLOW 2 A D um N 4 3 2 m J t�ll 00 0 0 Q C 1-CP _ 1-PC NOTES: — — — 3-PC 27-F1 1) SEE PL. L-1 FOR PLANT LIST/LEGEND AND GENERAL LANDSCAPE NOTES. --�42) SEE PL.L-12 FOR LANDSCAPE DETAILS. 1-P20-FI, I c 0. o _ E., 17-GS W 2-FL 6-PE �-t::3 L-7 L-2 L-3 L-5 l-8 L-3 L-4 L-6 KEY PLAN NO SCALE 30' 15' 0 j0' Sn' ... .... _ 1' 30 1 IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LANDSCAPE PLAN II I RENTON WASHINGTON wwrAw nc "' " "" D B-99-00icx17 E-19-1-70 98DEC03 L-3 m� YOROZU/CAESAR cx SKRINOE ow 60 I 00 � ❑ ' A A - — B I E 1.29g 85p C I I , TO REMAIN TYP. 12-RN 40' OPENING CEDAR RIVER FLOW 2 NOTES: 1) SEE PL. L-1 FOR PLANT LISTAEGEND AND GENERAL LANDSCAPE NOTES. OF 2) SEE PL. L-12 FOR LANDSCAPE DETAILS. 42yyw~� S2'43' 2,�� I- -1-� PICNIC TABL'� PL- - - - - - - ------ ELTER, PL. L- - 1-ko IJ — le -RN. --- 1 1-L �4 5-AG 2-FL I F � 6-SG 16-SG 1-PC 6-OC I:�ll IN I� 42' OPENING L-10 l-6 L-6 — I L9 L-J L-6 L-7 N KEY PLAN 40—GS + NO SCME A �� O Dd 4 3 2 J I I 30 15' 1" = 30' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE. WASHINGTON vi I LOWER CEDAR RIVER FLOOD CONTROL 2 3 I LEVEES & FLOODWALLS �zz I LANDSCAPE PLAN III I RENTON WASHINGTON sa aHr�na 6a nt xa ote run: D B-99-0017 E-19-1-70 98DEC03 L-4 °S°L YOROZU/CAESAR "' SKRINDE Imu 61 4 1 3 1 2 E 129 450 A B E 1.299,3p0 E 1,2` E 1.299, 000 C NOTES: GE ERALSEE LLANDSCAPEE NOTEST LIST/LEGEND AND 2) SEE PL. L-12 FOR LANDSCAPE DETAILS. -Z L-10 L-2 l-4 L-6 L-8 L-9 L-3 L-5 L-7 j0' 60' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LANDSCAPE PLAN IV RENTON WASHINGTON 9IE WNlAMM NQ iqL N0. DAR %AIE D B-99-0017 E-19-1-70 913DEC13 L-5 YORDZU/CAESAR SKRINDE mm 62 D 4 3 2 4 3 2 A B E 1.299,s00 E 1299 4$S f 1.299 300 E 1.299,150 NOTES: 1) SEE PL. L-1 FOR PLANT UST/LEGEND AND GENERAL LANDSCAPE NOTES. 2) SEE PL. L-12 FOR LANDSCAPE DETAILS. -No—Z— L-10 L-8 L-2 L-4 L-a L-S L-3 L-S L-7 KEY PLAN NO SCAU 30' 15' 0 30' 60' 1" = 30' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LANDSCAPE PLAN V RENTON WASHINGT( 93 I N TAMN NM Fu NO. 100 M1E D B-99-0017 E-19-1-70 98DEC03 L-6 °8qi' YOROZU/CAESAR ac SKRINDE sNEr 63 4 3 2 4 3 2 A II I B I ro��11�i��! •�•��/�i i•y �li���it���`i= i�i ���iiii iyN tiyyi�tb�� L. _ e�1iI �_� -r ���.il� �j • aI nti�l�•� . i��t ,..iL......iil� ra. i.•r Oi��: ii��—■ 'N�i•nCIO INSTALL FLAPGATE ON :0 7Gw � N WM— fNS '� (�''�� � 1 • • • -0� c e 1.299.600 4 NOTES: 1) SEE PL. L-1 FOR PLANT LIST/LEGEND AND GENERAL LANDSCAPE NOTES. 5 - 4 01 O 1 2) SEE PL L-12 FOR LANDSCAPE DETAILS. � 3- 2-AR 1-AF 7-PC 3-AR 4-- 513'53�5 "E ----------------— ----- — A _—_--------- —_..._ -------- - - - - - - — - - - - - ---� __ --- —i—AR — ---- — —. --- O -------- -•—'. — — --. B-RN 8-PCN 9-RN 25-SG rw CEDAR RIVER FLOW I4 I� Iw 12-GS 1 12 Tq 9-A 36-MN 110-SL 40-GS i-TH 6-A �N 22-MN 10 � 36-MNS � Q Q ¢ �Z- L-10 L-2 L-4 L-p L-B AIRPORT PROPERTY LINE L-e - L-7 RN KEY PLAN 15 NO SCALE ❑ r -Y i Y I � O O a a a a, a 30' 15' 0 Blnst FenCe a- 1" = 30' IF SHEET IS LESS THAN 32" X 21" IT IS A $last F ence REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON u LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS o� 1 LANDSCAPE PLAN VI I RENTON WASHINGTON sa WN A N m NL ft OAIL PIA7 D B-99-0017 E-19-1-70 98DEC03 L-7 A D D wnx• PYR. YOROZU/CAESAR I °1K-SKRINDE MHOu 64 3 2 4 3 2 A f �?99,9p0 f �?99'So I I I B I I 160-SL /_23-MN I / 12-A - C CEDAR RIVER FLOW NOTES: 0 SEE PL. L-1 FOR PLANT LISTAEGEND AND GENERAL LANDSCAPE NOTES. 2) SEE PL. L-12 FOR LANDSCAPE DETAILS. I V O fr N V H I� 145-GS 5-A CP J r r ' i 6-RN it , 1 1 1 l-2 l-4 '_111T 111T11 —J, L-9 IL-J L-s L-7 KEY PLAN 1` NO SCALE I I 30' 15' 0 30?0 1' = 30' I IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON i LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LANDSCAPE PLAN VII � I RENTON WASHINGTON Sa IX--w xa IIIE Ma. W1E: RA1E D B-99-0017 E-19-1-70 98DEC03 L-8 O"- YOROZU/CAESAR p'KSKRINDE a 65 4 3 2 4 3 f � 6CQ Ay0 2 A I N/ C / I 13 PC J / lAl / /-- 20—A 47/z-- 145—GSA Vo- I NOTES: 1) SEE PL. L-1 FOR PLANT UST/LEGEND AND GENERAL LANDSCAPE NOTES. 2)SEE PL. L-12FOR LANDSCAPE DETAILS, I I I� 11 Ir I� X IE- I� V L-4 L-6 L—e I L-8 Cb L-} L-S L-T I KEY PLAN NO SCALE \ II V \� I \ 1 I I 30' 15' Q 30' 60' I I IF SHEET IS LESS THAN 32" X 21" dT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS d /I LANDSCAPE PLAN VIII / RENTON WASHINGTON 9II NNTATAYI X°. NIF X0. WR Mff D B-99-0017 E-19-1-70 98DEC03 L-9 DEO' YOROZU/CAESAR q1K SKRINDE suer 66 4 1 3 t 2 4 3 2 A I Nok?-tl B C NkL X X 0 A Duw• D wn NOTES: GENERAL LANDSCAPERNOTEST LIST/LEGEND AND 2) SEE PL. L-12 FOR LANDSCAPE DETAILS. 3) AREAS DISTURBED DUE TO CONTRACTOR ACTIVITIES SHALL BE RESTORED TO MATCH' EXISTING CONDITION AT CONTRACTOR'S EXPENSE. E—Z— L-iO L-2 L-4 L-e L-8 L-9 L-3 L-8 L-7 KEY PLAN NO SC LE 30' 15' 0 30' 60' 1" = 30' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LANDSCAPE PLAN IX RENTON WASHINGTOI D 8-99-0017 � � E-19-1-70 oAh98DEC03 L-10 ° YOROZU/CAESAR - SKRINDE Imu 67 4 1 3 1 2 4 3 2 A B C REMOVE EXISTING AC PAVING - ARCHITECTURAL CONCRETE —PAVING AREA EXISTING RESTROOM 39, n _ ---- ---------------'------------------ P/ LL— ------------------------------ E .5 /��� SERE PEL- C-226 '----- \I N CONCRETE --ROBBER WEAR -MAT ,STAIRS HAND- -T_Yp SE.F,SPkF92SG9--- RAIL, SEE DET.-------" -- ' FALL ZONE, \ SEE NOTE 3 ROCKER HORS BENCH AND CONCRETE PAD, SEE DET., PL. C-41 g 2 �— FIBAR DRAIN STRIPS, 6' O.C., SEE DET., PL. L-13 CONCRETE EDGING AND WOOD FIBER SURFACING, SEE DET. PL. L-13 PLAY ,� SEE EQUIPMENT GALV. PIPE FOR , LAYOUT, PL. L-13 -' ---- __ PICNIC TABLE, 6" D[�g, AIN PIPE i� ��� TRASH RECEPTACLE ---—�I`TCQICAL, SEE --4R DRY SUMP, $F�' RUBBER WEAR -MAT 5 TYPICAL, DET. PC 41 -' DETT.�PI ,L-l13 f / TYP•. SEE SPEC. 02800 Z-OTRW TO-BE-FFELT -- - UE GRID. e01VCRETE LOCATED, SEE DET. - - ----PC-CST'-•----- --- PAD, S ET. � � RAMP' _-�_- -� FF 25.0' / STEEL PI NI6- - --------------- �\ / SHE ON 32' x �---- -4 SLAB, S C. SECTION 0 51.41 AC TRAIL \0. 90, G� tik � o 6, CETER ONNPICN C AIRS o SHELTER PAD 6 RESTROOM AREA PLAN EDGE AC TRAIL PICNIC SHELTER PAD BENCH PAD w DIMENSIONS SHOWN APPLY TO OUTSIDE OF WALL PLAY AREA EDGING — PLAN SCALE: i" = 10' NOTES: 1) SEE PL. L-1 FOR PLANT LISTAEGEND AND GENERAL LANDSCAPE NOTES. 2) SEE PL. L-13 AND PLC-41 FOR DETAILS. FOOT CONSISTSEAIXNO EDGINGLORONE OBSTRUCTION)OAWAIYIMFROM AR Ah PLAY �QUIPMENT TO BE PROVIDED IN ACCORDANCE WITH THE U.S. CONSUMER PRODUCT SAFTEY COMMISSION'S HANDBOOK FOR PUBLIC PLAYGROUND SAFTEY. 4) SEE PLATEC-43 FOR JOINT DETAILS 10, 5' 0 10' 20' IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS RESTROOM AREA PLAN RENTON WASHINGTON m wxT'7 ■a vxc xa o�rE pux[ D B-99-0017 E-19-1-70 98DEC03 L-11 YOROZU p1k SKRINDET 68 4 3 E 4 I 3 2 A I B C DO NOT PRUNE OR DAMAGE LEADER OF TREE NOTE: PULL BACK BIODEGRADEABLE BURLAP OR ROOT COVERING AT LEAST 1/3 PRIOR TO PLACING IN HOLE. REMOVE NON-910 DEGRADEABLE BURLAP AND CONTAINERS COMPLETELY. DECIDUOUS TREE PLANTING NOT 10 SOALE PLANTING SOIL MIX BREAK UP SUBSOIL IN BOTTOM OF EXCAVATED HOLE TO A DEPTH OF 4' MINIMUM CONTAINERIZED DR BALLED AND BURLAPPEO STOCK 2' BARK MULCH NOTE: PULL BACK BIODEGRADEABLE BURLAP OR ROOT COVERING AT LEAST 1/3 PRIOR TO PLACING IN HOLE. REMOVE NON-BIO DEGRADEABLE BURLAP AND CONTAINERS COMPLETELY. PLANTING SOIL MIX SHRUB PLANTING (CONTAINER) NOT TO SCALE EXISTING GRADE SET STAKE �� �jC` 0 0 45 0�EES 0 0 0 0 LIVE STAKE 0 0 0 LIVE STAKING DETAIL NO SCALE DO NOT PRUNE OR DAMAGE LEADER OF TREE NOTE: PULL BACK BIODEGRADEABLE BURLAP OR ROOT COVERING AT LEAST 1/3 PRIOR TO PLACING Nt IN HOLE. REMOVE NON-BIO DEGRADEABLE BURLAP AND CONTAINERS COMPLETELY. 2" BARK MULCH 4' MIN. DIA -/-777777 •'•� • t� PLANTING SOIL MIX BREAK UP SUBSOIL IN BOTTOM OF EXCAVATED HOLE TO A DEPTH OF 4' MINIMUM EVERGREEN TREE PLANTING NOT TO SW NUUI SIUCK UN NUUItU ING. PLANT FINISHED GRADE HES VISIBLE SOIL LINE ON TRUNK 2' BARK MULCH PLANTING SOIL MIX, BACKFILL IN 6' LAYERS OVER CENTER MOUND OF PLANTING SOIL, CAREFULLY PLACING ROOTS OVER MOUND AND ADD SOIL MIXTURE AROUND ROOTS, TAMP EACH LAYER AND WATER THOROUGHLY SHRUB PLANTING (BAREROOT/CUTTING) NOT TO SCALE PLANTING BED WITH 2" DEPTH OF MULCH TOOLED EDGE, 45 DEGREES, 2" DEPTH FINISH GRADE Al is kik TOOLED EDGING DETAIL NOT TO SCALE PLANTING NOTES 1) CONTAINERIZED AND BALLED AND BURLAPPED PLANTS CAN BE PLANTED YEAR-ROUND AS LONG AS THE GROUND IS NOT FROZEN OR SNOW-COVERED. BAREROOT PLANTS SHALL BE PLANTED WHEN DORMANT (PREFERABLE OCT TO APRIL) AND AS LONG AS GROUND IS NOT FROZEN OR SNOW- COVERED. WILLOW STAKES SHALL BE PLANTED FROM SEPT THRU MARCH. FALL PLANTING IS ENCOURAGED FOR CON- TAINERIZED MATERIAL TO TAKE ADVANTAGE OF NATURAL RAINFALL AND TO MINIMIZE COMPETITION FROM WEEDS. 2) ALL PLANTS SHOULD BE WATERED DURING AND AFTER PLANTING AND MAINTAINED IN A MOIST CONDITION THROUGH PROLONGED DRY SPELLS. 3) INDIVIDUAL TREE PLANTING SITES SHALL BE PREPARED BY SCRAPING AWAY GRASS OR WEEDS IN A FOUR FOOT 1NOE CIRCLE PRIOR TO DIGGING PLANT PIT. FOR SHRUB AND GROUNDCOVER PLANTING, THE ENTIRE AREA TO BE PLANTED SHALL BE CLEARED. 4) WILLOW CUTTINGS SHALL BE PLANTED IN SATURATED SOIL OR WHERE THE BOTTOMS OF THE CUTTINGS REACH THE WATER TABLE AS MUCH AS POSSIBLE. TO PLANT STAKES, PUNCH A PLANTING HOLE USING A REBAR OR METAL ROD TO PROVIDE AN 18' DEEP HOLE OR 1/2 THE LENGHT OF CUTTING. PLACE CUTTING INTO THE HOLE, ENSURING THE BOTTOM OR ANGLED CUT POINTS DOWN INTO THE GROUND. LEAVE AT LEAST 6' OF THE CUTTING PROTRUDING ABOVE GROUND. STOMP DOWN AROUND THE CUTTING TO ELIMINATE AIR POCKETS IN SOIL AROUND THE CUTTING. CEDAR RIVER AVERAGE ORDINARY HIGH WATER (OHW) —10' - 15' — FROM TOP OF BANK WILLOW PLANTING G — 3'-4' —► APPROX. ABOVE OHW O NPI A A&fanL O n 'k0 TYPICAL MITIGATION PLANTING SECTION - RIGHT BANK NOT TO SCALE REVISIONS DESCRIPTION BARK MULCH, 2" CONTINUOUS IN PLANTED AREA HAND TOOLED EDGE TOPSOIL AND GRASS `SEED OR EXISTING / GRASS NOTE: WILLOW PLANTING TO BE SIMILAR ON LEFT BANK. OTHER MITIGATION PLANTING ON LEFT BANK TO BE AS INDICATED ON PLANS. IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY m U.S. ARMY ENGINEER DISTRICT, SEATTLE DESIGN MANAGER CORPS OF ENGINEERS _ _ _ SEATTLE, WASHINGTON D, LOWER CEDAR RIVER FLOOD CONTROL uOYD G. DARKQ P.E_ _ - SGEanan5SA—vD - %cm LEVEES & FLOODWALLS rto- _ RICK L_MOSHIER, P.E_ LANDSCAPE DETAILS RENTON WASHINGTON JEXOOY. P. M. O'DELL P.E. ENCINUMO INS&93 D 41NTAi1011 N0. 8-99-0017 RI[ N0. E-19-1-70 OAIE: 98DEC03 Mff L-12 hD: DONALD T_WYNN s — Nor . DIM YOROZU/GAESAR ac. SKRINDE LEET 69 4 I 3 2 4 I 3 I 2 A I El C I C4x5.4 / GALV STEEL RIBBED SKIN TS3X3 8'-0" OC SEE NOTE 1 S-1 i 4" DIA ROLLER SAW CUT / RUBBER SEAL iI CONTINUOUS LIGHT GAUGE CONCRETE a a RR RAIL (40{J) 2 -0 SEE SECTION SB2 1'-4" X V-4" X 8" SECTION q SCALE: 1"=1'-O" S-1 4 3 X 1/4 " FLAT BAR 5/8 " DIA SOLID RUBBER BOLT WITH TIRES 5" TIA SPACER 0 2'-6" END VIEW SCALE: 1 "=1'-0" S-1 SCALE: 1 /2 " = 1'-O" 3 RR RAIL EL 25.0 NOTE: SEE DETAIL 2 WITHOUT ROLLER S-1 DETAIL SCALE: 3" = 1'-0" S-1 PL 3/8 "X3"X4" L1 X 1 X 3/16� SEE DETAIL c N SLOTTED CONNECTION 1/4 " CLEARANCE TS AT 3 X 3 ANGLE TOP AND BOTTOM /16 3/8 " PLATE L1 X 1 X 3/16 > DETAIL 4 SCALE: 3" = 1'-O" S-1 REVISIONS DESCWPBON DATE - MODIFIED PER AS —BUILT INFORMATION 1 7/2- 1 - NOTE: 1. LOCATIONS OF STRUT AND TIE -DOWN ARE AT ALTERNATE EVERY OTHER) PANEL POINT, STARTING AT ENDS. STRUT ND TIE -DOWN OCCUR AT THE SAME LOCATIONS. O 2, BOLTED SPLICES IN TOP AND BOTTOM MEMBERS MAY BE MADE USING 3116 " PLATE AND 2- 7/16 " BOLTS EACH END (4 BOLTS PER SPLICE). LOCATE AT POINTS OF INFLECTION. SELF -TAPPING SCREW )> 3. BOLTS SHALL BE ASTM A307. EACH FLUTE/EACH SUPPORT RUBBER 4, STEEL WHEELS SHALL BE STAINLESS STEEL. WASHERS 5. DISTANCE BETWEEN GATE AND RAIL SHALL BE SUFFICIENT TO ALLOW GATE TO FREELY ROLL WITHOUT RUBBING - WHILE 3/16 X 3 1/2 X 2" PLATE WITH 2- 7/16 `BOLTS TYP MAINTAINING CONTACT BETWEEN RAIL AND SEAL. GALV STEEL DECKING TYPE B, 18 GAGE n RUBBER SEAL ALONG BOTTOM EDGE DETAIL 2 SCALE: 3" = 1'-0" S-1 DETAIL SCALE: 3" = 1'-O" S-1 2 C4 x 5.4 CHANNEL TOP AND BOTTOM EL 29.0 12" 9" 6" 3" 0 1' 11/2"aV- 0° 120 1' 2' 2" 6° 0 1 A' 3' 4' 5' 1/2,m1,-0" 1 IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS LEVEE CLOSURE GATE DETAILS - I RENTON WASHINGTON Ad INNiAt10N NQ FIIL X0. WEM1E D B-99-0017 E-19-1-70 98DEC03 S-1 °�Q1• PON ax. xn 71 4 3 2 tir 6" 1'-2" 6" - LEVEE �— 1'-6" CD TREAD OVER • ., '__,���EMBANKMENT _`LEVEE EMBANKMENT J • d 6• 8" ESTABLISHED GRADE OF RAIL • 1" x2"x 1/4"FB d 4 PER PIECE OF COVER • PLATE WELDED 6" WALL .. #5 AT 12" VERT A a 6" WALL • �.• #4 AT 16" HORZ • • , #5 AT 12" , . , . / . ! FINAL GRADE 1 7 8 " ., • . ' LOWEST SIDE #4 AT 16" FACE ` " ' �-#5 INSIDE OUTER FACE AT 16" N #6 AT 12" • • • d RIVER SIDE #5 AT 12" a .. , , t .. d o u� 3 1 2 d , • .d d ' • �. �,. ASCE 40 # RAIL �_ _ _� SEE NOTE 3 POCKET BAN POCKET WALL LEFT BANK RAIL DETAIL WALL RIGHT SCALE: 1"=1'-O" C-29 SCALE: 1"=1'-O" C-29 SCALE: 3"=1'-O" 21/4 4 B i O I SEALED 2000 CAPACITY ROLLER PER WHEEL BEARINGS SIDE TO BE BRACED BY TS 3X3 ROLLER DETAIL SCALE: 3" = 1'-O" 4 SEAL DETAIL SCALE: 6" = 1'-O" E SEAL ALL DS FOR 4'-0" ;OSTATIC ;SURE RIBBED SKIN 3 SECTION g SCALE: 1 1/2 "=1'-0" C-29 ELEVATION PLAN DETAIL SCALE: 3"=1'-O" S-1 C S-2 3/4 " A307 DIA BOLT ALIGNED AT EDGE OF RAIL GALV STEEL DECKING t g TYPE B, 18 GAGE 3/is 1/4 " PLATE NOTE: LOCATED AT EVERY BRACE TIE DOWN DETAIL SCALE: 3"=1'-D" V- 3/4 " A307 DIA BOLT ALIGNED AT EDGE OF RAIL 2" 7/8 " DIA i HOLE I N N 3/8 " PLATE 1/4 " PLATE I SLOT 1" X 6" J FRAIL SECTION SCALE: 3"=1'-O" S-2 2 BENT PLATE FAR SIDE REVISIONS DESCRIPTION MODIFIED PER AS -BUILT WFORMATION NOTES: 1. CLOSURE BETWEEN CONCRETE END WALLLS AND GATE IS BY REMOVABLE WOOD BLOCKING, PRESSURE TREATED, CUT TO THE WIDTH OF GAP. 2. DIAMOND TREAD COVER SHALL BE 1/4 " STEEL PLATE ASTM A36, WITH G90 GALVANIZING. 3. RAIL TO BE INSTALLED LEVEL WITH TOP OF EL. 25.0' 414" N 3/16 " PL N RUBBER SEAL 3/16 " THI BENT PLATE SCALE: 6" = 1'-O" 7/2001 1 A.M 12" 9" 66 0 1' 1 1 /2 " = 1' - 0" 12" 9" 6' 1"-1.-0" IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATTLE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEE CLOSURE GATE DETAILS — II RENTON WASHINGTON 9II MRAIION Iq. IRA.. W@ ' m D B-99-0017 E-19-1-70 98DEC03 S-2 °a NOYES I Cxx SKEr 72 4 3 2 A S-3 12' TYP) I I FOR TOP ELEVATION SEE FLOOD WALL DETAILS AT 12 OC A4 AT 12 EF 6" T1'P __2" CLR TOP OF CONCRETE 1.I. I W 11 1 2 CONCRETE CAP w ' M5 NS 7-1 1' CHAMFER (TIP) a '1 7 1/2 /4 FS4 �l `o ,'. rn m `L A T I I < EXISTING GROUND I PREFORMED JOINT FILLER .'. ' I ADDITIONAL #5 NS, #4 FS < m MAIN STEEL V 6, 0 12' B D N MAINSTU-BARm C15 #4 O 12' (BEND) FS NOTCH SHEET PILE /BSEE R BONDING I w io Z STEEL SHEET PILE WALL 7;; ADDITIONAL M4 BARS 11 u n BOTTOM OF CONCRETE I -WALL 4'-0' LONG 20'-8 7 8 ' PANEL TYP ADDITIONAL #4 BAR EF FLEABLE JUMPER SEE BONDING NOTE RIVERSIDE ELEVATION SCALE: 1/2 " = 1'-0" B V-0" 7 1/2 1" CHAMFER (TYP) #4 U-BARS 3f )AT 24" OC " #5 AT 12" OC #4 AT 18" O.C. 2" CUR TYP w #4 AT 12" EF LAND SIDE I RIVER SIDE #6, SEE NOTES 1& 2 a I 7 1/2 a5 AT 12" OC (BEND) CJ OPTIONAL U-BARS, PASS THROUGH EACH TEEL SHEET PILE HANDLING HOLES. #4 AT 12" OC (BEND) I I� MAIN STEEL, SPACED TO MISS STEEL SHEET PILE INTERLOCKS �qq. ADDITIONAL BARS, 4' LONG EF I' C AT PANEL ENDS SECTION q SCALE: 1/2 " = 1'-0" S-3 TYPICAL WALL SECTION SCALE: 1/4 " = 1'-O" r DETAIL TYPE 'Y' WATERSTOP SCALE: NONE S-3 TYPE 'Y' WATER STOP SEE DETAIL REIISIONS DESCRIPTION MODIFIED PER AS -BUILT INFORMATION NOTES: 1. #6, REINFORCING BAR SHALL BE WELDED ACROSS THE TOP OF EACH SHEET PILE. 2. M6 REINFORCING BAR SHALL NOT EXTEND ACROSS THE MONOLITH JOINT. 3. INSTALL FLEXIBLE JUMPER IN AN 8" LOOP AT ALL MONOLITH JOINTS AND TRANSITIONS FROM CONCRETE FLOODWALL TO UNCAPPED SHEET PILING. 7/2001 1 JLM JOINT SEALER w w RI OFR WALL S-3 1/2 " PERMOULDED EXPANSION JOINT MATERIAL. MAKE JOINT 1" AT I 0 N g AT CHANGE OF DIRECTION S SCALE: NONE S-3 1/4 " - V - 0' . 12" 6" 0 1' 2' ;S' 4' ¢' 1/2,=1'-0" . IF SHEET IS LESS THAN 32" X 21" IT IS A REDUCED PRINT, REDUCE SCALE ACCORDINGLY U.S. ARMY ENGINEER DISTRICT, SEATTLE CORPS OF ENGINEERS SEATILE, WASHINGTON LOWER CEDAR RIVER FLOOD CONTROL LEVEES & FLOODWALLS FLOODWALL DETAILS RENTON WASHINGTON ME "T"m eo. rxt xa oARL, rule D I B-99-0017 E-19-1-70 98DEC03 S-3 �x PCN QK Sim 73 4 3 2