Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract r Award Date: 5- 2/- 07 CAG 07- 053
Awarded to:_I-R r unj-cr owrd ttr 44"46 wof b,Inc.
GG3d S, J-11—Sr i, 5"f-e- q
KQ . tom. 9 03 a
s
G' tY
G 11[k
Bidding Requirements, City of Renton C OP Y
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications
City of Renton
Renton Village Storm System Project
Project No. SWP-27-2711
City of Renton
1055 South Grady Way
Renton WA 98057
General Bid Information: 425-430-7200
Project Manager: 425-430-7293 Daniel Carey
Ow
Printed on Recycled Paper
am
i
I AC M
UNDERGROUND UTILITIES
aw
i
i
CONTACT LIST
Responsible Officers
Bret Lane, President 425-251-1636
6632 S 191 st PI., E-104 206-571-3268 (cell)
Kent, WA 98032
Dan Kain, Vice-President 425-251-1636
6632 S 191st PI., E-104 206-949-4966 (cell)
Kent, WA 98032
i
On-Site
Kevin Broncheau, Superintendent 425-251-1636
6632 S 191st PI., E-104 206-949-4901 (cell)
i
Kent, WA 98032
Dan West, Job Foreman 425-251-1636
,r 6632 S 191 st PI., E-104 206-949-4924 (cell)
Kent, WA 98032
i Bonding Agent
Gary Niehl, Niehl Insurance Agency, Inc.
12826 SE 40th Lane, #105
Bellevue, WA 98006 425-644-1600
i
6632 S 191st PI,Suite#E-104, Kent,WA 98032 Phone: (425)251-1636 Fax: (425)251-1656
rr
r
�M+.}4 A ♦ i t.- y..� �,,. ! _�..t%r{ l�,T C T RI E S _
.�. J 11\11 J �1'!' yy -. /• !P ii• r..•
Uw•ayt S i sp.,. y � 1 � � '~ y \� 4 h ar i"1 `� i 1 �/ {�teq..
1�r � 7! r,.F •'n 'i l'�� 'tA 4 ^•....-rJt`, £ \ � t, i�'F.�'Y v C'>�\\ � f� + y"' '+�'i:.
n t 1
STERED AS PROVZI�ED BY' W 4.q
,ft i� �f !1 i%;,r• yr ('�7' „r7� r, t�r '�S�\1 f"s•^^•-.�l
��: IFL. � = ..+t h y� :;' t °j: �x,�!• .._al. '1, .� .a*,%� -� `� ��� «f. j�''�...
r.
':Pxt t.�lf... A! °`? i��'�!'r.Y •"�/ J'"'....' :Jt/' a�.� y.:aAn, ". :",/f+� •• F .. '�t'' � v� -' .
�f�"
�: ���:1��_?F�; i ,t ^'.• "`. a r.,. a �"�,,. 't t, z � .�'.i _
r
r
.r
a
ME
+m
a
Y o� CITY OF RENTON BUSINESS LICENSE Expiration Date
Licensing Division 6/30/2008
1055 South Grady Way
,rO�; Renton, WA 98055 Issued Date: License#
+� (425)430-6851 7/1/2007 BL.029631
Business Location
Billing Code: ocl_a
6632S 191ST PL E104
KENT, WA 98032 Licensee has made application for a City of
Renton business license in accordance with the
provisions of Title,V, Business Regulations
,. Chapter 1, Code of General Ordinances of the
LASER UNDERGROUND& EARTHWORKS INC City of Renton and agrees to comply with all the
6632S 191ST PL E104 requirements of said ordinance. Licensee shall
KENT, WA 98032 further comply with all other City Code
Ordinances, State Laws and Regulations
applicable to the business activity licensed. Post
this License at place of business.
W
r
r
r
.. CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
Renton Village Storm System Project
.. PROJECT NO. SWP-27-2711
April 2007
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
ST9
■. O �� yeti '9
y
r
2 7 7 Q
�0�9FGis PLO ��,
ONALEN�\�
r
EXPIRES 10/16/2,;0?
CITY OF RENTON
1055 South Grady Way
Renton, WA 98057
® Printed on Recycled Paper
r
wo
CITY OF RENTON
Renton Village Storm System Project
SWP-27-2711
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Location,Vicinity Map
Instructions to Bidders,Example Schedule of Prices
Call for Bids
1 -Bid Section
*Combined Affidavit&Certificate Form: Non-Collusion, Anti-Trust Claims, Minimum Wage Form
*Bid Bond Form
*Proposal
*Schedule of Prices
*Acknowledgement of Addenda
**Subcontractors List (if required for project)
2—Contract Section
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement(Contracts other than Federal-Aid FHWA)
❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
Insurance Information and Requirements
Certificate of Payment of Prevailing Wages
Statement of Intent to Pay Prevailing Wages, Affidavit of Prevailing Wages Paid
Prevailing Minimum Hourly Wage Rates(New job classifications)
Environmental Regulation Listing
WSDOT Amendments
City of Renton Special Provisions
.. Geotechnical Report
Permits
City of Renton Survey Control Network and Monuments
Traffic Control Information
1W Site Photos
Standard Details, Typical Manufacturer's Details
Construction Plans
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be
signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
** Submit with Bid or within 24 hours of bid
d• Submit after Notice of Award
CITY OF RENTON
Planning/Building/Public Works Department
1055 South Grady Way
i.r Renton, Washington 98057
02-Contents.D00
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
•� It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
and to ensure equal employment opportunity to all persons without regard to race, color, national origin,
ethnic background, gender, marital status, religion, age or disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment and fair, non-
discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job-related criteria which does
+� not discriminate against women, minorities and other protected classes. Human
resources decisions will be in accordance with individual performance, staffing
requirements,governing civil service rules, and labor contract agreements.
' (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to
all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action
Officer, department administrators, managers, supervisors, Contract Compliance Officers
and all employees to carry out the policies, guidelines and corrective measures set forth
in the Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the
Fair Practices and Non-discrimination policies set forth by the law and in the City's
Affirmative Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation
of the City, including bid calls,and shall be prominently displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996-
CITY OF RENTON: RENTON CITY COUNCIL:
mayor Council President
Attest:
City Cler
03-SUMMARY.1300
aw
CITY OF RENTON
SbWfARYOFAAIMCANS W=DISABILITIESACTPOLICY
ADOPTED BYRESOLUTIONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection,promotion, termination and training shall be conducted in a am-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WTTH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs.
(3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTOR$' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls,and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th day of October 1993.
C RENTON RENTON CITY COUNCIL:
Mayor ouncil President
Attest:
City Clerk
on
CITY OF RENTON
Renton Village Storm System Project
SWP-27-2711
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of
.. the facilities, as shown on the plans and as described in the construction specifications,to include but
not be limited to:
• Furnish and install approx. 565 LF of new 4' x 6' box culvert storm system,
• Install four large structures and access risers,
• Construct new outfall and channel restoration,
• Temporary diversion of storm water flows,
• Relocate a 12-inch water main,
• Case and rebuild two sections of active sewer mains,
• Replacing approx. 400 linear feet of curb and gutter, and 100 square yards of side walk.
• Asphalt pavement patching in the street and parking lots,
• Restoration including replanting and striping.
i
The Contractor will need to comply with the requirements of the Washington State
Hydraulic Project Approval, and Army Corps of Engineers Nationwide Permits 7, 13 and 33,
included in the Bid Document
The estimated project cost is$950,000 to $1,050,000.
A total of 90 working days is allowed for completion of the project.
For Bid Item Descriptions see Special Provisions Section 1-09.14
Any contractor connected with this project shall comply with all Federal, State, County, and City
codes and regulations applicable to such work and perform the work in accordance with the plans and
MW specifications of this contract document.
..
05a-Scope.DOC\
taw
jC,� ■'-of■'� 7■mow ]FIE
r��1111111�-a� /r��J� ► � C 1■�
i
nunh►
:!All! ♦IIII�1,111111� ��i,'-�� /� ■�Ji
■ �i ■IIII�'► �.� , �� 111 :-
=-o r■N
lima
i 1 11111111► `',\I■iil�0 11111.:: ��■■ ��' ���,; yY
,� ■■� �� ��\\■■ r 1► 11� Ell I1.1III
■ �� `���� ,lj��,� / I1 i a ��`L/ � ::�, :!� •3■■''
r 52
�►+�i1111 111 ISO`\ � -=y�chol �niiiii 11°i��i+ ,�' ` • � �IIJ
MOB
MINIMUM
mom Yi '1 �:■■ VIII► �y gill ,...
jam• NEI
all - ' II� -n• .ice■ �► ti
Project En
• •
Renton age
Storm System Project
1
Scale: 1" 1 Mile City of •
D Carey 3/07
s
DD
TTE
TTT
Hfffl °
DT
D
Pr ' ct ❑
ca SH�pp NG EN ER LO
oD
a
1-445
�- 1-405
ti
.. C0
Project Location
Renton Village
,. Storm System Project
0' 1000'
N ' '
Scale: 1" = 1000' City of Renton Surface Water Utility
D. Carey 3/07
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk, Renton City Hall, until the time and date specified in the Call for Bids.
At that time the bids will be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
of the Project Engineer. Written addenda to clarify questions that arise may then be issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify
the contract documents,whether made before or after letting the contract.
"' 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only
approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
MW
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
VW
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors,the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany
each bid proposal. Checks will be returned to unsuccessful bidders immediately following the
decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to
•. do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
.. City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
«. to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed under Attachment
A herein and as identified within Specification Section 1-07.18.
Revised:04/06 bh
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
14 Before starting work under this contract, the Contractor is required to supply information to the City of
Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage.
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive
bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be
considered responsive for award. The total price of all schedules will be used to determine the
successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid
to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation
.� that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW.
These requirements shall be included in the Bid Schedule as a separate item. The costs of trench
safety systems shall not be considered as incidental to any other contract item and any attempt to
,., include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers,workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
—� contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
.. environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound
Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
Revised:04/06 bh
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk, Renton City Hall, until the time and date specified in the Call for Bids.
At that time the bids will be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
of the Project Engineer. Written addenda to clarify questions that arise may then be issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify
the contract documents,whether made before or after letting the contract.
3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only
approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors,the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany
each bid proposal. Checks will be returned to unsuccessful bidders immediately following the
decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to
do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed under Attachment
A herein and as identified within Specification Section 1-07.18.
Revised:04/06 bh
VAW
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
14 Before starting work under this contract,the Contractor is required to supply information to the City of
Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage.
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive
bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be
considered responsive for award. The total price of all schedules will be used to determine the
w
successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid
to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation
that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW.
These requirements shall be included in the Bid Schedule as a separate item. The costs of trench
safety systems shall not be considered as incidental to any other contract item and any attempt to
include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
i
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
dw 19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
., environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound
Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
Revised:04/06 bh
1rr
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Special Provisions or
other sections of these contract documents. These standard specifications are hereby made a part of
this contract and shall control and guide all activities within this project whether referred to directly,
paragraph by paragraph, or not.
1. WSDOT "2006 Standard Specifications for Road, Bridge and Municipal Construction"
hereinafter referred to by the abbreviated title "Standard Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT standards shall be modified to read
"City of Renton," unless specifically referring to a standard specification or test method.
B. All references to measurement and payment in the WSDOT standards shall be deleted and
the measurement and payment provisions of Section 1-09 of the City of Renton Special
Provisions,Measurement and Payment(added herein),and Section 1-09.14 shall govern.
21. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit their
bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations
as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and
other buried or surface improvements and shall restore the site to the satisfaction of the City.
•• 22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
i
❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
Revised:04/06 bh
" E X A M P L E - SCHEDULE OF PRICES "
This Example shows how the Schedule of Prices should be filled out.
The prices are for illustration only, and do not represent actual unit prices for those items.
The Unit Price for all bid items, all extensions, and Total amount of the bid must be filled in.
Handwritten words and figures are acceptable (must be legible).
FOR EACH BID ITEM
1 Write the Unit Price in words and figures (number). The words and figures must be equal.
Example: Nine hundred dollars, $900.00.
2 Multiply the Quantity by the Unit Price, write the result in the"Amount" column as a figure.
Example: Bid Item#2, 200 Linear Foot x$1.20 = $240.00
3 Add the Amounts for all bid items and write the result in the"Subtotal' column (example: $5,315.35).
4 Multiply the Subtotal by the Sales Tax, write the result on the"Sales Tax" line (when present).
Example: $5,315.35 x 8.8% = $467.75
5 Add the Subtotal and the Sales Tax, write the result in the "TOTAL" column.
RECHECK THE WORDS, FIGURES, AND MATH
The bid may be rejected if the Unit Price (in words) is not the same as the Unit Price (in figures).
EXAMPLE
ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
1. 1 Erosion Control
Lump Sum $ Nine hundred dollars $ 900.00 $ 900.00
2. 200 Clear Fence Line
Linear Foot $ One dollar and twenty cents $ 1.20 $ 240.00
3. 150 Topsoil
Cubic Yard $ Three dollars $ 3.00 $ 450.00
4. 2 Chain Link Gate
Each $ One thousand two hundred dollars _ $ 1,200.00 $ 2,400.00
5. 0.40 Hydro-seed
Acre $ Two thousand dollars $ 2,000.00 $ 800.00
6. 1 Restoration
Lump Sum $ Five Hundred twenty five dollars and $ 525.35 $ 525.35
thirtyfive cents
Subtotal $ 5,315.35
8.8% Sales Tax $ 467.75
TOTAL $ 5,783.10
07-Example Sched Prices.doc
CAG-07-053
•— CITY OF RENTON
CALL FOR BIDS
Renton Village Storm System Project
Sealed bids will be received until 2:30 p.m.,Tuesday, May 1,2007, at the City Clerk's office, 7"'floor,
and will be opened and publicly read in conference room#511 on the 5"' floor, Renton City Hall, 1055
South Grady Way, Renton WA 98057, for the Renton Village Storm System Project.
The work to be performed within 90 working days from the date of commencement
under this contract shall include, but not be limited to: furnish and install approx. 565
.� LF of new 4' x 6' box culvert storm system, install four large structures and access
risers, construct new outfall and channel restoration, temporary diversion of storm
water flows, relocate a 12-inch water main, case and rebuild two sections of active
sewer mains, replacing approx. 400 linear feet of curb and gutter, and 100 square yards
of side walk, asphalt pavement patching in the street and parking lots, restoration
including replanting and striping.
The Contractor will need to comply with the requirements of the Washington State Hydraulic Project
Approval, and Army Corps of Engineers Nationwide Permits 7, 13 and 33, included in the bid
document.
The estimated project cost is $950,000 to $1,050,000.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Bid documents will be available April 11, 2007. Plans, specifications, addenda, and the plan holders
list for this project are available on-line through Builders Exchange of Washington, Inc., at
h.ttp://www.bxwa.coni. Click on"bxwa.com'; "Posted Projects", "Public Works", "City of Renton",
"Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive
automatic email notification of future addenda and to be placed on the "Bidders List.")
Questions about the project shall be addressed to, Daniel Carey, City of Renton,P/B/PW, 1055
.. Grady Way, Fifth Floor, Renton, WA, 98057, phone(425)430-7293, fax(425)430-7241.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply.
Bonnie I. Walton, City Clerk
Published:
Daily Journal of Commerce April 11, 2007
Daily Journal of Commerce April 16, 2007
,� Daily Journal of Commerce April 23, 2007
1
CAG-07-053
CITY OF RENTON
CALL FOR BIDS
Renton Village Storm System Project
s
Sealed bids will be received until 2:30 p.m.,Tuesday,May 1,2007, at the City Clerk's office, 7"'floor,
and will be opened and publicly read in conference room#511 on the 5`"floor,Renton City Hall, 1055
South Grady Way,Renton WA 98057, for the Renton Village Storm System Project.
The work to be performed within 90 working days from the date of commencement
under this contract shall include, but not be limited to: furnish and install approx. 565
LF of new 4' x 6' box culvert storm system, install four large structures and access
risers, construct new outfall and channel restoration, temporary diversion of storm
water flows, relocate a 12-inch water main, case and rebuild two sections of active
sewer mains, replacing approx. 400 linear feet of curb and gutter, and 100 square yards
of side walk, asphalt pavement patching in the street and parking lots, restoration
including replanting and striping.
The Contractor will need to comply with the requirements of the Washington State Hydraulic Project
Approval, and Army Corps of Engineers Nationwide Permits 7, 13 and 33, included in the bid
document.
The estimated project cost is$950,000 to$1,050,000.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Bid documents will be available April 11,2007. Plans, specifications,addenda, and the plan holders
list for this project are available on-line through Builders Exchange of Washington,Inc., at
http://www.bxwa.com. Click on"bxwa.com'; "Posted Projects", "Public Works", "City of Renton",
"Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder,"in order to receive
automatic email notification of future addenda and to be placed on the "Bidders List.")
Questions about the project shall be addressed to, Daniel Carey, City of Renton,P/B/PW, 1055
Grady Way,Fifth Floor,Renton,WA, 98057,phone (425)430-7293, fax(425)430-7241.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply.
' _J LL/Q.t d n�)
Bonnie I. Walton, City Clerk
Published:
Daily Journal of Commerce April 11, 2007
Daily Journal of Commerce April 16, 2007
Daily Journal of Commerce April 23, 2007
i
..
1 - BID SECTION
am
Renton Village Storm System Project
SWP-27-2711
The following documents must be submitted for the bid at the time noted in the Call For Bids,
and must be executed by the Contractor, President and Vice President or Secretary if corporation
by-laws permit. All pages must be signed. In the event another person has been duly authorized
to execute contracts, a copy of the corporation minutes establishing this authority must be attached
'- to the bid document.
*Combined Affidavit& Certificate Form:
Non-Collusion, Anti-Trust Claims, and Minimum Wage Affidavit
*Bid Bond Form
*Proposal
*Schedule of Prices
*Acknowledgement of Addenda
**Subcontractors List (if required for project)
* Submit with Bid
„� ** Submit with Bid or within 24 hours of bid
22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
.. responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
❑ Has the proposal been signed?
.. ❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
aw
aw
09-1-BID Section.DOC\
,
CITY OF RENTON
Combined Affidavit and Certification form:
Non-Collusion,Anti-Trust,and Minimum Wage
(Non-Federal Aid)
NON-COLLUSION AFFIDAVIT
Being duly sworn,deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that
such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and
further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to
put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner
sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
0 ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in
fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-
charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting
from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this
order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign
any and all such claims to purchaser, subject to the aforementioned exception.
,. AND
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned,having been duly sworn, deposed, say and certify that in connection with the performance of the work
of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such
work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal
contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance
as set forth therein is true to my knowledge and belief.
FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND
MINIMUM WAGE AFFIDAVIT
Renton Village Storm System Project
Name of Project
�
L)4 ID Zo�rJ D ' CA��" t+W ok4�� r.J C_
Name of Bidder's Firm
Signature of Authorized Representative of Bidder
Subscribed and sworn to before me on this sr day of /14 , 200
OP�" 10ly•F A9/•.,:` Notary Pu in an or tate of Washington
; gS
.'10 T 9, 1
t 8 �� Aq y u,; ; Notary (Print) baN i 9q n
My appointment expires: l 0 -/1 0 8
jr
4411 OF WAS'kkN
r
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the
amount of$ which amount is not less than five percent of the total bid.
Signature
Know All Men by These Presents,
That we,
Baser Underground & Earthworks Inc as Principal, and
Traveler as Surety, are held and firmly bound unto.the City of Renton,
as Obligee, in the penar sum or Dollars,
AW for the payment of which the Principa °an t e Surety in se , their heirs, executors,
administrators, successors and assigns,jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
Renton Village Storm SVSterr► Project according to the terms of the proposal or bid made by the
Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in
accordance with the terms of said proposal or bid and award and shall give bond for the faithful
performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in
case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in
the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full
force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and
liquidated damages,the amount of this bond. .
SIGNFD; SEALED AND DATED THIS lst DAY O ' 200 .
:Principal Las Under and & Earthworks Inc
Sure ers Casualty & Surety Company of Americ<
Gary Niehl, Attorney In Fact
Received return of deposit in the sum of$
r 1 k-BJDBONDMOCi
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
-. STPAUL POWER OF ATTORNEY
7RAVELER!� Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
Attorney-In Fact No. 214740 Certificate No. 000156878
KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul
Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and
Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that
the Companies do hereby make,constitute and appoint
Gary Niehl
of the City of Bellevue State of Washington their true and lawful Attome s-in-Fact,
YO
each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
000U
IN WITNESS WHEREOF,the Com2Lp�r gs have caused this instrument to be signed and their corporate seals to be hereto affixed,this 22nd
day of February
Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
GI.SG,� �QftiTY Wn. SURET a"wFIRE°yuuyxn � 'y,, °eW
2 try C_TY-nnwa.v(/ Y 6,yyn O��N...NSG9 JP+.,��qq't JP�ty q,yp� r�,r ns• oE�ty,1,y0
cq^_rEG•n."5' RORAiED sy to f a WRTF0
; 1�,1 ixc
.0: HMTFORD, 3• i0rto
"SE8Lio3 J`;$$
1896
�. AL+3 �, CONN. � CONN. .� O
o:•.... ..:aa° "'�riy1 0 91
tr �iwrte�
State of Connecticut By:
City of Hartford ss. G rge W ompson,Sen' r Vic President
On this the 22nd day f February 2006 before me
y personally appeared George W.Thompson,who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,
Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers
Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being
authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof,I hereunto set my hand and official seal. �p
My Commission expires the 30th day of June,2006. '0t/BU� * Mane C.Tetreault,Notary Public
r
58440-9-05 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington,,Casualty Company,Fidelity
and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,Seaboard Surety Company,St.Paul Fire and Marine Inrrirance Company,
St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of
America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows:
RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice
President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is
FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary;and it is
FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking
shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice
President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attomeys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,
any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any
certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall
be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the
Company in the future with respect to any bond or understanding to which it is attached.
I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance
Underwriters,Inc.,Seaboard Surety Company,St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St.Paul Mercury Insurance
Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby
certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been
revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this is t day of May 20 .
Kori M.Johans Assistant Secretary
pI.SUA �� SURFjy FIRE 6 �N �N 1N3U �(Y AN .�y
b �o[1 � WCa(PDRATFD YG z �A.Ga PORAjFy W J�RPORAT�''� a � �� �
i c1 9 8 2 0 � 1 g77 1927 %ice'' W w�xir°AO,I� tass
To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number,
the above-named individuals and the details of the bond to which the power is attached.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER
CITY OF RENTON
Renton Village Storm System Project
SWP-27-271.1
PROPOSAL
r.
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have
read and thoroughly understand the plans, specifications and contract governing the work embraced in
this improvement,and the method by which payment will be made for said work, and hereby propose
to undertake and complete the work embraced in this improvement, or as much thereof as can be
completed with the money available, in accordance with the said plans, specifications and contract
and the following schedule of rates and prices:
�. (Note: Unit prices for all items, all extensions, and total
amount of bid should be shown. Show unit prices both in
writing and in figures.)
r Printed Name:
Signature:
Address: ('0631- 5. iq 1 Pte. r,
Telephone: K Q UJ tL 9 S 03 Z
Names of Members of Partnership:
t
r.
OR
r
Name of President of Corporation P-E- - LA-pi
Name of Secretary of Corporation DA-r1 I-a,(
Corporation Organized under the laws of V k5;141 A1&-1-0J
I With Main Office in State of Washington at 14.S i U!Ac- 663 Z S. C 9 1 I --
12-PROPOSAL.DOC1
CITY OF RENTON
Renton Village Storm System Project, SWP-27-2711
SCHEDULE OF PRICES
(State Sales Tax Rule 171 Applies to this Project)
Note, Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures.
Where conflict occurs the written or typed words shall prevail, See Special Provisions for Bid Item descriptions.
ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT
NO. QUANTITY {Unit Prices to be written in words) (figure) (figure)
1 - 1 Mobilization, Clean up, and Demobilization
Lump Sum $ 00t uidled 0x5&t4d do /,Vt $ 1001 00U . $ 1404 600
2 - 1 Construction Surveying, Staking, As-Built
w
Drawings
Lump Sum $ 13 114 6 ksa Ad do 141f $ ?-0t 000 , $ y0, 0©o.
3 - 1 Traffic Control •� °�
Lump Sum $ 4,o14imod d01(4-'r $ 4S Doh. $ `fS, v ao.
4 - 1 Temp racy Water Pollution/Erosion Control
Lump Sum $ Fc�Ftiet , G,oRictnd dolts,✓S' $ l�� oa a. $ l s yoo
5 - 1 Dewatering _"'—
Lump Sum $a-le- l tc- ✓sec( Aii4m +o( dol(alf $ loo, Doe), $ /64600.
6 - 1 Temporary Stormwater Bypass
3y as°'
Lump Sum $ ✓ Li 5aA0 �ol�d/t $ i
ou $ 30,000.
7- 1 Trench Shoring and Excavation Safety
Systems
Lump Sum $ r#14-y $ �{D, 00a . $ 'f D,00 0•
8 - 1 Locate, Relocate, and Protect Existing
Utilitie i
Lump Sum $ �, r<k 6 uS aC � leI $ 5-0"000. $
9 - 1 Re val o Structures and Obstructions a a 00 l p OOy.
Lump Sum $�pus d db6lclyP $ P $
10 1 Remove/ Relocate Existing Signin do- � Sb0.0-
Lump Sum $ 5,kty �tv� kttin�l�GaC do�(✓i�C $ 6, 5-00, $ ,
11 1 Rel Cate 2-in ph Water Main
Lump Sum $ "� btu/ `{�+ouS d i �� $ 2' SU6 . $ L(r 1-00.
I4 u m 4 t d oto l l4✓1 a�
12 565 Pre-Cast 4'x 6' Box Culvert(incl. Bedding)
Lineal Foot $ 5r✓Q-1t btu,\d✓ 4 �alla�S $ �UU . $ SSOo
13 1 Pre-Cast or Cast-in-Place Box Culvert
AngI Points/Connectio s °�'
Lump Sum $ T `�'l� ohsa*7 d �ollw�� $ l 0, a° $ �d, ODU
14 2,400 Bank un Gravel for Trench Backfill °e e_
Tons S 7L �(a ll Ris $ l 0 $
00 GO-Sched Prices-0406.doc
15 150 Unsuitable Foundation Excavation, Incl.
Haul
Cubic Yards $ (A✓1 $ S 4 $
16 150 Light-weight Control D nsity ill z vt
Cubic Yards $0n e Itund�td T 01 �:i� ��!(dl$ $
17 1 Sanitary Sewer Crossing /Encasement
Sta 13+18 ,l 1b,
Lump Sum $ r!<y Wh ` 0g.<440( 0-1d((a✓r $ $ (�, 000-
18 1 Sanitary Sewer Crossing/Encasement
ft 15+82 L -z-4 0 0 0, 4v 0 I
Lump Sum )tayl foal `l4dKsq.,d dDtl4if $ $ �i
19 1 Plu and Fill Exi ting Storm Sys ern (� v v 0•- $ 0 p�
Lump Sum $ nytl h et .eot'fs l $
2 V 0
20 2,400 Sawcutting
Linear Foot $ TWV $ $
21 290 Temporary Cold Mix Asphalt Concrete
+• Patcty �'• ��
Ton Pate Aflgrf $ 0 $ 2dt 300
22 4,300 Grind Existing Pavement and Parking Lot
Square Yards $ Dye . 611al f4 kfezo GtK Fs $ ( ' $
- 23 340 Crushed Surface Top Course oa
.. Tons $ Tu1G�'F f�J� dal1�C+/ $ $ $x!570
24 530 HMA Class 112 PG-58-22
Tons $ d K t l uyi otre d 1- di t(41(- $ I D $ '5-0, 3 00
25 300 As halt Treated B e
pp �s a� e�
Tons $ Otnc �ccndrrd 10 drllyf $ 1 /0. $ 33 r vpo-
26 400 Remove, Replace oncrete Curb & Gutter °Q" a
Linear Feet $ E� f?e1 d lW 1, $ $ -r Z°o
27 110 Remove, Replace Concrete Sidewalk ad o�
3� 3�3 O
Square Yards $ I�,%✓1,I��{o 1(44f' $ $
28 2 Sidewalk Ramp Type 4A ��— ,
.. Each $ R k r k"d.( -,( cta lid-rl $ 1 0 0 $ gOQ.
29 1 Restore Pavement Markings
Lump Sum $ 14L.,v►dled o(41/,x,//' $ gt 00, $ g 0U•
30 2,000 Res ore Parkin Lot L' e So °O
Linear Foot $ V)b �4 (' Ce"� $ Z• $ O°Q'
00 GO-Sched Prices-0406.doc
r
31 1 Streambank Stabjlization and Restoration
Lump Sum $ '� •r� n�{ d da�l2✓�' $ 361/ 600. $ o u 60.
32 1 Remove I estore Existing Landscaping �y
Lump Sum $ VJc v� /' tf'I- e C ol�ct/r $ r�vd. $ ��SoO
33 6 Tre Replac�ement
Each $ V-D hitodfcd d6(1,0' 200
34 35 Tops it Type C vo Bo
Cubic Yards $ doI(qlf $
35 90 See inn Fertilizing, Mulching de.
Square Yards $ —O �! dollrt'r
36 1 Ted vision I spection a�
Lump Sum $ I We Tkou SG,laol G��GI�c�C $ 2, d00
37 25 Commpaction Testing
Each $ ywgA kLtmo(du $
38 1 Minor Changes
Lump Sum $ Ten Thousand Dollars $ 10,000.00 $ 10,000.00
State Sales Tax Rule 171 Applies to this Project od
TOTAL $
00 GO-Sched Prices-0406.doc
CITY OF RENTON
Renton Village Storm System Project
SWP-27-271 t
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
+' ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
NO. DATE: ?
NO. 0 DATE: i
.. NO. DATE:
NO. DATE:
NO. DATE:
r
■. SIGNED:
TITLE:
NAME OF COMPANY: L4SEtZ O-4D190- -e0Jnlb
ADDRESS:- �� 3 Z S. I'l I Pc-, E 164
CITY/STATE/ZIP: te-EW c ✓tv 17$0 3 Z
TELEPHONE: `f24-- Z-S�t - 1 (.3
SUBCONTRACTOR LIST
Renton Village Storm System Project
SWP-27-2711
ar
RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the
names of all subcontractors whose subcontract amount exceeds ten percent (10%) of the contract price, and
whose work involves either heating, air conditioning, ventilation, plumbing, or electrical.
+� If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be
considered nonresponsive and, therefore, void.
,. Complete one of the following for contracts that exceed $1,000,000:
A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the
contract price. -�
Name: ( Cp n Title: ✓►
Signature:
B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list
.,� subcontractor and bid item)
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item(s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
hAfile sys\swp-surface water projects\swp-27-surface water projects(cip)\27-2711 renton village\2006 cip piperp1cmt\1170 draft specs-city3-08\15-
subcont-form.doc Revised 7/2002
Addendum 1
CITY OF RENTON
Renton Village Storm System Project
ADDENDUM NO. 1
... Date Issued: April 23,2007 Date of Bid Opening: Unchanged
NOTICE TO ALL PLAN HOLDERS
The Bid Documents for the project are modified as described below.
Bidders shall incorporate this Addendum into the Bid Documents.
Failure to do so may subject the bidder to disqualification of his bid.
Bidders shall acknowledge this Addendum by signing the Acknowledgement of Receipt of Addenda
form in the Bid Document, or by signing this Addendum, and submitting either form with the bid.
THE BID DOCUMENTS ARE MODIFED AS FOLLOWS:
The City is providing clarification to the existing construction plans with the attached figures.
Figure 1 -Overhead power and communication lines cross the project. The Contractor shall verify
the required clearances with each utility provider.
Figure 2 -The gas and telephone utility relocates shown from approximately station 12+50 to 13+80
are to be relocated north of the new storm system box culvert. The Contractor shall coordinate the
utility relocates with each utility provider.
+ The information on the figures will be added to the construction plans after the bid is awarded.
Daniel Carey,PE, Pro' ct Manager, Surface Water Utility Ph#425-430-7293
i
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
SIGNED:
hr
TITLE:
NAME OF COMPANY:
a.
w.
070423 GO Addm-1 Notice-DCv01.D00
ADDENDUM # 1 , Figure 1
Thriftway Grocery Store /
RVA Center LLC /
New Box \
Culvert �i - - - - - - -
i
o
�. ..- B
\ Triton Towers One
_`' \ , Puget Sound Energy
� I �
Overhead Power and
Communication Lines
C
It
�\ A
C
�� A — Settle City Light
A Overhead Power
OSeattle City Light 230kV Transmissions Lines
No conductive equipment or material shall
exceed 35 feet above grade.
OPuget Sound Energy 60kV Transmission Lines
Contractor shall maintain a minimum of 15 feet o 40 80
clearance from the power lines. NORTH SCALE 1" = 80 FT
OCommunications lines (Owest & Comcast) hung
on PSE poles. About 16' to 18' above ground.
RENTON VILLAGE STORM SYSTEM PROJECT City of Renton
Project No. SWP-27-2711 Prepared: April 23, 2007
aw ADDENDUM # 1 , Figure 2
a Thriftway Grocery Store
RVA Center LLC
Revised Utility Relocation
North of Box Culvert
o•
V >Y DI y
! I 6
BOX
CULVERT
\
6'
to / Original Utility Relocation
Shown on Bid Plans
i/ \ `e.4
\ i /
/
0 20 40
NORTH SCALE 1"=40 FT
r- RENTON VILLAGE STORM SYSTEM PROJECT City of Renton
Project No. SWP-27-2711 Prepared: April 23, 2007
Addendum 2
CITY OF RENTON
Renton Village Storm System Project
—
ADDENDUM NO. 2
Date Issued: April 26,2007 Date of Bid Opening: Unchanged
NOTICE TO ALL PLAN HOLDERS
i
The Bid Documents for the project are modified as described below.
Bidders shall incorporate this Addendum into the Bid Documents.
.,, Failure to do so may subject the bidder to disqualification of his bid.
Bidders shall acknowledge this Addendum by signing the Acknowledgement of Receipt of Addenda
form in the Bid Document, or by signing this Addendum,and submitting either form with the bid.
THE BID DOCUMENTS ARE MODIFED AS FOLLOWS:
The City is providing clarification to the existing construction plans with the attached figures.
Figure 3—The southern PSE overhead power line shown on Addemdum 1 Figure 1,and on plan
sheet 4, is not shown correctly. The correct location is shown on Figure 3, and is about 80 to 100 feet
southeast of the previous location. Delete Figure 1 and use Figure 3.
The information on the figures will be added to the construction plans after the bid is awarded.
�� y- z6-off
Daniel Carey, PE, Pro' ct Manager, Surface Water Utility Ph#425-430-7293
.. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
SIGNED:
TITLE:
NAME OF COMPANY:
070426 GO Addm-2 Notice-DCOLDOC\
%NW
ADDENDUM # 2, Figure 3
Thriftway Grocery store
RVA Center LLC /
New Box •°- �\
Culvert �i - - - - - - -
\ ,
C
o
0
ZOO
\ \y B ---
\ \ / Triton Towers One
Puget Sound Energy
Overhead Power and
Communication Lines
C �\
rr ` A
_. C
B ! A Seattle City Light
• A Overhead Power
Revised PSE
Line Location
OSeattle City Light 230kV Transmissions Lines
No conductive equipment or material shall
exceed 35 feet above grade.
O Puget Sound Energy 60kV Transmission Lines
o ao 80
Contractor shall maintain a minimum of 15 feet
clearance from the power lines. NORTH SCALE 1" = 80 FT
- O Communications lines (Qwest & Comcast) hung
on PSE poles. About 16' to 18' above ground.
RENTON VILLAGE STORM SYSTEM PROJECT City of Renton
Project No. SWP-27-2711 Prepared: April 26, 2007
.w
2 — CONTRACT SECTION
aw
Renton Village Storm System Project
SWP-27-2711
UW
The contract documents in this section must be executed and submitted by the successful Bidder
within ten(10) days following the Notice of Award.
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement(Contracts other than Federal -Aid FHWA)
❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
❖ Submit after Notice of Award
w
s
ar
r
tr
16-CONTRACT Section.DOC\
r..
CERTIFICATE OF CORPORATE RESOLUTION
Laser Underground & Earthworks, Inc.
I, Daniel J. Kain, Registered Agent of Laser Underground & Earthworks Inc. do
hereby certify that at a duly constituted meeting of the members held on
February 16, 2007 it was upon motion made and seconded, that it be voted:
That Bret Lane and Daniel J. Kain in the capacity of President and Vice-
President, respectively, of Laser Underground & Earthworks, Inc. are
empowered, authorized and directed to execute, deliver and accept any and all
documents and undertake all acts reasonably required or incidental to
accomplish the foregoing vote, all on such terms and conditions as he in his
discretion deems to be in the best interest of Laser Underground & Earthworks,
Inc.
I further certify that the forgoing votes are in full force this date without rescission,
modification or amendment; Executed by the undersigned officers effective as of
the date first above writ
4
0
By:
Bret Lane
By: / o/y/11
Dan' J. Ka
Bond #104911326
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned Laser Underground & Earthworks Inc
Travelers Casulaty & Surety
as principal, and Company of America corporation organized and existing
under the laws of the State of Connecticut as a surety corporation, and qualified
under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the
penal sum of S 1,181,670.00 for the payment of which sum on demand we bind
ourselves and our successors, heirs, administrators or person representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance
of the City of Renton.
Dated at Bellevue __ Washington,this 22nd day of May ,2007.
Nevertheless,the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG-07-053
providing for construction of Renton Village Storm System Project _the principal is required
to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform
the work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in
the manner and within the time therein set forth, or within such extensions of time as may be granted
under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the
carrying on of said work, and shall hold said City of Renton harmless from any loss or damage
occasioned to any person or property by reason of any carelessness or negligence on the part of said
principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City
of Renton harmless from any damage or expense by reason of failure of performance as specified in
.. the contract or from defects appearing or developing in the material or workmanship provided or
performed under the contract within a period of one year after its acceptance thereof by the City of
Renton,then and in that event this obligation shall be void; but otherwise it shall be and remain in full
force and effect.
r
Laser Underground & Earthworks Inc Travelers Casualt Surety Company of America
Principal Surety
Signature Signature
ba", f' f� KR h Gary Niehl Attorney In Fact
i
V X4,
Title Title
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
.• STPAUL POWER OF ATTORNEY
TRAVELERS Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
Attorney-In Fact No. 214740 Certificate No. 000156880
KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul
Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and
Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that
the Companies do hereby make,constitute and appoint
Gary Niehl
of the City of Bellevue State of Washington their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their,business of,guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or perrpitted in art actions or proceedings allowed by law.
IN WITNESS WHEREOF,the Co have caused this instrument to be signed and their corporate seals to be hereto affixed,this 22nd
day of February ZUIJb
,.r
Farmington Casualty Company ' St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
G�SU.3 _o9ttTY �jfi FIRE 6�h
Cf,�E SAL:'
State of Connecticut By:
City of Hartford ss. G rge W ompson,Sen' r Vic President
On this the 22nd day of February 2006 before me personally appeared George W.Thompson,who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,
Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers
Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being
authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
eot In Witness Whereof,I hereunto set my hand and official seal.My Commission expires the 30th day of June,2006. Mane C.Tetreault,Notary Public
58440-9-05 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity
and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Ccimpany,
St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of
America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows:
RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice
President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is
FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary;and it is
FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking
shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice
President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,
any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any
certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall
be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the
Company in the future with respect to any bond or understanding to which it is attached.
I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance
Underwriters,Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company, St. Paul Mercury Insurance
Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby
certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been
revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 22nd day of May 20 07
Kori M.Johans Assistant Secretary
.....
G�SUA aSItT�'� S�NEjJ, F\0.E 6
�'yo„yaM�r` cry-�'°a�°".• G rt' � � i 0�;.. G,ys �P.........,A9,�, e� a o >'�/,rwR ��� t
O5 G(t � WCC{IPJRATED YL �. T ;CONGORA>Et�Cj V�4 CpPP«RATf,S0. � 9N b/ � �
i c1982 0 � 1977 t 1927 � �� iT z` :� � Hnnrrono, < stuarFO�, 9 < � j
��; � 1951 NCO ��� .SEALfo" �`SBEL,•'i � Coru+. c ���� N
dr .+a �, � "°�• # .� ��� c c� �a:�•.......'a! �v�'+.... :SOS >Oa� �Ig.,.._..••y'1� �r
y � � � 1• OF NE`N Nn„'�,.n� fS�.^/,N� 1p. ....1•" bi P f iwro� �A��
To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number,
the above-named individuals and the details of the bond to which the power is attached.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
,.. � CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
r
L,GtS�t/ �t�oCru�to v� *, ✓ w u ��S� I h hereby confirms and declares that
(Name of contractor/subcontractor/consultant)
I. It is the policy of Loves L�hd� „yt E�✓ fl�,wo/ks In(-, to offer equal
(Name of contracto/subcontractor/consultant)
r
opportunity to all qualified employees and applicants for employment without regard to
the race, creed, color, sex, national origin,age, disability or veteran status.
II. Lcga lit Kc(¢,✓ ✓ov_n 4 (hc. complies with all applicable
(Name of contracto/subcontractor/consultant)
�w
federal, state and local laws governing non-discrimination in employment.
.. III. When applicable, Las a-/'- U�nd e%r o v o 64 +tl W a/(c. (k/-. will seek out and
(Name of contractor/subcontractor/consultant)
negotiate with minority and women contractors for the award of subcontracts.
r
Print Agent/Representative's Name
V"cam
Print Agent/Representative's Title
Agent/Representative' ignature
r.. Date Signed
r
w
HA\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2711 Renton Village\2006 CIP PipeRplcmt\1170 City Final
Specs-Example2006 Specs\18-FAIR PRACTICE.DOC\
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this J,2 day of , 2007 by
and between THE CITY OF RENTON, Washington, a municipal cor ration of the State of
Washington, hereinafter referred to as "CITY" and Laser (Avd(g4ra+4A0( a Gal+4,w-lk�S
hereinafter referred to as "CONTRACTOR."
WITNESSETH:
.. 1) The Contractor shall within the time stipulated, (to-wit: within 90 working days
from date of commencement hereof as required by the Contract, of which this agreement
is a component part) perform all the work and services required to be performed, and
.. provide and furnish all of the labor, materials, appliances, machines, tools, equipment,
utility and transportation services necessary to perform the Contract, and shall complete
the construction and installation work in a workmanlike manner, in connection with the
City's Project (identified as No. SWP-27-2711 for improvement by construction and
installation of:
Renton Village Storm System Project
Work as described in "Scope of Work"dated April 2007 , attached hereto.
All the foregoing shall be timely performed, furnished, constructed, installed and completed
in strict conformity with the plans and specifications, including any and all addenda issued
by the City and all other documents hereinafter enumerated, and in full compliance with all
applicable codes, ordinances and regulations of the City of Renton and any other
•• governmental authority having jurisdiction thereover. It is further agreed and stipulated that
all of said labor, materials, appliances, machines, tools, equipment and services shall be
furnished and the construction installation performed and completed to the satisfaction and
,., the approval of the City's Public Works Director as being in such conformity with the plans,
specifications and all requirements of or arising under the Contract. The Contractor agrees
to use recycled materials whenever practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of
this agreement, consists of the following documents, all of which are component parts of
said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if
hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
r. e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
_ 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such
diligence as will insure its completion within the time specified in this Contract, or any
extension in writing thereof, or fails to complete said work with such time, or if the
Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the
benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's
insolvency, or if he or any of his subcontractors should violate any of the provisions of this
Contract, the City may then serve written notice upon him and his surety of its intention to
terminate the Contract, and unless within ten(10)days after the serving of such notice, such
violation or non-compliance of any provision of the Contract shall cease and satisfactory
arrangement for the correction thereof be made, this Contract, shall, upon the expiration of
said ten (10) day period, cease and terminate in every respect. In the event of any such
termination, the City shall immediately serve written notice thereof upon the surety and the
Contractor and the surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within fifteen (15) days after the serving upon it of
such notice of termination does not perform the Contract or does not commence
performance thereof within thirty (30) days from the date of serving such notice, the City
itself may take over the work under the Contract and prosecute the same to completion by
Contract or by any other method it may deem advisable, for the account and at the expense
of the Contractor, and his surety shall be liable to the City for any excess cost or other
.. damages occasioned the City thereby. In such event, the City, if it so elects, may, without
liability for so doing, take possession of and utilize in completing said Contract such
materials, machinery, appliances, equipment, plants and other properties belonging to the
Contractor as may be on site of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or
remedies available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents,
representatives and employees harmless and to promptly indemnify same from and against
any and all claims, actions, damages, liability of every type and nature including all costs
and legal expenses incurred by reason of any work arising under or in connection with the
Contract to be performed hereunder, including loss of life, personal injury and/or damage to
•• property arising from or out of any occurrence, omission or activity upon, on or about the
premises worked upon or in any way relating to this Contract. This hold harmless and
indemnification provision shall likewise apply for or on account of any patented or
unpatented invention, process, article or appliance manufactured for use in the performance
of the Contract, including its use by the City, unless otherwise specifically provided for in
this Contract.
The Contractor agrees to name the City as an additional insured on a noncontributory
primary basis. In the event the City shall, without fault on its part, be made a party to any
litigation commenced by or against Contractor, then Contractor shall proceed and hold the
City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or
paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay
all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the
enforcement of any of the covenants, provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless
the City, from claims, demands or suits based solely upon the conduct of the City, its
officers or employees and provided further that if claims or suits are caused by or result
from the concurrent negligence of(a)the Contractor's agents or employees and (b)the City,
its agents, officers and employees, and involves those actions covered by RCW 4.24.115,
this indemnity provision with respect to claims or suits based upon such concurrent
negligence shall be valid and enforceable only to the extent of the Contractor's negligence
or the negligence of the Contractor's agents or employees.
It is further, specifically and expressly understood that the indemnification provided herein
constitutes the contractor's waiver of immunity under Industrial Insurance, Title 51 RCW,
solely for the purposes of this indemnification. This waiver has been mutually negotiated
between the parties. The provisions of this section shall survive the expiration or
termination of this contract.
6) Any notice from one party to the other party under the Contract shall be in writing and shall
be dated and signed by the party giving such notice or by its duly authorized representative
of such party. Any such notice as heretofore specified shall be given by personal delivery
thereof or by depositing same in the United States mail, postage prepaid, certified or
registered mail.
.. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days
after Contract final execution, and shall complete the full performance of the Contract not
later than 90 working days from the date of commencement. For each and every working
day of delay after the established day of completion, it is hereby stipulated and agreed that
the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of
Standard Specifications as liquidated damages (and not as a penalty) for each such day,
which shall be paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or
entire use of any installation provided for by this Contract shall relieve the Contractor of
liability in respect to any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work and pay for any
damage to other work resulting therefrom which shall appear within the period of one (1)
year from the date of final acceptance of the work, unless a longer period is specified. The
City will give notice of observed defects as heretofore specified with reasonable promptness
after discovery thereof, and Contractor shall be obligated to take immediate steps to correct
.. and remedy any such defect, fault or breach at the sole cost and expense of Contractor.
The Contractor agrees the above one year limitation shall not exclude or diminish the City's
rights under any law to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year but prior to the expiration of the legal time
period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability
expressed or implied arising out of a written agreement.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and
miscellaneous data pertaining to the Contract as may be requested by the City from time to
time.
.. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance
of the Contract, including the payment of all persons and firms performing labor on the
construction project under this Contract or furnishing materials in connection with this
.. Contract; said bond to be in the full amount of the Contract price as specified in Paragraph
12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the
State of Washington.
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City.
The Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The
Contractor shall provide, and obtain City approval of, a traffic control plan prior to
conducting work in City right-of-way.
12) The total amount of this contract is the sum of $1,181,670.00
numbers
.. One million,one hundred eiEhty one thousand,six hundred seventy Dollars
written words
which includes Washington State Sales Tax. Payments will be made to Contractor as
specified in the"Special Provisions" of this Contract.
r
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and
attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year
+� first above-written.
C ��
�/ (' 1(9, V/ z,--, ..z CONTRACTOR CITY OF R�E/NTON
President/Partner/ w er Mayor KoAl- KeolKtr
ATTEST
Secretary $vnn�L M. WO-46n City Clerk
dba Lasef 1.��o�t�5rcwv+�P C�v�(.,c✓d �I�S� ►h.c ,
Firm Name
check one
❑ Individual ❑ Partnership Corporation Incorporated in V)r S o�
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both
President and Secretary must sign the contract, OR if one signature is permitted by corporation
by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract
document.
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a
.. (doing business as)and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear
followed by d/b/a and name of the company.
City of Renton
* Human Resources & Risk Management Department
Insurance Information Form
FOR: Renton Village Storm System Proiect
PROJECT NUMBER: SWP-27-2711 STAFF CONTACT: Daniel Carey
Certificate of Insurance indicates the coverages/limits specified in ® Yes ❑ No
contract?
Are the following coverages and/or conditions in effect? ❑ Yes [ No
The Commercial General Liability policy form is an ® Yes ❑ No
Occurrence Form or Equivalent?_7-S C, C C Gc Cf% /� G
r (If no,attach a copy of the policy with required coverages clearly y
identified)
CG 0043 Amendatory Endorsement provided?* ❑ Yes No CG'Gao f '`Ic-1
General Aggregate provided on a"per project basis(CG2503)?* Yes ❑ No
Additional Insured wording provided?* Yes ❑ No
Coverage on a primary basis and non-contributing basis?* Yes ❑ No
Waiver of Subrogation Clause applies?* ] Yes ❑ No
Severability of Interest Clause(Cross Liability)applies? ' Yes ❑ No
Notice of Cancellation/Non-Renewal amended to 45 days?* Yes ❑ No
.. *To be shown on certificate of insurance*
AM BEST'S RATING FOR CARRIER
GL 4q Auto a Umb 4p--` Professional
This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does
not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific
declaration pages FROM awarded bidder prior to execution of contract.
Agency/Broker Completed By(Type or Print Name)
Address Completed By(Signature)
'/Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OF INSURANCE
ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)
05/22/2007
PRODUCER NIEHL !NSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
GARY NIEHL ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Po Box 5636 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Bellevue WA 98006
(425)644-1600 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A:American States Ins. CO
Laser Underground & Earthworks Inc INSURER B:Safeco Insurance Company
6632 S 191 st PI Suite E104 INSURER C:
Kent WA 98032 INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADD' POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
A GENERAL LIABILITY 02CE04376640 09/10/2006 09/10/2007 EACH OCCURRENCE $ 1,000,000
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 200,000
CLAIMS MADE � OCCUR MED EXP(Any one erson $ 10,000
PERSONAL&ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2.000,000
GE N'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000
POLICY X PRO- LOC
A AUTOMOBILE LIABILITY 02CE04376630 09/10/2006 09/10/2007 COMBINED SINGLE LIMIT $ 1,000,000
X ANY AUTO (Ea accident)
ALL OWNED AUTOS
BODILY INJURY $
SCHEDULED AUTOS (Per person)
HIRED AUTOS
BODILY INJURY $
NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE $
(Per accident)
7 GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG
A EXCESS/UMBRELLA LIABILITY 01-SU-304139-50 EACH OCCURRENCE $ 5,000,000
7X OCCUR F_I CLAIMS MADE 09/10/2006 09/10/2007 AGGREGATE $ 5,000,000
DEDUCTIBLE $
RETENTION $
A WORKERS COMPENSATION AND 02CE04376630 09/10/2006 09/10/2007 OTH-
EMPLOYERS'LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
E.L.EACH ACCIDENT $ 1,000,000
OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ 1,000,000
If yes,describe under
SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000
A OTHER 02CE04376630 09/10/2006 09/10/2007
7 BUSINESS PERSONAL
PROPERTY-SCHEDULE EQUIP SPECIAL FORM
$944,303=$1000 DED
DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
RE: Renton Village Storm System Project, SWP-27-2711 -City of Renton, and its officers, agents, employees and volunteers as
7 additional insured per attached CG76801000 Primary-noncontribury endorsement, CG86721001 Completed Operations endorsement
attached, Waiver o Subro and Severability of Interest Clause included with regards to project stated
CERTIFICATE HOLDER CANCELLATION Al 100003
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN
CITY OF RENTON NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL
1055 S GRADY WAY IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR
RENTON WA 98057- REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
ACORD 25(2001/08) Fax:(425)603- ©ACORD CORPORATION 1988
w
"'REPRINTED FROM THE FORMS LIBRARY
Laser Underground & Earthworks Inc 02CE04376630
UPD 4REVISED: OCTOBER 16, 2002
r.
POLICY NUMBER: ______________ CG 86 72 10 02
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS -COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
############################################# City of REnton
############################################# 1055 S. Grady Way
############################################# Renton, WA 98057
Location and Description of Completed Operations:
Ifllllllflllllllllllliitlllllti tlllllitllllii Renton Village Storm System
Illlttlllllltflllll tillllllifllllililllllllll Project SWP-27-2711
Additional Premium:
?????????
?????????
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
SECTION II — WHO IS AN INSURED is amended to include as an insured the person or organization shown
in the Schedule, but only to the extent you are held liable due to "your work" at the location designated and
described in the schedule of this endorsement for that insured and included in the "product-completed
operations hazard".
Includes Copyrighted Information of ISO Properties, Inc.,
2001 with permission ®A registered trademark of SAFECO Corporation
CG 86 72 10 02 EP
11'
■Ir
Laser Underground & Earthworks Inc 02CE04376630
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED PRIMARY CG 76 80 10 00
COVERAGE COMMERCIAL GENERAL LIABILITY
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization: Citv of Renton
+++.}++++++++++++++++++++++++++ 1055 S. Grady Way
++++++++++++++++++++++++++++++ Renton, WA 98057
RF: Rei}ton Vijl4gej Storm SVStem Pro ect SWP272711
(If no entry appears above, information required to complete person s or organizations status as an insured under this
this endorsement will be shown in the Declarations as endorsement ends when your operations for that insured
applicable to this endorsement). are completed.
WHO IS AN INSURED (Section II) is amended to include as No coverage will be provided if, in the absence of this
an insured the person or organization shown in the endorsement, no liability would be imposed by law on you.
Schedule subject to the following provisions. Coverage shall be limited to the extent of your negligence
or fault according to the applicable principles of comparative
1. This insurance applies only to the extent you are held fault.
liable for: With respect to the insurance afforded the additional
a. Your ongoing operations for that insured by or for insured, paragraph 4. of COMMERCIAL GENERAL LIABILITY
you; or CONDITIONS (Section IV) is deleted and replaced by the
b. The general supervision of your ongoing following
operations by the person or organization shown 4. Other Insurance
in the Schedule.
2. This insurance does not apply to: a. This insurance is primary and noncontributory,
a. 'Bodily injury" or "property damage" arising out and our obligation by not affected b any other insured
the sole negligence or willful misconduct of,
or for defects in design furnished by, the person whether primary, excess, contingent, or on any
or organization shown in the Schedule; or other basis.
b. "Bodily injury" or "property damage" included b. This additional provision applies only to the
within the "products-completed operations person or organization shown in the Schedule.
hazard."
W
CG 76 80 10 00 Pagel of 1
i..
INSURANCE INFORMATION
and REQUIREMENTS
Insurance Requirements
For the
City of Renton
Please provide this document to your insurance agent
The City of Renton requires the industry standard:
• $1,000,000 Commercial General Liability, with$2,000,000 in the aggregate
• $1,000,000 Auto Liability (Needed if a vehicle will be used in performance of
work. This would include delivery of products to worksite)
• $1,000,000 Excess Liability(if specified in contract)
aw • Proof of Workers' Compensation coverage (provide the number)
• $1,000,000 Professional Liability (if specified in contract)
Requirements unique to the City of Renton:
• Name the City of Renton as a Primary and Non-contributory Additional
" Insured on the policy
• Provide the endorsement page(s)from the policy(ies),evidencing Primary &
Non-contributory coverage
• Modify the cancellation clause to state:
"Should any of the above described policies be canceled before the
expiration date thereof,the issuing company will mail 45 days written
notice to the certificate holder to the left."
• Put descriptive text of the project in the "Description of Operations"box
• The certificate holder must read:
City of Renton
ATTN: {City project manager name/dept provided by your insured}
{Address provided by your insured}
[City, State,Zip}
ACORD _M CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YY)
PRODUCER FAX THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE
AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURED INSURER A:
INSURER B:
INSURER C:
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING
ANY REQUIREMENTS,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY
PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR POLICY EFFECTIVE POLICY EXPIRATION
LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY LIMITED
GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 50,000
CLAIMS MADE ❑ OCCUR MED EXP(Any one person) $ 5,000
PERSONAL&ADV INJURY $ 1,000,000
GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000
❑ POLICY ❑PROJECT ❑ LOC PRODUCTS-COMP/OP AGG $ 1,000,000
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
X ANY AUTO (Ea accident) $ 1,000,000
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS
(Per person) $
HIRED AUTOS
NON-OWNED AUTOS BODILY INJURY
(Per accident) $
PROPERTY DAMAGE
(Per accident) $
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
❑ANY AUTO N/A OTHER THAN EA ACC
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE
❑OCCUR ❑CLAIMS MADE AGGREGATE
DEDUCTIBLE
RETENTION $
WORKERS COMPENSATION AND WC STATU- OTH-
EMPLOYERS'LIABILITY TORY LIMITS ER
E.L.EACH ACCIDENT $
E.L.DISEASE-EA EMPLOYEE $
E.L.DISEASE-POLICY LIMIT $
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES!EXCLUSIONS ADDED BY ENDORSEMENT!SPECIAL PROVISIONS
City of Renton is named as an additional insured
CERTIFICATE HOLDER ❑X ADDITIONAL INSURED;INSURER LETTER: CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE
City of Renton THE EXPIRATION DATE THEREOF,THE ISSUING COM PANY WILL MAIL
Attn: 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO
1055 South Grady Way THE LEFT.
Renton, WA. 98055 AUTHORIZED REPRESENTATIVE
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION
This endorsement modifies insurance provided under the following..
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization
City of Renton
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section ll) is amended to include as an insured the person or organization
shown in the Schedule but only with respect to liability arising out of your ongoing operations
performed for that insured.
CG 20 10 03 97 Owners, Lessees, or Contractors SAMPLE No Completed Operations
WCIA Insurance Requirements
i CITY OF RENTON
CONSTRUCTION CONTRACTS
INSURANCE AND RELATED REQUIREMENTS
i MINIMUM INSURANCE COVERAGES AND REQUIREMENTS
The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring
•. such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that
may be applicable to the(CONTRACTOR)under Contract Number. . The(CONTRACTOR)shall assess
its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages.
Coverages
(1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include:
i
• Premises and Operations
• Explosion,Collapse and Underground Hazards
• Products/Completed Operations
r• • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense
coverage assumed under contract)
• Broad Form Property Damage
i • Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
i
(2) Automobile Liability including all
• Owned Vehicles
i
• Non-Owned Vehicles
• Hired Vehicles
(3) Workers'Compensation
• Statutory Benefits(Coverage A)-Show WA L&I Number
(4) Umbrella Liability
i
• Excess of Commercial General Liability and Automobile Liability. Coverage should be as
broad as primary.
i
(5) Professional Liability - (whenever the work under this Contract includes Professional Liability,
including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering
wrongful acts, errors and/or omissions of the(CONTRACTOR)for damage sustained by reason of or in
i the course of operations under this Contract.
(6) Pollution Liability - the City may require this coverage whenever work under this Contract involves
pollution risk to the environment. This coverage is to include sudden and gradual coverage for third
party liability including defense costs and completed operations.
r
20-Insurance Forms.doc\
LIMITS REQUIRED
The(CONTRACTOR)shall carry the following limits of liability as required below:
Commercial General Liability
General Aggregate* $ 2,000,000
Products/Completed Operations Aggregate $ 2,000,000
Each Occurrence Limit $ 1,000,000
Personal/Advertising Injury $ 1,000,000
Fire Damage(Any One Fire) $ 50,000
Medical Payments(Any One Person) $ 5,000
Stop Gap Liability $ 1,000,000
+ *General Aggregate to apply per project(ISO Form CG2503 or equivalent)
Automobile Liability
Bodily Injury/Property Damage $ 1,000,000
(Each Accident)
Workers'Compensation
Coverage A(Workers'Compensation)-Show WA L&I Number
Umbrella Liability
Each Occurrence Limit $ 1,000,000
General Aggregate Limit $ 1,000,000
Products/Completed Operations Aggregate $ 1,000,000
Professional Liability(If required)
Each Occurrence/Incident/Claim $ 1,000,000
aw Aggregate $ 2,000,000
(The City may require the CONTRACTOR keep this policy in effect
for up to two(2)years after completion of the project)
w
Pollution Liability(If required) To apply on a per project basis
Per Loss $ 1,000,000
Aggregate $ 1,000,000
4W
q&
at
ow
20-Insurance Forms.doc\
No
..
ADDITIONAL REQUIREMENTS
(CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers
as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON
Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all
policies of insurance described above shall:
1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried
by CITY OF RENTON.
2) Include a Waiver of Subrogation Clause.
rr
3) Severability of Interest Clause(Cross Liability)
aw 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days
prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF
RENTON by certified mail.
The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are
reduced for any reason, and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the
minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate
"' of insurance showing such coverage is in force.
The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for
s. two(2)years after completion of the project.
4W
fr
rrr
on
qr
20-Insurance Forms.doc\
to
PREVAILING MINIMUM
HOURLY WAGE RATES
r.
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Ref: Pay Estimate No.
Project Renton Village Storm System Project
SWP-27-2711 CAG No.
This is to certify that the prevailing wages have been paid to our employees and our subcontractors'
employees for the period
from through in
accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washington State
Department of Labor & Industries. This form will be executed and submitted to the City of Renton
prior to or with the last pay request.
Company Name
By:
Title:
List of Subcontractors Used on the Project:
21-City-Prevai1-WagesForm.doc\
Department of Labor and Industries
Vr Prevailing Wage STATEMENT OF INTENT TO
.ts-ST"''8o,�
(360)902-5335 - PAY PREVAILING WAGES
www.Ini.wa.gov//'rradesLicensing?revailingWage y°
Public Works Contract
$25.00 Filing Fee Required
• This form must be typed or printed in ink. Project Name Contract#
• Large,bold numbers match instructions on back of form.
• Please allow a minimum of I O'working days for processing. Contract Awarding Agency(public agency-not federal or private)
• Once approved your form will be posted online at the above website.
APPROVED FORM WILL BE MAILED TO THIS ADDRESS it Address
Contractor,company or agency name,address,city,state&ZIP+4
City State ZIP+4
Awarding Agency Project Contact Person Phone#
■1s
County where work was performed City where work was performed
Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy)
Will all work be subcontracted? Do you intend to use subcontractors?
❑ Yes ❑ No ❑ Yes ❑ No
Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices?
❑ Yes ❑ No
+. Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe
Indicate number of owners expected to perform work. of workers hourly a benefits
re
Company name Indicate total dollar amount of your contract
or time and materials if applicable.
Address I hereby certify that the above information is correct and that all
+• workers I employ on this Public Works Project will be paid no less
City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial
Statistician of the Department of Labor and Industries
ow Contractor Registration No. UBI Title Signature
Industrial Insurance Account Number
Email address Phone number For L&I Use 0oly
Check Number: ❑ $25 or $
For L&I Use Only
---— — ------ -- Issued By:
APPROVED: Department of Labor and Industries
rr
By
Industrial Statistician
F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency.
Canary PY co L&I
—
How to expedite the processing of your form:
REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION
Filing Fee No fee or wrong amount. $25.00 filing fee required.
Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the
date bids from prime contractor were due to the contract awarding agency.
Date work completed Missing or a date in the future.
Date Intent Filed Missing-An affidavit cannot be approved without the Statement of Intent to Pay
Prevailing Wages being filed.
Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation
listings.
Owner/Operators: If the work was performed by owners/partners, state
"Owner/Operator" under the"Craft" section, and the wage and fringe need not be
completed. Do list the number of owners on the job. (Individuals who own less
than 30%of the company are not considered to be owner/operators and must be
paid prevailing wage.)
All work subcontracted: If all work was performed by subcontractors, check
the appropriate box on the form.
Number of workers each trade Missing
Total number of hours worked each trade Missing
Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified
hourly fringe benefits, as defined by RCW 39.12.010, that you actually provided
to the workers. The amount listed for"Rate of Hourly Pay' plus the amount listed
for the"Rate of Hourly Fringe Benefits', if any, must equal or exceed the
Prevailing Wage rate.
Apprentices' Missing information or apprentice not registered'. List each apprentice by name,
registration number, trade, stage of progression, beginning and ending dates of
work performed on the protect(m/d/y to m/d/y), and rate of hourly pay and fringe
benefits.
Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials").
Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's
registration number need only indicate UBI (i.e.,janitorial, surveying, truck
driving).
Signature Missing—Affidavit must be signed by an authorized representative.
* Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid
prevailing journey level wages for the time preceding the date of registration Call (360) 902-5323 to verify registration. NOTE:
Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington
State Apprenticeship and Training Council to qualify for apprentice rates.
If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the
top of each form"Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted.
Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify
approval of the classifications of labor used by the contractor/subcontractor.
L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your
records.
Prevailing wage rates are available on the Internet at http://www.Ini.wa.gov[TradesLicensinglPrevailingWage
Submit both copies (white and canary) and the $25.00 filing fee to:
MANAGEMENT SERVICES Please fold in thirds so the address
DEPT. OF LABOR AND INDUSTRIES will show in a window envelope
PO BOX 44835
OLYMPIA, WASHINGTON 98504-4835 For questions call (360) 902-5335
F7An_A 17_r n0 af}ieiavit of waoPc -hark,, I)_nA
Department of Labor and Industries
Prevailing Wage STaTg AFFIDAVIT OF WAGES PAID
s ��'�' .b
(360)902-5335 Public Works Contract
http://www.Ini.wa.gov/TradesLicensinWPrevailingWage "�� �y° $25.00 Filing Fee Required
wse e
• This form must be typed or printed in ink. Project Name Contract#
• Fill in all blanks or form will be returned for correction(see back).
• Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private)
• Once approved,your form will be posted online at the website above.
LAPPROVED FORM WILL BE MAILED TO THIS ADDRESS Address
Contractor,company or agency name,address,city,state&ZIP+4
City State ZIP+4
Awarding Agency Project Contact Person Phone#
County where work was performed City where work was performed
r
Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy)
ri►
Date work completed (mm/dd/yy) Date Intent riled (mm/dd/yy)
Was all work subcontracted? Did you intend to use subcontractors?
Prime contractor(has contract with the public agency) Contractor Registration No.
+� ❑ Yes ❑ No ❑ Yes ❑ No
Job start date(mm/dd/yy)
Craft/trade/occupation and apprentices(For apprentices,give name,registration#, Number Total#of hours Rate of Rate of Hourly
trade,dates of work on project,stage of progression,wage and fringe) of Workers worked—ea.trade Hourly Pay Fringe Benefits
Indicate number of owners that performed work.
Company name Indicate total dollar amount of your contract
or time and materials if applicable.
Address I hereby certify that the above information is correct and that all
workers I employ on this Public Works Project will be paid no less
City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial
Statistician of the Department of Labor and Industries
aw Contractor Registration No. UBI Title Signature
Industrial Insurance Account Number
M Email address Phone number For L&I Use Only
Check Number: ❑ $25 or $
• For L&I Use Only Issued B
y:
APPROVED: Department of Labor and Industries
ar
By
Industrial Statistician
F700-007-000 affidavit of wages 12-04 After APPROVAL,send white coot/to Awarding Agency.
Canary PY co L&I
—
How to expedite the processing of your form:
REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION
Filing Fee No fee or wrong amount. $25.00 filing fee required.
Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the
date bids from prime contractor were due to the contract awarding agency.
Date work completed Missing or a date in the future.
Date Intent Filed Missing-An affidavit cannot be approved without the Statement of Intent to Pay
Prevailing Wages being filed.
Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation
listings.
Owner/Operators: If the work was performed by owners/partners, state
"Owner/Operator" under the"Craft"section, and the wage and fringe need not be
completed. Do list the number of owners on the job. (Individuals who own less
than 30%of the company are not considered to be owner/operators and must be
paid prevailing wage.)
All work subcontracted: If all work was performed by subcontractors, check
the appropriate box on the form.
Number of workers each trade Missing
Total number of hours worked each trade Missing
Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified
hourly fringe benefits, as defined by RCW 39.12.010,that you actually provided
to the workers. The amount listed for"Rate of Hourly Pay"" P lus the amount listed
for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the
Prevailing Wage rate.
Apprentices* Missing information or apprentice not registered*. List each apprentice by name,
registration number, trade, stage of progression, beginning and ending dates of
work performed on the project(m/d/y to m/d/y), and rate of hourly pay and fringe
benefits.
Total Dollar Amount of Your Contract Missing—Enter exact amount Cnot"time and materials").
Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's
registration number need only indicate UBI (i.e.,janitorial, surveying, truck
driving).
Signature Missing—Affidavit must be signed by an authorized representative.
* Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid
prevailing journey level wages for the time preceding the date of registration. Call (360) 902-5323 to verify registration. NOTE:
Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington
State Apprenticeship and Training Council to qualify for apprentice rates.
If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the
top of each form"Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted.
Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify
approval of the classifications of labor used by the contractor/subcontractor.
L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your
records.
Prevailing wage rates are available on the Internet at http//w4vw.lni.wa.gov/TradesLicensing/PrevailingWage
Submit both copies (white and canary) and the $25.00 filing fee to:
MANAGEMENT SERVICES Please fold in thirds so the address
DEPT. OF LABOR AND INDUSTRIES will show in a window envelope
PO BOX 44835
OLYMPIA,WASHINGTON 985044835 For questions call (360) 902-5335
F7/10-nn7-OOO affidavit of—a— -h—L— 17-04
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects,workers'wage and benefit rates must add to not less than this total. A brief
description of overtime calculation requirements is provided on the Benefit Code Key.
KING COUNTY
Effective 03-03-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $34.36 1M 5D
BOILERMAKERS
JOURNEY LEVEL $33.32 1
BRICK AND MARBLE MASONS
JOURNEY LEVEL $42.47 1M 5A
CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $16.67 1
CARPENTERS
ACOUSTICAL WORKER $41.43 1M 5D
BRIDGE,DOCK AND WARF CARPENTERS $41.33 1M 5D
CARPENTER $41.33 1M 5D
CREOSOTED MATERIAL $41.37 1M 5D
DRYWALL APPLICATOR $41.31 1M 5D
FLOOR FINISHER $41.40 1M 5D
FLOOR LAYER $41.40 1M 5D
FLOOR SANDER $41.40 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $42.27 1M 5D
PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $41.47 1M 5D
SAWFILER $41.40 1M 5D
SHINGLER $41.40 1M 5D
STATIONARY POWER SAW OPERATOR $41.40 1M 5D
STATIONARY WOODWORKING TOOLS $41.40 1M 5D
CEMENT MASONS
JOURNEY LEVEL $42.26 1M 5D
DIVERS&TENDERS
DIVER $85.75 1M 5D 8A
DIVER TENDER $44.22 IM 5D
DREDGE WORKERS
ASSISTANT ENGINEER $42.02 IT 5D 8L
ASSISTANT MATE(DECKHAND) $41.51 IT 5D 8L
BOATMEN $42.02 IT 5D 8L
ENGINEER WELDER $42.07 IT 5D 8L
LEVERMAN,HYDRAULIC $43.64 IT 5D 8L
MAINTENANCE $41.51 IT 5D 8L
MATES $42.02 IT 5D 8L
OILER $41.64 IT 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $41.14 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
w. JOURNEY LEVEL $18.69 1
Page 1
KING COUNTY
Effective 03-03-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ELECTRICIANS-INSIDE
CABLE SPLICER $52.30 1D 5A
CABLE SPLICER(TUNNEL) $56.21 1D 5A
CERTIFIED WELDER $50.53 1D 5A
CERTIFIED WELDER(TUNNEL) $54.26 1D 5A
CONSTRUCTION STOCK PERSON $27.32 1D 5A
JOURNEY LEVEL $48.75 1D 5A
JOURNEY LEVEL(TUNNEL) $52.30 1D 5A
ELECTRICIANS-MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $55.40 4A 5A
CERTIFIED LINE WELDER $49.64 4A 5A
GROUNDPERSON $35.92 4A 5A
HEAD GROUNDPERSON $37.88 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A
JACKHAMMER OPERATOR $37.88 4A 5A
JOURNEY LEVEL LINEPERSON $49.64 4A 5A
LINE EQUIPMENT OPERATOR $42.26 4A 5A
POLE SPRAYER $49.64 4A 5A
POWDERPERSON $37.88 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1
ELEVATOR CONSTRUCTORS
MECHANIC $57.88 4A 6Q
MECHANIC IN CHARGE $63.45 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $12.70 2K 5B
FENCE ERECTORS
FENCE ERECTOR $18.71 1
FENCE LABORER $12.77 1
FLAGGERS
JOURNEY LEVEL $29.68 1M 5D
GLAZIERS
JOURNEY LEVEL $42.41 1H 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $45.13 1s 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $33.65 1
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $34.84 1M 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.10 1
INLAND BOATMEN
CAPTAIN $38.04 1K 56
COOK $31.90 1K 5B
DECKHAND $31.59 1K 56
ENGINEER/DECKHAND $34.37 1K 5B
MATE,LAUNCH OPERATOR $36.02 1K 5B
Page 2
KING COUNTY
Effective 03-03-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INSPECTION/CLEANING/SEALING OF SEWER&WATER
SYSTEMS BY REMOTE CONTROL
CLEANER OPERATOR,FOAMER OPERATOR $9.73 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $12.78 1
TECHNICIAN $7.93 1
TV TRUCK OPERATOR $10.53 1
INSULATION APPLICATORS
JOURNEY LEVEL $41.27 1M 5D
IRONWORKERS
JOURNEY LEVEL $46.25 10 5A
LABORERS
ASPHALT RAKER $34.84 1M 5D
BALLAST REGULATOR MACHINE $34.36 1M 5D
BATCH WEIGHMAN $29.68 1M 5D
BRUSH CUTTER $34.36 1M 5D
BRUSH HOG FEEDER $34.36 IM 5D
BURNERS $34.36 1M 5D
CARPENTER TENDER $34.36 1M 5D
CASSION WORKER $35.20 1M 5D
CEMENTDUMPER/PAVING $34.84 1M 5D
CEMENT FINISHER TENDER $34.36 1M 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $34.36 1M 5D
CHIPPING GUN(OVER 30 LBS) $34.84 1 M 5D
CHIPPING GUN(UNDER 30 LBS) $34.36 IM 5D
CHOKER SETTER $34.36 1M 5D
CHUCKTENDER $34.36 1M 5D
CLEAN-UP LABORER $34.36 1M 5D
CONCRETE DUMPER/CHUTE OPERATOR $34.84 1M 5D
CONCRETE FORM STRIPPER $34.36 1M 5D
CONCRETE SAW OPERATOR $34.84 1M 5D
CRUSHER FEEDER $29.68 1 M 5D
CURING LABORER $34.36 1M 5D
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $34.36 1M 5D
DITCH DIGGER $34.36 1M 5D
DIVER $35.20 1M 5D
DRILL OPERATOR(HYDRAULIC,DIAMOND) $34.84 1M 5D
DRILL OPERATOR,AIRTRAC $35.20 1M 5D
DUMPMAN $34.36 1M 5D
EPDXY TECHNICIAN $34.36 1M 5D
EROSION CONTROL WORKER $34.36 1 M 5D
FALLER/BUCKER,CHAIN SAW $34.84 1M 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning; NOT $27.36 1M 5D
construction debris cleanup)
FINE GRADERS $34.36 1M 5D
FIRE WATCH $29.68 1M 5D
FORM SETTER $34.36 1 M 5D
GABION BASKET BUILDER $34.36 1M 5D
GENERAL LABORER $34.36 1M 5D
GRADE CHECKER&TRANSIT PERSON $34.84 IM 5D
GRINDERS $34.36 1M 5D
GROUT MACHINE TENDER $34.36 1 M 5D
Page 3
KING COUNTY
Effective 03-03-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
GUARDRAIL ERECTOR $34.36 1M 5D
HAZARDOUS WASTE WORKER LEVEL A $35.20 1M 5D
HAZARDOUS WASTE WORKER LEVEL B $34.84 1M 5D
HAZARDOUS WASTE WORKER LEVEL C $34.36 1M 5D
HIGH SCALER $35.20 1M 5D
HOD CARRIER/MORTARMAN $34.84 1M 5D
JACKHAMMER $34.84 1M 5D
LASER BEAM OPERATOR $34.84 1M 5D
MANHOLE BUILDER-MUDMAN $34.84 1M 5D
MATERIAL YARDMAN $34.36 1M 5D
MINER $35.20 1M 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $34.84 1M 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $34.84 IM 5D
PILOT CAR $29.68 1M 5D
PIPE POT TENDER $34.84 1M 5D
PIPE RELINER(NOT INSERT TYPE) $34.84 1M 5D
PIPELAYER&CAULKER $34.84 1M 5D
PIPELAYER&CAULKER(LEAD) $35.20 1M 5D
PIPEWRAPPER $34.84 1M 5D
POTTENDER $34.36 1M 5D
POWDERMAN $35.20 1M 5D
POWDERMAN HELPER $34.36 1M 5D
POWERJACKS $34.84 1M 5D
RAILROAD SPIKE PULLER(POWER) $34.84 1M 5D
RE-TIMBERMAN $35.20 1M 5D
RIPRAP MAN $34.36 1M 5D
RODDER $34.84 1M 5D
SCAFFOLD ERECTOR $34.36 1M 5D
SCALE PERSON $34.36 1M 5D
SIGNALMAN $34.36 1M 5D
SLOPER(OVER 20") $34.84 1M 5D
SLOPER SPRAYMAN $34.36 1M 5D
SPREADER(GLARY POWER OR SIMILAR TYPES) $34.84 1M 5D
SPREADER(CONCRETE) $34.84 IM 5D
STAKE HOPPER $34.36 1M 5D
STOCKPILER $34.36 1M 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $34.84 1M 5D
TAMPER(MULTIPLE&SELF PROPELLED) $34.84 1M 5D
TOOLROOM MAN(AT JOB SITE) $34.36 1M 5D
TOPPER-TAILER $34.36 1M 5D
TRACK LABORER $34.36 1M 5D
TRACK LINER(POWER) $34.84 1M 5D
TRUCK SPOTTER $34.36 1M 5D
TUGGER OPERATOR $34.84 1M 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $34.36 1M 5D
VIBRATOR $34.84 1M 5D
VINYL SEAMER $34.36 1M 5D
WELDER $34.36 1M 5D
WELL-POINT LABORER $34.84 1M 5D
Page 4
KING COUNTY
Effective 03-03-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LABORERS-UNDERGROUND SEWER&WATER
GENERALLABORER $34.36 1M 5D
PIPE LAYER $34.84 1M 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1
LANDSCAPING OR PLANTING LABORERS $8.42 1
LATHERS
JOURNEY LEVEL $41.31 1M 5D
METAL FABRICATION(IN SHOP)
FITTER $15.86 1
LABORER $9.78 1
MACHINE OPERATOR $13.04 1
PAINTER $11.10 1
WELDER $15.48 1
MODULAR BUILDINGS
CABINET ASSEMBLY $11.56 1
ELECTRICIAN $11.56 1
EQUIPMENT MAINTENANCE $11.56 1
PLUMBER $11.56 1
PRODUCTION WORKER $9.26 1
TOOL MAINTENANCE $11.56 1
UTILITY PERSON $11.56 1
WELDER $11.56 1
PAINTERS
JOURNEY LEVEL $33.16 2B 5A
PLASTERERS
JOURNEY LEVEL $41.23 1R 5A
PLAYGROUND&PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $55.34 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $39.57 1M 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $42.35 1M 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42.84 1M 5D 8L
BACKHOE, EXCAVATOR,SHOVEL(6 YD AND OVER WITH $43.39 1M 5D 8L
BACKHOES, (75 HP&UNDER) $41.93 IM 5D 8L
BACKHOES, (OVER 75 HP) $42.35 IM 5D 8L
BARRIER MACHINE(ZIPPER) $42.35 1M 5D 8L
BATCH PLANT OPERATOR,CONCRETE $42.35 1 M 5D 8L
BELT LOADERS(ELEVATING TYPE) $41.93 1M 5D 8L
BOBCAT(SKID STEER) $39.57 1M 5D 8L
BROOMS $39.57 1M 5D 8L
BUMP CUTTER $42.35 1M 5D 8L
CABLEWAYS $42.84 1M 5D 8L
CHIPPER $42.35 1M 5D 8L
COMPRESSORS $39.57 IM 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $39.57 1M 5D 8L
CONCRETE PUMPS $41.93 1 M 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1M 5D 8L
CONVEYORS $41.93 1M 5D 8L
Page 5
KING COUNTY
Effective 03-03-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRANES, THRU 19 TONS,WITH ATTACHMENTS $41.93 1M 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $42.35 1M 5D 8L
CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $42.84 1M 5D 8L
JIB WITH ATACHMENTS)
CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $43.39 1 M 5D 8L
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $43.96 1M 5D 8L
WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $39.57 1M 5D 8L
CRANES,A-FRAME,OVER 10 TON $41.93 1M 5D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44.52 1M 5D 8L
ATTACHMENTS
CRANES,OVERHEAD, BRIDGE TYPE(20-44 TONS) $42.35 1M 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42.84 1M 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43.39 1M 5D 8L
CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $43.39 1M 5D 8L
CRANES,TOWER CRANE OVER 175'IN HEIGHT, BASE TO BOOM $43.96 1M 5D 8L
CRUSHERS $42.35 1M 5D 8L
DECK ENGINEER/DECK WINCHES(POWER) $42.35 1M 5D 8L
DERRICK,BUILDING $42.84 1M 5D 8L
DOZERS,D-9&UNDER $41.93 1M 5D 8L '
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41.93 1M 5D 8L
DRILLING MACHINE $42.35 1M 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39.57 1 M 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $41.93 1M 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42.35 1M 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $41.93 1M 5D 8L
FORK LIFTS,(UNDER 3000 LBS) $39.57 1M 5D 8L
GRADE ENGINEER $41.93 1M 5D 8L
GRADECHECKER AND STAKEMAN $39.57 IM 5D 8L r.
GUARDRAIL PUNCH $42.35 1M 5D 8L
HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41.93 1M 5D 8L
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $41.93 1M 5D 8L
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $42.35 IM 5D 8L
HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39.57 1M 5D 8L
HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41.93 1 M 5D 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42.84 1M 5D 8L
LOADERS,OVERHEAD(8 YD&OVER) $43.39 1M 5D 8L
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42.35 1M 5D 8L
LOCOMOTIVES,ALL $42.35 1M 5D 8L
MECHANICS,ALL $42.84 1M 5D 8L
MIXERS,ASPHALT PLANT $42.35 1M 5D 8L
MOTOR PATROL GRADER(FINISHING) $42.35 1M 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $41.93 1M 5D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42.84 1M 5D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39.57 1M 5D 8L ,.
OPERATOR
PAVEMENT BREAKER $39.57 1M 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $42.35 1M 5D 8L
PLANT OILER(ASPHALT,CRUSHER) $41.93 1M 5D 8L
POSTHOLE DIGGER,MECHANICAL $39.57 1M 5D 8L
POWER PLANT $39.57 1M 5D 8L
PUMPS,WATER $39.57 1M 5D 8L
Page 6
KING COUNTY
Effective 03-03-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
QUAD 9,D-10,AND HD-41 $42.84 1M 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 1M 5D 8L
EQUIP
RIGGER AND BELLMAN $39.57 1 M 5D 8L
ROLLAGON $42.84 1M 5D 8L
ROLLER,OTHER THAN PLANT ROAD MIX $39.57 1M 5D 8L
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $41.93 1M 5D 8L
ROTO-MILL,ROTO-GRINDER $42.35 1M 5D 8L
SAWS,CONCRETE $41.93 1M 5D 8L
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42.35 1M 5D 8L
OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42.84 1M 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRYALL $41.93 1M 5D 8L
SCREED MAN $42.35 1 M 5D 8L
SHOTCRETE GUNITE $39.57 1M 5D 8L
SLIPFORM PAVERS $42.84 1M 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42.35 1M 5D 8L
SUBGRADE TRIMMER $42.35 1M 5D 8L
TOWER BUCKET ELEVATORS $41.93 1M 5D 8L
TRACTORS, (75 HP&UNDER) $41.93 1M 5D 8L
TRACTORS, (OVER 75 HP) $42.35 1M 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $42.35 1M 5D 8L
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42.84 1 M 5D 8L
TRENCHING MACHINES $41.93 1M 5D 8L
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $41.93 1M 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42.35 1M 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $42.35 1M 5D 8L
WHEEL TRACTORS,FARMALL TYPE $39.57 1 M 5D 8L
YO YO PAY DOZER $42.35 1M 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $35.62 4A 5A
SPRAY PERSON $33.82 4A 5A
TREE EQUIPMENT OPERATOR $34.27 4A 5A
TREE TRIMMER $31.88 4A 5A
TREE TRIMMER GROUNDPERSON $24.03 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $53.01 1G 5A
RESIDENTIAL BRICK&MARBLE MASONS
JOURNEY LEVEL $27.05 1
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $23.47 1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $22.64 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $41.14 1E 5P
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $27.89 1H 5G
Page 7
KING COUNTY
Effective 03-03-07
r-
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $17.60 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $18.12 1
RESIDENTIAL PAINTERS
JOURNEY LEVEL $18.36 1
RESIDENTIAL PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $22.95 1
RESIDENTIAL REFRIGERATION&AIR CONDITIONING
JOURNEY LEVEL $53.01 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $19.48 1
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $33.76 1B 5A
RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $29.76 1B 5C
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEY LEVEL $26.30 1
RESIDENTIAL TERRAZZOlTILE SETTERS
JOURNEY LEVEL $40.33 1B 5A
ROOFERS
JOURNEY LEVEL $35.78 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $38.78 1R 5A
SHEET METALWORKERS
JOURNEY LEVEL(FIELD OR SHOP) $49.97 1 E 6L
SIGN MAKERS&INSTALLERS(ELECTRICAL)
SIGN INSTALLER $23.36 1
SIGN MAKER $16.84 1
SIGN MAKERS&INSTALLERS(NON-ELECTRICAL)
SIGN INSTALLER $17.31 1
SIGN MAKER $15.61 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $33.76 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $53.24 1X 5C
STAGE RIGGING MECHANICS(NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1
TELEPHONE LINE CONSTRUCTION-OUTSIDE
CABLE SPLICER $29.89 2B 5A
HOLE DIGGER/GROUND PERSON $16.81 28 5A _
INSTALLER(REPAIRER) $28.68 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $27.82 2B 5A
SPECIAL APPARATUS INSTALLER 1 $29.89 2B 5A
SPECIAL APPARATUS INSTALLER 11 $29.30 2B 5A
Page 8
KING COUNTY
Effective 03-03-07
` (See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29.89 2B 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27.82 2B 5A
TELEVISION GROUND PERSON $15.96 2B 5A
TELEVISION LINEPERSON/INSTALLER $21.17 2B 5A
` TELEVISION SYSTEM TECHNICIAN $25.15 2B 5A
TELEVISION TECHNICIAN $22.64 2B 5A
TREE TRIMMER $27.82 2B 5A
TERRAZZO WORKERS&TILE SETTERS
JOURNEY LEVEL $40.33 16 5A
TILE,MARBLE&TERRAZZO FINISHERS
FINISHER $3416 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $34.90 1K 5A
TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $39.04 IT 5D 8L
ASPHALT MIX(OVER 16 YARDS) $39.62 IT 5D 8L
DUMP TRUCK $39.04 IT 5D 8L
DUMP TRUCK&TRAILER $39.62 IT 5D 8L
OTHER TRUCKS $39.62 IT 5D 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $17.71 1
OILER $12.97 1
WELL DRILLER $17.68 1
r
Page 9
t
1
i
i
1
1
1
1
1
1
1
1
1
1
BENEFIT CODE KEY-EFFECTIVE 03-3-07
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
C. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
sw D. THE FIRST TWO(2)HOURS BEFORE OR AFTER A FIVE-EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN(10)
HOUR WORKWEEK DAY AND THE FIRST EIGHT(8)HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND
r HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
ar WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
irr HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
J. THE FIRST TWO(2) HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
to
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
0. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY
THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
BENEFIT CODE KEY-EFFECTIVE 03-03-07
-2-
I. Q. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN(10)
HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. '
S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
HOURLYRATE OF WAGE.
V. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE
CONTROL OF THE EMPLOYER))SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS '
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY,
THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE
HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE '
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. '
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY '
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE
IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS ,
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
BENEFIT CODE KEY-EFFECTIVE 03-03-07
-3-
2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
it WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
L THE HOLIDAY PAY.
M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
to O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
ALI
4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT
DOUBLE
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT
+ DOUBLE THE HOURLY RATE OF WAGE.
L
HOLIDAY CODES
5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
I
AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8).
to C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY,AND CHRISTMAS DAY(11).
G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7).
H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
r THANKSGIVING DAY,AND CHRISTMAS(6).
I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY(6).
J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
I THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7).
N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS'
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9).
P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9).
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,
AND CHRISTMAS DAY(6).
R. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY
AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2).
BENEFIT CODE KEY-EFFECTIVE 03-03-07
-4-
5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,AND CHRISTMAS DAY(7).
T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR
AFTER CHRISTMAS(10).
V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS.
W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS.
X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 '
HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8).
Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION
DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8).
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ,
6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
B. PAID HOLIDAYS:NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9). t
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND ,
CHRISTMAS DAY(9).
D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY ,
AFTER CHRISTMAS DAY(9).
F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,
AND CHRISTMAS DAY(11). ,
I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY.(8)
Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY_
PRESIDENTS'DAY.
T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE
CHRISTMAS DAY,AND CHRISTMAS DAY(9).
U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY,CHRISTMAS DAY(9).
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE(9).
W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, '
INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS
DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10).
X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING ,
DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11).
BENEFIT CODE KEY-EFFECTIVE 03-03-07
-5-
NOTE CODES
& A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
+� C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 1 00'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75,
LEVEL B:$0.50,AND LEVEL C:$0.25.
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A&B:$1.00,
LEVELS C&D:$0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00,
,aw LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25.
9. A. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO 1 AM IS WAGE PLUS 17.3%
GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 31.4%
B. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO 12:30 AM IS WAGE PLUS 10%FOR 7%z HOURS WORKED
GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 15%7 HOURS WORKED
' C.
r
1
1
� ENVIRONMENTAL
� REGULATION LISTING
1
1
1
1
1
1
1
1
1
1
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contract or shall
secure any permits or licenses required by, and comply fully with all provisions of the following
laws, ordinances,and resolutions:
King County Ordinance No. 1527 requires Building and Land Development Division and
Hydraulics Division review of grading and filling permits and unclassified use permits in flood
hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into
project design standards to be incorporated into project design by Engineering Services. Review by
Hydraulics Division.
King County Ordinance No. 800 No. 900 No 1006 and Resolution No 8778 No 24553 No
24834, No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for
disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply.
Review by Division of Solid Waste.
Puget Sound Air Pollution Control Agency Regulation I- A regulation to control the emission of air
�+ contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control
Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean
Air Act,R.C.W. 70.94.
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of
emissions, periodically report to the State information concerning these emissions from his
operations, and to make such information available to the public. See Puget Sound Pollution
Control Agency Regulation 1.
R_C.W. 9048: Enacted to maintain the highest possible standards to ensure the purity of all water
of the State consistent with public health and public enjoyment thereof, the propagation and
r protection of wildlife,birds, game, fish, and other aquatic life, and the industrial development of the
state, and to that end require the use of all known available and reasonable methods by industries
aw and others to prevent and control the pollution of the waters of the State of Washington. It is
unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic
or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides
for civil penalties of$5,000/day for each violation.
R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent
land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the
surface of the ground or into the waters of this State except at a solid waste disposal site for which
there is a valid permit.
R.C.W.76-04.370: Provide for abatement of additional fire hazard (lands upon which there is forest
debris) and extreme fire hazard (areas of additional fire hazard near buildings,roads, campgrounds,
and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or
spreads on property on which an extreme fire hazard exists.
R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest
fire conditions.
.r
H:\DNISION.S\UTILnM.S\WATER\RICK\Springbrook Springs\BIDSPEC.DOCIM
r�
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire
hazards, instruction or agricultural operations.
R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and
burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the
clearing or cutting progresses, or at such other times as the department may specify, and in
compliance with the law requiring burning permits.
R. C. W. 7844: Laws governing surface mining (including sand, gravel, stone, and earth from
borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and
inspection of operations.
W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and
burning.
U.S. ARMY CORPS OF ENGINEERS
Section 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps
of Engineers to issue pen sits to any persons or corporation desiring to improve any navigable river
at their own expense and risk upon approval of the plans and specifications.
Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816). Authorizes the
Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of
dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied
if it is determined that such discharge will have adverse effects on municipal water supplies, shell
fish beds and fishery areas and wildlife or recreational areas.
MISCELLANEOUS FEDERAL LEGISLATION
" Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse
without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen
may file a complaint with the U.S.Attorney and share a portion of the fine.
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying
(including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse
disposal sites and provides for land reclamation subsequent to these activities. A copy is available
at the Department of Public Works or Building and Land Development Division.
Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit
acquired by Public Works and reviewed by Building and Land Development Division.
King County Ordinance No. 1488 requires permit for grading, Iand fills, gravel pits, dumping,
quarrying and mining operations except on County right-of-way. Review by Building and Land
r
Development Division.
H:\DIVISION.S\UTILrnE.S\WATER\RICK\Springbrook Springs\BIDSPEC.DOUbh
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME
Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County
Department of Public Works will obtain.)
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit
before discharge of pollutants from a point source into the navigable waters of the State of
Washington.
W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or
ground water (such as gravel washing, pit operations, or any operation which results in a discharge
which contains turbidity).
W.A.C. 508-12-100: Requires permit to use surface water.
W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department
of Ecology whenever it is desired to change the purpose of use, the place of use, the point of
withdrawal and/or the diversion of water.
W_A.C_ 508-12-220: Requires permit to use ground water.
W_A.C. 508-12-260: Requires permit to construct reservoir for water storage.
W.A.C. 508-12-280: Requires permit to construct storage dam.
W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public
Works secures one for design. Contractor secures one for his operation (false work design,etc.)
r
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
.� R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for
r
recreational purposes or yard debris disposal. AIso the Department of Natural Resources reserves
the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and
,. 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution.
R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber.
r
R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down
timber.
R.C.W. 78.44.080: Requires permit for any surface mining operation(including sand, gravel, stone,
and earth from borrow pits).
UNITED STATES ARMY CORPS OF ENGINEERS
Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than
bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department
of Public Works will obtain.)
rr
H:\DNISION.S\UTD-XnE_S\WA7ERXRICK\Springbrook SpringsXBOSPEC.DOCIbh
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
FIRE PROTECTION DISTRICT
R.C.W. 52.28-010, 52.28.020 52.28.030 52.28.040, 52.28.050: Provides authority for,
requirements of, and penalties for failure to secure a fire permit for building an open fire within a
fire protection district.
UNITED STATES COAST GUARD
Section 9 of River and Harbor Act of March 3 1899 General Bridge Act of March 23, 1906, and
General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of
bridge on navigable waters (King County Department of Public Works will obtain). King County
Department of Public Works will comply with pertinent sections of the following laws while
securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National
Environmental Policy Act of 1969,Water Quality Improvement Act of 1970.
PUGET SOUND AIR POLLUTION CONTROL AGENCY
Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor
should be sure his operations are in compliance with Regulation 1,particularly Section 9.02 (outdoor
fires), Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from
becoming airborne).
ENVIRONMENTAL PROTECTION AGENCY
Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five
(5) days prior to the demolition of any structure containing asbestos material (excluding residential
structures having fewer than five(5) dwelling units).
The above requirements will be applicable only where called for on the various road projects.
Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office
of the Director of Public Works, 900 King County Administration Building, Seattle,WA. 98104.
It shall be the responsibility of the Contractor to familiarize himself with all requirements therein.
All costs resulting therefrom shall be included in the Bid Prices and no additional compensation
shall be made.
All permits will be available at construction site.
H:\DIVISION.S\UTIL,rr1E.SIWATER\RICK\Springbrook Springs\BIDSPEC.DOGbh
rr
WSDOT AMENDMENTS
1 INTRODUCTION
2 The following Amendments and Special Provisions shall be used in conjunction with the
3 2006 Standard Specifications for Road, Bridge, and Municipal Construction.
4
5 AMENDMENTS TO THE STANDARD SPECIFICATIONS
6
7 The following Amendments to the Standard Specifications are made a part of this contract
8 and supersede any conflicting provisions of the Standard Specifications. For informational
9 purposes, the date following each Amendment title indicates the implementation date of the
10 Amendment or the latest date of revision.
11
12 Each Amendment contains all current revisions to the applicable section of the Standard
13 Specifications and may include references which do not apply to this particular project.
14
15 INTRODUCTION
16 The following Amendments and Special Provisions shall be used in conjunction with the
17 2006 Standard Specifications for Road, Bridge, and Municipal Construction.
18
19 This project is designed in metric units. Among the Special Provisions contained in this
20 project are revisions to sections within Divisions 1, 6, 7 and 9 that provide conversion
21 methods and charts needed to administer this project utilizing the 2004 Standard
22 Specifications.
23
24 AMENDMENTS TO THE STANDARD SPECIFICATIONS
25
26 The following Amendments to the Standard Specifications are made a part of this contract
27 and supersede any conflicting provisions of the Standard Specifications. For informational
28 purposes, the date following each Amendment title indicates the implementation date of the
29 Amendment or the latest date of revision.
30
31 Each Amendment contains all current revisions to the applicable section of the Standard
32 Specifications and may include references which do not apply to this particular project.
33
34 SECTION 1-04, SCOPE OF THE WORK
35 April 3, 2006
36 1-04.6 Variation in Estimated Quantities
37 The third paragraph beginning with "If the adjusted final quantity of any items", is revised to
38 read:
39
40 If the adjusted final quantity of any item does not vary from the quantity shown in the
41 proposal by more than 25%, then the Contractor and the Contracting Agency agree that
42 all work under that item will be performed at the original contract unit price.
43
44 SECTION 1-06, CONTROL OF MATERIAL
45 April 3, 2006
46 1-06.1 Approval of Materials Prior To Use
47 The second sentence in the first paragraph is revised to read:
TEST2 1
2 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source
3 Approval (ASA) Database, or the Request for Approval of Material (RAM) form.
4
5 Number 1 under the second paragraph is revised to read:
6
7 1. Shall be new, unless the Special Provisions or Standard Specifications permit
8 otherwise;
9
10 1-06.1(1) Qualified Products List (QPL)
11 This section is supplemented with the following:
12
13 The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPL/QPL.cfm
14
15 The following new sub-section is inserted to follow 1-06.1(2).
16
17 1-06.1(3) Aggregate Source Approval(ASA) Database
18 The ASA is a database containing the results of WSDOT preliminary testing of
19 aggregate sources. This database is used by the Contracting Agency to indicate the
20 approval status of these aggregate sources for applications that require preliminary
21 testing as defined in the contract. The ASA 'Aggregate Source Approval Report'
22 identifies the currently approved applications for each aggregate source listed. The
23 acceptance and use of these aggregates is contingent upon additional job sampling
24 and/or documentation.
25
26 Aggregates approved for applications on the ASA `Aggregate Source Approval Report'
27 not conforming to the specifications, not fulfilling the acceptance requirements, or
28 improperly handled or installed, shall be replaced at the Contractor's expense.
29
30 For questions regarding the approval status of an aggregate source, contact the
31 WSDOT Regional Materials Engineer for the Region the source is located in. The
32 Contracting Agency reserves the right to make revisions to the ASA database at
33 anytime.
34
35 If there is a conflict between the ASA database and the contract, then the contract shall
36 take precedence over the ASA database in accordance with Section 1-04.2. The ASA
37 database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA
38
TEST2 2
1 1-06.2(2)D Quality Level Analysis
2 Item 9 under the first paragraph is revised to read:
3
4 9. Determine the Composite Pay Factor (CPF) for each lot.
5
6 _ _
7 CPF = f1(PF1) + f2(PF2) +-.-+ fi(PF)
8 Yf.'
9 i = 1toj
10
11 where: fi = price adjustment factor listed in these
12 Specifications for the applicable material
13
14 j = number of constituents being evaluated
15
16 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
17 August 7, 2006
18 1-07.9(1) General
19 The fifth paragraph is revised to read:
20
21 If employing labor in a class not listed in the contract provisions on state funded projects
22 only, the Contractor shall request a determination of the correct wage and benefits rate
23 for that class and locality from the Industrial Statistician, Washington State Department
24 of Labor and Industries (State L&I), and provide a copy of those determinations to the
25 Engineer.
26
27 The fifth paragraph is supplemented with the following new paragraph:
28
29 If employing labor in a class not listed in the contract provisions on federally funded
30 projects, the Contractor shall request a determination of the correct wage and benefits
31 for that class and locality from the U. S. Secretary of Labor through the project
32 engineer's office. Generally, the contractor initiates the request by preparing standard
33 form 1444 and submitting it to the project engineers' office for further action.
34
35 1-07.10 Worker's Benefits
36 The fourth paragraph is revised to read:
37
38 The Public Works Contract Division of the Washington State Department of Labor and
39 Industries will provide the Contractor with applicable industrial insurance and medical
40 aid classification and premium rates. After receipt of Revenue Release from the
41 Washington State Department of Revenue, the contracting agency will verify through the
42 Department of Labor and Industries that the Contractor is current with respect to the
43 payments of industrial insurance and medical aid premiums.
44
45 1-07.15 Temporary Water Pollution/Erosion Control
46 The first paragraph is revised to read:
47
TEST2 3
1 In an effort to prevent, control, and stop water pollution and erosion within the project, 4
2 thereby protecting the work, nearby land, streams, and other bodies of water, the
3 Contractor shall perform all work in strict accordance with all Federal, State, and local
4 laws and regulations governing waters of the State, as well as permits acquired for the ,.
5 project.
6
7 SECTION 1-08, PROSECUTION AND PROGRESS
8 December 4, 2006
9 1-08.1 Subcontracting
10 The eighth paragraph (beginning with - On all projects funded with both Contracting Agency
11 funds and Federal assistance ...) is supplemented with the following:
12
13 The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on
14 Federally assisted, Federally assisted and Contracting agency funded, and Contracting
15 Agency funded only contracts to the contracting agency on a monthly basis using the
16 Contract Monitoring and Tracking System (CMATS) through the BizWeb application
17 located at http://www.omwbe.wa.gov/bizwebatwashington Use of CMATS will become a
18 requirement for all contractors effective January 7, 2008.
19
20 1-08.3 Progress Schedule
21 Section 1-08.3 and all subsections are deleted in their entirety and replaced with the
22 following:
23
24 1-08.3 Progress Schedule
25 1-08.3(1) General Requirements
26 The Contractor shall submit Type A or Type B Progress Schedules and Schedule
27 Updates to the Engineer for approval. Schedules shall show work that complies
28 with all time and order of work requirements in the contract. Scheduling terms and
29 practices shall conform to the standards established in Construction Planning and
30 Scheduling, Second Edition, published by the Associated General Contractors of
31 America. Except for Weekly Look-Ahead Schedules, all schedules shall meet
32 these General Requirements, and provide the following information:
33
34 1. Include all activities necessary to physically complete the project.
35
36 2. Show the planned order of work activities in a logical sequence.
37
38 3. Show durations of work activities in working days as defined in Section 1-
39 08.5.
40
41 4. Show activities in durations that are reasonable for the intended work.
42
43 5. Define activity durations in sufficient detail to evaluate the progress of
44 individual activities on a daily basis.
45
46 6. Show the physical completion of all work within the authorized contract
47 time.
48
49 The Contracting Agency allocates its resources to a contract based on the total
50 time allowed in the contract. The Contracting Agency may accept a Progress
51 Schedule indicating an early physical completion date but cannot guarantee the
TEST2 4
. 1 Contracting Agency's resources will be available to meet an accelerated schedule.
2 No additional compensation will be allowed if the Contractor is not able to meet
3 their accelerated schedule due to the unavailability of Contracting Agency's
4 resources or for other reasons beyond the Contracting Agency's control.
5
6 If the Engineer determines that the Progress Schedule or any necessary Schedule
7 Update does not provide the required information, then the schedule will be
8 returned to the Contractor for correction and resubmittal.
9
10 The Engineer's approval of any schedule shall not transfer any of the Contractor's
11 responsibilities to the Contracting Agency. The Contractor alone shall remain
12 responsible for adjusting forces, equipment, and work schedules to ensure
13 completion of the work within the time(s) specified in the contract.
14
15 1-08.3(2) Progress Schedule Types
16 Type A Progress Schedules are required on all projects that do not contain the bid
17 item for Type B Progress Schedule. Type B Progress Schedules are required on all
18 projects that contain the bid item for Type B Progress Schedule. Weekly Look-
19 Ahead Schedules and Schedule Updates are required on all projects.
20
21 1-08.3(2)A Type A Progress Schedule
22 The Contractor shall submit five copies of a Type A Progress Schedule no later
23 than 10 days after the date the contract is executed, or some other mutually
24 agreed upon submittal time. The schedule may be a critical path method
25 (CPM) schedule, bar chart, or other standard schedule format. Regardless of
26 which format used, the schedule shall identify the critical path. The Engineer
27 will evaluate the Type A Progress Schedule and approve or return the schedule
28 for corrections within 15 calendar days of receiving the submittal.
29
30 1-08.3(2)B Type B Progress Schedule
31 The Contractor shall submit a preliminary Type B Progress Schedule no later
32 than five calendar days after the date the contract is executed. The
33 preliminary Type B Progress Schedule shall comply with all of these
34 requirements and the requirements of Section 1-08.3(1), except that it may be
35 limited to only those activities occurring within the first 60 working days of the
36 project.
37
38 The Contractor shall submit five copies of a Type B Progress Schedule no later
39 than 30 calendar days after the date the contract is executed. The schedule
40 shall be a critical path method (CPM) schedule developed by the Precedence
41 Diagramming Method (PDM). Restraints may be utilized, but may not serve to
42 change the logic of the network or the critical path. The schedule shall display
43 at least the following information:
44
45 Contract Number and Title
46 Construction Start Date
47 Critical Path
48 Activity Description
49 Milestone Description
50 Activity Duration
51 Predecessor Activities
52 Successor Activities
TEST2 5
1 Early Start (ES) and Early Finish (EF) for each activity
2 Late Start (LS) and Late Finish (LF) for each activity
3 Total Float (TF) and Free Float (FF) for each activity
4 Physical Completion Date
5 Data Date
6
7 The Engineer will evaluate the Type B Progress Schedule and approve or
8 return the schedule for corrections within 15 calendar days of receiving the
9 submittal.
10
11 1-08.3(2)C Vacant
12
13 1-08.3(2)D Weekly Look-Ahead Schedule
14 Each week that work will be performed, the Contractor shall submit a Weekly
15 Look-Ahead Schedule showing the Contractor's and all subcontractors'
16 proposed work activities for the next two weeks. The Weekly Look-Ahead
17 Schedule shall include the description, duration and sequence of work, along
18 with the planned hours of work. This schedule may be a network schedule,
19 bar chart, or other standard schedule format. The Weekly Look-Ahead
20 Schedule shall be submitted to the Engineer by the midpoint of the week
21 preceding the scheduled work or some other mutually agreed upon submittal
22 time.
23
24 1-08.3(3) Schedule Updates
25 The Engineer may request a Schedule Update when any of the following events
26 occur:
27
28 1. The project has experienced a change that affects the critical path.
29
30 2. The sequence of work is changed from that in the approved schedule.
31
32 3. The project is significantly delayed.
33
34 4. Upon receiving an extension of contract time.
35
36 The Contractor shall submit five copies of a Type A or Type B Schedule Update
37 within 15 calendar days of receiving a written request, or when an update is
38 required by any other provision of the contract. A "significant" delay in time is
39 defined as 10 working days or 10 percent of the original contract time, whichever is
40 greater.
41
42 In addition to the other requirements of this Section, Schedule Updates shall reflect
43 the following information:
44
45 1. The actual duration and sequence of as-constructed work activities,
46 including changed work.
47
48 2. Approved time extensions.
49
50 3. Any construction delays or other conditions that affect the progress of the
51 work.
52
TEST2 6
1 4. Any modifications to the as-planned sequence or duration of remaining
2 activities.
3
4 5. The physical completion of all remaining work in the remaining contract
5 time.
6
7 Unresolved requests for time extensions shall be reflected in the Schedule Update
8 by assuming no time extension will be granted, and by showing the effects to
9 follow-on activities necessary to physically complete the project within the currently
10 authorized time for completion.
11
12 1-08.3(4) Measurement
13 No specific unit of measurement shall apply to the lump sum item for Type B
14 Progress Schedule.
15
16 1-08.3(5) Payment
17 Payment will be made in accordance with Section 1-04.1, for the following bid item
18 when it is included in the proposal:
19
20 "Type B Progress Schedule", lump sum.
21
22 The Lump Sum price shall be full pay for all costs for furnishing the Type B
23 Progress Schedule and preliminary Type B Progress Schedule.
24
25 Payment of 80 percent of the lump sum price will be made upon approval of the
26 Progress Schedule.
27
28 Payment will be increased to 100 percent of the lump sum price upon completion of
29 80 percent of the original total contract award amount.
30
31 All costs for providing Type A Progress Schedules and Weekly Look-Ahead
32 Schedules are considered incidental to other items of work in the contract.
33
34 No payment will be made for Schedule Updates that are required due to the
35 Contractors operations. Schedule Updates required by events that are attributed to
36 the actions of the Contracting Agency will be paid for in accordance with Section 1-
37 09.4.
38
39 1-08.4 Prosecution of Work
40 The first sentence is revised to read:
41
42 The Contractor shall begin work within 21 calendar days from the date of execution of
43 the contract by the Contracting Agency, unless otherwise approved in writing.
44
45 1-08.5 Time for Completion
46 This section is revised to read:
47
48 The Contractor shall complete all physical contract work within the number of "working
49 days" stated in the Contract Provisions or as extended by the Engineer in accordance
50 with Section 1-08.8. Every day will be counted as a "working day" unless it is a
51 nonworking day or an Engineer determined unworkable day. A nonworking day is
52 defined as a Saturday, a Sunday, a whole or half day on which the contract specifically
TEST2 7
1 prohibits work on the critical path of the Contractor's approved progress schedule, or
2 one of these holidays: January 1, the third Monday of January, the third Monday of
3 February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day
4 after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday,
5 the following Monday shall be counted a nonworking day. When the holiday falls on a
6 Saturday, the preceding Friday shall be counted a nonworking day. The days between
7 December 25 and January 1 will be classified as nonworking days.
8
9 An unworkable day is defined as a half or whole day the Engineer declares to be
10 unworkable because of weather or conditions caused by the weather that prevents
11 satisfactory and timely performance of the work shown on the critical path of the
12 Contractor's approved progress schedule. Other conditions beyond the control of the
13 Contractor may qualify for an extension of time in accordance with Section 1-08.8.
14
15 Contract time shall begin on the first working day following the 21st calendar day after
16 the date the Contracting Agency executes the contract. If the Contractor starts work on
17 the project at an earlier date, then contract time shall begin on the first working day
18 when onsite work begins. The contract provisions may specify another starting date for
19 contract time, in which case, time will begin on the starting date specified.
20
21 Each working day shall be charged to the contract as it occurs, until the contract work is
22 physically complete. If substantial completion has been granted and all the authorized
23 working days have been used, charging of working days will cease. Each week the
24 Engineer will provide the Contractor a statement that shows the number of working
25 days: (1) charged to the contract the week before; (2) specified for the physical
26 completion of the contract; and (3) remaining for the physical completion of the contract.
27 The statement will also show the nonworking days and any half or whole day the
28 Engineer declares as unworkable. Within 10 calendar days after the date of each
29 statement, the Contractor shall file a written protest of any alleged discrepancies in it.
30 To be considered by the Engineer, the protest shall be in sufficient detail to enable the
31 Engineer to ascertain the basis and amount of time disputed. By not filing such detailed
32 protest in that period, the Contractor shall be deemed as having accepted the statement
33 as correct.
34
35 The Engineer will give the Contractor written notice of the physical completion date for
36 all work the contract requires. That date shall constitute the physical completion date of
37 the contract, but shall not imply the Secretary's acceptance of the work or the contract.
38
39 The Engineer will give the Contractor written notice of the completion date of the
40 contract after all the Contractor's obligations under the contract have been performed by
41 the Contractor. The following events must occur before the Completion Date can be
42 established:
43
44 1. The physical work on the project must be complete; and
45
46 2. The Contractor must furnish all documentation required by the contract and
47 required by law, to allow the Contracting Agency to process final acceptance of
48 the contract. The following documents must be received by the Project
49 Engineer prior to establishing a completion date:
50
51 a. Certified Payrolls (Federal-aid Projects)
52 b. Material Acceptance Certification Documents
TEST2 8
w 1 c. Annual Report of Amounts Paid as MBE/WBE Participants or
2 Quarterly Report of Amounts Credited as DBE Participation, as
3 required by the Contract Provisions.
4 d. FHWA 47 (Federal-aid Projects)
5 e. Final Contract Voucher Certification
6
7 1-08.8 Extensions of Time
8 Section 1-08.8 is revised to read:
9
10 The Contractor shall submit any requests for time extensions to the Engineer in writing
11 no later than 10 working days after the delay occurs. The requests for time extension
12 shall be limited to the affect on the critical path of the Contractor's approved schedule
13 attributable to the change or event giving rise to the request.
14
15 To be considered by the Engineer, the request shall be in sufficient detail (as determined
16 by the Engineer) to enable the Engineer to ascertain the basis and amount of the time
17 requested. The request shall include an updated schedule that supports the request
18 and demonstrates that the change or event: (1) had a specific impact on the critical
19 path, and except in cases of concurrent delay, was the sole cause of such impact, and
20 (2) could not have been avoided by resequencing of the work or by using other
21 reasonable alternatives. If a request combined with previous extension requests,
22 equals 20 percent or more of the original contract time then the Contractor's letter of
23 request must bear consent of Surety. In evaluating any request, the Engineer will
24 consider how well the Contractor used the time from contract execution up to the point
25 of the delay and the effect the delay has on any completion times included in the special
26 provisions. The Engineer will evaluate and respond within 15 calendar days of
27 receiving the request.
28
29 The authorized time for physical completion will be extended for a period equal to the
30 time the Engineer determines the work was delayed because of:
31
32 1. Adverse weather causing the time requested to be unworkable, provided that
33 the Engineer had not already declared the time to be unworkable and the
34 Contractor has filed a written protest according to Section 1-08.5.
35
36 2. Any action, neglect, or default of the Contracting Agency, its officers, or
37 employees, or of any other contractor employed by the Contracting Agency.
38
39 3. Fire or other casualty for which the Contractor is not responsible.
40
41 4. Strikes.
42
43 5. Any other conditions for which these Specifications permit time extensions
44 such as:
45
46 a. In Section 1-04.4 if a change increases the time to do any of the work
47 including unchanged work.
48
49 b. In Section 1-04.5 if increased time is part of a protest that is
50 found to be a valid protest.
51
TEST2 9
1 c. In Section 1-04.7 if a changed condition is determined to exist that
2 caused a delay in completing the contract.
3
4 d. In Section 1-05.3 if the Contracting Agency does not approve properly
5 prepared and acceptable drawings within 30 calendar days.
6
7 e. In Section 1-07.13 if the performance of the work is delayed as a
8 result of damage by others.
9
10 f. In Section 1-07.17 if the removal or the relocation of any utility by
11 forces other than the Contractor caused a delay.
12
13 g. In Section 1-07.24 if a delay results from all the right of way
14 necessary for the construction not being purchased and the special
15 provisions does not make specific provisions regarding unpurchased
16 right of way.
17
18 h. In Section 1-08.6 if the performance of the work is suspended,
19 delayed, or interrupted for an unreasonable period of time that proves
20 to be the responsibility of the Contracting Agency.
21
22 i. In Section 1-09.11 if a dispute or claim also involves a delay in
23 completing the contract and the dispute or claim proves to be valid.
24
25 j. In Section 1-09.6 for work performed on a force account basis.
26
27 6. If the actual quantity of work performed for a bid item was more than the
28 original plan quantity and increased the duration of a critical activity.
29 Extensions of time will be limited to only that quantity exceeding the original
30 plan quantity.
31
32 7. Exceptional causes not specifically identified in items 1 through 6, provided the
33 request letter proves the Contractor had no control over the cause of the delay
34 and could have done nothing to avoid or shorten it.
35
36 Working days added to the contract by time extensions, when time has overran, shall
37 only apply to days on which liquidated damages or direct engineering have been
38 charged, such as the following:
39
40 If substantial completion has been granted prior to all of the authorized working
41 days being used, then the number of days in the time extension will eliminate an
42 equal number of days on which direct engineering charges have accrued. If the
43 substantial completion date is established after all of the authorized working days
44 have been used, then the number of days in the time extension will eliminate an
45 equal number of days on which liquidated damages or direct engineering charges
46 have accrued.
47 The Engineer will not allow a time extension for any cause listed above if it resulted
48 from the Contractor's default, collusion, action or inaction, or failure to comply with
49 the contract.
50 The Contracting Agency considers the time specified in the special provisions as
51 sufficient to do all the work. For this reason, the Contracting Agency will not grant a
52 time extension for:
TEST2 10
1
2 • Failure to obtain all materials and workers unless the failure was the result of
3 exceptional causes as provided above in subsection 7;
4
5 0 Changes, protests, increased quantities, or changed conditions (Section 1-04)
6 that do not delay the completion of the contract or prove to be an invalid or
7 inappropriate time extension request;
8
9 0 Delays caused by nonapproval of drawings or plans as provided in Section
10 1-05.3;
11
12 0 Rejection of faulty or inappropriate equipment as provided in Section 1-05.9;
13
14 Correction of thickness deficiency as provided in Section 5-05.5(1)6.
15
16 The Engineer will determine whether the time extension should be granted, the reasons
17 for the extension, and the duration of the extension, if any. Such determination will be
18 final as provided in Section 1-05.1.
19
20 SECTION 1-09, MEASUREMENT AND PAYMENT
21 December 4, 2006
22 1-09.6 Force Account
23 The last paragraph under "3. For Equipment" is revised to read:
24
25 Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the
26 Contracting Agency's web site at www.wsdot.wa.gov.
27
28 1-09.9(1) Retainage
29 The fourth paragraph is revised to read:
30
31 Release of the retainage will be made 60 days following the Completion Date (pursuant
32 to RCW 39.12, and RCW 60.28) provided the following conditions are met:
33
34 1. On contracts totaling more than $20,000, a release has been obtained from the
35 Washington State Department of Revenue.
36
37 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file
38 with the Contracting Agency (RCW 39.12.040).
39
40 3. A certificate of Payment of Contributions Penalties and Interest on Public
41 Works Contract is received from the Washington State Employment Security
42 Department.
43
44 4. Washington State Department of Labor and Industries (per section 1-07.10)
45 shows the Contractor is current with payments of industrial insurance and
46 medical aid premiums.
47
48 5. All claims, as provided by law, filed against the retainage have been resolved.
49 In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are
50 met, the Contractor will be paid such retained percentage less an amount
51 sufficient to pay any such claims together with a sum determined by the
TEST2 11
1 Contracting Agency sufficient to pay the cost of foreclosing on claims and to
2 cover attorney's fees.
3
4 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
5 August 7, 2006
6 2-03.3(2) Rock Cuts
7 This section is revised to read:
8
9 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break
10 down, loosen, or damage the rock under the subgrade line, except as provided by
11 Section 2-03.3(3). Normally cuts will be made from the top, lift by lift, to protect the
12 rock bench that will remain. The Contractor shall be responsible for methods used
13 and for any damage caused to the roadbed, regardless of any previous approvals
14 by the Engineer.
15
16 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the
17 Contractor shall scale and dress them, removing all loose fragments and rocks not
18 firmly fastened to the rock slope. The Contractor shall also remove any
19 overhanging rock the Engineer sees as a hazard to roadway users.
20
21 If the Engineer requires it, the Contractor shall remove loose fragments and rocks
22 lying outside the slope stakes. Payment for such extra work shall be by force
23 account as provided in Section 1-09.6. The Contracting Agency will pay for loading
24 and hauling these materials at the unit contract prices that apply or as provided in
25 Section 1-04.4.
26
27 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and
28 blasting operations or at any time the Contractor proposes to change the drilling
29 and blasting methods, the Contractor shall submit a blasting plan to the Engineer
30 for review. The blasting plan shall contain the full details of the drilling and blasting
31 patterns and controls the Contractor proposes to use for both the controlled and
32 production blasting. The blasting plan submittal is required for all blasting
33 operations and shall contain the following minimum information:
34
35 a) Station limits of proposed shot.
36
37 b) Plan and section views of proposed drill pattern including free face,
38 burden, blast hole spacing, blast hole diameter, blast hole angles, lift
39 height, and subdrill depth.
40 +�41 c) Loading diagram showing type and amount of explosives, primers,
42 initiators, and location and depth of stemming.
43
44 d) Initiation sequence of blast holes including delay times and delay system.
45
46 e) Manufacturer's data sheets for all explosives, primers, and initiators to be
47 employed.
48
49 Review of the blasting plan by the Engineer shall not relieve the Contractor of the
50 responsibility for the accuracy and adequacy of the plan when implemented in the
51 field.
TEST2 12
1
2 When blasting to establish slopes 1/2 to 1 or steeper, and more than 10 feet high,
3 the Contractor shall use controlled blasting. The Engineer may require the
4 Contractor to use controlled blasting to form the faces of other slopes, even if the
5 slopes could be formed by nonblasting methods.
6
7 Controlled blasting refers to the controlled use of explosives and blasting
8 accessories in carefully spaced and aligned drill holes to provide a free surface or
9 shear plane in the rock along the specified backslope. Controlled blasting
10 techniques covered by this specification include presplitting and cushion blasting.
11
12 In addition to the blasting plan submittal, when using controlled blasting the
13 Contractor shall:
14
15 a) Prior to commencing full-scale blasting operations, the Contractor shall
16 demonstrate the adequacy of the proposed blast plan by drilling, blasting,
17 and excavating short test sections, up to 100 feet in length, to determine
18 which combination of method, hole spacing, and charge works best.
19 When field conditions warrant, the Contractor may be ordered to use test
20 section lengths less than 100 feet.
21
22 Unless otherwise approved by the Engineer, the Contractor shall begin the
23 tests with the controlled blast holes spaced 30-inches apart, then adjust if
24 needed, until the Engineer approves the spacing to be used for full-scale
25 blasting operations.
26
27 b) The Contractor shall completely remove all overburden soil and loose or
28 decomposed rock along the top of the excavation for a distance of at least
29 30 feet beyond the end of the production hole drilling limits, or to the end
30 of the cut, before drilling the presplitting holes.
31
32 c) The controlled blast holes shall be not less than 21/2 inches nor more than
33 3 inches in diameter.
34
35 d) The Contractor shall control drilling operations by the use of the proper
36 equipment and technique to ensure that no hole shall deviate from the
37 plane of the planned slope by more than 9 inches either parallel or normal
38 to the slope. Drill holes exceeding these limits shall not be paid for unless
39 satisfactory slopes are being obtained.
40
41 e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits
42 of the production holes to be detonated, or to the end of the cut as
43 applicable.
44
45 f) The length of controlled blast holes for any individual lift shall not exceed
46 20 feet unless the Contractor can demonstrate to the Engineer the ability
47 to stay within the above tolerances and produce a uniform slope. If
48 greater than 5 percent of the presplit holes are misaligned in any one lift,
49 the Contractor shall reduce the height of the lifts until the 9-inch alignment
50 tolerance is met. Upon satisfactory demonstration, the length of holes
51 may be increased to a maximum of 60 feet with written approval of the
52 Engineer.
TEST2 13
1 1
2 g) When the cut height requires more than one lift, a maximum 2-foot offset
3 between lifts will be permitted to allow for drill equipment clearances. The
4 Contractor shall begin the control blast hole drilling at a point that will a
5 allow for necessary offsets and shall adjust, at the start of lower lifts, to
6 compensate for any drift that may have occurred in the upper lifts.
7
8 h) Before placing charges, the Contractor shall determine that the hole is free
9 of obstructions for its entire depth. All necessary precautions shall be
10 exercised so that the placing of the charges will not cause caving of
11 material from the walls of the holes.
12
13 i) The maximum diameter of explosives used in presplit holes shall not be
14 greater than '/z the diameter of the presplit hole.
15
16 j) Only standard explosives manufactured especially for controlled blasting
17 shall be used in controlled blast holes, unless otherwise approved by the
18 Engineer. Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed
19 to be loaded in the presplit holes.
20
21 k) If fractional portions of standard explosive cartridges are used, they shall
22 be firmly affixed to the detonating cord in a manner that the cartridges will
23 not slip down the detonating cord nor bridge across the hole. Spacing of
24 fractional cartridges along the length of the detonating cord shall not
25 exceed 30 inches center to center and shall be adjusted to give the
26 desired results.
27
28 1) Continuous column cartridge type of explosives used with detonating cord
29 shall be assembled and affixed to the detonating cord in accordance with
30 the explosive manufacturer's instructions, a copy of which shall be
31 furnished to the Engineer.
32
33 m) The bottom charge of a presplit hole may be larger than the line charges
34 but shall not be large enough to cause overbreak. The top charge of the
35 presplitting hole shall be placed far enough below the collar, and reduced
36 sufficiently, to avoid overbreaking and heaving.
37
38 n) The upper portion of all presplit holes, from the top most charge to the
39 hole collar, shall be stemmed. Stemming materials shall be sand or other
40 dry angular material, all of which passes a 3/8-inch sieve.
41
42 0) If presplitting is specified, the detonation of these holes shall be fired first.
43
44 p) If cushion blasting is specified, the detonation of these holes shall be fired
45 last on an instantaneous delay after all other blasting has taken place in i
46 the excavation.
47
48 q) Production blast holes shall not be drilled closer than 6 feet to the
49 controlled blast line, unless approved by the Engineer. The bottom of the
50 production holes shall not be lower than the bottom of the controlled blast
51 holes. Production holes shall not exceed 6 inches in diameter, unless
TEST2 14
w 1 approved by the Engineer. Detonation of production holes shall be on a
2 delay sequence toward a free face.
3
4 r) The use of horizontal blast holes for either production or controlled
5 blasting is prohibited.
6
7 SECTION 2-09, STRUCTURE EXCAVATION
8 January 3, 2006
9 2-09.3(1)E Backfilling
10 Item 1 of the first paragraph under Compaction is revised to read:
11
12 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill
13 providing lateral support for noise barrier wall foundations, luminaire poles, traffic
14 signal standards, and roadside and overhead sign structure foundations — placed
15 in horizontal layers no more than 6 inches thick with each layer compacted to
16 95 percent of the maximum density determined by the Compaction Control Test,
17 Section 2-03.3(14)D.
18
19 SECTION 2-12 CONSTRUCTION GEOTEXTILE
20 August 7, 2006
21 The section title is revised to read:
22
23 CONSTRUCTION GEOSYNTHETIC
24
25 2-12 CONSTRUCTION GEOTEXTILE
26 This heading is revised to read:
27
28 2-12 CONSTRUCTION GEOSYNTHETIC
29
30 2-12.1 Description
31 The word geotextile is revised to geosynthetic.
32
33 2-12.2 Materials
34 In the first and second paragraphs geotextile is revised to geosynthetic.
35
36 2-12.3 Construction Requirements
37 In the first, second, and third paragraphs geotextile is revised to geosynthetic.
38
39 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES
40 August 7, 2006
41 3-01.4(1) Acquisition and Development
42 The first paragraph is revised to read:
43
44 If, under the terms of the Contract, the Contractor is required to provide a source of
45 materials, or if the Contractor elects to use materials from sources other than those
46 provided by the Contracting Agency, the Contractor shall, at no expense to the
47 Contracting Agency, make all necessary arrangements for obtaining the material and
TEST2 15
1 shall ensure the quantity of suitable material is available. Preliminary samples shall be
2 taken by or in the presence of the Engineer or a designated representative unless the
3 Engineer permits otherwise. Approval of the source does not relieve the Contractor
4 from meeting these specification requirements, nor does it guarantee that the material
5 will meet these requirements without additional or proper processing. The Engineer
6 may require additional preliminary samples at any time.
7
8 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION
9 December 4, 2006
10 5-01.3(2)B Portland Cement Concrete
11 The third paragraph beginning with "Acceptance testing" is supplemented with the following:
12
13 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and
14 protect concrete cylinders in cure boxes from excessive vibration and shock waves
15 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure
16 boxes shall be in accordance with Section 6-02.5.
17
18 5-01.3(4) Replace Portland Cement Concrete Panel
19 The third paragraph is revised to read:
20
21 When new concrete pavement is to be placed against existing cement concrete
22 pavement, epoxy coated tie bars and epoxy coated dowel bars shall be drilled and
23 grouted into the existing pavement with either Type I or IV epoxy resin as specified in
24 Section 9-26. Tie bars are not required for panel replacement less than a full panel.
25
26 5-01.3(6) Dowel Bar Retrofit
27 The fourth and fifth sentences in the second paragraph are revised to read:
28
29 When gang saws are used, slots that are not used shall be cleaned and sealed with
30 either Type I or IV epoxy resin as specified in Section 9-26.
31
32 The sixth paragraph is revised to read:
33
34 All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall
35 remove all slurry, parting compound, and other foreign materials prior to installation of
36 the dowel. Any damage to the concrete shall be repaired by the Contractor at no cost to
37 the Contracting Agency. Traffic shall not be allowed on slots where concrete has been
38 removed.
39
40 5-01.3(10) Pavement Smoothness
41 This section is revised to read:
42
43 Perform the work described in Section 5-05.3(12), and the following:
44
45 Where the pavement is ground, calculation of the profile index shall exclude dips
46 and depressions in the existing roadway. The profilograph generated reports shall
47 be provided to the Engineer prior to payment.
48
49 5-01.5 Payment
50 This section is revised to read:
51
TEST2 16
1 In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete "Cement
2 Concrete Pavement Grinding", per square yard.
3
4 At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per
5 square yard.
6
7 The second sentence in the 16th paragraph is revised to read:
8
9 The costs of any additional pavement grinding and profiling required to complete
10 the work as specified is also included in this payment.
11
12 The 18th paragraph for Replace Uncompactable Material is supplemented with the
13 following:
14
15 All costs associated with the containment, collection and disposal of concrete slurry
16 and grinding residue shall be included in the applicable concrete grinding or cutting
17 items of work.
18
19 SECTION 5-05, CEMENT CONCRETE PAVEMENT
20 December 4, 2006
21 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
22 The ninth paragraph beginning with "Acceptance testing for compliance" is supplemented
23 with the following:
24
25 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and
26 protect concrete cylinders in cure boxes from excessive vibration and shock waves
27 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure
28 boxes shall be in accordance with Section 6-02.5.
29
30 5-05.3(7) Placing, Spreading, and Compacting Concrete
31 The second paragraph is revised to read:
32
33 The average density of the cores shall be at least 97 percent of the approved mix
34 design density or the actual concrete density when determined by the Contractor using
35 AASHTO T 121 with no cores having a density of less than 96 percent.
36
37 5-05.3(10) Tie Bars and Dowel Bars
38 The second sentence in the seventh paragraph is revised to read:
39
40 The epoxy-bonding agent shall be either Type I or IV epoxy resin as specified in Section
41 9-26.
42
43 5-05.3(12) Surface Smoothness
44 The first sentence in the first paragraph is revised to read:
45
46 The pavement smoothness will be checked with equipment furnished and operated by
47 the Contractor, under supervision of the Engineer, within 48 hours following placement
48 of concrete.
49
TEST2 17
1 SECTION 6-02, CONCRETE STRUCTURES
2 December 4, 2006
3 6-02.3(2) Proportioning Materials
4 The third paragraph is revised to read:
5
6 The use of fly ash is required for Class 4000D and 4000P concrete, except that ground
7 granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly
8 ash and ground granulated blast furnace slag is optional for all other classes of
9 concrete.
10
11 6-02.3(2)A Contractor Mix Design
12 The first paragraph is revised to read:
13
14 The Contractor shall provide a mix design in writing to the Engineer for all classes of
15 concrete specified in the Plans except for those accepted based on a Certificate of
16 Compliance. No concrete shall be placed until the Engineer has reviewed the mix
17 design. The required average 28 day compressive strength shall be selected per ACI
18 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318 shall be used to determine
19 proportions. The proposed mix for Class 4000P shall provide a minimum fly ash or
20 ground granulated blast furnace slag content per cubic yard of 100 pounds, and a
21 minimum cement content per cubic yard of 600 pounds. The proposed mix for Class
22 4000D shall provide a minimum fly ash or ground granulated blast furnace slag content
23 per cubic yard of 75 pounds, and a minimum cement content per cubic yard of 660
24 pounds. All other concrete mix designs, except those for lean concrete and commercial
25 concrete, shall have a minimum cementitious material content of 564 pounds per cubic
26 yard of concrete.
27
28 The following new sentence is inserted after the first sentence in the fourth paragraph.
29
30 An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also
31 be used.
32
33 6-02.3(4)A Qualification of Concrete Suppliers
34 The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced
35 with the following:
36
37 Batch Plant Prequalification may be obtained through one of the following methods:
38
39 1. Certification by the National Ready Mix Concrete Association (NRMCA).
40 Information concerning NRMCA certification may be obtained from the NRMCA
41 at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org.
42 The NRMCA certification shall be good for a two year period. When this
43 method of certification is used the following documentation shall be submitted
44 to the project engineer.
45
46 a. A copy of the current NRMCA Certificate of Conformance, the
47 concrete mix design(s) (WSDOT Form 350-040), along with copies of
48 the truck list, batch plant scale certification, admixture dispensing
49 certification, and volumetric water batching devices (including water
50 meters) verification.
51
TEST2 18
1 2. Independent evaluation certified by a Professional Engineer using NRMCA
2 checklist. The Professional Engineer shall be licensed under title 18 RCW,
3 state of Washington, qualified in civil engineering. The independent certification
4 using the NRMCA checklist shall be good for a two year period. When this
5 method of certification is used the following documentation shall be submitted
6 to the engineer.
7
8 a. A copy of the Professional Engineer's stamped and sealed NRMCA
9 Verification of Inspection and Application for Certificate page from the
10 NRMCA checklist, the concrete mix design(s) (WSDOT Form 350-
11 040), along with copies of the truck list, batch plant scale certification,
12 admixture dispensing certification, and volumetric water batching
13 devices (including water meters) verification.
14
15 3. Inspection conducted by the Plant Manager, defined as the person directly
16 responsible for the daily plant operation, using the NRMCA Plant Certification
17 checklist. The Plant Manager certification shall be done prior to the start of a
18 project, and every six months throughout the life of the project, and meet the
19 following requirements:
20
21 a. The Agreement to Regularly Check Scales and Volumetric Batching
22 Dispensers page in the NRMCA Plant Certification checklist shall be
23 signed by the Plant Manager and notarized.
24
25 b. The signed and notarized Agreement to Regularly Check Scales and
26 Volumetric Batching Dispensers page and a copy of the NRMCA
27 Plant Certification checklist cover page showing the plant designation,
28 address and Company operating plant shall all be submitted to the
29 Project Engineer with the concrete mix design (WSDOT Form 350-
30 040), along with copies of the truck list, batch plant scale certification,
31 admixture dispensing certification, and volumetric water batching
32 devices (including water meters) verification.
33
34 c. The NRMCA Plant Certification checklists shall be maintained by the
35 Plant Manager and are subject to review at any time by the
36 Contracting Agency.
37
38 e. Volumetric water batching devices (including water meters) shall be
39 verified every 90 days.
40
41 6-02.3(5)C Conformance to Mix Design
42 Item 2 under the first paragraph is revised to read:
43
44 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of
45 that specified in the mix design.
46
47 6-02.3(5)H Sampling and Testing for Compressive Strength
48 This section including title is revised to read:
+� 49
TEST2 19
1 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial
2 Curing
3 Acceptance testing for compressive strength shall be conducted at the same frequency
4 as the acceptance tests for temperature, consistency, and air content.
5
6 The Contractor shall provide, and maintain cure boxes for curing concrete cylinders.
7 The Contractor shall also provide, maintain and operate all necessary power sources
8 and connections needed to operate the curing box. Concrete cylinders shall be cured in
9 a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall
10 maintain a temperature between 60°F and 80°F for concrete with specified strengths
11 less than 6000 psi and between 68°F and 78°F for concrete with specified strengths of
12 6000 psi and higher. A minimum/maximum thermometer shall be installed to measure
13 the internal temperature of the cure box. The thermometer shall be readable from
14 outside of the box and be capable of recording the high and low temperatures in a 24-
15 hour period. The cure boxes shall create an environment that prevents moisture loss
16 from the concrete specimens. The top shall have a working lock and the interior shall be
17 rustproof.A moisture-proof seal shall be provided between the lid and the box. The cure
18 box shall be the appropriate size to accommodate the number of concrete acceptance
19 cylinders necessary or the Contractor shall provide additional cure boxes. Once
20 concrete cylinders are placed in the cure box, the cure box shall not be moved until the
21 cylinders have been cured in accordance with these specifications. When concrete is
22 placed at more than one location simultaneously, multiple cure boxes shall be provided.
23
24 The Contractor shall protect concrete cylinders in cure boxes from excessive vibration
25 and shock waves during the curing period in accordance with Section 6-02.3(6)D.
26
27 6-02.3(6)D Protection Against Vibration
28 The last sentence in the second paragraph is revised to read:
29
30 See the Shaft Special Provision, and Section 6-16 respectively for shaft installation, and
31 soldier pile shaft installation operations.
32
33 The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read:
34
35 (3) Equipment Class H (High Vibration) shall include pile drivers, machine operated
36 impact tools, pavement breakers, and other large pieces of equipment.
37
38 6-02.3(11) Curing Concrete
39 The second paragraph is supplemented with the following:
40
41 Runoff water shall be collected and disposed of in accordance with all applicable
42 regulations. In no case shall runoff water be allowed to enter any lakes, streams, or
43 other surface waters.
44
45 6-02.3(16) Plans for Falsework and Formwork
46 The address for FEDEX delivery following the fourth paragraph is revised to read:
47
48 Washington State Department of Transportation
49 Bridge and Structures Engineer
50 7345 Linderson Way SW
51 Tumwater, WA 98501-6504
52
TEST2 20
1 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans
2 The address for FEDEX delivery following the first paragraph is revised to read:
3
4 Washington State Department of Transportation
5 Bridge and Structures Engineer
6 7345 Linderson Way SW
7 Tumwater, WA 98501-6504
8
9 6-02.3(16)B Preapproved Formwork Plans
10 The address for FEDEX delivery following the second paragraph is revised to read:
11
12 Washington State Department of Transportation
13 Bridge and Structures Engineer
14 7345 Linderson Way SW
15 Tumwater, WA 98501-6504
16
17 6-02.3(24)C Placing and Fastening
18 The 14th paragraph is revised to read:
19
20 Clearances shall be at least:
21
22 4-inches between: Main bars and the top of any concrete masonry
23 exposed to the action of salt or alkaline water.
24
25 3-inches between: Main bars and the top of any concrete deposited
26 against earth without intervening forms.
27
28 21/2-inches between: Adjacent bars in a layer. Roadway slab bars and the
29 top of the roadway slab.
30
31 2-inches between: Adjacent layers. Main bars and the surface of concrete
32 exposed to earth or weather (except in roadway slabs).
33 Reinforcing bars and the faces of forms for exposed
34 aggregate finish.
35
36 1 1/2-inches between: Main bars and the surface of concrete not exposed to
37 earth or weather. Slab bars and the top of the slab
38 (except roadway slabs). Barrier and curb bars and the
39 surface of the concrete. Stirrups and ties and the
40 surface of the concrete exposed to earth or weather.
41
42 1-inch between: Slab bars and the bottom of the slab. Stirrups and ties
43 and the surface of the concrete not exposed to earth or
44 weather.
45
46 6-02.3(26)A Shop Drawings
47 The address for FEDEX delivery under Item 1 in the first paragraph is revised to read:
48
49 Washington State Department of Transportation
50 Bridge and Structures Engineer
51 7345 Linderson Way SW
52 Tumwater, WA 98501-6504
TEST2 21
1 1
2 6-02.3(28)A Shop Drawings
3 The first paragraph is revised to read:
4
5 Before casting the structural elements, the Contractor shall submit:
6
7 1. Seven sets of shop drawings for approval by the Department of Transportation
8 Bridge and Structures Engineer, Construction Support, addressed as follows:
9
10 US Postal Service
11 P. O. Box 47340
12 Olympia, WA 98504-7340
13
14 FedEx
15 7345 Linderson Way SW
16 Tumwater, WA 98501-6504; and
17
18 2. Two sets of shop drawings to the Project Engineer.
19
20 6-02.4 Measurement
21 This section is supplemented with the following:
22
23 No specific unit of measure will apply to the lump sum item for cure box.
24
25 6-02.5 Payment
26 This section is supplemented with the following:
27
28 "Cure Box", lump sum.
29 The lump sum contract price for "Cure Box" shall be full pay for all costs for providing,
30 operating, maintaining, moving and removing the cure boxes and providing, maintaining
31 and operating all necessary power sources and connections needed to operate the
32 curing boxes.
33
34 SECTION 6-03, STEEL STRUCTURES
35 December 4, 2006
ii
36 6-03.3(7) Shop Plans
37 The first two sentences in the first paragraph are revised to read:
38
39 The Contractor shall submit for approval all shop detail plans for fabricating the steel.
40 These shall be sent to the Department of Transportation Bridge and Structures
41 Engineer, Construction Support, addressed as follows:
42
43 US Postal Service
44 R O. Box 47340
45 Olympia, WA 98504-7340
46
47 FedEx
48 7345 Linderson Way SW
49 Tumwater, WA 98501-6504
50
TEST2 22
... 1 6-03.3(21)A Web Plates
2 This section is revised to read:
3
4 If web plates are spliced, gaps between plate ends shall be set at shop assembly to
5 measure 1/4-inch, and shall not exceed 3/8-inch.
6
7 6-03.3(33) Bolted Connections
8 The first sentence in the second paragraph is revised to read:
9
10 All bolted connections are slip critical.
11
12 SECTION 6-05, PILING
13 August 7, 2006
14 6-05.3(11)H Pile Driving From or Near Adjacent Structures
15 The second paragraph is revised to read:
16
17 Freshly placed concrete in the vicinity of the pile driving operation shall be protected
18 against vibration in accordance with Section 6-02.3(6)D.
19
20 The third paragraph is deleted.
21
22 6-05.5 Payment
23 The paragraph following "Furnishing St. Piling", per linear foot is revised to read:
24
25 The unit contract price per linear foot for "Furnishing (type) Piling ( )" shall be full
26 pay for furnishing the piling specified, including fabricating and installing the steel
27 reinforcing bar cage, and casting and curing the concrete, as required for concrete
28 piling. Such price shall also be full pay, when measurement includes, for piling length
29 ordered but not driven.
30
31 SECTION 6-07, PAINTING
32 August 7, 2006
33 6-07.2 Materials
34 The first sentence in the second paragraph is revised to read:
35
36 Material used for field abrasive blasting shall meet Military Specification MIL-A-
37 22262B(SH) as listed on QPL-22262-28 as maintained by the Department of the Navy.
38
39 6-07.3(2)A Bridge Cleaning
40 In the third paragraph under Pressure Flushing, the US Sieve size for Apparent opening
41 size (ASTM D4751) is revised to read:
42
43 #100 US Sieve
44
45 SECTION 6-09, MODIFIED CONCRETE OVERLAYS
46 December 4, 2006
47 6-09.3(6)C Placing Deck Repair Concrete
48 This section is revised to read:
TEST2 23
1
2 Deck repair concrete for modified concrete overlays shall be either modified concrete or
3 concrete Class M.
4
5 Before placing any deck repair concrete, the Contractor shall flush the existing concrete
6 in the repair area with water and make sure that the existing concrete is well saturated.
7 The Contractor shall remove any freestanding water prior to placing the deck repair
8 concrete. The Contractor shall place the deck repair concrete onto the existing concrete
9 while it is wet.
10
11 All deck repairs with exposed bottom layer steel reinforcing bars, all full depth deck
12 repairs, and all deck repairs of an area greater than ten square feet (measured at the
13 top layer of steel reinforcement) shall be repaired, and wet cured for 42 hours in
14 accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the
15 curing period, all vehicular and foot traffic shall be prohibited on the repair area.
16
17 Small deck repairs, defined as those of an area equal to or less than ten square feet
18 (measured at the top layer of steel reinforcement), shall be filled with concrete overlay
19 material during the placement of the concrete overlay.
20
21 SECTION 6-10, CONCRETE BARRIER
22 December 4, 2006
23 6-10.2 Materials
24 The fourth paragraph is revised to read:
25
26 Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9-
27 06.5(4) and be galvanized in accordance with AASHTO M 232. All other hardware shall
28 conform to Section 9-06.5(1) and be galvanized in accordance with AASHTO M 232.
29
30 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS
31 January 3, 2006
32 This section including title is revised to read:
33
34 SECTION 6-11, REINFORCED CONCRETE WALLS
35 6-11.1 Description
36 This work consists of constructing reinforced concrete retaining walls, including those
37 shown in the Standard Plans, L walls, and counterfort walls.
38
39 6-11.2 Materials
40 Materials shall meet the requirements of the following sections:
41
42 Cement 9-01
43 Aggregates for Portland Cement Concrete 9-03.1
44 Gravel Backfill 9-03.12
45 Premolded Joint Filler 9-04.1(2)
46 Steel Reinforcing Bar 9-07.2
47 Epoxy-Coated Steel Reinforcing Bar 9-07.3
48 Concrete Curing Materials and Admixtures 9-23
49 Fly Ash 9-23.9
TEST2 24
1 Water 9-25
2
3 Other materials required shall be as specified in the Special Provisions.
4
5 6-11.3 Construction Requirements
6
7 6-11.3(1) Submittals
8 The Contractor shall submit all excavation shoring plans to the Engineer for approval in
9 accordance with Section 2-09.3(3)D.
10
11 The Contractor shall submit all falsework and formwork plans to the Engineer for
12 approval in accordance with Sections 6-02.3(16) and 6-02.3(17).
13
14 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the
15 following information shall be submitted to the Engineer for approval in accordance with
16 Sections 6-01.9 and 6-02.3(28)A:
17
18 1. Working drawings for fabrication of the wall stem panels, showing dimensions,
19 steel reinforcing bars, joint and joint filler details, surface finish details, lifting
20 devices with the manufacturer's recommended safe working capacity, and
21 material specifications.
22
23 2. Working drawings and design calculations for the erection of the wall stem
24 panels showing dimensions, support points, support footing sizes, erection
25 blockouts, member sizes, connections, and material specifications.
26
27 3. Design calculations for the precast wall stem panels, the connection between
28 the precast panels and the cast-in-place footing, and all modifications to the
29 cast-in-place footing details as shown in the Plans or Standard Plans.
30
31 The Contractor shall not begin excavation and construction operations for the retaining
32 walls until receiving the Engineer's approval of the above submittals.
33
34 6-11.3(2) Excavation and Foundation Preparation
35 Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages
36 shown in the Plans. Foundation soils found to be unsuitable shall be removed and
37 replaced in accordance with Section 2-09.3(1)C.
38
39 6-11.3(3) Precast Concrete Wall Stem Panels
40 The Contractor may fabricate precast concrete wall stem panels for construction of
41 Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast
42 concrete wall stem panels may be used for construction of non-Standard Plan retaining
43 walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels
44 shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete.
45
46 The precast concrete wall stem panels shall be designed in accordance with the
47 requirements for Load Factor Design in the following codes:
48
49 1. For all loads except as otherwise noted -AASHTO Standard Specifications for
50 Highway Bridges, latest edition and current interims. The seismic design shall
51 use the acceleration coefficient and soil profile type as specified in the Plans.
52
TEST2 25
1 2. For all wind loads - AASHTO Guide Specifications for Structural Design of
2 Sound Barriers, latest edition and current interims.
3
4 The precast concrete wall stem panels shall be fabricated in accordance with the
5 dimensions and details shown in the Plans, except as modified in the shop drawings as
6 approved by the Engineer.
7
8 The precast concrete wall stem panels shall be fabricated full height, and shall be
9 fabricated in widths of 8 feet, 16 feet, and 24 feet.
10
11 The construction tolerances for the precast concrete wall stem panels shall be as
12 follows:
13
14 Height ±1/4 inch
15 Width ±1/4 inch
16 Thickness ±1/4 inch
17 -1/8 inch
18 Concrete cover for steel reinforcing bar ±3/8 inch
19 -1/8 inch
20 Width of precast concrete wall stem panel joints ±1/4 inch
21 Offset of precast concrete wall stem panels ±1/4 inch
22 (Deviation from a straight line extending 5 feet on each side of the panel joint)
23
24 The precast concrete wall stem panels shall be constructed with a mating shear key
25 between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 ,
26 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5-
27 1/2 inches maximum. The shear key shall be continuous and shall be of uniform width
28 over the entire height of the wall stem.
29
30 The Contractor shall provide the specified surface finish as noted, and to the limits
31 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved ,
32 with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the
33 Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall
34 stem panels shall be cast in a vertical position if the Plans call for a form liner texture on
35 both sides of the wall stem panel.
36
37 The precast concrete wall stem panel shall be rigidly held in place during placement and
38 curing of the footing concrete.
39
40 The precast concrete wall stem panels shall be placed a minimum of one inch into the
41 footing to provide a shear key. The base of the precast concrete wall stem panel shall
42 be sloped '/z inch per foot to facilitate proper concrete placement.
43
44 To ensure an even flow of concrete under and against the base of the wall panel, a form
45 shall be placed parallel to the precast concrete wall stem panel, above the footing, to
46 allow a minimum one foot head to develop in the concrete during concrete placement.
47
48 The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast
49 concrete wall stem panel by 1-1/2 inches minimum.
50
51 All precast concrete wall stem panel joints shall be constructed with joint filler installed
52 on the rear (backfill) side of the wall. The joint filler material shall extend from two feet
TEST2 26
1 below the final ground level in front of the wall to the top of the wall. The joint filler shall
2 be a nonorganic flexible material and shall be installed to create a waterproof seal at
3 panel joints.
4
5 The soil bearing pressure beneath the falsework supports for the precast concrete wall
6 stem panels shall not exceed the maximum design soil pressure shown in the Plans for
7 the retaining wall.
8
9 6-11.3(4) Cast-In-Place Concrete Construction
10 Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast,
11 cured, and finished in accordance with Section 6-02, and the details shown in the Plans
12 and Standard Plans. All cast-in-place concrete shall be Class 4000.
13
14 The Contractor shall provide the specified surface finish as noted, and to the limits
15 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved
16 with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the
17 Special Provisions.
18
19 Cast-in-place concrete for adjacent wall stem sections (between vertical expansion
20 joints) shall be formed and placed separately, with a minimum 12 hour time period
21 between concrete placement operations.
22
23 Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem
24 expansion joints in accordance with Section 6-01.14.
25
26 6-11.3(5) Backfill, Weepholes and Gutters
27 Unless the Plans specify otherwise, backfill and weepholes shall be placed in
28 accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain
29 shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone
30 defined as bridge approach embankment in Section 1-01.3 shall be compacted in
31 accordance with Method C of Section 2-03.3(14)C. All other backfill shall be compacted
32 in accordance with Method B of Section 2-03.3(14)C, unless otherwise specified.
33
34 Cement concrete gutter shall be constructed as shown in the Standard Plans.
35
36 6-11.3(6) Traffic Barrier and Pedestrian Barrier
37 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in
38 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans
39 and Standard Plans.
40
41 6-11.4 Measurement
42 Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4.
43
44 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for
45 retaining wall will be measured as specified in Section 6-02.4.
46
47 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for
48 cast-in-place concrete barrier.
49
50 6-11.5 Payment
51 Payment will be made in accordance with Section 1-04.1 for each of the following bid
52 items when they are included in the proposal:
TEST2 27
1 t
2 "Conc. Class 4000 For Retaining Wall", per cubic yard.
3 All costs in connection with furnishing and installing weep holes and premolded
4 joint filler shall be included in the unit contract price per cubic yard for "Conc. Class
5 4000 for Retaining Wall".
6
7 "St. Reinf. Bar For Retaining Wall", per pound.
8 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound.
9
10 "Traffic Barrier", per linear foot.
11 "Pedestrian Barrier", per linear foot.
12 The unit contract price per linear foot for "_ Barrier" shall be full pay for
13 constructing the barrier on top of the retaining wall, except that when these bid
14 items are not included in the proposal, all costs in connection with performing the
15 work as specified shall be included in the unit contract price per cubic yard for
16 "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for
17 _ Bar For Retaining Wall".
18
19 SECTION 6-12, NOISE BARRIER WALLS
20 January 3, 2006
21 6-12.3(6) Precast Concrete Panel Fabrication and Erection
22 Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 6.
23
24 The below new item 5 is inserted ahead of renumbered item 6:
25
26 5. Precast concrete panels shall not be erected until the foundations for the panels
27 have attained a minimum compressive strength of 3,400 psi.
28
29 SECTION 6-13, STRUCTURAL EARTH WALLS
30 December 4, 2006 '
31 6-13.3(2) Submittals
32 The fifth paragraph is revised to read:
33
34 The design calculation and working drawing submittal shall include detailed design
35 calculations and all details, dimensions, quantities, and cross-sections necessary to
36 construct the wall. The calculations shall include a detailed explanation of any symbols,
37 design input, material property values, and computer programs used in the design of the
38 walls. All computer output submitted shall be accompanied by supporting hand
39 calculations detailing the calculation process. If MSEW 3.0, or a later version, is used
40 for the wall design, hand calculations supporting MSEW are not required.
41
42 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection
43 This section is supplemented with the following:
44
45 Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2-
46 12.3 and 6-13.3(5).
47
48 6-13.3(7) Backfill
49 Under number 4 in the fifth paragraph, the words "light mechanical tampers" are revised to
50 "a plate compactor".
r
TEST2 28
.. 1
2 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier
3 This Section is revised to read:
4
5 The Contractor, in conjunction with the structural earth wall manufacturer, shall design
6 and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with
7 Section 6-13.3(2) and the above ground geometry details shown in the Plans. The
8 barrier working drawings and supporting calculations shall include, but not be limited to,
9 the following:
10
11 1. Complete details of barrier cross section geometry, including the portion below
12 ground, and accommodations necessary for bridge approach slabs, PCCP,
13 drainage facilities, underground utilities, and sign support, luminaire pole,
14 traffic signal standard, and other barrier attachments.
15
16 2. Details of the steel reinforcement of the barrier, including a bar list and bending
17 diagram in accordance with Section 6-02.3(24), and including additional
18 reinforcement required at sign support, luminaire pole, traffic signal standard,
19 and other barrier attachment locations.
20
21 3. Details of the interface of, and the interaction between, the barrier and the top
22 layers of structural earth wall reinforcement and facing.
23
24 4. When the Plans specify placement of conduit pipes through the barrier, details
25 of conduit pipe and junction box placement.
26
27 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with
28 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural
29 earth wall working drawings as approved by the Engineer.
30
31 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS
32 December 4, 2006
33 6-14.3(2) Submittals
34 Item 2 is revised to read:
35
36 2. The Contractor's proposed wall construction method, including proposed forming
37 systems, types of equipment to be used, proposed erection sequence and details
38 of how the backfill will be retained during each stage of construction.
39
40 6-14.3(4) Erection and Backfill
41 The first sentence in the eighth paragraph is revised to read:
42
43 The Contractor shall place and compact the wall backfill in accordance with the wall
44 construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C,
45 except as follows:
46
47 Under number 5 in the eighth paragraph, the words "light mechanical tempers" are revised
48 to "a plate compactor".
49
50 6-14.4 Measurement
51 The first three paragraphs are revised to read:
TEST2 29
1
2 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be
3 measured by the square foot of face of completed wall. Corner wrap area and
4 extensions of the geosynthetic wall beyond the area of wall face shown in the Plans or
5 staked by the Engineer are considered incidental to the wall construction and will not be
6 included in the measurement of the square foot of face of completed geosynthetic
7 retaining wall.
8
9 Gravel borrow for geosynthetic retaining wall backfill will be measured as specified in
10 Section 2-03.4.
11
12 Shotcrete facing and concrete fascia panel will be measured by the square foot surface
13 area of the completed facing or fascia panel, measured to the neat lines of the facing or
14 panel as shown in the Plans. When a footing is required, the measurement of the fascia
15 panel area will include the footing.
16
17 6-14.5 Payment
18 The bid item "Borrow for Geosynthetic Wall Incl. Haul" and subsequent paragraph are
19 revised to read:
20
21 "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul", per ton or per cubic yard.
22 All costs in connection with furnishing and placing backfill material for temporary or
23 permanent geosynthetic retaining walls as specified shall be included in the unit contract
24 price per ton or per cubic yard for"Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul".
25
26 SECTION 6-15, SOIL NAIL WALLS
27 August 7, 2006
28 6-15.3(8) Soil Nail Testing and Acceptance
29 The first sentence in the fourth paragraph is revised to read:
30
31 The pressure gauge shall be graduated in increments of either 100 psi or two percent of
32 the maximum test load, whichever is less.
33
34 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS
35 August 7, 2006
36 6-16.3(5) Backfilling Shaft
37 The first and second paragraphs are revised to read:
38
39 The excavated shaft shall be backfilled with either controlled density fill (CDF), or
40 pumpable lean concrete, as shown in the Plans and subject to the following
41 requirements:
42
43 1. Dry_ shaft excavations shall be backfilled with CDF.
44
45 2. Wet shaft excavations shall be backfilled with pumpable lean concrete.
46
47 3. Pumpable lean concrete shall be a Contractor designed mix providing a
48 minimum 28 day compressive strength of 100 psi. Acceptance of pumpable
49 lean concrete will conform to the acceptance requirements specified in Section
50 2-09.3(1) for CDF.
TEST2 30
1
2 4. A wet shaft is defined as a shaft where water is entering the excavation and
3 remains present to a depth of six inches or more.
4
5 5. When the Plans or test hole boring logs identify the presence of a water table
a 6 at or above the elevation of the bottom of soldier pile shaft, the excavation
7 shall be considered as wet, except as otherwise noted. Such a shaft may be
8 considered a dry shaft provided the Contractor furnishes and installs casing
9 that is sufficiently sealed into competent soils such that water cannot enter the
10 excavation.
11
12 Placement of the shaft backfill shall commence immediately after completing the shaft
13 excavation and receiving the Engineer's approval of the excavation. CDF or pumpable
14 lean concrete shall be placed in one continuous operation to the top of the shaft.
15 Vibration of shaft backfill is not required.
16
17 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors
18 The first paragraph is revised to read:
19
W. 20 The excavation and removal of CDF and pumpable lean concrete for the lagging
21 installation shall proceed in advance of the lagging, and shall not begin until the CDF
22 and pumpable lean concrete are of sufficient strength that the material remains in
23 placed during excavation and lagging installation. If the CDF or pumpable lean concrete
24 separates from the soldier pile, or caves or spalls from around the pile, the Contractor
I 25 shall discontinue excavation and timber lagging installation operations until the CDF and
26 pumpable lean concrete is completely set. The bottom of the excavation in front of the
27 wall shall be level. Excavation shall conform to Section 2-03.
28
29 SECTION 6-17, PERMANENT GROUND ANCHORS
30 August 7, 2006
31 6-17.3(8) Testing and Stressing
32 The first sentence in the third paragraph is revised to read:
33
34 The pressure gauge shall be graduated in increments of either 100 psi or two percent of
35 the maximum test load, whichever is less.
36
37 SECTION 7-01, DRAINS
38 August 7, 2006
39 7-01.3 Construction Requirements
40 This section is revised to read:
41
42 A trench of the dimensions shown in the Plans or as specified by the Engineer shall be
43 excavated to the grade and line given by the Engineer.
44
45 Section 7-01.3 is supplemented with the following new sub-sections:
46
'I 47 7-01.3(1) Drain Pipe
48 Drain pipe shall be laid in conformity with the line and grades as shown in the Plans.
49 The drain pipe shall be laid with soiltight joints unless otherwise specified. Concrete
50 drain pipe shall be laid with the bell or larger end upstream. PVC drain pipe shall be
TEST2 31
w
1 jointed with a bell and spigot joint using a flexible elastomeric seal as described in
2 Section 9-04.8. The bell shall be laid upstream. PE drain pipe shall be jointed with
3 snap-on, screw-on, bell and spigot, or wraparound coupling bands as recommended by
4 the manufacturer of the tubing.
5
6 7-01.3(2) Underdrain Pipe
7 When underdrain pipe is being installed as a means of intercepting ground or surface
8 water, the trench shall be fine-graded in the existing soil 3 inches below the grade of the
9 pipe as shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill
10 shall be placed to the depth shown in the Plans or as designated by the Engineer. All
11 backfill shall be placed in 12-inch maximum layers and be thoroughly compacted with
12 three passes of a vibratory compactor for each layer. The Contractor shall use care in
13 placing the gravel backfill material to prevent its contamination.
14
15 Class 2 perforations shall be used unless otherwise specified. When Class 1
16 perforations are specified the perforated pipe shall be laid with the perforations down.
17 Upon final acceptance of the work, all drain pipes shall be open, clean, and free
18 draining. Perforated pipe does not require a watertight joint. PVC underdrain pipe shall
19 be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or
20 solvent cement as described in Section 9-04.9, at the option of the Contractor unless
21 otherwise specified in the Plans. The bell shall be laid upstream. PE drainage tubing
22 underdrain pipe shall be jointed with snap-on, screw-on, bell and spigot, or wraparound
23 coupling bands, as recommended by the manufacturer of the tubing.
24
25 SECTION 7-02, CULVERTS
26 January 3, 2006
27 7-02.2 Materials
28 The fifth and seventh paragraphs are deleted:
29
30 SECTION 7-04, STORM SEWERS
31 January 3, 2006
32 7-04.2 Materials
33 The fourth and sixth paragraphs are deleted:
34
35 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
36 December 4, 2006
37 8-01.3(1) General
38 The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and
39 replaced with the following:
40
41 Erodible soil not being worked, whether at final grade or not, shall be covered within the
42 following time period, using an approved soil covering practice, unless authorized
43 otherwise by the Engineer:
44
45 In western Washington (west of the Cascade Mountain crest):
46
47 October 1 through April 30 2 days maximum
48 May 1 to September 30 7 days maximum
TEST2 32
m. 1
2 In eastern Washington (east of the Cascade Mountain crest.):
3
4 October 1 through June 30 5 days maximum
5 July 1 through September 30 10 days maximum
6
7 8-01.3(1)B Erosion and Sediment Control (ESC) Lead
8 This section is revised to read:
9
10 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the
11 TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of
12 Training in Construction Site Erosion and Sediment Control from a course approved by
13 the Washington State Department of Ecology. The ESC Lead shall be listed on the
14 Emergency Contact List required under Section 1-05.13(1).
15
16 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC)
17 plan. Implementation shall include, but is not limited to:
18
19 1. Installing and maintaining all temporary erosion and sediment control Best
20 Management Practices (BMPs) included in the TESC plan to assure continued
21 performance of their intended function. Damaged or inadequate TESC BMPs
22 shall be corrected immediately.
23
24 2. Updating the TESC plan to reflect current field conditions.
25
26 When a TESC plan is included in the contract plans, the Contractor shall inspect all on-
27 site erosion and sediment control BMPs at least once every calendar week and within
28 24 hours of runoff events in which stormwater discharges from the site. Inspections of
29 temporarily stabilized, inactive sites may be reduced to once every calendar month.
30 The Erosion and Sediment Control Inspection Form (Form Number 220-030 EF) shall
31 be completed for each inspection and a copy shall be submitted to the Engineer no later
32 than the end of the next working day following the inspection.
33
34 8-01.3(2)E Tacking Agent and Soil Binders
35 The third paragraph, (PAM) is revised to read:
36
37 Soil Binding Using Polyacrylamide (PAM)
38 The PAM shall be applied on bare soil completely dissolved and mixed in water or
39 applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3
40 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of
41 cellulose fiber mulch treated with a non-toxic dye shall be applied with the dissolved
42 PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held
43 fertilizer spreader or a tractor-mounted spreader.
44
45 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
46 The second paragraph under East of the summit of the Cascade Range, beginning with "The
47 Contractor will be responsible", is deleted.
48
49 8-01.3(9)A Silt Fence
50 The fifth paragraph is revised to read:
51
TEST2 33
1 Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 '
2 1/4 inches by 1 114 inches by the minimum length shown in the Plans. Steel posts shall
3 have a minimum weight of 0.90 Ibs/ft
4
5 8-01.4 Measurement
6 This section is supplemented with the following:
7
8 Coir log will be measured by the linear foot along the ground line of the completed
9 installation.
10
11 8-01.5 Payment
12 The following bid item is inserted after"Compost Sock", per linear foot:
13
14 "Coir Log", per linear foot
15
16 This section is supplemented with the following: ,
17
18 "Mowing", per acre.
19
20 SECTION 8-02, ROADSIDE RESTORATION
21 April 3, 2006
22 8-02.3(8) Planting
23 The seventh and eighth paragraphs are deleted and replaced with the following:
24
25 All burlap, baskets, string, wire and other such materials shall be removed from the hole
26 when planting balled and burlapped plants. The plant material shall be handled in such
27 a manner that the root systems are kept covered and damp at all times. The root ,
28 systems of all bare root plant material shall be dipped in a slurry of silt and water
29 immediately prior to planting. The root systems of container plant material shall be
30 moist at the time of planting. In their final position, all plants shall have their top true root '
31 (not adventitious root) no more than 1" below the soil surface, no matter where that root
32 was located in the original root ball or container. After planting, the backfill material and
33 root ball shall be thoroughly watered in within 24 hours.
34
35 8-02.3(9) Pruning, Staking, Guying, and Wrapping
36 The first paragraph is revised to read:
37 ,38 Plants shall be pruned at the time of planting, only to remove minor broken or damaged
39 twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in
40 such a manner as to retain or to encourage natural growth characteristics of the plants.
41 All other pruning shall be performed only after the plants have been in the ground at
42 least one year.
43 ,44 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS
45 December 4, 2006
46 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters
47 The first paragraph is supplemented with the following:
48
TEST2 34
1 Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing
2 pavement surface at the rate ordered by the Engineer.
3
4 8-04.4 Measurement
5 The first paragraph is revised to read:
6
7 All curbs, gutters, and spillways will be measured by the linear foot along the line and
8 slope of the completed curbs, gutters, or spillways, including bends. Measurement of
9 cement concrete curb and cement concrete curb and gutter, when constructed across
10 driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp.
11
12 SECTION 8-08, RUMBLE STRIPS
13 April 3, 2006
14 8-08.1 Description
15 The first sentence is revised to read:
16
17 This work consists of constructing centerline and shoulder rumble strips by grinding hot
18 mix asphalt.
19
20 8-08.3 Construction Requirements
21 The first sentence in the first paragraph is revised to read:
22
23 The equipment shall have a rotary type cutting head or series of cutting heads capable
24 of grinding one or more recesses in the hot mix asphalt as detailed in the Standard
25 Plans.
26
27 The third sentence in the third paragraph is revised to read:
28
29 All cuttings and other debris shall become the property of the Contractor and be
30 disposed of outside the project limits.
31
32 SECTION 8-09, RAISED PAVEMENT MARKERS
33 April 3, 2006
34 8-09.3(5) Recessed Pavement Marker
35 This section is revised to read:
36
37 Construct recesses for pavement markers by grinding the pavement in accordance with
38 the dimensions shown in the Standard Plans. This work shall include cleanup and
39 disposal of cuttings and other resultant debris. Prepare the surface in accordance with
40 Section 8-09.3(1). Install Type 2 markers in the recess in accordance with the Standard
41 Plans and Section 8-09.3(4).
42
43 SECTION 8-11, GUARDRAIL
44 April 3, 2006
45 8-11.3(4) Removing Guardrail
46 This section including title is revised to read:
47
TEST2 35
1 8-11.3(4) Removing Guardrail and Guardrail Anchor ,
2 Removal of the various types of guardrail shall include removal of the rail, cable
3 elements, hardware, and pests, including transition sections, expansion sections and
4 terminal sections . Removal of the various types of guardrail anchors shall include
5 removal of the anchor assembly in its entirety, including concrete bases, rebar, and steel
6 tubes and any other appurtenances in the anchor assembly. All holes resulting from the
7 removal of the guardrail posts and anchors shall be backfilled with granular material in
8 layers no more than 6-inches thick and compacted to a density similar to that of the
9 adjacent material. The removed guardrail items shall become the property of the
10 Contractor.
11
12 SECTION 8-16, CONCRETE SLOPE PROTECTION
13 August 7, 2006
14 8-16.2 Materials
15 The material "Concrete Class 3000" and referenced section "6-02" are revised to read:
16
17 Commercial Concrete 6-02.3(2)B
18
19 8-16.3(3) Poured in Place Cement Concrete
20 In the second paragraph, the words "Class 3000 cement' are revised to read "commercial".
21 ,22 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
23 ELECTRICAL
24 December 4, 2006 1
25 8-20.3(2) Excavating and Backfilling
26 The third paragraph is revised to read: '
27
28 The excavations shall be backfilled in conformance with the requirements of Section 2-
29 09.3(1)E, Structure Excavation. ,
30
31 8-20.3(4) Foundations
32 The second paragraph is revised to read:
33
34 The bottom of concrete foundations shall rest on firm ground. If the portion of the
35 foundation beneath the existing ground line is formed or cased instead of being cast
36 against the existing soil forming the sides of the excavation, then all gaps between the
37 existing soil and the completed foundation shall be backfilled and compacted in
38 accordance with Section 2-09.3(1)E. '
39
40 The thirteenth paragraph is revised to read:
41
42 Both forms and ground which will be in contact with the concrete shall be thoroughly
43 moistened before placing concrete; however, excess water in the foundation excavation
44 will not be permitted. Foundations shall have set at least 72 hours prior to the removal
45 of the forms. All forms shall be removed, except when the Plans or Special Provisions ,
46 specifically allow or require the forms or casing to remain.
47
48 8-20.3(9) Bonding, Grounding
49 The first, second, and fourth paragraphs are revised to read:
TEST2 36
2 All metallic appurtenances containing electrical conductors (luminaires, light standards,
3 cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to
4 form continuous systems, that shall be effectively grounded.
5
6 Where conduit is installed, the installation shall include an equipment ground conductor,
7 in addition to the conductors noted in the contract. Bonding jumpers and equipment
8 grounding conductors shall be installed in accordance with Section 9-29.3 and NEC.
9 Where existing conduits are used for the installation of new circuits, an equipment-
10 grounding conductor shall be installed unless an existing equipment ground conductor,
11 which is appropriate for the largest circuit, is already present in the existing raceway.
12 The equipment ground conductor between the isolation switch and the sign lighter
13 fixtures shall be a minimum of a 14 AWG stranded copper conductor. Where parallel
14 circuits are enclosed in a common conduit, the equipment-grounding conductor shall be
15 sized by the largest overcurrent device serving any circuit contained within the conduit.
16
17 Supplemental grounding shall be provided at light standards, signal standards,
18 cantilever and sign bridge structures. Steel sign posts which support signs with sign
19 lighting or flashing beacons shall also have supplemental grounding. The supplemental
20 ground conductor shall be connected to the foundation rebar (all rebar crossings shall
21 be wire tied) by means of a grounding connector listed for use in concrete, and lead up
22 directly adjacent to a conduit installed within the foundation. The free end of the
23 conductor shall be terminated to the ground terminal, with an approved clamp, within
24 the pole. If no ground terminal is provided, bond to standard or post. Three feet of
25 slack shall be provided inside the standard. Where a concrete and rebar foundation is
26 not used the supplemental ground shall be a grounding electrode placed in the hole
27 next to the post prior to back fill. For light standards, signal standards, cantilever and
28 sign bridge structures the supplemental grounding conductor shall be a non-insulated 4
29 AWG stranded copper conductor. For steel sign posts which support signs with sign
30 lighting or flashing beacons the supplemental grounding conductor shall be a non-
31 insulated 6 AWG stranded copper conductor.
32
33 8-20.3(14)E Signal Standards
34 The second paragraph is revised to read:
35
36 Signal standards shall not be erected on concrete foundations until the foundations
37 have attained 2400 psi or 14 days after concrete placement. Signal standards without
38 mast arms may be erected after 72 hours. Type IV and V strain pole standards may be
39 erected but the messenger cable (span wire) shall not be placed until the foundation has
40 attained 2400 psi or 14 days after concrete placement.
41
42 SECTION 8-21, PERMANENT SIGNING
43 January 3, 2006
44 8-21.3(9)F Bases
45 The second paragraph is revised to read:
46
47 The excavation and backfill shall be in conformance with the requirements of Section 2-
48 09.3(1)E.
49
50 The fifth paragraph is revised to read:
51
TEST2 37
1 The bottom of concrete foundations shall rest on firm ground. If the portion of the
2 foundation beneath the existing ground line is formed or cased instead of being cast
3 against the existing soil forming the sides of the excavation, then all gaps between the
4 existing soil and the completed foundation shall be backfilled and compacted in
5 accordance with Section 2-09.3(1)E.
6
7 The fourteenth paragraph is revised to read:
8
9 Both forms and ground which will be in contact with the concrete shall be thoroughly
10 moistened before placing concrete; however, excess water in the foundation excavation '
11 will not be permitted. Forms shall not be removed until the concrete has set at least
12 three days. All forms shall be removed, except when the Plans or Special Provisions
13 specifically allow or require the forms or casing to remain. '
14
15 SECTION 8-22, PAVEMENT MARKING
16 December 4, 2006
17 8-22.3(2) Preparation of Roadway Surfaces
18 The following new sentence is inserted after the first sentence in the second paragraph: '
19
20 The temperature requirement may be superseded by the material manufacturers written
21 installation instructions. ,
22
23 The last sentence in the third paragraph is revised to read:
24 '25 These cure periods may be reduced if the manufacturer performs a successful bond
26 test and approves the reduction of the pavement cure period.
27 '28 8-22.3(3) Marking Application
29 The following is inserted preceding the first paragraph:
30
31 Flat Lines — Pavement marking lines with a flat surface. ,
32
33 Profiled Marking —A profiled pavement marking is a marking that consists of a base line
34 thickness and a profiled thickness which is a portion of the pavement marking line that is '
35 applied at a greater thickness than the base line thickness. Profiles shall be applied
36 using the extruded method in the same application as the base line. The profiles may
37 be slightly rounded provided the minimum profile thickness is provided for the length of
38 the profile. See the Standard Plans for the construction details.
39
40 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse
41 grooves. An embossed plastic line may also have profiles. See the Standard Plans for
42 the construction details.
43
44 Inset Line — A line constructed by grinding or saw cutting a groove into the pavement
45 surface and spraying, extruding or gluing pavement marking material into the groove.
46 The groove depth is dependent upon the material used, the pavement surface and
47 location.
48
49 The second paragraph is revised to read:
50
TEST2 38
1 Centerlines on two lane highways with skip patterns, paint or plastic, shall be applied in
2 the increasing mile post direction so they are in cycle with existing skip pattern lines at
3 the beginning of the project. Skip patterns applied to multi-lane or divided roadways
4 shall be applied in cycle in the direction of travel.
5
6 Where paint is applied on centerline on two-way roads with bituminous surface
7 treatment or centerline rumble strips, the second paint application shall be applied in the
8 opposite (decreasing mile post) direction as the first application (increasing mile post)
9 direction. This will require minor skip pattern corrections for curves on the second
10 application.
11
12 The fourth paragraph, beginning with "Lines with skip patterns", is deleted.
13
14 The fifth paragraph, beginning with "Glass beads", is deleted.
15
16 The first sentence in the sixth paragraph is revised to read:
17
18 Pavement markings shall be applied at the following base line thickness measured
19 above the pavement surface or above the slot bottom for inset markings in thousandths
20 of an inch (mils):
21
22 In the sixth paragraph, the chart Marking Material Application is revised to read:
23
Marking Material Application HMA PCC BST
Paint-first coat spray 10 10 10
Paint-second coat spray 15 15 15
Type A-flat/transverse & symbols extruded 125 125 125
Type A-flat/long line & symbols spray 90 90 120
Type A-with profiles extruded 90 90 120
Type A-embossed extruded 160 160 160
Type A-embossed with profiles extruded 160 160 160
Type B -flat/transverse & symbols heat fused 125 125 125
Type C -flat/transverse & adhesive 90 90 NA
symbols
Type C-1 - inset/long line adhesive 60 60 NA
Type D -flat/transverse & spray 120 120 120
symbols
Type D -flat/transverse & extruded 120 120 120
symbols
Type D-flat/long line spray 90 90 120
Type D -flat/long line extruded 90 90 120
Type D- profiled/long line extruded 90 90 120
Type D—inset/long line spray 40 40 40
Type D—inset/long line extruded 230 230 230
24
TEST2 39
1 In the seventh paragraph, the chart for Liquid pavement marking material yield per gallon is 4,
2 revised to read:
3
Mils thickness Feet of 4" line/gallon Square feetigallon
10 483 161
15 322 108 '
30 161 54
40 125 42
45 107 36 ,
60 81 27
90 54 18 '
90 with profiles 30 10
120 40 13
120 with profiles 26 9 ,
230 21 7
4
5 In the eighth paragraph, the final line in the chart for Solid pavement marking material (Type i
6 A) yield is revised to read:
7
8 230—flat inset 47 15 '
9
10 The ninth and tenth paragraphs are deleted.
11
12 The eleventh paragraph is revised to read:
13
14 All inset plastic lines shall be applied into a groove cut or ground into the pavement. For '
15 Type A or D material the groove shall be cut or ground with equipment to produce a
16 smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut
17 with equipment to produce a smooth square groove with a width in accordance with the
18 material manufacturer's recommendation. The groove depth for Type C-1 material shall
19 be 100 mils, plus or minus 10 mils. The groove depth for Type A or D material shall be
20 as shown in the Plans.
21
22 Section 8-22.3 is supplemented with the following new sub-section.
23
24 8-22.3(3)A Glass beads
25 Top dress glass beads shall be applied to all spray and extruded pavement marking
26 material. Glass beads shall be applied by a bead dispenser immediately following the
27 pavement marking material application. Glass bead dispensers shall apply the glass
28 beads in a manner such that the beads appear uniform on the entire pavement marking
29 surface with 50 to 60% embedment. Hand casting of beads will not be allowed.
30
31 Glass beads shall be applied to 10 or 15 mil thick paint at a minimum application rate of
32 7 pounds per gallon of paint. For plastic pavement markings, glass beads shall be
33 applied at the rate recommended by the marking material manufacturer.
34
35 When two or more spray applications are required to meet thickness requirements for
36 Type A and Type D materials, top dressing with glass beads is only allowed on the last
37 application. The cure period between successive applications shall be in accordance
38 with the manufacturer's recommendations. Any loose beads, dirt or other debris shall
TEST2 40
., 1 be swept or blown off the line prior to application of each successive application.
2 Successive applications shall be applied squarely on top of the preceding application.
3
4 8-22.3(5) Installation Instructions
5 This section including title is revised to read:
6
7 8-22.3(5) Plastic Installation Instructions
8 Installation instructions for plastic markings shall be provided for the Engineer. All
9 materials including glass beads shall be installed according to the manufacturer's
10 recommendations. A manufacturer's technical representative shall be present at the
11 initial installation of plastic material to approve the installation procedure or the material
12 manufacturer shall certify that the Contractor will install the plastic material in
13 accordance with their recommended procedure.
14
15 8-22.4 Measurement
16 The following is inserted after the fifth paragraph:
17
18 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking
19 stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and
20 pattern shown in the Standard Plans. These lines will be measured as painted or plastic
21 line or wide line by the linear foot of line installed. Crosswalk line will be measured by
22 the square foot of marking installed.
23
24 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad
25 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and
26 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be
27 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each,
28 regardless of the number of arrow heads.
29
30 The last paragraph is revised to read:
31
32 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane
33 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial
34 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed
35 bump symbol will be measured per each. Removal of crosswalk lines will be measured
36 by the square foot of lines removed.
37
38 8-22.5 Payment
39 The following items are deleted:
40
41 "Painted HOV Lane Symbol Type "
42 "Plastic HOV Lane Symbol Type "
43
44 SECTION 9-00, DEFINITIONS AND TESTS
45 January 3, 2006
46 9-00.8 Sand Equivalent
47 The second paragraph is revised to read:
48
49 For acceptance, there must be a clear line of demarcation. If no clear line of
50 demarcation has formed at the end of a 30 minute sedimentation period, the material
51 will be considered as failing to meet the minimum specified sand equivalent.
TEST2 41
1 1
2 SECTION 9-02, BITUMINOUS MATERIALS
3 January 3, 2006
4 9-02.1(4) Asphalt Binders
5 This section including title is revised to read: ,
6
7 9-02.1(4) Performance Graded Asphalt Binder(PGAB)
8 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the ,
9 contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T
10 314) of M 320 is not a specification requirement.
11 '12 9-02.1(4)A Performance Graded Asphalt Binder
13 This section including title is revised to read:
14 '15 9-02.1(4)A Quality Control Plan
16 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance
17 with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance
18 Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the '
19 WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to
20 be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that
21 PGAB meets the specification requirements of the contract. '
22
23 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P
24 This section is revised to read: '
25
26 The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer
27 shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. '
28 The asphalt CRS-2P shall meet the following specifications:
29
AASHTO Test Specifications
Method Minimum Maximum
Viscosity @122°F, SFS T 59 100 400
Storage Stability 1 day % T 59 --- 1
Demulsibility 35 ml. 0.8% Dioctyl T 59 40 ---
Sodium Sulfosuccinate
Particle Charge T 59 positive ---
Sieve Test % T 59 --- 0.30
Distillation
Oil distillate by vol. of emulsion % T 59note 1 0 3
Residue T 59 note 1 65 ---
Test on the Residue From
Distillation
Penetration @77°F T 49 100 250
Torsional Recovery % note z 18
TEST2 42
or
Toughness/Tenacity in-lbs note 3 50/25 ---
m. 1
2 note 1Distillation modified to use 300 grams of emulsion heated to 350oF ± 91F and
3 maintained for 20 minutes.
4
5 note 2The Torsional Recovery test shall be conducted according to the California
6 Department of Transportation Test Method No. 332. The residue material for this
7 test shall come from California Department of Transportation Test Method No. 331.
8
9 note 3Benson method of toughness and tenacity; Scott tester, inch-pounds at 770F,
10 20 in. per minute pull. Tension head 7/8 in. diameter.
11
12 At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of
13 Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity
14 method is used for acceptance the supplier must supply all test data verifying
15 specification conformance.
16
17 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
18 December 4, 2006
19 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe
20 This section including title is revised to read:
21
22 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch)
23 Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type
24 C (corrugated both inside and outside) or type S (corrugated outer wall and smooth
25 inner liner). The maximum size pipe shall be 10 inches in diameter.
26
27 9-05.1(7) Corrugated Polyethylene Drain Pipe
28 This section including title is revised to read:
29
30 9-05.1(7) Corrugated Polyethylene Drain Pipe (12-inch through 60-inch)
31 Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum, shall
32 meet the minimum requirements of AASHTO M 294 Type S or 12-inch through 24 inch
33 diameter maximum shall meet the minimum requirements of AASHTO M 294 Type C.
34
35 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain
36 Pipe
37 This section including title is revised to read:
38
39 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10-
40 inch)
41 Perforated corrugated polyethylene underdrain pipe shall meet the requirements of
42 AASHTO M252, Type CID or Type SR Type CP shall be Type C pipe with Class 2
43 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2
44 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the
45 length and circumference of the pipe. The maximum size pipe shall be 10-inch diameter.
46
TEST2 43
1 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe
2 This section including title is revised to read:
3
4 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12-inch
5 through 60-inch)
6 Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch diameter
7 maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type
8 CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe
9 with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be '
10 uniformly spaced along the length and circumference of the pipe.
11
12 9-05.4(3) Protective Treatment ,
13 In Treatment 1 and 2, the reference to 9-05.4(6) is revised to read 9-05.4(5).
14
15 9-05.15 Metal Castings
16 This section is revised to read:
17
18 For all metal castings the producing foundry shall provide certification stating the
19 country of origin, the material meets the required ASTM or AASHTO specification noted
20 in the subsections below. The producing foundry shall detail all test results from
21 physical testing to determine compliance to the specifications. The test reports shall
22 include physical properties of the material from each heat and shall include tensile, '
23 yield, and elongation as specified in the appropriate ASTM or AASHTO specification.
24 For AASHTO M 306, Section 8, Certification is deleted and replaced with the above
25 certification and testing requirements. '
26
27 Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or
28 repaired. Porosity in metal castings for drainage structures shall be considered a
29 workmanship defect subject to rejection by the Engineer. Metal castings made from
30 gray iron or ductile iron shall conform to the requirements of AASHTO M 306, and metal
31 castings made from cast steel shall conform to the requirements of Section 9-06.8. All ,
32 metal castings shall meet the proof load testing requirements of AASHTO M 306.
33
34 9-05.15(1) Manhole Ring and Cover
35 This section is revised to read: ,
36
37 Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile
38 iron.
39
40 All covers shall be interchangeable within the dimensions shown in the Standard Plans.
41 All mating surfaces shall be machine finished to ensure a nonrocking fit.
42
43 The inside vertical recessed face of the ring and the vertical outside edge of the cover
44 shall be machined or manufactured to the following tolerances:
45
46 Ring +3/32 inch to -3/32 inch
47 Cover +3/32 inch to -3/32 inch
48
49 All manhole rings and covers shall be identified by the name or symbol of the producing
50 foundry and country of casting origin. This identification shall be in a plainly visible
51 location when the ring and cover are installed. Ductile iron shall be identified by the
52 following, "DUC" or "DI." The producing foundry and material identification shall be
TEST2 44
1 adjacent to each other and shall be minimum '/2 inch to maximum 1 inch high letters,
2 recessed to be flush with the adjacent surfaces.
3
4 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets
5 The first and second paragraphs are revised to read:
6
7 Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or
8 ductile iron, and as shown in the Standard Plans.
9
10 Castings for grates and solid metal covers for catch basins and inlets shall be cast steel
11 or ductile iron and as shown in the Standard Plans. Additionally, leveling pads are
12 allowed on grates and solid metal covers with a height not to exceed 1/8 inch. The
13 producing foundry's name and material designation shall be embossed on the top of the
14 grate. The material shall be identified by the following: "CS" for cast steel or "DUC" or
15 "DI" for ductile iron and shall be located near the producing foundry's name.
16
17 9-05.15(3) Cast Metal Inlets
18 The first sentence is revised to read:
19
20 The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the
21 Standard Plans.
22
23 9-05.19 Corrugated Polyethylene Culvert Pipe
24 The first paragraph is revised to read:
25
26 Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294
27 Type S or D for pipe 12-inch to 60-inch diameter with silt-tight joints.
28
29 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
30 December 4, 2006
31 9-06.5(4) Anchor Bolts
32 The first and second paragraphs are revised to read:
33
34 Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise
35 specified, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3,
36 and S4.
37
38 Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291,
39 Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to
40 AASHTO M 291, Grade DH and shall conform to the lubrication requirements in Section
41 9-06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall
42 conform to AASHTO M 291, Grade A. Washers shall conform to ASTM F 436.
43
44 9-06.9 Gray Iron Castings
45 The AASHTO requirement is revised to read "AASHTO M 306".
46
TEST2 45
1 SECTION 9-07, REINFORCING STEEL
2 December 4, 2006
3 9-07.2 Deformed Steel Bars
4 The first sentence in the first paragraph is revised to read:
5 ,6 Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31
7 Grade 60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast-
8 in-place components of bridge structures (excluding sidewalks and barriers but including
9 shafts and concrete piles), and for precast substructure components of bridge
10 structures, shall conform to ASTM A 706 only.
11
12 SECTION 9-09, TIMBER AND LUMBER
13 August 7, 2006
14 9-09.2(3) Inspection
15 This section is revised to read:
16
17 Timber and lumber requiring a grade stamp shall be marked with a certified lumber ,
18 grade stamp provided by one of the following agencies:
19
20 West Coast Lumber Inspection Bureau (WCLIB)
21 Western Wood Products Association (WWPA)
22 Pacific Lumber Inspection Bureau (PLIB)
23 Any lumber grading bureau certified by the American Lumber Standards Committee
24
25 Timber and Lumber requiring a grading certificate shall have a certificate that was
26 issued by either the grading bureau whose stamp is shown on the material, or by the '
27 lumber mill, which must be under the supervision of one of the grading bureaus listed
28 above. The certificate shall include the following:
29
30 Name of the mill performing the grading '
31 The grading rules being used
32 Name of the person doing the grading with current certification
33 Signature of a responsible mill official '
34 Date the lumber was graded at the mill
35 Grade, dimensions, and quantity of the timber or lumber
36
37 For Structures:
38 All material delivered to the project shall bear a grade stamp and have a grading
39 certificate. The grade stamp and grading certificate shall not constitute final acceptance
40 of the material. The Engineer may reject any or all of the timber or lumber that does not
41 comply with the specifications or has been damaged during shipping or upon delivery.
42
43 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and
44 Mailbox Posts:
45 Material delivered to the project shall either bear a grade stamp on each piece or have a
46 grading certificate. The grade stamp or grading certificate shall not constitute final
47 acceptance of the material. The Engineer may reject any or all of the timber or lumber
48 that does not comply with the specifications or has been damaged during shipping or
49 upon delivery.
50
TEST2 46
1 9-09.3(1) General Requirements
2 The last sentence in the first paragraph is revised to read:
3
4 Unless otherwise specified in the contract, all timber and lumber shall be treated in
5 accordance with Sections U1 and T1 of the latest edition of the AWPA standards.
6
7 SECTION 9-10, PILING
8 December 4, 2006
9 9-10.2(2) Reinforcement
10 This section is revised to read:
11
12 Reinforcement shall meet the requirements of Section 9-07.
13
14 SECTION 9-12, MASONRY UNITS
15 August 7, 2006
16 9-12.7 Precast Concrete Drywells
17 The third sentence is revised to read:
18
19 Each seepage port shall provide a minimum of 1 square inch and a maximum of 7
20 square inches for round openings and 15 square inches for rectangular openings.
21
22 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK
23 WALLS
24 August 7, 2006
25 9-13.5(2) Poured Portland Cement Concrete Slope Protection
26 The first paragraph is revised to read:
27
28 Cement concrete for poured concrete slope protection shall be commercial concrete in
29 conformance with Section 6-02.3(2)B.
30
31 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
32 August 7, 2006
33 9-14.2 Seed
34 This section is revised to read:
35
36 Grasses, legumes, or cover crop seed of the type specified shall conform to the
37 standards for "Certified" grade seed or better as outlined by the State of Washington
38 Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be
39 furnished in standard containers on which shall be shown the following information:
40
41 (1) Common and botanical names of seed,
42 (2) Lot number,
43 (3) Net weight,
44 (4) Pure live seed
45
46 All seed installers and vendors must have a business license issued by the Washington
47 State Department of Licensing with a "seed dealer" endorsement. Upon request, the
TEST2 47
1 contractor shall furnish the Engineer with copies of the applicable licenses and
2 endorsements.
3 '4 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a
5 statement signed by the vendor certifying that each lot of seed has been tested by a
6 recognized seed testing laboratory within six months before the date of delivery on the
7 project. Seed which has become wet, moldy, or otherwise damaged in transit or storage
8 will not be accepted.
9
10 9-14.4(1) Straw
11 This section is revised to read:
12
13 All straw material shall be in an air dried condition free of noxious weeds and other ,
14 materials detrimental to plant life. Straw mulch so provided shall be suitable for
15 spreading with mulch blower equipment.
16 '17 9-14.4(3) Bark or Wood Chips
18 This section is supplemented with the following:
19
20 Sawdust shall not be used as mulch.
21
22 9-14.4(4) Sawdust ,
23 This section including title is revised to read:
24
25 9-14.4(4) Vacant '
26
27 9-14.4(8) Compost
28 This section is revised to read: '
29
30 Compost products shall be the result of the biological degradation and transformation of
31 plant-derived materials under controlled conditions designed to promote aerobic
32 decomposition. Compost shall be stable with regard to oxygen consumption and carbon
33 dioxide generation. Compost shall be mature with regard to its suitability for serving as
34 a soil amendment or an erosion control BMP as defined below. The compost shall have '
35 a moisture content that has no visible free water or dust produced when handling the
36 material.
37 '38 Compost production and quality shall comply with Chapter 173-350 WAC.
39
40 Compost products shall meet the following physical criteria:
41
42 1. Compost material shall be tested in accordance with Testing Methods for the
43 Examination of Compost and Composting (TMECC) Test Method 02.02-13,
44 "Sample Sieving for Aggregate Size Classification". '
45
46 Fine Compost shall meet the following:
47 ,48 Min. Max.
49 Percent passing 2" 100%
50 Percent passing 1" 99% 100% '
51 Percent passing 1/2" 90% 100%
TEST2 48 ,
1 Percent passing %4" 75% 100%
2 Maximum particle length of 6 inches
3
4 Coarse Compost shall meet the following:
5 Min. Max.
6 Percent passing 3" 100%
7 Percent passing 1" 90% 100%
8 Percent passing 3/" 70% 100%
9 Percent passing '/4" 40% 60%
10 Maximum particle length of 6 inches
11
12 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC
13 04.11-A, "1:5 Slurry pH".
14
15 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be
16 less than 1.0 percent by weight as determined by TMECC 03.08-A.
17
18 4. Minimum organic matter shall be 40 percent dry weight basis as determined by
19 TMECC 05.07A, "Loss-On-Ignition Organic Matter Method".
20
21 5. Soluble salt contents shall be less than 4.Ommhos/cm tested in accordance
22 with TMECC 04.10-A, 1:5 Slurry Method, Mass Basis".
23
24 6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A,
25 "Germination and Root Vigor'.
26
27 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon
28 Dioxide Evolution Rate"
29
30 8. The compost product must originate a minimum of 65 percent by volume from
31 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A
32 maximum of 35 percent by volume of other approved organic waste and/or
33 biosolids may be substituted for recycled plant waste. The supplier shall
34 provide written verification of feedstock sources
35
36 9. The Engineer may also evaluate compost for maturity using the Solvita
37 Compost Maturity Test. Fine Compost shall score a number 6 or above on the
38 Solvita Compost Maturity Test. Coarse Compost shall score a 5 or above on
39 the Solvita Compost Maturity Test.
40
41 The compost supplier will test all compost products within 90 calendar days prior to
42 application. Samples will be taken using the Seal of Testing Assurance (STA) sample
43 collection protocol. (The sample collection protocol can be obtained from the U.S.
44 Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741
45
46 Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an
47 independent STA Program approved lab. The compost supplier will pay for the test. A
48 copy of the approved independent STA Program laboratory test report shall be
49 submitted to the Contracting Agency prior to initial application of the compost. Seven
50 days prior to application, the Contractor shall submit a sample of each type compost to
51 be used on the project to the Engineer.
52
TEST2 49
1 Compost not conforming to the above requirements or taken from a source other than
2 those tested and accepted shall be immediately removed from the project and replaced
3 at no cost to the Contracting Agency. '
4
5 The Contractor shall either select a compost supplier from the Qualified Products List, or
6 submit the following information to the Engineer for approval:
7
8 1. A Request for Approval of Material Source.
9
10 2. A copy of the Solid Waste Handling Permit issued to the supplier by the
11 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional
12 Standards for Solid Waste Handling).
13
14 3. The supplier shall verify in writing, and provide lab analyses that the material
15 complies with the processes, testing, and standards specified in WAC 173-350
16 and these specifications. An independent STA Program certified laboratory
17 shall perform the analysis.
18
19 4. A list of the feedstock by percentage present in the final compost product. '
20
21 5. A copy of the producer's Seal of Testing Assurance certification as issued by
22 the U.S. Composting Council. '
23
24 Acceptance will be based upon a satisfactory Test Report from an independent STA
25 program certified laboratory and the sample(s) submitted to the Engineer.
26
27 9-14.5(5) Wattles
28 This section is revised to read:
29 '
30 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir,
31 compost, or wood shavings encased within biodegradable or photodegradable netting.
32 Wattles shall be at least 5 inches in diameter, unless otherwise specified. Encasing
33 material shall be clean, evenly woven, and free of encrusted concrete or other
34 contaminating materials such as preservatives. Encasing material shall be free from
35 cuts, tears, or weak places and shall have a lifespan greater than 6 months.
36
37 Compost filler shall meet the material requirements as specified in Section 9-14.4(8),
38 and shall be Coarse Compost.
39
40 9-14.5(6) Compost Sock
41 This section is revised to read:
42
43 Biodegradable fabric for compost sock and compost wattle shall be clean, evenly
44 woven, and free of encrusted concrete or other contaminating materials and shall be
45 free from cuts, tears, broken or missing yarns and thin, open, or weak places. Fabric for
46 compost sock shall consist of extra heavy weight biodegradable fiber which has not
47 been treated with any type of preservative. Compost for compost socks shall meet the
48 material requirements as specified in Section 9-14.4(8), and shall be Coarse Compost
49
50 Wood stakes for compost sock and wattles shall be made from Douglas-fir, hemlock, or
51 pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in
52 length, unless otherwise indicated in the Plans.
TEST2 50
1
2 Section 9-14.5 is supplemented with the following new section.
3
4 9-14.5(7) Coir Log
5 Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted
6 within an outer netting. Log segments shall have a maximum length of 20 feet, with a
7 minimum diameter as shown in the Plans. Logs shall have a density of 7 Ibs/cf or greater.
8
9 Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine
10 with minimum strength of 80 Ibs tensile strength. The netting shall have nominal 2 inch by 2
11 inch openings.
12
13 Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a
14 notch to secure the rope ties. Rope ties shall be one-quarter inch diameter commercially
15 available hemp rope.
16
17 9-14.6(1) Description
18 This section is revised to read:
19
20 Bareroot plants are grown in the ground and harvested without soil or growing medium
21 around their roots.
22
23 Container plants are grown in pots or flats that prevent root growth beyond the sides
24 and bottom of the container.
25
26 Balled and burlapped plants are grown in the ground and harvested with soil around a
27 core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire
28 basket or other supportive structure.
29
30 Cuttings are live plant material without a previously developed root system. Source
31 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with
32 a sharp instrument. Written permission shall be obtained from property owners and
33 provided to the Engineer before cuttings are collected. The Contractor shall collect
34 cuttings in accordance with applicable sensitive area ordinances. For cuttings, the
35 requirement to be nursery grown or held in nursery conditions does not apply. Cuttings
36 include the following forms:
37
38 A. Live branch cuttings shall have flexible top growth with terminal buds and may
39 have side branches. The rooting end shall be cut at an approximate 45 degree
40 angle.
41
42 B. Live stake cuttings shall have a straight top cut immediately above a bud. The
43 lower, rooting end shall be cut at an approximate 45degree angle. Live stakes
44 are cut from one to two year old wood. Live stake cuttings shall be cut and
45 installed with the bark intact with no branches or stems attached, and be '/2 to
46 1 '/2 inch in diameter.
47
48 C. Live pole cuttings shall have a minimum 2inch diameter and no more than
49 three branches which shall be pruned back to the first bud from the main stem.
50
TEST2 51
1 D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the
2 nodes and becoming erect at the apex. Rhizomes shall have a minimum of two
3 growth points. '
4
5 E. Tubers shall be a thickened and short subterranean branch having numerous
6 buds or eyes. '
7
8 9-14.6(2) Quality
9 This section is revised to read:
10
11 All plant material furnished shall meet the grades established by the latest edition of the
12 American Standard for Nursery Stock, (ASNS)ANSI Z60.1 shall conform to the size and ,
13 acceptable conditions as listed in the contract, and shall be free of all foreign plant
14 material.
15
16 All plant material shall comply with State and Federal laws with respect to inspection for '
17 plant diseases and insect infestation.
18
19 All plant material shall be purchased from a nursery licensed to sell plants in '
20 Washington State.
21
22 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall
23 be vigorous, well formed, with well developed fibrous root systems, free from dead
24 branches, and from damage caused by an absence or an excess of heat or moisture,
25 insects, disease, mechanical or other causes detrimental to good plant development. '
26 Evergreen plants shall be well foliated and of good color. Deciduous trees that have
27 solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees
28 shall have only one leader (growing apex) and one terminal bud, and shall not be '
29 sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y-
30 crotches shall be rejected.
31
32 Root balls of plant materials shall be solidly held together by a fibrous root system and '
33 shall be composed only of the soil in which the plant has been actually growing. Balled
34 and burlapped rootballs shall be securely wrapped with jute burlap or other packing
35 material not injurious to the plant life. Root balls shall be free of weed or foreign plant
36 growth.
37
38 Plant materials shall be nursery grown stock. Plant material, with the exception of
39 cuttings, gathered from native stands shall be held under nursery conditions for a
40 minimum of one full growing season, shall be free of all foreign plant material, and meet
41 all of the requirements of these Specifications, the Plans, and the Special Provisions.
42
43 Container grown plants must be plants transplanted into a container and grown in that
44 container sufficiently long for new fibrous roots to have developed so that the root mass
45 will retain its shape and hold together when removed from the container, without having
46 roots that circle the pot. Plant material which is root bound, as determined by the
47 Engineer, shall be rejected. Container plants shall be free of weed or foreign plant
48 growth.
49
50 Container sizes for plant material of a larger grade than provided for in the container
51 grown specifications of the ASNS shall be determined by the volume of the root ball
52 specified in the ASNS for the same size plant material.
TEST2 52
1
2 All bare root plant materials shall have a heavy fibrous root system and must be
3 dormant at the time of planting.
4
5 Average height to spread proportions and branching shall be in accordance with the
6 applicable sections, illustrations, and accompanying notes of the ASNS.
7
8 Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks,
9 full and symmetrical branching, central leader, and be developed, grown, and
10 propagated with a full branching crown. A "Street Tree Grade" designation requires the
11 highest grade of nursery shade or ornamental tree production which shall be supplied.
12
13 Trees with improperly pruned, broken, or damaged branches, trunk, or root structure
14 shall be rejected. In all cases, whether supplied balled and burlapped or in a container,
15 the root crown (top of root structure) of the tree shall be at the top of the finish soil level.
16 Trees supplied and delivered in a nursery fabric bag will not be accepted.
17
18 Plants, which have been determined by the Engineer to have suffered damage as the
19 result of girdling of the roots, stem, or a major branch; have deformities of the stem or
20 major branches; have a lack of symmetry; have dead or defoliated tops or branches; or
21 have any defect, injury, or condition which renders the plant unsuitable for its intended
22 use, shall be rejected.
23
24 Plants that are grafted shall have roots of the same genus as the specified plant.
25
26 9-14.6(3) Handling and Shipping
27 The last sentence in the sixth paragraph is deleted.
28
29 9-14.6(6) Substitution of Plants
30 The second paragraph is revised to read:
31
32 Container or balled and burlapped plant material may be substituted for bare root plant
33 material. Container grown plant material may be substituted for balled and burlapped
34 plant materials. When substitution is allowed, use current ASNS standards to determine
35 the correct rootball volume (container or balled and burlapped) of the substituted
36 material that corresponds to that of the specified material. These substitutions shall be
37 approved by the Engineer and be at no cost to the Contracting Agency.
38
39 9-14.6(7) Temporary Storage
40 The third paragraph is revised to read:
41
42 Cuttings shall continually be shaded and protected from wind. Cuttings must be
43 protected from drying at all times and shall be heeled into moist soil or other insulating
44 material or placed in water if not installed within 8 hours of cutting.Cuttings to be stored
45 for later installation shall be bundled, laid horizontally, and completely buried under
46 6 inches of water, moist soil or placed in cold storage at a temperature of 34 F and 90%
47 humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in
48 water for 24 hours prior to planting. Cuttings taken when the temperature is higher than
49 50°F shall not be stored for later use. Cuttings that already have developed roots shall
50 not be used.
51
52 The fourth paragraph is deleted.
TEST2 53
1 1
2 SECTION 9-15, IRRIGATION SYSTEM
3 August 7, 2006 ,
4 9-15.1 Pipe, Tubing, and Fittings
5 The second paragraph is revised to read:
6
7 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of
8 ASTM B 88, and shall be a minimum of Type L rating. ,
9
10 SECTION 9-16, FENCE AND GUARDRAIL
11 April 3, 2006
12 9-16.1(1)A Post Material for Chain Link Fence
13 The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM
14 F1043".
15
16 Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is
17 revised to "ASTM F1043".
18
19 SECTION 9-22, MONUMENT CASES
20 August 7, 2006 ,
21 9-22.1 Monument Cases, Covers, and Risers
22 The AASHTO requirement is revised to read "AASHTO M 306". I
23
24 SECTION 9-28, SIGNING MATERIALS AND FABRICATION
25 August 7, 2006 1
26 9-28.14(1) Timber Sign Posts
27 The last sentence is revised to read:
28
29 Preservative and retention shall be as shown in Section 9-16.2 for sawn posts.
30
31 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL
32 December 4, 2006
33 9-29.2 Junction Boxes
34 Section 9-29.2 including title is revised to read:
35 '36 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes
37 9-29.2(1) Standard Junction Box
38 This section including title is revised to read:
39
40 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes
41 For the purposes of this specification concrete is defined as Portland Cement
42 Concrete and non-concrete is all others.
43
44 Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty
45 Junction Boxes are defined as Type 4, 5, and 6.
46
TEST2 54
1 The contractor shall provide shop drawings if their manufacturing process or
2 standard production model includes any deviation from the Standard Plan. For
3 each type of junction box, or whenever there is a design change to the junction box,
4 a proof test, as defined in this specification, shall be performed once in the
5 presence of the Engineer.
6
7 This section is supplemented with the following new subsections:
8
9 9-29.2(1)A Standard Duty Junction Boxes
10 All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds
11 and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction
12 Box includes the spread footing shown in the Standard Plans.
13
14 Concrete Junction Boxes
15 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be
16 painted with a black paint containing rust inhibiters or painted with a shop applied,
17 inorganic zinc primer in accordance with Section 6-07.3, or hot dip galvanized in
18 accordance with ASTM A 111.
19
20 Concrete used in Standard Duty Junction Boxes shall have a minimum
21 compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000
22 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall
23 be anchored to the box by welding the wire fabric to the frame or by welding
24 headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame.
25 The wire fabric shall be attached to the studs and frame with standard tie practices.
26 The box shall contain ten studs located near the centerline of the frame and box
27 wall. The studs shall be placed one anchor in each corner, one at the middle of
28 each width and two equally spaced on each length of the box.
29
30 Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the
31 following:
32
33 Concrete Section 6-02
34 Reinforcing Steel Section 9-07
35 Fiber Reinforcing ASTM C 1116, Type III
36 Lid ASTM A786 diamond plate steel
37 Frame ASTM A786 diamond plate steel or
38 ASTM A36 flat steel
39 Lid Support & Handle ASTM A36 steel
40 Anchors (studs) Section 9-06.15
41
42 Non-concrete Junction Boxes
43 Material for the non-concrete junction boxes shall be of a quality that will provide for
44 a similar life expectancy as Portland Cement Concrete in a direct burial application.
45
46 Type 1, 2, 7, and 8 non-concrete junction boxes shall have a Design Load of
47 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non-concrete
48 junction boxes shall be gray in color and have an open bottom design with
49 approximately the same inside dimensions, and present a load to the bearing
50 surface that is less than or equal to the loading presented by the concrete junction
51 boxes shown in the Standard Plans. Non-concrete junction box lids shall include a
52 pull slot and shall be secured with two 1/2 inch stainless steel hex-head bolts factory
TEST2 55
1 coated with anti-seize compound and recessed into the cover. The tapped holes '
2 for the securing bolts shall extend completely through the box to prevent
3 accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. '
4
5 9-29.2(1)B Heavy Duty Junction Boxes
6 Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating
7 of 46,000 pounds without permanent deformation and 60,000 pounds without failure
8 when tested in accordance with 9-29.2(1)C .
9 ,10 The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a
11 shop applied, inorganic zinc primer in accordance with Section 6-07.3
12
13 The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive
14 strength of 4000 PSI.
15
16 Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: ,
17
18 Concrete Section 6-02
19 Reinforcing Steel Section 9-07
20 Lid ASTM A786 diamond plate steel, rolled
21 from plate complying with ASTM A572,
22 grade 50 or ASTM A588 with min. CVN
23 toughness of 20 ft-lb at 40 degrees F
24 Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with
25 min. CVN toughness of 20 ft-lb at 40 degrees F
26 Handle ASTM A36 steel
27 Anchors (studs) Section 9-06.15
28 Bolts, Nuts, Washers ASTM F 593 or 193, type 304 or 316
29
30 The lid stiffener plates shall bear on the frame, and be milled so that there is full even
31 contact, around the perimeter, between the bearing seat and lid stiffener plates, after
32 fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free
33 from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts
34 shall be liberally coated with anti-seize compound. Bolts shall be installed snug tight.
35 The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of
36 the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a
37 feeler gage. The bearing area percentage will be measured for each side of the lid as it
38 bears on the frame.
39
40 9-29.2(1)C Testing Requirements
41 Junction boxes shall be tested by an independent materials testing facility, and a test
42 report issued documenting the results of the tests performed.
43
44 For concrete junction boxes the independent testing lab shall meet the requirements of
45 AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be
46 conducted in the presence of and signed off by the Engineer or a designated
47 representative. The Contractor shall give the Engineer 30 days notice prior to testing.
48 One copy of the test report shall be furnished to the Contracting Agency certifying that
49 the box and cover meet or exceed the loading requirements for a concrete junction box,
50 and shall include the following information:
51 ,52 1. Product identification.
TEST2 56 '
1 2. Date of testing.
2 3. Description of testing apparatus and procedure.
3 4. All load deflection and failure data.
4 5. Weight of box and cover tested.
5 6. Upon completion of the required test(s) the box shall be loaded to failure.
6 7. A brief description of type and location of failure.
7
8 For non-concrete junction boxes the testing facility shall be a Nationally Recognized
9 Testing Laboratory (witnessing is not required). One copy of the test report shall be
10 furnished to the Contracting Agency certifying that the box and cover meet or exceed
11 the loading requirements for a non-concrete junction box, and shall include the following
12 information:
13
14 1. Product identification.
15 2. Date of testing.
16 3. Description of testing apparatus and procedure.
17 4. All load deflection data.
18 5. Weight of box and cover tested.
19
20 Testing for Standard Duty Concrete Junction Boxes
21 Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds.
22 The test load shall be applied uniformly through a 10-inch x 10inch x 1 inch steel
23 plate centered on the lid. The test load shall be applied and released ten times,
24 and the deflection at the test load and released state shall be recorded for each
25 interval. At each interval the junction box shall be inspected for lid deformation,
26 failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame,
27 cracks, and concrete spalling.
28
29 Concrete junction boxes will be considered to have withstood the test if none of the
30 following conditions are exhibited:
31
32 1. Permanent deformation of the lid or any impairment to the function of the
33 lid.
34 2. Vertical or horizontal displacement of the lid frame.
35 3. Cracks wider than 0.012 inches that extend 12 inches or more.
36 4. Fracture or cracks passing through the entire thickness of the concrete.
37 5. Spalling of the concrete.
38
39 Testing for the Standard Duty non-concrete Junction Boxes
40 Non-concrete Junction Boxes shall be tested to a minimum of 22,500 Ibs as defined
41 in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall
42 provide a Manufacture Certificate of Compliance for each non-concrete junction
43 box installed.
44
45 Testing for Heavy Duty Junction Boxes
46 Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load
47 shall be applied vertically through a 10-inch x 20-inch x 1-inch steel plate centered
48 on the lid with an orientation both on the long axis and the short axis of the junction
49 box. The test load shall be applied and released ten times on each axis. The
50 deflection at the test load and released state shall be recorded for each interval. At
51 each interval the test box shall be inspected for lid deformation, failure of the lid or
52 frame welds, vertical and horizontal displacement of the lid frame, cracks, and
TEST2 57
1 concrete spalling. After the twentieth loading interval the test shall be terminated
2 with a 60,000 pound load being applied vertically through the steel plate centered
3 on the lid and with the long edge of steel plate orientated parallel to the long axis of
4 the box.
5
6 Heavy Duty Junction Boxes will be considered to have withstood the 46,000 ,
7 pounds test if none of the following conditions are exhibited:
8
9 1. Permanent deformation of the lid or any impairment to the function of the '
10 lid.
11 2. Vertical or horizontal displacement of the lid frame.
12 3. Cracks wider than 0.012-inches that extend 12-inches or more.
13 4. Fracture or cracks passing through the entire thickness of the concrete.
14 5. Spalling of the concrete.
15
16 Heavy Duty Junction Boxes will be considered to have withstood the 60,000 '
17 pounds test if all of the following conditions are exhibited:
18
19 1. The lid is operational.
20 2. The lid is securely fastened.
21 3. The welds have not failed.
22 4. Permanent dishing or deformation of the lid is 114 inch or less.
23 5. No buckling or collapse of the box.
24
25 9-29.2 (2) Vacant '
26 This section including title is revised to read:
27
28 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes ,
29 Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a
30 concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable
31 Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as
32 shown in the Standard Plans. '
33
34 The Contractor shall provide shop drawings if their manufacturing process or standard
35 production model includes any deviation from the Standard Plan. For each type of box
36 or whenever there is a design change to the Cable Vault or Pull box, a proof test, as
37 defined in this specification, shall be performed once in the presence of the Engineer.
38
39 This section is supplemented with the following new sections:
40
41 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes ,
42 Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load
43 rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete
44 Standard Duty Junction Boxes.
45
46 Concrete for standard duty cable vaults and pull boxes shall have a minimum
47 compressive strength of 4000 psi. The frame shall be anchored to the vault/box by
48 welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long,
49 as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the
50 studs and frame with standard tie practices. The vault/box shall contain ten studs
51 located near the centerline of the frame and wall. Studs shall be placed one anchor in
52 each corner, one at the middle of each width and two equally spaced on each length of
TEST2 58 ,
1 the vault/box. The steel frame, lid support, and lid shall be painted with a black paint
2 containing rust inhibiters or painted with a shop applied, inorganic zinc primer in
3 accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111.
4
5 Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following:
6
7 Concrete Section 6-02
8 Reinforcing Steel Section 9-07
9 Lid ASTM A786 diamond plate steel
10 Frame ASTM A786 diamond plate steel or
11 ASTM A36 flat steel
12 Lid Support & Handle ASTM A36 steel
13 Anchors (studs) Section 9-06.15
14 Bolts, Nuts, Washers ASTM F593 or A 193, type 304 or 316
15
16 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes
17 Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a
18 minimum compressive strength of 4000 psi, and have a minimum vertical load rating of
19 46,000 pounds without permanent deformation and 60,000 pounds without failure when
20 tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes.
21
22 Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following:
23
24 Concrete Section 6-02
25 Reinforcing Steel Section 9-07
26 Cover Section 9-05.15(1)
27 Ring Section 9-05.15(1)
28 Anchors (studs) Section 9-06.15
29 Bolts, Nuts, Washers ASTM F593 or Al 93, type 304 or 316
30
31 9-29.2(4) Cover Markings
32 The first sentence of the first paragraph is revised to read:
33
34 Junction boxes, cable vaults, and pull boxes with metallic lids shall be
35 marked with the appropriate legend in accordance with the bead weld details
36 in the Standard Plans. Non-metallic lids shall be embossed with the
37 appropriate legend and a non-skid surface. Legends for metallic lids and
38 non-metallic lids shall be 1-inch nominal height.
39
40 The first sentence of the second paragraph is revised to read:
41
42 Junction boxes, cable vaults and pull boxes shall be marked or embossed
43 for use in accordance with the plans and following schedule:
44
45 9-29.6(2) Slip Base Hardware
46 The last sentence in the first paragraph is revised to read:
47
48 Plate washers shall conform to ASTM A 36, and also shall conform to the flatness
49 tolerances specified in AASHTO M 293 for circular washers.
50
TEST2 59
1 9-29.6(5) Foundation Hardware
2 The second and third paragraphs are revised to read:
3
4 Anchor bolts, and associated nuts and washers, for Type CCTV, II, III, IV, and V signal
5 standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods
6 conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A
7 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for
8 embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or
9 greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is '
10 less than five times the nominal bolt diameter).
11
12 All foundation hardware shall be 100% hot-dipped galvanized in accordance with ,
13 AASHTO M 111 and AASHTO M 232.
14
15 SECTION 9-30, WATER DISTRIBUTION MATERIALS
16 August 7, 2006 ,
17 9-30.6(3)A Copper Tubing
18 This section is revised to read:
19
20 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of
21 ASTM B 88, Type K rating. ,
22
23 SECTION 9-33, CONSTRUCTION GEOTEXTILE
24 August 7, 2006 '
25 Section 9-33 including title is revised in its entirety to read:
26
27 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC
28
29 9-33.1 Geosynthetic Material Requirements
30 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and
31 prefabricated drainage mats.
32
33 Geotextiles, including geotextiles attached to prefabricated drainage core to form a
34 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns
35 formed into a stable network such that the fibers or yarns retain their position relative to
36 each other during handling, placement, and design service life. At least 95 percent by
37 weight of the material shall be polyolefins or polyesters. The material shall be free from
38 defects or tears. The geotextile shall also be free of any treatment or coating which
39 might adversely alter its hydraulic or physical properties after installation.
40
41 Geogrids shall consist of a regular network of integrally connected polymer tensile
42 elements with an aperture geometry sufficient to permit mechanical interlock with the
43 surrounding backfill. The long chain polymers in the geogrid tensile elements, not
44 including coatings, shall consist of at least 95 percent by mass of the material of
45 polyolefins or polyesters. The material shall be free of defects, cuts, and tears.
46
47 Prefabricated drainage core shall consist of a three dimensional polymeric material with
48 a structure that permits flow along the core laterally, and which provides support to the
49 geotextiles attached to it.
TEST2 60
1
2 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in
3 Section 9-33.2, and additional tables as required in the Standard Plans and Special
4 Provisions for each use specified in the Plans. Specifically, the geosynthetic uses
5 included in this section and their associated tables of properties are as follows:
6
Geotextile Geosynthetic Application Applicable
Property Tables
Underground Drainage, Low and Moderate Survivability, Tables 1 and 2
Classes A. B. and C
Separation Table 3
Soil Stabilization Table 3
Permanent Erosion Control, Moderate and High Survivability, Tables 4 and 5
Classes A. B. and C
Ditch Lining Table 4
Temporary Silt Fence Table 6
Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans
Temporary Geosynthetic Retaining Wall Tables 7 and 10
Prefabricated Drainage Mat Table 8
Table 10 will be included in the Special Provisions.
7
8 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the
9 properties specified in the Standard Plans for permanent walls, and Table 10 for
10 temporary walls.
11
12 For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material
13 placed at the wall face to retain the backfill material as shown in the Plans shall conform
14 to the properties for Construction Geotextile for Underground Drainage, Moderate
15 Survivability, Class A.
16
17 Thread used for sewing geotextiles shall consist of high strength polypropylene,
18 polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew
19 permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of
20 temporary or permanent geosynthetic retaining walls, shall also be resistant to
21 ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile
22 itself.
23
24 9-33.2 Geosynthetic Properties
25 9-33.2(1) Geotextile Properties
26 Table 1: Geotextile for underground drainage strength properties for survivability.
27
ASTM Geotextile Property Requirements
Test Low Moderate
Method Survivability Survivability
Geotextile
Property Woven Nonwoven Woven Nonwoven
TEST2 61
Grab Tensile D 4632 180 Ib 115 lb min. 250 lb 160 lb min. Ik
Strength, in min. min.
machine and
x-machine
direction
Grab Failure D 4632 < 50% > 50% < 50% > 50%
Strain, in
machine and
x-machine '
direction
Seam D 4632 160 lb 100 lb min. 220 lb 140 lb min.
Breaking min. min.
Strength
Puncture D 6241 370 lb 220 lb min. 495 lb 310 lb min.
Resistance min. min.
Tear D 4533 67 lb min. 40 lb min. 80 lb 50 lb min.
Strength, in min.
machine and
x-machine
direction
Ultraviolet D 4355 50% strength retained min.,
(UV) after 500 hours in a xenon arc device
Radiation
-Stability
1
2 Table 2: Geotextile for underground drainage filtration properties.
3
Geotextile Property ASTM Geotextile Property Requirements
Test Class A Class B Class C
Method2
AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 80
max. max. max.
Water Permittivity D 4491 0.5 sec min. 0.4 sec min— sec min.
4
5 Table 3: Geotextile for separation or soil stabilization.
6
Geotextile ASTM Geotextile Propert y Requirements
Property Test Separation Soil Stabilization
MethodZ Woven I Nonwoven Woven I Nonwoven
AOS D 4751 U.S. No. 30 max. U.S. No. 40 max.
Water D 4491 0.02 sec min. 0.10 sec min.
Permittivity
Grab Tensile D 4632 250 lb min. 160 lb min. 315 lb min. 200 lb min.
Strength,
in machine and '
x-machine
direction
Grab Failure D 4632 < 50% > 50% < 50% > 50%
Strain,
in machine and
x-machine
direction
.,
Seam Breakin D 4632 220 Ib min. 140 lb min. 270 lb min. L 180 lb min.
TEST2 62
.w Strength
Puncture D 6241 495 lb min. 310 lb min. 620 lb min. 430 lb min.
Resistance
Tear Strength, D 4533 80 lb min. 50 lb min. 112 Ib min. 791b min.
in machine and
x-machine
direction
Ultraviolet(UV) D 4355 50% strength retained min.,
Radiation after 500 hours in xenon arc device
Stability
1
2 Table 4: Geotextile for permanent erosion control and ditch lining.
3
Geotextile ASTM Geotextile Property Requirements'
Property Test Permanent Erosion Control Ditch Lining
MethodZ Moderate High
aw Survivability Survivability
Woven Non- Woven Non- Woven Non-
woven woven woven
.. AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max.
Water D 4491 See Table 5 See Table 5 0.02 sec min.
Permittivity
Grab D 4632 250 lb 160 lb 315 lb 200 lb 250 lb 160 lb
Tensile min. min. min. min. min. min.
Strength,
in machine
and
x-machine
direction
Grab D 4632 15%- > 50% 15% - >50% < 50% > 50%
Failure 50% 50%
Strain,
in machine
and
x-machine
direction
Seam —5-4632-' 220 lb 140 lb 270 lb 180 lb 220 lb 140 lb
Breaking min. min. min. min. min. min.
Strength
.� Puncture D 6241 495 lb 310 lb 620 lb 430 lb
495 Ib 310 lb
Resistance min. min. min. min. min. min.
Tear D 4533 80 lb 50 lb 112 lb 79 Ib 80 lb 50 lb
.. Strength, min. min. min. min. min. min.
in machine
and
x-machine I
direction
Ultraviolet D 4355 70% strength retained min.,
(UV) after 500 hours in xenon arc device
Radiation
Stability
4
5 Table 5: Filtration properties for geotextile for permanent erosion control.
TEST2 63
1
ASTM Geotextile Property Requirements'
Geotextile Test ,
Property Method Class A Class B Class C
AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 70
max. max. max. ,
Water D 4491 0.7 sec' min. 0.4 sec' min. 0.2 sec' min.
Permittivity
2 '3 Table 6: Geotextile for temporary silt fence.
4
Geotextile Property ASTM Geotextile Propert y Requirements'
Test Unsupported Supported Between
Method Between Posts Posts with Wire or
Pol meric Mesh
AOS D 4751 U.S. No. 30 max. for slit wovens, U.S. No. 50
for all other geotextile types, U.S. No. 100 min.
Water Permittivity D 4491 0.02 sec' min.
Grab Tensile D 4632 180 lb min. in 100 lb min.
Strength, machine direction,
in machine and 100 lb min.
x-machine direction in x-machine
direction
Grab Failure Strain, D 4632 30% max. at 180 lb
in machine and or more '
x-machine direction
Ultraviolet(UV) D 4355 70% strength retained min.,
Radiation Stability after 500 hours in xenon arc device
5
6 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes
7 Table 7: Minimum properties required for geotextile reinforcement used in
8 geosynthetic reinforced slopes and retaining walls.
9
Geotextile Property ASTM Geotextile Property Requirements'
Test Woven Nonwoven
Method
AOS D 4751 U.S. No. 20 max.
Water Permittivity D 4491 0.02 sec' min.
Grab Tensile D 4632 200 lb min. 120 lb min.
Strength,
in machine and
x-machine direction
Grab Failure Strain, D 4632 < 50% > 50%
in machine and
x-machine direction
Seam Breaking D4632" 160 lb min. 100 lb min.
Strength
Puncture Resistance D 6241 370 lb min. 220 lb min.
Tear Strength, D 4533 63 lb min. 50 lb min.
in machine and
TEST2 64
�r
x-machine direction
Ultraviolet(UV) D 4355 70% (for polypropylene and polyethylene)
Radiation Stability and
50% (for polyester) Strength Retained min.,
_ after 500 hours in a xenon arc device
1
2 9-33.2(3) Prefabricated Drainage Mat
3 Prefabricated drainage mat shall have a single or double dimpled polymeric core
4 with a geotextile attached and shall meet the following requirements:
5
6 Table 8: Minimum properties required for prefabricated drainage mats.
7
Geotextile Property ASTM Geotextile Property Requirements'
Test
Method
AOS D 4751 U.S. No. 60 max.
Water Permittivity D 4491 0.4 sec' min.
Grab Tensile Strength, D 4632 Nonwoven — 100 lb min.
in machine and
x-machine direction
Width D 5199 12 In. min.
Thickness 0.4 In. min.
Compressive Strength at D 1621 100 psi min.
Yield
In Plan Flow Rate D 4716
Gradient= 0.1,
Pressure= 5.5 psi 5.0 gal./min./ft.
Gradient= 1.0,
Pressure = 14.5 psi 15.0 al/min./ft.
8
9 'All geotextile properties in Tables 1 through 8 are minimum average roll
10 values (i.e., the test results for any sampled roll in a lot shall meet or exceed
11 the values shown in the table).
12
13 2The test procedures used are essentially in conformance with the most
14 recently approved ASTM geotextile test procedures, except for geotextile
15 sampling and specimen conditioning, which are in accordance with WSDOT
16 Test Methods T 914, Practice for Sampling of Geotextiles for Testing, and T
17 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies
18 of these test methods are available at the State Materials Laboratory P.O. Box
19 47365, Olympia, WA 98504-7365.
20
21 3With seam located in the center of 8-inch long specimen oriented parallel to
22 grip faces.
23
24 4Applies only to seams perpendicular to the wall face.
25
26 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile
27 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the
28 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control
29 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2).
TEST2 65
1 1
2 9-33.4 Geosynthetic Material Approval and Acceptance
3 9-33.4(1) Geosynthetic Material Approval
4 If the geosynthetic source material has not been previously evaluated, or is not
5 listed in the current WSDOT Qualified Products List (QPL), a sample of each
6 proposed geosynthetic shall be submitted to the State Materials Laboratory in
7 Tumwater for evaluation. Geosynthetic material approval will be based on
8 conformance to the applicable properties from the Tables in Section 9-33.2 or in the
9 Standard Plans or Special Provisions. After the sample and required information for ,
10 each geosynthetic type have arrived at the State Materials Laboratory in Tumwater,
11 a maximum of 14 calendar days will be required for this testing. Source approval
12 shall not be the basis of acceptance of specific lots of material delivered to the '
13 Contractor unless the roll numbers of the lot sampled can be clearly identified as
14 the rolls tested and approved in the geosynthetic approval process.
15
16 For geogrid and geotextile products proposed for use in permanent geosynthetic ,
17 retaining walls or reinforced slopes that are not listed in the current QPL, the
18 Contractor shall submit test information and the calculations used in the
19 determination of Ta, performed in accordance with WSDOT Standard Practice T
20 925, Standard Practice for Determination of Long-Term Strength for Geosynthetic
21 Reinforcement, to the State Materials Laboratory in Tumwater for evaluation. The
22 Contracting Agency will require up to 30 calendar days after receipt of the
23 information to complete the evaluation.
24
25 The Contractor shall submit to the Engineer the following information regarding
26 each geosynthetic material proposed for use:
27
28 Manufacturer's name and current address,
29 Full product name,
30 Geosynthetic structure, including fiber/yarn type,
31 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic
32 retaining walls),
33 Proposed geosynthetic use(s), and
34 Certified test results for minimum average roll values.
35
36 9-33.4(2) Vacant
37
38 9-33.4(3) Acceptance Samples
39 When the quantities of geosynthetic materials proposed for use in the following
40 geosynthetic applications are greater than the following amounts, acceptance shall
41 be by satisfactory test report:
42
Application Geosynthetic Quantity
Underground Drainage 600 sq. yd.
Temporary or Permanent Geosynthetic All quantities
Retainina Walls
43
44 The samples for acceptance testing shall include the information about each
45 geosynthetic roll to be used as stated in 9-33.4(4).
46
47 Samples will be randomly taken by the Engineer at the job site to confirm that the
48 geosynthetic meets the property values specified.
TEST2 66
2 Approval will be based on testing of samples from each lot. A "lot" shall be defined
3 for the purposes of this specification as all geosynthetic rolls within the
4 consignment (i.e., all rolls sent the project site) that were produced by the same
5 manufacturer during a continuous period of production at the same manufacturing
6 plant and have the same product name. After the samples have arrived at the
7 State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be
8 required for this testing.
9
10 If the results of the testing show that a geosynthetic lot, as defined, does not meet
11 the properties required for the specified use as indicated in Tables 1 through 8 in
12 Section 9-33.2, and additional tables as specified in the Special Provisions, the roll
13 or rolls which were sampled will be rejected. Geogrids and geotextiles for
14 temporary geosynthetic retaining walls shall meet the requirements of Table 7, and
15 Table 10 in the Special Provisions. Geogrids and geotextiles for permanent
16 geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in
17 the Special Provisions, and both geotextile and geogrid acceptance testing shall
18 meet the required ultimate tensile strength T,,t as provided in the current QPL for
19 the selected product(s). If the selected product(s) are not listed in the current QPL,
20 the result of the testing for TU,t shall be greater than or equal to Tuft as determined
21 from the product data submitted and approved by the State Materials Laboratory
22 during source material approval.
23
24 Two additional rolls for each roll tested which failed from the lot previously tested
25 will then be selected at random by the Engineer for sampling and retesting. If the
26 retesting shows that any of the additional rolls tested do not meet the required
27 properties, the entire lot will be rejected. If the test results from all the rolls retested
28 meet the required properties, the entire lot minus the roll(s) that failed will be
29 accepted. All geosynthetic that has defects, deterioration, or damage, as
30 determined by the Engineer, will also be rejected. All rejected geosynthetic shall be
31 replaced at no additional expense to the Contracting Agency.
32
33 9-33.4(4) Acceptance by Certificate of Compliance
34 When the quantities of geosynthetic proposed for use in each geosynthetic
35 application are less than or equal to the following amounts, acceptance shall be by
36 Manufacturer's Certificate of Compliance:
37
Application Geosynthetic Quantity
Underground Drainage 600 sq. yd.
Soil Stabilization and Separation All quantities
Permanent Erosion Control All quantities
Temporary Silt Fence All quantities
Prefabricated Drainage Mat All quantities
38
39 The Manufacturer's Certificate of Compliance shall include the following information
40 about each geosynthetic roll to be used:
41
42 Manufacturer's name and current address,
43 Full product name,
44 Geosynthetic structure, including fiber/yarn type,
TEST2 67
1 Geosynthetic Polymer type (for all temporary and permanent geosynthetic
2 retaining walls only),
3 Geosynthetic roll number(s),
4 Geosynthetic lot number(s),
5 Proposed geosynthetic use(s), and
6 Certified test results.
7
8 9-33.4(5) Approval of Seams
9 If the geotextile seams are to be sewn in the field, the Contractor shall provide a
10 section of sewn seam that can be sampled by the Engineer before the geotextile is
11 installed.
12
13 The seam sewn for sampling shall be sewn using the same equipment and '
14 procedures as will be used to sew the production seams. If production seams will
15 be sewn in both the machine and cross-machine directions, the Contractor must
16 provide sewn seams for sampling which are oriented in both the machine and '
17 cross-machine directions. The seams sewn for sampling must be at least 2 yards
18 in length in each geotextile direction. If the seams are sewn in the factory, the
19 Engineer will obtain samples of the factory seam at random from any of the rolls to
20 be used. The seam assembly description shall be submitted by the Contractor to
21 the Engineer and will be included with the seam sample obtained for testing. This
22 description shall include the seam type, stitch type, sewing thread type(s), and
23 stitch density.
24
25 SECTION 9-34, PAVEMENT MARKING MATERIAL
26 April 3, 2006
27 9-34.2 Paint '
28 This section is revised to read:
29
30 White and yellow paint shall comply with the specifications for high volatile organic
31 compound (VOC) solvent based paint, low VOC solvent based paint or low VOC ,
32 waterborne paint. Blue paint for "Access Parking Space Symbol with Background" shall
33 be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed
34 Standard 595, color 15090 and the tolerance of variation shall match that shown in the
35 FHWA"Highway Blue Color Tolerance Chart."
36
37 9-34.3 Plastic '
38 This section is revised to read:
39
40 White and yellow plastic pavement marking materials shall comply with the
41 specifications for:
42
43 Type A— Liquid hot applied thermoplastic ,
44 Type B — Pre-formed fused thermoplastic
45 Type C — Cold applied pre-formed tape
46 Type D — Liquid cold applied methyl methacrylate ,
47
48 Blue plastic pavement marking material for Access Parking Space Symbol with
49 Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color
50 shall match Fed Standard 595, color 15090 and the tolerance of variation shall match '
51 that shown in the FHWA"Highway Blue Color Tolerance Chart."
TEST2 68
r 1
2 9-34.4 Glass Beads
3 In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to AASHTO M
4 247, Type 1.
5
6 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
7 April 3, 2006
8 9-35.2 Construction Signs
9 The first paragraph is supplemented with the following:
10
11 Post mounted Class A construction signs shall conform to the requirements of this
12 section and additionally shall conform to the requirements stated in section 9-28.
13
14 The second paragraph is revised to read:
15
16 Aluminum sheeting shall be used to fabricate all construction signs. The signs shall
17 have a minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches.
18
19 The first sentence in the fourth paragraph is revised to read:
20
21 The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs,
22 and any other previously approved sign materials except aluminum is prohibited. Any
23 sign which otherwise meets the requirements of this section and was purchased prior to
24 July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall
25 have been fabricated with Type VI reflective sheeting.
26
TEsr2 69
CITY OF RENTON
SPECIAL PROVISIONS
SPECIAL PROVISIONS
P. B�A
O i
w x
W
p
r
(60 A Ple— joNnL ��G w
EXPIRES: 8/20/2007
r
r
r
r
rr
Project No.SWP 27-2711
r
TABLE OF CONTENTS
1-01 DEFINITIONS AND TERMS.........................................................................................1
1-01.1 GENERAL................................................................................................... 1
1-01.2 ABBREVIATIONS........................................................................................1
1-01.2(2) Items of Work and Units of Measurement................................... l
1-01.3 DEFINITIONS ............................................................................................. 1
1-02 BID PROCEDURES AND CONDITIONS.....................................................................4
"' 1-02.2 PLANS AND SPECIFI CATIONS.....................................................................4
1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE WORK.................4
1-02.4(1) General.........................................................................................4
1-02.5 PROPOSAL FORMS.....................................................................................5
1-02.6 PREPARATION OF PROPOSAL.....................................................................5
1-02.6(1) Proprietary Information,(New Section,Project No.
.. S WP-27-2711).............................................................................5
1-02.12 PUBLIC OPENING OF PROPOSALS..............................................................6
1-03 AWARD AND EXECUTION OF CONTRACT............................................................6
1-03.1 CONSIDERATION OF BIDS..........................................................................6
1-03.2 AWARD OF CONTRACT..............................................................................6
1-03.3 EXECUTION OF CONTRACT.......................................................................6
1-04 SCOPE OF WORK..........................................................................................................7
1-04.2 COORDINATION OF CONTRACT DOCUMENTS, PLANS, SPECIAL
PROVISIONS SPECIFICATIONS, AND ADDENDA.........................................7
1-04.3(1) Contractor-Discovered Discrepancies(New Section,
MW Project No. SWP 27-2711)..........................................................7
1-04.3(2) Project Coordination....................................................................8
1-04.4 CHANGES ..................................................................................................8
ow 1-04.4(1) Minor Changes.............................................................................8
1-04.8 PROGRESS ESTIMATES AND PAYMENTS....................................................8
1-04.11 FINAL CLEANUP........................................................................................9
.. 1-05 CONTROL OF WORK....................................................................................................9
1-05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND STAKES............9
1-05.4(3) Contractor Supplied Surveying(New Section,Project
No. SWP 27-2711)..................................................................... 10
1-05.4(4) Contractor Provided As-Built Information(New Section,
Project No. SWP 27-2711)........................................................ 11
1-05.7 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK.........................11
1-05.10 GUARANTEES 12
..........................................................................................
1-05.11 FINAL INSPECTION.................................................................................. 12
1-05.11(1) Substantial Completion Date..................................................... 12
1-05.11(2) Final Inspection Date................................................................. 13
1-05.11(3) Operational Testing................................................................... 13
1-05.12 FINAL ACCEPTANCE................................................................................ 14
1-05.14 COOPERATION WITH OTHER CONTRACTORS.......................................... 14
1-05.18 CONTRACTOR'S DAILY DIARY(NEW SECTION,PROJECT NO.
SWP27-2711)......................................................................................... 14
.. 1-06 CONTROL OF MATERIAL.........................................................................................16
1-06.1 APPROVAL OF MATERIALS PRIOR TO USE.............................................. 16
1-06.2(1) Samples and Tests for Acceptance............................................ 16
w
i
a
1-06.2(2) Statistical Evaluation of Materials for Acceptance.................... 16
1-06.7 SHOP DRAWINGS AND SUBMITTALS(NEW SECTION, PROJECT
No. SWP 27-2711)................................................................................. 16
1-06.7(1) General(New Section,Project No. SWP 27-2711)................... 16
1-06.7(2) Required Information(New Section, Project No. SWP
27-2711)..................................................................................... 17
1-06.7(3) Review Schedule(New Section,Project No. SWP 27-
2711).......................................................................................... 18
1-06.7(4) Substitutions(Additional Section)............................................. 18 wo
1-06.7(5) Submittal Requirements(New Section, Project No. SWP
27-2711)..................................................................................... 18
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC....................19 "'
1-07.1 LAWS TO BE OBSERVED.......................................................................... 19
1-07.1(1) Archaeological Discoveries and Historic Preservation
Clause(Addition)....................................................................... 19 in
1-07.2(1) State Sales Tax...........................................................................20
1-07.5 WILDLIFE, FISHERIES, AND ECOLOGY REGULATIONS(NEW
SECTION, PROJECT NO. SWP 27-2711)..................................................20
1-07.6 PERMITS AND LICENSES..........................................................................20
1-07.6 PERMITS AND LICENSES..........................................................................21
1-07.9(5) Required Documents..................................................................21
1-07.11(11) City of Renton Affidavit of Compliance New Section
(Project No. SWP 27-2711).......................................................21
1-07.12 FEDERAL AGENCY INSPECTION..............................................................21
1-07.13(l) General.......................................................................................22
1-07.15 TEMPORARY WATER POLLUTION/EROSION CONTROL...........................22
1-07.16(1) Private/Public Property..............................................................23
1-07.17 UTILITIES AND SIMILAR FACILITIES.......................................................24
1-07.17(1) Interruption of Services(New Section, Project No. 27-
2711)..........................................................................................26
1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE......................30 ■r
1-07.18(1) General.......................................................................................31
1-07.18(2) Coverages ..................................................................................31
1-07.18(3) Limits.........................................................................................33
1-07.18(4) Evidence of Insurance................................................................34
1-07.22 USE OF EXPLOSIVES................................................................................35
1-07.23(l) Construction Under Traffic........................................................35 r
1-07.24 RIGHTS OF WAY......................................................................................36
1-08 PROSECUTION AND PROGRESS.............................................................................36
1-08.0 PRELIMINARY MATTERS.........................................................................36
ar
1-08.0(1) Preconstruction Conference.......................................................37
1-08.1 SUBCONTRACTING..................................................................................38
1-08.1(2) Hours of Work...........................................................................38
1-08.1(3) Reimbursement for Overtime Work of Contracting
Agency Employees....................................................................39
1-08.2 ASSIGNMENT...........................................................................................39
1-08.3 PROGRESS SCHEDULE.............................................................................39 r
1-08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK.......................42
1-08.5 TIME FOR COMPLETION..........................................................................42
ii
rr
r
r
1-02.4 SUSPENSION OF WORK............................................................................43
_ 1-08.9 LIQUIDATED DAMAGES ..........................................................................44
1-08.11 CONTRACTOR'S PLANT AND EQUIPMENT...............................................44
1-08.12 ATTENTION TO WORK.............................................................................44
1-09 MEASUREMENT AND PAYMENT............................................................................45
1-09.1 MEASUREMENT OF QUANTITIES 45
1-09.3 SCOPE OF PAYMENT................................................................................46
1-09.7 MOBILIZATION........................................................................................47
r 1-09.9 PAYMENTS 47
..............................................................................................
1-09.9(1) Retainage...................................................................................47
1-09.9(2) Contracting Agency's Right to Withhold and Disburse
Y
Certain Amounts........................................................................48
1-09.9(3) Final Payment(New Section, Project No. 27-2711)..................49
1-09.11(2) Claims........................................................................................50
1-09.11(3) Time Limitations and Jurisdiction.............................................51
1-09.14 PAYMENT SCHEDULE(NEW SECTION,PROJECT No. 27-2711)..............52
1-09.14(1) Basic Bid(New Section, Project No. 27-2711).........................52
1-10 TEMPORARY TRAFFIC CONTROL........................................................................74
1-10.1 GENERAL.................................................................................................74
1-10.2(2) Traffic Control Plans.................................................................75
1-10.3 FLAGGING, SIGNS, AND ALL OTHER TRAFFIC CONTROL DEVICES........76
1-10.3(3) Construction Signs.....................................................................76
1-10.4 MEASUREMENT.......................................................................................76
1-10.5 PAYMENT................................................................................................76
-- 1-11 RENTON SURVEYING STANDARDS.......................................................................77
1-11.1(1) Responsibility for Surveys.........................................................77
1-11.1(2) Survey Datum and Precision......................................................77
.. 1-11.1(3) Subdivision Information............................................................78
1-11.1(4) Field Notes.................................................................................78
1-11.1(5) Corners and Monuments............................................................79
1-11.1(6) Control or Base Line Survey.....................................................79
1-11.1(7) Precision Levels.........................................................................80
1-11.1(8) Radial and Station-Offset Topography...................................80
1-11.1(9) Radial Topography....................................................................80
1-11.1(10) Station-Offset Topography......................................................80
1-11.1(11) As-Built Survey.........................................................................81
1-11.1(12) Monument Setting and Referencing..........................................81
1-11.2 MATERIALS ..........82
...................................................................................
1-11.2(1) Property/Lot Corners.................................................................82
1-11.2(2) Monuments................................................................................82
1-11.2(3) Monument Case and Cover........................................................82
2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP........................................83
2-01.1 DESCRIPTION...........................................................................................83
•• 2-01.2 DISPOSAL OF USABLE MATERIAL AND DEBRIS......................................83
2-01.5 PAYMENT................................................................................................83
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS.........................................84
r2-02.1 DESCRIPTION...........................................................................................84
2-02.3 CONSTRUCTION DETAILS........................................................................84
2-02.3(1) General Requirements......................................................
r
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs...........................84
2-02.5 PAYMENT................................................................................................85
2-03 ROADWAY EXCAVATION AND EMBANKMENT................................................86
2-03.3 CONSTRUCTION REQUIREMENTS............................................................86
2-03.3(19) Wet Weather Earthwork(New Section, Project No. SWP
27-2711).....................................................................................87
2-03.4 MEASUREMENT.......................................................................................88
2-03.5 PAYMENT................................................................................................88
2-04 HAUL...............................................................................................................................88
2-04.5 PAYMENT................................................................................................89
2-06 SUBGRADE PREPARATION......................................................................................89
2-06.5 MEASUREMENT AND PAYMENT
2-07 WATERING....................................................................................................................89
2-07.3 CONSTRUCTION REQUIREMENTS............................................................89
2-07.5 PAYMENT................................................................................................89 s
2-09 STRUCTURE EXCAVATION......................................................................................90
2-09.1 DESCRIPTION...........................................................................................90
2-09.4 MEASUREMENT.......................................................................................90 r
2-09.5 PAYMENT................................................................................................90
4-04 BALLAST AND CRUSHED SURFACING.................................................................92
4-04.1 DESCRIPTION...........................................................................................92
4-04.3(5) Shaping and Compaction...........................................................92
4-04.5 PAYMENT................................................................................................92
5-04 HOT MIX ASPHALT.....................................................................................................92
5-06 NEW SECTION(PROJECT NO. SWP-27-2711) 94
.......................................................
6-02 CONCRETE STRUCTURES......................................................................................100
6-02.5 PAYMENT.............................................................................................. 100
7-01 DRAINS...........................
..............................................................................................100
7-01.2 MATERIALS........................................................................................... 100
7-01.3 CONSTRUCTION REQUIREMENTS.......................................................... 101
7-01.4 MEASUREMENT..................................................................................... 101 nr
7-02 CULVERTS...................................................................................................................101
7-02.2 MATERIALS........................................................................................... 101
7-04 STORM SEWERS........................................................................................................101
7-04.2 MATERIALS........................................................................................... 102
7-04.3 CONSTRUCTION REQUIREMENTS.......................................................... 102
7-04.4 MEASUREMENT..................................................................................... 102
7-04.5 PAYMENT.............................................................................................. 102
7-05 MANHOLES,INLETS,AND CATCH BASINS.......................................................103
7-05.1 DESCRIPTION......................................................................................... 103
7-05.2 MATERIALS........................................................................................... 103
7-05.2(1) Frames and Covers(New Section,Project No. SWP 27-
2711)........................................................................................ 103
7-05.2(2) Precast Concrete Catch Basins and Concrete Inlets(New
Section,Project No. SWP 27-2711)........................................ 103
7-05.3 CONSTRUCTION REQUIREMENTS.......................................................... 104
7-05.3(1) Adjusting Manholes and Catch Basins to Grade..................... 104
7-05.3(2) Abandon Existing Manholes.................................................... 106
7-05.3(3) Connections to Existing Manholes.......................................... 107
r
iv
7-05.3(5) Manhole Coatings(New Section,Project No. SWP 27-
2711)........................................................................................ 107
7-05.4 MEASUREMENT..................................................................................... 107
7-05.5 PAYMENT.............................................................................................. 108
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS.........................................108
7-08.3(4) Plugging Existing Pipe............................................................ 116
7-08.4 MEASUREMENT..................................................................................... 116
7-08.5 PAYMENT.............................................................................................. 116
-�- 7-09 PIPE AND FITTINGS FOR WATER MAINS..........................................................116
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene
Encasement.............................................................................. 117
.. 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block..................... 118
7-09.3(23) Hydrostatic Pressure Test........................................................ 118
7-09.3(25) Joint Restraint Systems (New Section, Project No. SWP
27-2711)................................................................................... 121
7-09.4 Measurement............................................................................ 122
7-09.5 Payment...................................................................................123
7-12 VALVES FOR WATER MAINS ................................................................................124
.. 7-12.3(1) Installation of Valve Marker Post............................................ 124
7-12.3(2) Adjust Existing Valve Box to Grade(New Section,
Project No. SWP 27-2711)...................................................... 124
7-12.4 MEASUREMENT.....................................................................................125
7-12.5 PAYMENT(REVISED SECTION, PROJECT No. SWP 27-2711)............... 125
7-15 SERVICE CONNECTIONS........................................................................................125
.. 7-15.3 CONSTRUCTION DETAILS...................................................................... 125
7-15.5 PAYMENT(REVISED SECTION, PROJECT No. SWP 27-2711)...............125
7-17 SANITARY SEWERS..................................................................................................125
.. 7-17.2 MATERIALS........................................................................................... 126
7-17.3(1) Protection of Existing Sewerage Facilities.............................. 126
7-17.4 MEASUREMENT..................................................................................... 127
7-17.5 PAYMENT.............................................................................................. 127
8-01 EROSION CONTROL (REVISED SECTION,PROJECT NO. SWP 27-
2711).........................................................................................................................128
8-01.1 DESCRIPTION......................................................................................... 128
.� 8-01.2 MATERIALS........................................................................................... 128
8-01.3(3) Miscellaneous Erosion Control(New Section,Project
No. SWP 27-2711)................................................................... 128
8-01.3(5) Mulching..................................................................................130
8-01.5 PAYMENT.............................................................................................. 130
8-02 ROADSIDE PLANTING (REVISED SECTION, PROJECT NO. SWP 27-
"' 2711)................................................................................... 130
......................................
8-02.1 DESCRIPTION......................................................................................... 130
8-02.2 MATERIALS...........................................................................................131
8-02.3 CONSTRUCTION REQUIREMENTS..........................................................133
8-02.3(4) Preparation, Cultivation, and Cleanup..................................... 133
8-02.5 PAYMENT.............................................................................................. 134
.. 8-04 CURB, GUTTERS,AND SPILLWAYS (REVISED SECTION,PROJECT
NO. SWP 27-2711)..................................................................................................134
8-04.1 DESCRIPTION......................................................................................... 134
v
rr
8-04.3 CONSTRUCTION REQUIREMENTS.......................................................... 135
8-04.3(3) Width of Replacement(New Section, Project No. SWP
27-2711)................................................................................... 135
8-04.5 PAYMENT.............................................................................................. 135
8-09 RAISED PAVEMENT MARKERS............................................................................135 r
8-09.5 PAYMENT.............................................................................................. 135
8-13 MONUMENT CASES..................................................................................................135
8-13.1 DESCRIPTION......................................................................................... 135
.N
8-13.3 CONSTRUCTION REQUIREMENTS.......................................................... 136
8-13.4 MEASUREMENT..................................................................................... 136
8-13.5 PAYMENT.............................................................................................. 136
8-14 CEMENT CONCRETE SIDEWALKS......................................................................136
8-14.3(4) Curing...................................................................................... 136
8-14.4 MEASUREMENT..................................................................................... 137
8-14.5 PAYMENT.............................................................. ............................... 137 •
8-17 IMPACT ATTENUATOR SYSTEMS........................................................................137
8-17.5 PAYMENT.............................................................................................. 137
8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL............138 ..
8-20.2(1) Equipment List and Drawings................................................. 138
8-21 PERMANENT SIGNING(ADDED SECTION,PROJECT NO. SWP 27-
2711)..........................................:..............................................................................138
8-21.3(5) Sign Relocation........................................................................ 138
8-21.5 PAYMENT.............................................................................................. 139
8-22 PAVEMENT MARKING............................................................................................139
8-22.1 DESCRIPTION......................................................................................... 139
8-22.2 MATERIAL............................................................................................. 140
8-22.3(5) Installation Instructions............................................................ 141
8-22.5 PAYMENT ................................. 141 ■r
.............................................................
8-23 TEMPORARY PAVEMENT MARKINGS...............................................................141
8-23.5 PAYMENT.............................................................................................. 141
9-03 AGGREGATES............................................................................................................142 ..
9-03.8(2) HMA Test Requirements......................................................... 142
9-03.8(7) HMA Tolerances and Adjustments.......................................... 142
9-03.10 AGGREGATE FOR GRAVEL BASE (REVISED SECTION,PROJECT
No. SWP 27-2711)............................................................................... 142
9-03.22 CONTROLLED DENSITY FILL(NEW SECTION,PROJECT NO. SWP
27-2711)................................................................................................ 143
9-03.22(1) Materials Description........................................................... 143
9-03.22(2) Proportioning....................................................................... 143
9-03.22(3) Placement................................................................................. 144
rrr
9-03.22(4) Compaction..............................................................................144
9-03.22(5) Protection................................................................................. 144
9-03.22(6) Testing..................................................................................... 144
9-03.22(7) Payment..................................
................................................. 145
9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS...............................145
9-05.4 STEEL CULVERT PIPE AND PIPE ARCH(RC)......................................... 145
9-05.7 CONCRETE STORM SEWER PIPE............................................................ 145
9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC) ......................... 145
9-05.7(3) Concrete Storm Sewer Pipe Joints(RC)..................................145
r
vi
.r
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC)..................... 146
9-05.12(3) CPEP Sewer Pipe(New Section, Project No. SWP 27-
2711 ........................................................................................ 146
9-05.13 DUCTILE IRON SEWER PIPE(DI)(REVISED SECTION, PROJECT
NO. SWP 27-2711)............................................................................... 146
9-05.13 STEEL ENCASEMENT PIPE(NEW SECTION, PROJECT NO. SWP
27-2711)................................................................................................ 146
9-14 EROSION CONTROL AND ROADSIDE PLANTING(REVISED
SECTION,PROJECT NO. SWP 27-2711)..........................................................146
9-14.1(3) Topsoil Type C........................................................................ 146
9-14.8 CLEANING(NEW SECTION, PROJECT N0. 27-2711)............................. 147
.. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES..................................147
9-23.9 FLY ASH(RC)....................................................................................... 147
9-30 WATER DISTRIBUTION MATERIALS..................................................................147
9-30.1(1) Ductile Iron Pipe...................................................................... 147
9-30.3(1) Gate Valves(3inches to 12 inches).......................................... 147
9-30.3(3) Butterfly Valves....................................................................... 148
9-30.3(5) Valve Marker Posts.................................................................. 148
9-30.3(7) Combination Air Release/Air Vacuum Valves........................ 149
9-30.3(8) Tapping Sleeve and Valve Assembly...................................... 149
9-30.3(9) Blow-Off Assembly(New Section, Project No. SWP 27-
M
2711)........................................................................................ 149
9-30.6(4) Service Fittings........................................................................ 149
9-30.6(5) Meter Setters............................................................................ 150
aw
r
r
Y
i
VII
r
SPECIAL PROVISIONS
The following Special Provisions are made a part of this Contract and supersede any conflicting
provisions of the 2006 Standard Specifications for Road, Bridge, and Municipal Construction
(English),and the foregoing amendments to the Standard Specifications.
1-01 DEFINITIONS AND TERMS
1-01.1 General
Section 1-01.1 is supplemented with:
Whenever reference is made to the State, Commission, Department of Transportation, Secretary
of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to
mean the City of Renton acting through its City Council, employees, and duly authorized
representatives for all contracts administered by the City of Renton.
1-01.2 Abbreviations
1-01.2(2) Items of Work and Units of Measurement
Section 1-01.2(2)is supplemented with the following:
HMA Hot Mix Asphalt
Conn. Connection
CPEP Corrugated Polyethylene Pipe
.. E East
Ex, Exist Existing
FOB Freight on Board
ID Inside Diameter
Inv. Invert
MON Monument
MUTCD Manual on Uniform Traffic Control Devices
�. N North
No. Number
OD Outside Diameter
PC Point of Curve
PT Point of Tangency
PI Point of Intersection
PCC Portland Cement Concrete
PVC Polyvinyl Chloride Pipe
R/W Right-of-Way
•• S South
SS Sanitary Sewer or Side Sewer
W West
..
1-01.3 Definitions
Project No.SWP 27-2711 Page 1
r
SPECIAL PROVISIONS - Continued
Section 1-01.3 is revised and supplemented by the following:
Act of God
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature.
A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific
locality of the work, which might reasonably have been anticipated from historical records of the
general locality of the work, shall not be construed as an act of God. VP
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the construction
program for the Contracting Agency.
f
Contract Price
Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in ,.
properly executed change orders.
Dates
Bid Opening Date: The date on which the Contracting Agency publicly opens and reads
bids.
�r
Award Date: The date of the formal decision of the Contracting Agency to accept the
lowest responsible and responsive Bidder for the work.
Contract Execution Date: The date the Contracting Agency officially binds the agency
to the Contract.
s
Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract
time begins.
.s
Contract Completion Date: The date by which the work is contractually required to be
completed.
Final Acceptance Date: The date the Contracting Agency accepts the work as complete
per the contract requirements.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to
mean working days.
Engineer
w
Page 2 Project No.SWP 27-2711
r
MW
SPECIAL PROVISIONS - Continued
The City Engineer or duly authorized representative, or an authorized member of a licensed
consulting firm retained by Owner for the construction engineering of a specific public works
proj ect.
Inspector
Owner's authorized representative assigned to make necessary observations of the work
performed or being performed,or of materials furnished or being furnished by Contractor.
Or Equal
aw Where the term"or equal" is used herein, the Contracting Agency, or the Contracting Agency on
recommendation of the engineer, shall be the sole judge of the quality and suitability of the
proposed substitution.
The responsibility and cost of furnishing necessary evidence, demonstrations, or other
information required to obtain the approval of alternative materials or processes by the Owner
shall be entirely borne by the Contractor.
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency.
Performance and Payment Bond
..
Same as"Contract Bond"defined in the Standard Specifications.
.. Plans
The contract plans and/or standard plans which show location, character, and dimensions of
WW prescribed work including layouts,profiles, cross-sections, and other details. Plans may either be
bound in the same book as the balance of the Contract Documents or bound in separate sets, and
are a part of the Contract Documents, regardless of the method of binding. The terms "Standard
Drawings" or"Standard Details" generally used in specifications refers to drawings bound either
'IT with the specification documents or included with the Plans or the City of Renton Standard Plans.
Points
Wherever reference is made to Engineer's points, this shall mean all marks, bench marks,
reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal and
vertical control of the work.
Provide
Means "furnish and install"as specified and shown in the Plans.
Secretary,Secretary of Transportation
Project No.SWP 27-2711 Page 3
SPECIAL PROVISIONS - Continued
�r
The chief executive officer of the Department and other authorized representatives. The chief
executive officer to the Department shall also refer to the Department of air
Planning/Building/Public Works Administrator.
Shop Drawings
Same as"Working Drawings"defined in the Standard Specifications.
Special Provisions
Modifications to the standard specifications and supplemental specifications that apply to an
individual project. The special provisions may describe work the specifications do not cover.
Such work shall comply first with the special provisions and then with any specifications that
apply. The Contractor shall include all costs of doing this work within the bid prices.
.r
State
The State of Washington acting through its representatives. The State shall also refer to The City ar
of Renton and its authorized representatives where applicable.
Supplemental Drawings and Instructions i
Additional instructions by Engineer at request of Contractor by means of drawings or documents
necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and
instructions are consistent with the Contract Documents.
Utility
•
Public or private fixed improvement for the transportation of fluids, gases, power, signals, or
communications and shall be understood to include tracks, overhead and underground wires,
cables,pipelines, conduits, ducts, sewers, or storm drains. a►
1-02 BID PROCEDURES AND CONDITIONS
1-02.2 Plans and Specifications
Section 1-02.2 is deleted and replaced with the following: up
See "Instructions to Bidders" and "Bidders Checklist" contained in the Contract Documents
herein for prebid information.
1-02.4 Examination of Plans,Specifications, and Site Work
r
Section 1-02.4 is supplemented with the following:
(******)
1-02.4(1) General
Page 4 Project No.SWP 27-2711
i
SPECIAL PROVISIONS - Continued
Locations of existing utilities shown on the Plans are approximate and some existing utilities may
have been omitted. It is the Contractor's responsibility to verify the locations and elevations of
existing pipelines, structures, grades,and utilities prior to construction.
The Owner assumes no responsibility for any conclusions or interpretations made by the
Contractor on the basis of the information made available.
Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
additional examinations, investigations, explorations, tests, and studies and obtain any additional
information and data which pertain to the physical conditions (surface, subsurface, and
underground utilities)at or contiguous to the site or otherwise which may affect cost,progress, or
.w performance of the work and which the Bidder deems necessary to determine its Bid for
performing the work in accordance with the time, price, and other terms and conditions of the
Contract Documents. The Bidder shall be responsible for all costs associated with these
„W additional examinations including all restoration work and damages that may result of such
investigation.
.. 1-02.5 Proposal Forms
Delete the first sentence of Section 1-02.5 and replace with the following:
IM The Proposal and associated forms are included in these Contract Documents under Documents
Submitted in Sealed Bid Package. These forms shall not be altered by the bidder. Reference
herein to the Proposal Form(s) shall mean the"Proposal"and"Schedule of Prices."
1-02.6 Preparation of Proposal
The third paragraph is revised as follows:
All prices shall be in legible figures and words written in ink or typed. The proposal shall
include:
1. A unit price for each item (omitting digits more than four places to the right of
the decimal point), each unit price shall also be written in words; where a conflict
.. arises the written words shall prevail.
Y..
1-02.6(1) Proprietary Information(New Section,Project No. SWP-27-2711)
1-02.6(1) is a new section.
Vendors should, in the bid proposal, identify clearly any material(s) which constitute"(valuable)
formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW
42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis
for such claim of exemption. The Department (or State) will give notice to the vendor of any
request for disclosure of such information received within 5 (five) years from the date of
submission. Failure to so label such materials or failure to timely respond after notice of request
for public disclosure has been given shall be deemed a waiver by the submitting vendor of any
claim that such materials are, in fact, so exempt.
Project No.SWP 27-2711 Page 5
SPECIAL PROVISIONS - Continued
1-02.12 Public Opening of Proposals
Section 1-02.12 is supplemented with the following:
(******)
The Contracting Agency reserves the right to postpone the date and time for bid opening.
Notification to bidder will be by addenda.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of bids •
Section 1-03.1 is supplemented with the following:
All bids will be based on total sum of all schedules of prices. No partial bids will be accepted
unless so stated in the call for bids or special provisions. The City, at its discretion, reserves the s
right however to award all or any schedule of a bid to the lowest responsive,responsible bidder.
1-03.2 Award of Contract
Section 1-03.2 is supplemented with the following:
JW
The contract, bond form, and all other forms requiring execution, together with a list of all other
forms or documents required to be submitted by the successful bidder, will be forwarded to the
successful bidder within 10 days of the award. The number of copies to be executed by the
Contractor shall be determined by the Contracting Agency.
1-03.3 Execution of Contract +�►
Section 1-03.3 is revised and supplemented as follows:
.r
Within 10 calendar days after receipt from the City of the forms and documents required to be
completed by the Contractor, the successful bidder shall return the signed Contracting Agency-
prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory
bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting
Agency, the successful bidder shall provide any pre-award information the Contracting Agency
may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency
nor shall any work begin within the project limits or within Contracting Agency-furnished sites.
The Contractor shall bear all risks for any work begun outside such areas and for any materials
ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the contract
documents within 10 calendar days after the award date, the Contracting Agency may grant up to
Page 6 Project No.SWP 27-2711
rIl
SPECIAL PROVISIONS - Continued
a maximum of 10 additional calendar days for return of the documents, provided the Contracting
Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a
Contractor who is not registered or licensed as required by the laws of the state. In addition, the
Contracting Agency requires persons doing business with the Contracting Agency to possess a
valid City of Renton business license prior to award.
..• When the Bid Form provides spaces for a business license number, a Washington State
Contractors registration number, or both the Bidder shall insert such information in the spaces
provided. The Contracting Agency requires legible copies of the Contractor's Registration and
.,. business license be submitted to the Engineer as part of the Contracting Agency's post-award
information and evaluation activities.
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents,Plans,Special Provisions
Specifications,and Addenda
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence(e.g., 1 presiding over 2, 2 over 3, 3 over 4,and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Amendments to Division 1-99 APWA Supplement
w„ 6. Amendments to the Standard Specifications,
7. 2006 WSDOT Standard Specifications for Road, Bridge and Municipal
Construction
8. Contracting Agency's Standard Plans(if any)
w 9. WSDOT Standard Plans for Road, Bridge and Municipal Construction
1-04.3(1) Contractor-Discovered Discrepancies(New Section,Project No. SWP 27-
"'' 2711)
Section 1-04.3 is a new section:
Upon receipt of award of contract, Contractor shall carefully study and compare all the
aw components of the Contract Documents and other instructions, and check and verify all field
measurements. Contractor shall, prior to ordering material or performing work, report in writing
to Engineer any error, inconsistency, or omission in respect to design or mode of construction,
which is discovered. If Contractor, in the course of this study or in the accomplishment of the
work, finds any discrepancy between the Plans and the physical condition of the locality as
represented in the Plans, or any such errors or omissions in respect to design or mode of
Project No.SWP 27-2711 Page 7
SPECIAL PROVISIONS - Continued
construction in the Plans or in the layout as given by points and instructions, it shall be
Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check air
the same. Any work done after such discovery,until correction of Plans or authorization of extra.
work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If
extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard
Specifications.
1-04.3(2) Project Coordination
w
It shall be the responsibility of the Contractor to coordinate all work to be performed under this
Contract, including the ordering and acquisition of all equipment and materials. This
coordination shall encompass all work to be performed by the Contractor,their subcontractor, the
Owner, and any public or private utilities that may be involved.
1-04.4 Changes .r
The last two paragraphs are replaced with the following:
■r
Renton does not have a formal policy or guidelines on cost reduction alternatives, but will
evaluate such proposals by the Contractor on a case-by-case basis. w
1-04.4(1) Minor Changes
Section 1-04.4(1) is supplemented with the following:
Payment or credits for changes may be made under the bid item "Minor Changes." At the
discretion of the Owner, this procedure for Minor Changes may be used in lieu of the more
formal procedure as outlined in Section 1-04.4, Changes.
The Contractor will be provided a copy of the completed order for Minor Changes. The
agreement for the Minor Changes will be documented by signature of the Contractor, or notation
of verbal agreement. If the Contractor is in disagreement with anything required by the order for
Minor Changes,the Contractor may protest the order as provided in Section 1-04.5. y
Payment or credits will be determined in accordance with Section 1-09.4. For the purpose of
providing a common proposal for all bidders, the Owner has entered an amount for "Minor
Changes"in the Proposal to become a part of the total bid by the Contractor.
1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented as follows:
The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate
of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final
in regard to the actual percentage of any lump sum pay item accomplished and eligible for
payment unless another specific method of calculating lump sum payments is provided elsewhere
in the specifications.
Page 8 Project No.SWP 27-2711
wo-
SPECIAL PROVISIONS - Continued
.r
1-04.11 Final Cleanup
Section 1-04.11 is supplemented as follows:
All salvage material as noted on the plans and taken from any of the discarded facilities shall, at
the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost
.• incurred in salvaging and delivering such items shall be considered incidental to the project and
no compensation will be made.
.� The contract price for"Finish and Cleanup, lump sum," shall be full compensation for all work,
equipment and materials required to perform final cleanup. If this pay item does not appear in the
contract documents then final clean up shall be considered incidental to the contract and to other
aw pay item and no further compensation shall be made.
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviation from Plans and Stakes
Section 1-05.4 is supplemented with the following:
If the project calls for Contractor supplied surveying, the Contractor shall provide all required
•� survey work, including such work as mentioned in Special Provisions Section 1-11 and elsewhere
in these specifications as being provided by the Engineer. All costs for this survey work shall be
included in"Contractor Supplied Surveying,"per lump sum.
The Engineer or Contractor supplied surveyor will provide construction stakes and marks
establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work
per Special Provisions Section 1-11. The Contractor shall assume full responsibility for detailed
dimensions,elevations, and excavation slopes measured from the Engineer or Contractor supplied
surveyor furnished stakes and marks.
The Contractor shall provide a work site which has been prepared to permit construction staking
to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor
supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow
the Engineer or Contractor supplied surveyor adequate time for setting stakes.
The Contractor shall carefully preserve stakes, marks, and other reference points, including
+ existing monumentation, set by Contracting Agency forces. The Contractor will be charged for
the costs of replacing stakes, markers and monumentation that were not to be disturbed but were
destroyed or damaged by the Contractor's operations. This charge will be deducted from monies
... due or to become due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or reconstruction
work allegedly due to error in the Engineer's line and grade, will not be allowed unless the
original control points set by the Engineer still exist, or unless other satisfactory substantiating
evidence to prove the error is furnished the Engineer. Three consecutive points set on line or
w.
Project No.SWP 27-2711 Page 9
uw
SPECIAL PROVISIONS - Continued
grade shall be the minimum points used to determine any variation from a straight line or grade.
Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such
report the Contractor shall be liable for any error in alignment or grade.
The Contractor shall provide all surveys required other than those to be performed by the
Engineer. All survey work shall be done in accordance with Special Provisions Section 1-11
SURVEYING STANDARDS of these specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a format set
by the Engineer, per Special Provisions Section 1-11.1(4). These field notes shall include all
survey work performed by the Contractor's surveyor in establishing line, grade and slopes for the
construction work. Copies of these field notes shall be provided the Engineer upon request and +�
upon completion of the contract work the field book or books shall be submitted to the Engineer
and become the property of the Contracting Agency.
rr
If the survey work provided by the Contractor does not meet the standards of the Engineer, then
the Contractor shall, upon the Engineer's written request, remove the individual or individuals
doing the survey work and the survey work will be completed by the Engineer at the Contractor's
expense. Costs for completing the survey work required by the Engineer will be deducted from
monies due or to become due the Contractor.
All costs for survey work required to be performed by the Contractor shall be included in the
prices bid for the various items which comprise the improvement or be included in the bid item
for"Contractor Supplied Surveying"per lump sum if that item is included in the contracts.
sr
1-05.4(3) Contractor Supplied Surveying(New Section,Project No.SWP 27-2711)
Section 1-05.4(3) is a new section:
When the contract provides for Contractor Supplied Surveying, the Contractor shall supply the .�
survey work required for the project. The Contractor shall retain as a part of the Contractor
Organization an experienced team of surveyors under the direct supervision of a professional land
surveyor licensed by the State of Washington. All survey work shall be done in accordance with
Sections 1-05.4 and Special Provisions Section 1-11.
The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies,
and omissions to the plans that prevent the Contractor and/or Surveyor from constructing the
project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be
corrected to the satisfaction of the Engineer before the survey work may be continued.
ar
The Contractor shall coordinate his work with the Surveyor and perform his operations in a
manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the
Contractor's intent to remove any survey stakes and/or points before physically removing them. .r
The surveyor shall be responsible for maintaining As-Built records for the project. The
Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As- ..
Built records for the project.
•
Page 10 Project No.SAT 27-2711
SPECIAL PROVISIONS - Continued
If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these plans and
specifications, accurate As-Built records and other work the Engineer deems necessary, the
Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records
and other work as directed by the Engineer. The Engineer shall deduct expenses incurred by the
Engineer-supplied surveying from moneys owed to the Contractor.
Payment per Section 1-04.1 for all work and materials required for the full and complete survey
work required to complete the project and as-built drawings shall be included in the lump sum
price for"Construction Surveying, Staking and As-built Drawings."
1-05.4(4), Contractor Provided As-Built Information(New Section,Project
.. No. SWP 27-2711)
Section 1-05.4(4)is a new section:
It shall be the Contractor's responsibility to record the location prior to the backfilling of the
trenches, by centerline station, offset, and depth below pavement, of all existing utilities
WIN trenches,
or crossed during his work as covered under this project.
It shall be the Contractor's responsibility to have his surveyor locate by centerline station, offset
WW and elevation each major item of work done under this contract per the survey standard of Special
Provisions Section 1-11. Major items of work shall include but not be limited to: Manholes,
Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side
.. Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts,
Signal Poles, Electrical Cabinets, Gas Lines,and Communication Lines.
or After the completion of the work covered by this contract, the Contractors surveyor shall provide
to the City the hard covered field book(s) containing the as-built notes and one set of white prints
of the project drawings upon which he has plotted the notes of the contractor locating existing
,r„ utilities, and one set of white prints of the project drawings upon which he has plotted the as-built
location of the new work as he recorded in the field book(s). This drawing shall bear the
surveyors seal and signature certifying its accuracy.
'W All costs for as-built work shall be included in the contract item "Construction Surveying,
Staking and As-built Drawings"lump sum.
1-05.7 Removal of Defective and Unauthorized Work
Section 1-05.7 is supplemented as follows:
Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with
•• the intent of the Contract and without expense to Owner, and shall bear the expense of making
good all work of other contractors destroyed or damaged by such removal or replacement.
If Contractor does not remove such condemned work and materials and commence re-execution
of the work within 7 calendar days of notice from Engineer, Owner may correct the same as
provided in the Standard Specifications. In that case,Owner may store removed material.
Project No.SWP 27-2711 Page 11
Mr
SPECIAL PROVISIONS - Continued
•
If Contractor does not pay the cost of such removal and storage within 10 calendar days from the W
date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10
calendar days' written notice, sell such materials at public or private sale, and deduct all costs and
expenses incurred from moneys due to Contractor, including costs of sale, and accounting to
Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be
liable to Owner for the amount of any deficiency from any funds otherwise due Contractor.
1-05.10 Guarantees
r
Section 1-05.10 is supplemented as follows:
If within one year after the Acceptance Date of the Work by the Contracting Agency, defective
and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the r'
Contracting Agency, return and in accordance with the Engineer's instructions, either correct
such Work, of if such Work has been rejected by the Engineer, remove it from the Project Site
and replace it with non-defective and authorized Work, all without cost to the Contracting !w
Agency. If the Contractor does not promptly comply with the written order to correct defective
and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right
to have defective and/or unauthorized Work corrected or removed and replaced pursuant to
Section 1-05.7"Removal of Defective and Unauthorized Work."
The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting
Agency's rights under any law to obtain damages and recover costs resulting from defective
and/or unauthorized work discovered after one year but prior to the expiration of the legal time
period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability
expressed of implied arising out of a written agreement.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or
incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair �►
the tight of persons furnishing materials or labor, to recover under any bond given by the
Contractor for their protection, or any rights under any law permitting such persons to look to
funds due the Contractor in the hands of the Contracting Agency. s
The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and
notice of its provisions shall be given to all persons furnishing materials for the Work when no M
formal contract is entered into for such materials.
1-05.11 Final Inspection ao
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall so ~`
notify the Engineer and request the Engineer establish the Substantial Completion Date. To be
considered substantially complete the following conditions must be met:
r
1. The Contracting Agency must have full and unrestricted use and benefit of the
facilities both from the operational and safety standpoint.
Page 12 Project No.SWP 27-2711
9M
SPECIAL PROVISIONS - Continued
VW
2. Only minor incidental work, replacement of temporary substitute facilities, or
correction of repair work remains to reach physical completion of the work.
The Contractor's request shall list the specific items of work in subparagraph two above that
remains to be completed in order to reach physical completion. The Engineer may also establish
the Substantial Completion Date unilaterally.
If after this inspection, the Engineer concurs with the Contractor that the Work is substantially
complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set
the Substantial Completion Date. If, after this inspection the Engineer does not consider the
..� Work substantially complete and ready for its intended use, the Engineer will, by written notice,
so notify the Contractor giving the reasons therefore.
r, Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor
shall provide the Engineer with a revised schedule indicating when the Contractor expects to
reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial Completion
Date and the Contractor considers the work physically complete and ready for Final Inspection.
1-05.11(2) Final Inspection Date
When the Contractor considers the Work physically complete and ready for Final Inspection, the
Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The
.. Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a
final Inspection and the Engineer will notify the Contractor in writing of all particulars in which
the Final Inspection revels the Work incomplete of unacceptable. The Contractor shall
immediately take such corrective measures as are necessary to remedy the listed deficiencies.
Corrective work shall be pursued vigorously, diligently, and without interruption until physical
completion of the listed deficiencies. This process will continue until the Engineer is satisfied the
listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written
Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take
whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting
Agency, in writing , of the date upon which the Work was considered physically complete, that
date shall constitute the Physical Completion date of the Contract, but shall not imply all the
obligations of the Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
.,. Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of
3 working days' notice of the time for each test and inspection. If the inspection is by another
authority than Engineer, Contractor shall give Engineer a minimum of 3 working days' notice of
Project No.SWP 27-2711 Page 13
w
SPECIAL PROVISIONS - Continued
•
the date fixed for such inspection. Required certificates of inspection by other authority than
Engineer shall be secured by Contractor.
1-05.12 Final Acceptance
ar
The third and fourth sentences in paragraph 1 are deleted and replaced with:
The Final Acceptance date shall be that date in which the Renton City Council formally approves '
acceptance of the Contract.
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented as follows:
r
Contractor shall afford Owner and other contractors working in the area reasonable opportunity
for the introduction and storage of their materials and the execution of their respective work and w
shall properly connect and coordinate Contractor's work with theirs.
Other utilities, districts, agencies, and contractors who may be working within the project area M
are:
Puget Sound Energy(gas and electric)
AT&T Broadband
Qwest Communications
City of Renton(water, sewer, transportation)
Private contractors employed by adjacent property owners M
The Contractor shall coordinate with City of Renton on tying into any existing electrical service
cabinet. ■r
1-05.18 Contractor's Daily Diary(New Section,Project No. SWP 27-2711)
s
Section 1-05.18 is a new section:
Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of
this Work. This Diary will be created by pen entries in a hard-bound diary book of the type that
is commonly available through commercial outlets. The Diary must contain the Project and
rr
Number; if the Diary is in loose-leaf form, this information must appear on every page. The
Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries
must be made on a daily basis and must accurately represent all of the project activities on each
day. we
At a minimum,the diary shall show on a daily basis:
.r
1. The day and date.
go
Page 14 Project No.SWP 27-2711
W
SPECIAL PROVISIONS - Continued
2. The weather conditions, including changes throughout the day.
.. 3. A complete description of work accomplished during the day with adequate
references to the Plans and Contract Provisions so that the reader can easily and
accurately identify said work in the Plans. Identify location/description of
"" photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute,
IM incident, accident, or occurrence of any nature whatsoever which might affect
Contractor, Owner,or any third party in any manner.
VW 5. Listing of any materials received and stored on- or off-site by Contractor for
future installation,to include the manner of storage and protection of the same.
,o, 6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day.
8. Listing of the number of Contractor's employees working during each day by
category of employment.
""' 9. Listing of Contractor's equipment working on the site during each day. Idle
equipment on the site shall be listed and designated as idle.
'M 10. Notations to explain inspections, testing, stake-out, and all other services
furnished by Owner or other party during each day.
«. 11. Entries to verify the daily(including non-work days) inspection and maintenance
of traffic control devices and condition of the traveled roadway surfaces.
Contractor shall not allow any conditions to develop that would be hazardous to
the public.
12. Any other information that serves to give an accurate and complete record of the
nature, quantity, and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to be
used by Engineer to produce record drawings.
VM
14. All pages of the diary must be numbered consecutively with no omissions in
page numbers.
15. Each page must be signed and dated by Contractor's official representative on the
proj ect.
Contractor may use additional sheets separate from the diary book if necessary to provide a
complete diary record,but they must be signed, dated,and labeled with project name and number.
It is expressly agreed between Contractor and Owner that the Daily Diary maintained by
Contractor shall be the "Contractor's Book of Original Entry" for the documentation of
Project No.SWP 27-2711 Page 15
■rr
SPECIAL PROVISIONS - Continued
to
any potential claims or disputes that might arise during this Contract. Failure of
Contractor to maintain this Diary in the manner described above will constitute a waiver of ar
any such claims or disputes by Contractor.
Engineer or other Owner's representative on the job site will also complete a Daily Construction 40
Report.
1-06 CONTROL OF MATERIAL
■r
1-06.1 Approval of Materials Prior to Use
Section 1-06.1 is supplemented as follows: r'
The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall .r
include the quantity, manufacturer and model number, if applicable, of materials and equipment
to be installed under the Contract. This list will be checked by Engineer as to conformity with the
Contract Documents. Engineer will review the lists within 10 working days, noting required •
corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer
within one week after receipt of required corrections. Engineer's review and acceptance of the
lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor «
for deviations from the Contract Documents.
1-06.2(1) Samples and Tests for Acceptance rr
Section 1-06.2(1)is supplemented a follows:
(******) �r
The finished Work shall be in accordance with approved samples. Approval of samples by
Engineer does not relieve Contractor of responsibility for performance of the Work in accordance
with the Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
s
Section 1-06.02(2) is supplemented by adding the following:
(******)
Unless stated otherwise in the Special Provisions, statistical evaluation will not be used by the
City of Renton.
.r
1-06.7 Shop Drawings and Submittals(New Section,Project No. SWP 27-2711)
1-06.7(1) General(New Section,Project No. SWP 27-2711)
Shop drawings and submittal review will be limited to general design requirements only, and
shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for
consequences due to deviations from the Contract Documents. No changes may be made in any
submittal after it has been reviewed except with written notice and approval from the Owner.
rr
Page 16 Project No.SAT 27-2711
•
SPECIAL PROVISIONS - Continued
By approving shop drawings, submittals, and any samples, the Contractor thereby represents that
he has determined and verified all field measurements, field construction criteria, materials,
catalog numbers, and similar data, and that he has checked and coordinated each shop drawing
with the requirements of the work and of the Contract Documents.
Shop drawing and submittal data for each item shall contain sufficient information on each item
to determine if it is in compliance with the Contract requirements.
Owner will pay the costs and provide review services for a first and second review of each
submittal item. Additional reviews shall be paid for by the Contractor by withholding the
appropriate amounts from each payment estimate.
Shop drawings and submittal items that have been installed in the work but have not been
approved through the review process shall be removed and an approved product shall be
„„ furnished, all at the Contractor's expense.
The Contractor shall review each submittal and provide approval in writing or by stamping with a
statement indicating that the submittal has been approved and the Contractor has verified
w. dimensional information, confirmed that specified criteria has been met, and acknowledges that
the product,method,or information will function as intended.
1-06.7(2) Required Information(New Section,Project No. SWP 27-2711)
Submit five copies of each submittal to the Owner. Shop drawings and submittals shall be
low submitted on 8-1/2" x 11", 11" x 17", or 22" x 34" sheets and shall contain the following
information:
•. 1. Proj ect
2. Contractor
3. Owner
4. Applicable specification and drawings reference
5. A stamp showing that the Contractor has checked the equipment for conformance
with the Contract requirements, coordination with other work on the job, and
dimensional suitability
6. A place for the Owner to place a 3-inch by 4-inch review stamp
7. Shop or equipment drawings, dimensions, and weights
+� 8. Catalog Information
9. Manufacturer's specifications
10. Special handling instructions
ow
Project No.SWP 27-2711 Page 17
r�r
SPECIAL PROVISIONS - Continued
r
11. Maintenance requirements
12. List of Contract exceptions
13. Other information as required by the Owner
1-06.7(3) Review Schedule(New Section,Project No. SWP 27-2711)
Shop drawings and submittals will be reviewed as
p g promptly as possible and transmitted to
Contractor not later than 14 working days after receipt by the Owner. The Contractor shall revise
and resubmit as necessary to obtain approval. Delays caused by the need for resubmittal may not
be a basis for an extension of Contract time or delay damages at the discretion of the Owner. At
least one set of shop drawings will be returned to the Contractor after review. Additional sets will
be returned to the Contractor if extras are remaining.
.r
1-06.7(4) Substitutions(Additional Section)
Any product or construction method that does not meet these Specifications will be considered a •
substitution. Substitutions must be approved by the Owner prior to their installation or use on
this Project.
1-06.7(4)A After Contract Execution(New Section,Project No. SWP 27-2711)
Within 30 days after the date of the Contract execution, the Owner will consider formal requests
from the Contractor for substitution of products in place of those specified. Submit two copies of
request for substitution. Data shall include the necessary change in construction methods,
including a detailed description of proposed method and related drawings illustrating methods.
An itemized comparison of proposed substitution with product or method specified shall be 1D
provided.
In making a request for substitution, the Contractor represents that he has personally investigated •
proposed product or method and has determined that it is equal or superior to, in all respects, the
product specified. The Contractor shall coordinate installation of accepted substitutions into the
work, making changes that may be required for work to be completed. The Contractor waives all r
claims for additional costs related to substitutions that consequently become apparent.
1-06.7(5) Submittal Requirements(New Section,Project No. SWP 27-2711) .r
The Contractor shall provide the following submittal items to the Owner. The Contractor shall
provide additional submittal information to the Owner if required by the Owner. .r
1-04.12 Proposed Construction Sequence and Schedule
1-04.12 Mobilization/Demobilization Plan
1-04.12 TESC Plan(including Trench Dewatering Plan) [7-17.3(1)D]
1-04.12 Traffic Control Plan
1-04.12 Cleaning and Road Sweeping Plan
1-04.12 Stormwater Bypass Plan ••
1-04.12 Sanitary Sewer Bypass Plan
1-04.12 Shoring Plan
Ir
Page 18 Project No.SWP 27-2711
•
SPECIAL PROVISIONS - Continued
1-04.12 Stormwater Pollution Prevention Plan
1-04.12 Spill Prevention, Control and Countermeasures Plan(1-07.15)
1-06.7(4) Substitutions
5-04.2 Asphalt Concrete Pavement Materials
7-04.2 Storm Sewer Pipe Materials
�— 7-05.2 Manhole and Catch Basin Materials
7-17.2 Steel Sewer Encasement Materials
7-17.3(1)B Pipe Bedding Materials
.. 7-17.3(1)C Pipe Foundation Materials
7-17.3(3) Backfilling Storm and Sanitary Sewer Trenches
8-01 Erosion Control Materials
low 8-02 Roadside Planting
8-04 Curb and Gutter
8-14 Cement Sidewalk
9-03.22 Controlled Density Fill
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
Section 1-07.1 is supplemented as follows:
Contractor shall erect and properly maintain, at all times, as required by the conditions and
.. progress of the work, all necessary safeguards for protection of workers and the public; shall post
danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor
a responsible employee on the construction site whose duty shall be the enforcement of safety.
The name and position of such person so designated shall be reported in writing to Engineer by
Contractor.
Contractor shall, at all times, enforce strict discipline and good order among all employees and
shall not employ any person unfit or not skilled in the work assigned to him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded from
public observation, shall be provided and maintained by Contractor.
1-07.1(1) Archaeological Discoveries and Historic Preservation Clause(Addition)
The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800
which provide for the preservation of potential historical, architectural, archaeological, or cultural
•. resources (herein called "cultural resources") and fair compensation to the Contractor for delays
resulting from such cultural resources investigations.
,., In the event that potential cultural resources are discovered during subsurface excavations at the
site of construction,the following procedures shall be instituted:
aw 1. The Owner shall issue a Work Suspension Order directing the Contractor to
cease all construction at the location of such potential cultural resources find.
Project No.SWP 27-2711 Page 19
SPECIAL PROVISIONS - Continued
tr
2. If archaeological findings include human remains, the Owner shall contact a
qualified archaeologist in consultation with the State Historic Preservation
Officer(SHPO)to evaluate the remains.
3. Such Work Suspension Order shall be effective until such time as a qualified
archaeologist can be called by the Owner to assess the significance of these
potential cultural resources and make recommendations to the State Historic
Preservation Officer. If the archaeologist, in consultation with the State Historic
Preservation, determines that the potential find is a significant cultural resource,
the Owner shall extend the duration of the Work Suspension Order.
Suspension of work at the location of the find shall not be grounds for any claim by the .r
Contractor unless the suspension extends beyond the Contract working days allowed for the
Project, in which case the Owner will make an adjustment for increased cost of performance of
the Contract.
1-07.2(1) State Sales Tax
Section 1-07.2(1)is supplemented with the following:
The work on this Contract is to be performed upon lands whose ownership obligates the
Contractor to collect state sales tax from the City of Renton. 4W
Payment of sales tax to the Washington State Department of Revenue is, under this Contract,
required to be made by the Contractor. The Contractor shall, at the time of making payment of 1W
sales tax, identify the work as having been performed within the City of Renton and for the City
of Renton.
•
1-07.5 Wildlife,Fisheries, and Ecology Regulations(New Section,Project No. SWP
27-2711)
rr
The Contractor shall comply with all permits obtained by the Owner.
The Contractor shall be responsible for making any changes required by the agencies, and
payment of any fines, for violation of any construction related permit provisions. The Owner will
not make additional compensation for any changes or fines due to the Contractor's violation of
construction provisions.
■r
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented with the following: 4r
The Contractor shall meet the required provisions of all permits. The Contractor shall not use,
divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the w.
waters of the State or materials from gravel or sand bars, or from streambeds.
The Contractor shall comply with all requirements in said permit documents and all costs shall be
included in the various unit and lump sum prices bid.
ow
Page 20 Project No.SWP 27-2711
0
"W SPECIAL PROVISIONS - Continued
UM
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented as follows:
�-- The permits, easements, and right of entry documents that have been acquired are available for
inspection and review.
.. Contractor shall be required to comply with all conditions of the permits, easements, and rights of
entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on
all easements and rights of entry.
All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply
with the special provisions and requirements of each.
Permits,permission under franchises, licenses and bonds of a temporary nature necessary for and
during the prosecution of the work, and inspection fees in connection therewith shall be secured
and paid for by Contractor. If Owner is required to secure such permits, permission under
` franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be
charged against Contractor and deducted from any funds otherwise due Contractor.
r— 1-07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
law
Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and
MW lower tier subcontractors,regardless of project's funding source.
1-07.11(11) City of Renton Affidavit of Compliance New Section(Project
No. SNAP 27-2711)
Section 1-07.11(11) is a new section:
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of
the "City of Renton Fair Practices Policy Affidavit of Compliance." A copy of this document
`W will be bound in the bid documents.
1-07.12 Federal Agency Inspection
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the
amendments thereto supersede any conflicting provisions of the Standard Specifications and are
made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as
Project No.SWP 27-2711 Page 21
SPECIAL PROVISIONS - Continued •
ar
amended, are less restrictive than Washington State Law, then the Washington State Law shall
prevail. 4W
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor
insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates
which are part of the FHWA 1273, as amended. Also, a clause shall be included in each 40
subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any
lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this
section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for
subcontractors and lower tier subcontractors. For this purpose, upon request to the Project
Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments
thereto, the applicable wage rates,and this Special Provision. ■r
1-07.13(l) General
ar
Section 1-07.13(1)is supplemented as follows:
Whether or not there appears here or elsewhere herein specific reference to guarantees of all 1W
items of materials, equipment, and workmanship, they nevertheless shall be so guaranteed against
mechanical, structural, or other defects for which the Contractor is responsible that may develop UV
or become evident within a period of one year from and after acceptance of the work by the
Owner. Such guarantees shall include care of backfilling at structures should the fill settle to
such extent as to require refilling or resurfacing roadway surfaces to restore the original or
intended condition to grade. s
This guarantee shall be understood to imply prompt attention to any remedy of such defects as
those mentioned above if and as they occur after the Contractor shall have written notice of their •
existence. If the defect, in the opinion of the Owner, is of such nature as to demand immediate
repair,the Owner shall have the right to correct and cost thereof shall be borne by the Contractor.
During unfavorable weather and other conditions, the contractor shall pursue only such portions
of the work as shall not be damaged thereby.
.r
No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable
conditions shall be constructed while these conditions exist, unless by special means or
precautions acceptable to the engineer the contractor shall be able to overcome them.
rr
1-07.15 Temporary Water Pollution/Erosion Control
Delete the first paragraph, and replace it with the following:
In an effort to prevent, control, and stop water pollution and erosion within the project, thereby
protecting the work, nearby land, streams , and other bodies of water, the Contractor shall
perform all work in strict accordance with all Federal, State, and local laws and regulations
governing waters of the State, as well as permits acquired for the project. ■r
•
Page 22 Project No.SWP 27-2711
•
UW SPECIAL PROVISIONS - Continued
TM
1-07.16(1) Private/Public Property
Section 1-07.16(1)is supplemented by adding the following:
�— The Contracting Agency will obtain all easements and franchises required for the project. The
Contractor shall limit his operation to the areas obtained and shall not trespass on private
property.
The Contracting Agency may provide certain lands, as indicated in connection with the work
under the contract together with the right of access to such lands. The Contractor shall not
unreasonably encumber the premises with his equipment or materials.
The Contractor shall provide, with no liability to the Contracting Agency, any additional land and
access thereto not shown or described that may be required for temporary construction facilities
or storage of materials. He shall construct all access roads, detour roads, or other temporary work
as required by his operations. The Contractor shall confine his equipment, storage of material,
and operation of his workers to those areas shown and described and such additional areas as he
may provide.
A. General. All construction work under this contract on easements, right-of-way,
over private property or franchise, shall be confined to the limits of such
easements, right-of-way or franchise. All work shall be accomplished so as to
cause the least amount of disturbance and a minimum amount of damage. The
... contractor shall schedule his work so that trenches across easements shall not be
left open during weekends or holidays and trenches shall not be open for more
than 24 hours.
B. Structures. The contractor shall remove such existing structures as may be
necessary for the performance of the work and, if required, shall rebuild the
structures thus removed in as good a condition as found. He shall also repair all
existing structures which may be damaged as a result of the work under this
contract.
C. Easements, cultivated areas and other surface improvements. All cultivated
areas, either agricultural or lawns, and other surface improvements which are
damaged by actions of the contractor shall be restored as nearly as possible to
their original condition. Prior to excavation on an easement or private right-of-
way, the contractor shall strip top soil from the trench or construction area and
stockpile it in such a manner that it may be replaced by him, upon completion of
construction. Ornamental trees and shrubbery shall be carefully removed with
the earth surrounding their roots wrapped in burlap and replanted in their original
positions within 48 hours.
sw
All shrubbery or trees destroyed or damaged, shall be replaced by the contractor
with material of equal quality at no additional cost to the Contracting Agency. In
w. the event that it is necessary to trench through any lawn area, the sod shall be
carefully cut and rolled and replaced after the trenches have been backfilled. The
lawn area shall be cleaned by sweeping or other means,of all earth and debris.
Project No.SWP 27-2711 Page 23
`r
■r
SPECIAL PROVISIONS - Continued
The Contractor shall use rubber wheel equipment similar to the small tractor-type 40
backhoes used by side sewer contractors for all work, including excavation and
backfill, on easements or rights-of-way which have lawn areas. All fences,
markers, mailboxes, or other temporary obstacles shall be removed by the
Contractor and immediately replace, after the trench is backfilled, in their
original position. The Contractor shall notify the Contracting Agency and
property Owner at least 24 hours in advance of any work done on easements or
rights-of-way.
Damage to existing structures outside of easement areas that may result from
dewatering and/or other construction activity under this contract shall be restored
to their original condition or better. The original condition shall be established
by photographs taken and/or inspection made prior to construction. All such
work shall be done to the satisfaction of the property Owners and the Contracting M
Agency at the expense of the Contractor.
D. Streets. The Contractor will assume all responsibility of restoration of the
surface of all streets(traveled ways)used by him if damaged.
In the event the Contractor does not have labor or material immediately available to make
necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting
Agency will make the necessary repairs and the cost of such repairs shall be paid by the
Contractor.
ow
The Contractor is responsible for identifying and documenting any damage that is pre-existing or
caused by others. Restoration of excavation in City streets shall be done in accordance with the
City of Renton Trench Restoration Requirements, which is available at the Public Works •
Department Customer Services counter on the 6`h floor, Renton City Hall, 1055 South Grady
Way.
w
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented by adding: w
Existing utilities indicated in the Plans have been plotted from the best information available to
Engineer. Information and data shown or indicated in the Contract Documents with respect to
existing underground utilities or services at or contiguous to the project site are based on
information and data furnished to Owner and Engineer by owners of such underground facilities
or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness ~
thereof. It is to be understood that other aboveground or underground facilities not shown in the
Plans may be encountered during the course of the work.
r
All utility valves, manholes,vaults, or pull boxes which are buried shall be conspicuously marked
in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be
determined by the Engineer or utility personnel under adverse conditions, (inclement weather or •
darkness).
w
Page 24 Project No.SWP 27-2711
•
SPECIAL PROVISIONS - Continued
Where underground main distribution conduits, such as water, gas, sewer, electric power, or
telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall
assume that every property parcel will be served by a service connection for each type of utility.
Contractor shall check with the utility companies concerning any possible conflict prior to
commencing excavation in any area. Contractor shall resolve all crossing and clearance problems
with the utility company concerned. No excavation shall begin until all known facilities, in the
vicinity of the excavation area,have been located and marked.
In addition to Contractor having all utilities field marked before starting work, Contractor shall
have all utilities field marked after they are relocated in conjunction with this project.
..
Call Before You Dig
The 48 Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any other excavations for
utility potholing or for any other purpose under this Contract, Contractor shall notify the
Underground Utilities Location Center by telephone of the planned excavation and progress
schedule. Contractor is also warned that there may be utilities on the project that are not part of
the One Call system. They must be contacted directly by Contractor for locations.
Contractor shall make arrangements 48 hours in advance with respective utility owners to have a
representative present when their utility is exposed or modified, if the utility chooses to do so.
Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted
or relocated by the appropriate utility company unless otherwise noted in the Plans. These
adjustments may be completed before Contractor begins work, or may be performed in
conjunction with the contract work. Contractor shall be entirely responsible for coordination with
the utility companies and arranging for the movement or adjustment, either temporary or
permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special
Provisions.
If or when utility conflicts occur, Contractor shall continue the construction process on other
aspects of the project whenever possible. No additional compensation will be made to Contractor
for reason of delay caused by the actions of any utility company and Contractor shall consider
such costs to be incidental to the other items of the contract.
Utility Potholing
.. Potholing may be included as a bid item for use in determining the location of existing utilities in
advance of the Contractor's operations. If potholing is not included as a bid item then it shall be
considered incidental to other work. The Contractor shall submit all potholing requests to the
.� Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the
Contractor shall provide potholing at Engineer's request.
VM In no way shall the work described under Utility Potholing relieve Contractor of any of the
responsibilities described in Section 1-07.17 of the Standard Specifications and Special
Provisions,and elsewhere in the Contract Documents.
Project No.SWP 27-2711 Page 25
SPECIAL PROVISIONS - Continued
�r
Payment
Mr
Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance
with Section 1-09.6 of the Standard Specifications and these Special Provisions. 40
1-07.17(1) Interruption of Services(New Section,Project No.27-2711)
Section 1-07.17(1) is a new section: "r
Whenever in the course of the construction operation it becomes necessary to cause an outage of •
utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less
than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the
duration of outages, and shall estimate the length of time service will be interrupted and so notify
the users. In the case of any utility outage that has exceeded or will exceed four hours, user
contact shall again be made. Temporary service, if needed, will be arranged by Contractor at no
cost to Owner. M
Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing
temporary overhead lighting to meet above requirements shall be incidental to the various unit
and lump sum items of the Contract; no separate payment will be made.
Added Section(Project No. SWP 27-2711)
or
The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground
utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's
expense. The contents of Chapter 19.122 RCW are provided below:
RCW 19.122 UNDERGROUND UTILITIES
r
19.122.010 Intent
It is the intent of the legislature in enacting this chapter to assign responsibilities for ..
locating and keeping accurate records of utility locations, protecting and repairing
damage to existing underground facilities, and protecting the public health and safety
from interruption in utility services caused by damage to existing underground utility M
facilities(1984 c 144 1.)
19.122.020 Definitions
Unless the context clearly requires otherwise, the definitions in this section apply through
out this chapter.
A. "Business day" means any day other than Saturday, Sunday, or a legal
local, state, or federal holiday.
B. "Damage" includes the substantial weakening of structural or lateral
support of an underground facility, penetration, impairment, or
r
Page 26 Project No.SWP 27-2711
r
SPECIAL PROVISIONS - Continued
VON
destruction of any underground protective coating, housing, or other
protective device, or the severance, partial or complete, of any
~` underground facility to the extent that the project owner or the affected
utility owner determines that repairs are required.
C. "Emergency" means any condition constituting a clear and present
danger to life or property, or a customer service outage.
D. "Excavation"means any operation in which earth, rock, or other material
on or below the ground is moved or otherwise displaced by any means,
except the tilling of soil less than twelve inches in depth for agricultural
purposes, or road and ditch maintenance that does not change the original
road grade or ditch flow line.
.�. E. "Excavator"means any person who engages directly in excavation.
F. "Identified facility"means any underground facility which is indicated in
the project Plans as being located within the area of proposed excavation.
G. "Identified but un-locatable underground facility"means an underground
facility which has been identified but cannot be located with reasonable
accuracy.
H. "Locatable underground facility" means an underground facility which
can be field-marked with reasonable accuracy.
I. "Marking" means the use of stakes, paint, or other clearly identifiable
.. materials to show the field location of underground facilities, in
accordance with the current color code standard of the American Public
Works Association. Markings shall include identification letters
indicating the specific type of the underground facility.
J. "Person" means an individual, partnership, franchise holder, association,
corporation, a state, a city, a county, or any subdivision or
instrumentality of a state, and its employees, agents, or legal
representatives.
K. "Reasonable accuracy" means location within twenty-four inches of the
outside dimensions of both sides of an underground facility.
L. "Underground facility"means any item buried or placed below for use in
connection with the storage or conveyance of water, sewage, electronic,
telephonic or telegraphic communications, cablevision, electronic
Ow energy, petroleum products, gas, gaseous vapors, hazardous liquid, or
other substances and including but not limited to pipes, sewers, conduits,
cables, valves, lines, wires, manholes, attachments, and those parts of
,., poles or anchors below ground.
Project No.SWP 27-2711 Page 27
r
SPECIAL PROVISIONS - Continued
r
M. "One-number locator service" means a service through which a person
can notify utilities and request field-marking of underground facilities. ■r
(1984 c 144 2.)
19.122.030 Notice of Excavation to Owners of Underground Facilities— One-
Number Locator Service— Time for Notice —Marking of Underground Facilities —
Costs
Before commencing any excavation, the excavator shall provide notice of the scheduled .r
commencement of excavation to all owners of underground facilities through a one-
number locator service. All owners of underground facilities within a one-number
locator service area shall subscribe to the service. One number locator service rates for
cable television companies will be based on the amount of their underground facilities. If
no one-number locator service is available, notice shall be provided individually to those
owners of underground facilities known to or suspected of having underground facilities •
within the area of proposed excavation. The notice shall be communicated to the owners
of underground facilities not less than two business days or more than ten business days
before the scheduled date for commencement of excavation, unless otherwise agreed by ■r
the parties.
Upon receipt of the notice provided for in this section, the owner of the underground
facility shall provide the excavator with reasonably accurate information as to its
locatable underground facilities by surface-marking the location of the facilities. If there
are identified but un-locatable underground facilities, the owner of such facilities shall
provide the excavator with the best available information as to their locations. The owner •
of the underground facility providing the information shall respond no later than two
business days after the receipt of the notice or before the excavation time, at the option of
the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all
know facilities have been marked. Once marked by the owner of the underground
facility, the excavator is responsible for maintaining the markings. Excavators shall have
the right to receive compensation from the owner of the underground facility for costs
incurred if the owner of the underground facility does not locate its facilities in
accordance with this section.
r
The Owner of the underground facility shall have the right to receive compensation for
costs incurred in responding to excavation notices given less than two business days prior
to the excavation from the excavator.
•
An owner of underground facilities is not required to indicate the presence of existing
service laterals or appurtenances if the presence of existing service laterals or
appurtenances on the site of the construction project can be determined from the presence
of other visible facilities, such as buildings, manholes, or meter and junction boxes on or
adjacent to the construction site.
Emergency excavations are exempt from the time requirements for notification provided
in this section.
.r
If the excavator, while performing the contract, discovers underground facilities which
are not identified, the excavator shall cease excavating in the vicinity of the facility and
.r
Page 28 Project No.SWP 27-2711
go
SPECIAL PROVISIONS - Continued
immediately notify the owner or operator of such facilities, or the one-number locator
service. (1988 c99 1; 1984 c 144 3.)
19.122.040 Underground Facilities Identified in Bid or Contract — Excavator's
Duty of Reasonable Care—Liability for Damages—Attorney's Fees
A. Project owners shall indicate in bid or contract documents the existence
of underground facilities known by the project owner to be located
within the proposed area of excavation. The following shall be deemed
changed or differing site conditions:
1. An underground facility not identified as required by this chapter
or other provision of law; and
2. An underground facility not located, as required by this chapter
or other provision of law, by the project owner or excavator if
the project owner or excavator is also a utility.
B. An excavator shall use reasonable care to avoid damaging underground
facilities. An excavator shall:
1. Determine the precise location of underground facilities which
have been marked;
2. Plan the excavation to avoid damage to or minimize interference
with underground facilities in and near the excavation area; and
3. Provide such support for underground facilities in and near the
construction area, including during backfill operations, as may
be reasonably necessary for the protection of such facilities.
C. If an underground facility is damaged and such damage is the
consequence of the failure to fulfill an obligation under this chapter, the
VAW party failing to perform that obligation shall be liable for any damages.
Any clause in an excavation contract which attempts to allocate liability,
or requires indemnification to shift the economic consequences of
liability, different from the provisions of the chapter is against public
AM liability,
and unenforceable. Nothing in this chapter prevents the parties to
an excavation contract from contracting with respect to the allocation of
risk for changed or differing site conditions.
MW
D. In any action brought under this section,the prevailing party is entitled to
reasonable attorney's fees. (1984 c 144 4.)
19.122.05 Damage to Underground Facility — No Notification by Excavator —
Repairs or Relocation of Facility
A. An excavator who, in the course of excavation, contacts or damages an
underground facility shall notify the utility owning or operating such
facility and the one-number locator service. If the damage causes an
emergency condition, the excavator causing the damage shall also alert
the appropriate local public safety agencies and take all appropriate steps
r.
Project No.SWP 27-2711 Page 29
rrir
SPECIAL PROVISIONS - Continued
to ensure the public safety. No damaged underground facility may be
buried until it is repaired or relocated. .r
B. The owner of the underground facilities damaged shall arrange for
repairs or relocation as soon as is practical or may permit the excavator
to do necessary repairs or relocation at a mutually acceptable price. (198
c 144 5).
19.122.060 Exemption from Notice and Marking Requirements for Property
Owners
An excavation of less than twelve inches in vertical depth on private non-commercial
property shall be exempt from the requirements of RCW 19.122.030, if the excavation is
being performed by the person or an employee of the person who owns or occupies the
property on which the excavation is being performed. (1984 c 144 6.)
19.122.070 Civil Penalties—Treble Damages—Existing Remedies Not Affected
nr
A. Any person who violates any provision of this chapter, and which
violation results in damage to underground facilities, is subject to a civil
penalty of not more than one thousand dollars for each violation. All
penalties recovered in such actions shall be deposited in the general fund.
B. Any excavator who willfully or maliciously damages a field-marked
r
underground facility shall be liable for treble the costs incurred in
repairing or relocating the facility. In those cases in which an excavator
fails to notify known underground facility owners or the one-number
locator service, any damage to the underground facility shall be deemed
willful and malicious and shall be subject to treble damages for costs
incurred in repairing or relocating the facility.
r
C. The chapter does not affect any civil remedies for personal injury or for
property damage, including that to underground facilities, nor does this
chapter crest any new civil remedies for such damage. (1984 c 144 7.) .r
19.122.080 Waiver of Notification and Marking Requirements
.r
The notification and marking provisions of this chapter may be waived for one or more
designated persons by an underground facility owner with respect to all or part of that
underground facility owner's own underground facilities (1984 c 144 9.)
19.122.900 Severability—1984 c 144
If any provisions of this act or its application to any person or circumstance is held
invalid, the remainder of the act or the application of the provision to other persons or
circumstances is not affected. (1984 c 144 9.)
•
1-07.18 Public Liability and Property Damage Insurance
r
Page 30 Project No.S WP 27-2711
r
VM
SPECIAL PROVISIONS - Continued
IM
Section 1-07.18 is deleted replaced by the following new section and subsections:
1-07.18(1) General
The Contractor shall obtain and maintain in full force and effect, from the Contract Execution
Date to the Completion Date, public liability and property damage insurance with an insurance
company(ies) or through sources approved by the State Insurance Commissioner pursuant to
RCW 48.
The Contractor shall not begin work under the Contract until the required insurance has been
obtained and approved by the Contracting Agency. Insurance shall provide coverage to the
Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant.
The coverage shall protect against claims for bodily injuries, personal injuries, including
accidental death, as well as claims for property damages which may arise from any act or
omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by
either of them.
If warranted work is required the Contractor shall provide the City proof that insurance coverage
and limits established under the term of the Contract for work are in full force and effect during
the period of warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance
policy effecting coverage(s) required on the contract prior to the date work commences. Failure
of the Contractor to fully comply during the term of the Contract with the requirements described
herein will be considered a material breach of contract and shall be caused for immediate
termination of the Contract at the option of the Contracting Agency.
1-07.18(2) Coverages
As part of the response to this proposal, the Contractor shall submit a completed City of Renton
Insurance Information form which details specific coverage and limits for this contract.
All coverage provided by the Contractor shall be in a form and underwritten by a company
acceptable to the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution
coverage are acceptable when written on a claims-made basis). The City may
also require proof of professional liability coverage be provided for up to two (2)
years after the completion of the project.
3. The City may request a copy of the actual declaration page(s) for each insurance
policy affecting coverage(s) required by the Contract prior to the date work
commences.
1W
rr
Project No.SWP 27-2711 Page 31
■r
SPECIAL PROVISIONS - Continued
4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is
preferred.) If any insurance carrier possesses a rating of less than AVII, the City W
may make an exception.
The City reserves the right to approve the security of the insurance coverage provided by the
insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the
Contractor to fully comply during the term of the contract with these requirements will be
considered a material breach of contract and shall be cause for immediate termination of the
contract at the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By
requiring such minimum insurance, the City of Renton shall not be deemed or construed to have
assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own
risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverage.
.r
Coverage shall include:
A. Commercial General Liability- ISO 1993 Form or equivalent. Coverage will be •
written on an occurrence basis and include:
Premises and Operations (including CG2503; General Aggregate to apply per
project, if applicable).
Explosion, Collapse and Underground Hazards
Products/Completed Operations
Contractual Liability (including Amendatory Endorsement CG 0043 or ~
equivalent which includes defense coverage assumed under contract)
Broad Form Property Damage
Independent Contractors
Personal/Advertising Injury
Stop Gap Liability
B. Automobile Liability including all
Owned Vehicles
Non-Owned Vehicles
Hired Vehicles
■w
C. Workers' Compensation
Statutory Benefits(Coverage A) - Show Washington Labor&Industries Number
D. Umbrella Liability(when necessary)
Excess of Commercial General Liability and Automobile Liability. Coverage
should be as broad as primary.
E. Professional Liability - (whenever the work under this Contract includes
Professional Liability, (i.e. architectural, engineering, advertising, or computer
programming) the Contractor shall maintain professional liability covering
r
Page 32 Project No.SWP 27-2711
Im
SPECIAL PROVISIONS - Continued
wrongful acts, errors and/or omissions of the Contractor for damage sustained by
reason of or in the course of operations under this Contract.
F. The Contracting Agency reserves the right to request and/or require additional
coverages as may be appropriate based on work performed (i.e. pollution
liability).
Contractor shall Name City of Renton, and its officers, officials, agents, employees and
volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall
provide City of Renton Certificates of Insurance prior to commencement of work. The City
reserves the right to request copies of insurance policies, if at their sole discretion it is deemed
..� appropriate. Further, all policies of insurance described above shall:
A. Be on a primary basis not contributory with any other insurance coverage and/or
self-insurance carried by City of Renton.
B. Include a Waiver of Subrogation Clause.
law C. Severability of Interest Clause(Cross Liability)
Policy may not be non-renewed, canceled or materially changed or altered unless
forty-five (45) days prior written notice is provided to City Of Renton.
Notification shall be provided to City Of Renton by certified mail.
1-07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the contractor from
liability in excess of such limits. The Contractor shall carry the following limits of liability as
required below:
Commercial General Liability
General Aggregate* $2,000,000 **
Products/Completed Operations Aggregate $2,000,000 **
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage(Any One Fire) $50,000
Medical Payments(Any One Person) $5,000
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
**Amount may vary based on project risk
aw Automobile Liability
Bodily Injury/Property Damage $1,000,000
(Each Accident)
.. Workers' Compensation
Statutory Benefits-Coverage A Variable
(Show Washington Labor and Industries Number)
r
Project No.SWP 27-2711 Page 33
■r
rr
SPECIAL PROVISIONS - Continued
err
Umbrella Liability
Each Occurrence Limit $1,000,000 ■r
General Aggregate Limit $1,000,000
Products/Completed Operations Aggregate $1,000,000
Professional Liability(If required) r
Each Occurrence/Incident/Claim $1,000,000
Aggregate $2,000,000
The City may require the Contractor to keep professional liability coverage in effect for up to two r
(2)years after completion of the project.
The Contractor shall promptly advise the City of Renton in writing in the event any general "'
aggregate or other aggregate limits are reduced. At their own expense, the Contractor will
reinstate the aggregate to comply with the minimum limits and requirements as stated in Section
1-07.18(3) and shall furnish the City of Renton a new Certificate of Insurance showing such r+
coverage is in force.
1-07.18(4) Evidence of Insurance r
The Contractor shall also name the Owner and Engineer, and their officers, directors, agents, and
employees as"additional insureds"under the insurance policies.
Within 20 days of award of the contract the Contractor shall provide evidence of insurance by
submitting to the Contracting Agency the following:
r
1. City of Renton Insurance Information Form (attached herein) without
modification.
2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as
specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above.
Other requirements are as follows: .r
A. Strike the following or similar wording: "This Certificate is issued as a
matter of information only and confers no rights upon the Certificate .r
Holder";
B. Strike the wording regarding cancellation notification to the City:
"Failure to mail such notice shall impose no obligation or liability of any
kind upon the company, its agents or representatives".
r
C. Amend the cancellation clause to state: "Policy may not be
non-renewed, canceled or materially changed or altered unless 45 days
prior written notice is provided to the City". Notification shall be
provided to the City by certified mail.
For Professional Liability coverage only, instead of the cancellation language specified
above,the City will accept a written agreement that the consultant's broker will provide the
required notification.
or
Page 34 Project No.SWP 27-2711
we
SPECIAL PROVISIONS - Continued
1-07.22 Use of Explosives
Section 1-07.22 is supplemented by the following:
Use of explosives is not anticipated for this project. Explosives shall not be used without specific
authority of the Engineer, and then only under such restrictions as may be required by the proper
authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and
�.. such local laws, rules and regulations that may apply. The individual in charge of the blasting
shall have a current Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in
conjunction with blasting operations.
1-07.23(1) Construction Under Traffic
Section 1-07.23(1) is supplemented by adding the following:
The Contractor shall be responsible for controlling dust and mud within the project limits and on
any street which is utilized by his equipment for the duration of the project. The Contractor shall
be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed
necessary by the engineer,to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project, and no compensation will
be made for this section.
Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will
be transmitted to the Contractor and prompt action in correcting them will be required by the
Contractor.
Contractor shall maintain the roads during construction in a suitable condition to minimize affects
to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor.
At least one-way traffic shall be maintained on all cross-streets within the project limits during
working hours. One lane shall be provided in each direction for all streets during non-working
hours.
Contractor shall provide one driveable roadway lane and maintain convenient access for local and
commuter traffic to driveways, businesses, and buildings along the line of Work throughout the
course of the project. Such access shall be maintained as near as possible to that which existed
prior to the commencement of construction. This restriction shall not apply to the paving portion
of the construction process.
Contractor shall notify and coordinate with all property owners and tenants of street closures, or
other restrictions which may interfere with their access—at least 24 hours in advance for single-
,, family residential property, and at least 48 hours in advance for apartments, offices, and
commercial property. Contractor shall give a copy of all notices to Engineer.
Project No.SWP 27-2711 Page 35
s
•r
SPECIAL PROVISIONS - Continued
When the abutting owners' access across the right-of-way line is to be eliminated and replaced
under the Contract by other access, the existing access shall not be closed until the replacement r
access facility is available.
All unattended excavations shall be properly barricaded and covered at all times. Contractor shall
not open any trenches that cannot be completed and refilled that same day. Trenches shall be
patched or covered by a temporary steel plate, at Contractor's expense, except in areas where the
roadway remains closed to public traffic. Steel plates must be anchored.
1-07.24 Rights of Way
Section 1-07.24 is supplemented by adding the following:
Street right of way lines, and limits of easements are indicated on the Drawings. The
Contractor's construction activities shall be confined within these limits unless arrangements for
use of private property are made.
.r
The Contracting Agency has obtained all rights of way and easements, both permanent and
temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in
the Contract Documents or brought to the Contractor's attention by a duly issued Addendum. r,
Whenever any of the Work is accomplished on or through property other than public right of
way, the Contractor shall meet and fulfill all covenants and stipulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property. Copies of ar
the easement agreements are included in the Contract Provisions or made available to the
Contractor as soon as practical after they have been obtained by the Engineer.
r
Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes
entry onto easements and private property where private improvements must be adjusted.
.r
The Contractor shall be responsible for providing, without expense or liability of the Contracting
Agency, any additional land and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using 1,
any private property, whether adjoining the Work or not, the Contractor shall file with the
Engineer a written permission of the private property owner, and, upon vacating the premises, a
written release from the property owner of each property disturbed or otherwise interfered with
by reasons of construction pursued under this contract. The statement shall be signed by the
private property owner, or proper authority acting for the owner of the private property affected,
stating that permission has been granted to use the property and all necessary permits have been
obtained or, in the case of a release, that the restoration of the property has been satisfactorily
accomplished. The statement shall include the parcel number, address and date of signature.
Written releases must be filed with the Engineer before the Completion Date will be established.
r
1-08 PROSECUTION AND PROGRESS
1-08.0 Preliminary Matters ••
Section 1-08.0 is a new section with subsection:
MW
Page 36 Project No.S WP 27-2711
ow
SPECIAL PROVISIONS - Continued
1-08.0(1) Preconstruction Conference
The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents.
'— Additional documents may be furnished upon request at the cost of reproduction. Prior to
undertaking each part of the Work the Contractor shall carefully study and compare the Contract
Documents and check and verify pertinent figures shown therein and all applicable field
measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error
or discrepancy which the Contractor may discover.
After the Contract has been executed, but prior to the Contractor beginning the Work, a
preconstruction conference will be held between the Contractor, the Engineer and such other
interested parties as may be invited.
The Contractor shall prepare and submit at the preconstruction meeting:
• Contractor's plan of operation and progress schedule (3+ copies, submitted 7
days prior to preconstruction meeting per Special Provisions Section 1-08.3)
• Approval of qualified subcontractors (bring list of subcontractors if different
from list submitted with Bid)
• List of materials fabricated or manufactured off the project
• Material sources on the project
• Names of principal suppliers
• Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both
working and standby rates)
• Weighted wage rates for all employee classifications anticipated to be used on
Project
• Cost percentage breakdown for lump sum bid item(s)
• Shop Drawings(bring preliminary list)
• Traffic Control Plans(3+copies)
• Temporary Water Pollution/Erosion Control Plan
• Bypass Pumping Plans(Sewer and Stormwater)
• Cleaning and Road Sweeping Plan
• Stormwater Pollution Prevention Plan
• Spill Prevention, Control and Countermeasures Plan
In addition,the Contractor shall be prepared to address:
sw • Bonds and insurance
• Project meetings—schedule and responsibilities
• Provision for inspection for materials from outside sources
"' • Responsibility for locating/relocating utilities
• Responsibility for damage
• Time schedule for relocations, if by other than Contractor
" • Compliance with Contract Documents
• Acceptance and approval of work
• Labor compliance,payrolls, certifications
Project No.SWP 27-2711 Page 37
r
�r
SPECIAL PROVISIONS - Continued
• Safety regulations for Contractors' and Owner's employees and representatives
• Suspension of work, time extensions
• Change order procedures
• Progress estimates -procedures for payment
• Special requirements of funding agencies
• Construction engineering,advance notice of special work
• Any interpretation of the Contract Documents requested by Contractor
• Any conflicts or omissions in Contract Documents ..
0 Any other problems or questions concerning the work
• Processing and administration of public complaints
• Easements and rights of entry
• Other contracts
The franchise utilities may be present at the preconstruction conference, and Contractor should be
prepared for their review and discussion of progress schedule and coordination.
1-08.1 Subcontracting
■r
Section 1-08.1 is supplemented as follows:
Written requests for change in subcontractors shall be submitted by Contractor to Engineer at
least 7 calendar days prior to start of a subcontractor's work.
Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all
subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed
by the subcontractors, as well as for the acts and omissions of persons directly employed by •
Contractor. Contractor shall be required to give personal attention to the work that is sublet.
Nothing contained in the Contract Documents shall create any contractual relation between any
subcontractor and Owner. .rr
Contractor shall be responsible for making sure all subcontractors submit all required
documentation, forms, etc.
1-08.1(2) Hours of Work
Except in the case of emergency or unless otherwise approved by the Contracting Agency, the
normal straight time working hours for the contract shall be any consecutive 8-hour period
between 7:00 a.m. and 5:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-
day work week. The normal straight time 8-hour working period for the contract shall be
established at the preconstruction conference or prior to the Contractor commencing the Work.
If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or ..
after 5:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to
work such times. Permission to work longer than an 8-hour period between 7:00 a.m. an 5:00
p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the ..
working day prior to the day for which the Contractor is requesting permission to work.
.rr
Page 38 Project No.SAT 27-2711
SPECIAL PROVISIONS - Continued
Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between
the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise
control requirements. Approval to continue work during these hours may be revoked at any time
the contractor exceeds the Contracting Agency's noise control regulations or complaints are
received from the public or adjoining property owners regarding the noise from the Contractor's
operations. The Contractor shall have no claim for damages or delays should such permission be
revoked for these reasons.
Permission to work Saturdays, Sunday, holidays of other than the agreed upon normal straight
time working hours Monday through Friday may be given subject to certain other conditions set
forth by the Contracting Agency or Engineer. These conditions may include but are not limited
to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present
during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of
engineering salaries paid Contracting Agency employees who worked during such times;
considering the Work performed on Saturday and holiday as working day with regards to the
Contract Time; and considering multiple work shifts as multiple working days with respect to
Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may
include, but are not limited to, survey crews; personnel from the Contracting Agency's material
testing lab; inspectors; and other Contracting Agency employees when in the opinion of the
Engineer such work necessitates their presence.
1-08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees
Where the Contractor elects to work on a Saturday, Sunday, or other holiday, of longer than an 8-
hour work shift on a regular working day, as defined in the Standard Specifications, such work
shall be considered as overtime work. On all such overtime work an inspector will be present,
and a survey crew may be required at the discretion of the Engineer. The Contractor shall
reimburse the Contraction Agency for the full amount of the straight time plus overtime costs for
employees of the Contracting Agency required to work overtime hours.
The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs
from the amount due or to become due the Contractor.
1-08.2 Assignment
The second paragraph of Section 1-08.2 is modified as follows:
Contractor shall not assign any moneys due or to become due to Contractor hereunder without the
prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs,
withholdings, and deductions required by law and the Contract.
1-08.3 Progress Schedule
Section 1-08.3 is supplemented as follows:
Project No.SAT 27-2711 Page 39
r
SPECIAL PROVISIONS - Continued
The order of work except as may otherwise be outlined herein will be at the Contractor's option,
in keeping with good construction practice. The work shall be scheduled and constructed in
accordance with the various permits and franchise requirements and/or conditions.
As a first order of work, the Contractor shall prepare a detailed erosion control plan, Spill r
Prevention Control and Countermeasures Plan (SPCC plan), traffic control plan, and project
schedule and transmit them to the Contracting Agency within 5 calendar days after the date the
date the Contract is executed. All plans must be approved by the Contracting Agency prior to
rrr
commencing any construction operations.
The progress schedule for the entire project shall be submitted 7 calendar days prior to the
Preconstruction Conference. The schedule shall be prepared using the critical path method
(CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain
this information, at a minimum:
1. Construction activities, in sufficient detail that all activities necessary to
construct a complete and functional project are considered. Any activity that has
a scheduled duration exceeding 30 calendar days shall be subdivided until no
sub-element has a duration exceeding 30 calendar days.
The schedule shall clearly indicate the activities that comprise the critical path.
For each activity not on the critical path, the schedule shall show the float, or
slack,time.
2. Procurement of material and equipment.
3. Submittals requiring review by Engineer. Submittal by Contractor and review by
Engineer shall be shown as separate activities. r
4. Work to be performed by a subcontractor,agent, or any third party.
5. Allowances for delays that could result from normal inclement weather (time
extensions due to inclement weather will not be allowed).
6. Allowances for the time required by utilities (Owner's and others) to locate,
monitor, and adjust their facilities as required.
Engineer may request Contractor to alter the progress schedule when deemed necessary in the
opinion of Engineer—in the interest of public safety and welfare or of Owner, or for coordination
with any other activity of other contractors, the availability of all or portions of the job site, or
special provisions of this Contract, or to reasonably meet the completion date of the project.
Contractor shall provide such revised schedule within 10 days of request.
If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind
schedule, Contractor may be required to submit a plan for regaining progress and a revised
schedule indicating how the remaining work items will be completed within the authorized
contract time. ..
Page 40 Project No.SWP 27-2711
r
SPECIAL PROVISIONS - Continued
Contractor shall promptly report to Engineer any conditions which Contractor feels will require
revision of the schedule and shall promptly submit proposed revisions in the progress schedule
for acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule
shall be followed by Contractor.
Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets
forth specific work to be performed the following week, and a tentative schedule for the second
week.
Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against
the progress schedule a minimum of two times per month. Failure, without just cause, to
maintain progress in accordance with the approved schedule shall constitute a breach of Contract.
If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer
will require Contractor to submit a revised schedule to Engineer for acceptance. The approved
revisions will thereafter, in all respects,apply in lieu of the original schedule.
Failure of Contractor to follow the progress schedule submitted and accepted, including revisions
thereof, shall relieve Owner of any and all responsibility for furnishing and making available all
or any portion of the job site, and will relieve Owner of any responsibility for delays to
Contractor in the performance of the work.
As a second order of work,the Contractor shall attend a mandatory preconstruction meeting.
As a third order of work,the Contractor shall provide material submittals. The Contractor shall
also provide a schedule of value for all lump sum bid items.
As a fourth order of work, the Contractor shall call 1-CALL and have utilities "marked" in the
field by the various utility owners.
As a fifth order of work, after the utilities have been"marked," the Contractor shall provide for
the photographing of the entire project site. This activity must be completed and the photographs
and negatives or digital files delivered to the Contracting Agency as required and further
specified in Section 1-04 prior to any excavation, asphalt cutting, mobilization, staging, or any
other work items being performed.
As a sixth order of work,the Contractor shall furnish and install all temporary facilities, erosion
control items, and signs/barricades for detour routes.
As a seventh order of work, the Contractor shall pothole existing utilities as specifically noted
on the Plans, as well as in other areas the Contractor deems necessary. The Contractor shall
pothole the sanitary sewer crossing at Station 15+60 to determine the actual elevation of the
existing 18-inch sanitary sewer pipe.
The remaining order of work shall be at the Contractor's option, in keeping with generally
accepted, good construction practice. However, the Contractor shall coordinate work by others
which will affect his production, schedule,mobilization and demobilization efforts.
r
Project No.SWP 27-2711 Page 41
r
SPECIAL PROVISIONS - Continued
■r
As a second to last order of work, the Contractor shall submit Record Drawings. After all
preliminary and final "punch list" items have been satisfactorily completed, then, as a last order .r
of work,the Contractor shall provide post-construction photographs.
The Contractor shall conduct the order of work to allow all existing facilities to remain
operational except as noted herein during the construction of this project, and to minimize
disruption of any utility service. The order of work for the Contract shall be so planned as to
complete all work within the time limits established within the Contract Provisions.
All costs to comply with this Section are incidental to the Contract and are the responsibility of
the Contractor.
1-08.4 Notice to Proceed and Prosecution of the Work
Section 1-08.4 is supplemented as follows:
Notice to Proceed will be given after the contract has been executed and the contract bond and wr
evidence of insurances have been approved and filed by the Owner. The Contractor shall not
commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor
shall commence construction activities on the Project Site within ten days of the Notice to
Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without
unauthorized interruption until physical completion of the work. There shall be no voluntary
shutdowns or slowing of operations by the Contractor without prior approval of the Engineer.
Such approval shall not relieve the Contractor from the Contractual obligation to complete the
work within the prescribed Contract Time.
1-08.5 Time for Completion •■
The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
The Work shall be physically completed in its entirety within the time specified in the Contract
Documents or as extended by the Engineer. The Contract Time will be stated in"working days",
shall begin on the Notice to Proceed Date, and shall end on the Contract Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically
suspends work, or one of these holidays: January 1,Memorial Day, July 4, Labor Day,November
11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before
Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after
Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday.
When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as
holidays. When Christmas day occurs on a Sunday, the two working days following shall be
observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding
Friday will be counted as a non-working day and when they fall on a Sunday the following
Monday will be counted as a non-working day. The Contract Time has been established to allow
for periods of normal inclement weather which, from historical records, is to be expected during
the Contract Time, and during which periods, work is anticipated to be performed. Each
successive working day, beginning with the Notice to Proceed Date and ending with the Physical
Page 42 Project No.SWP 27-2711
.. SPECIAL PROVISIONS - Continued
Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day
which is designated a nonworking day or an Engineer determined unworkable day.
The Engineer will furnish the Contractor a weekly report showing (1) the number of working
days charged against the Contract Time for the preceding week; (2)the Contract Time in working
days; (3) the number of working days remaining in the Contract Time; (4) the number of
nonworking days; and (5) any partial or whole days the Engineer declared unworkable the
previous week. This weekly report will be correlated with the Contractor's current approved
■• progress schedule. If the Contractor elects to work 10 hours a day and 4 days a.week (a 4-10
schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be
charged as a working day then the fifth day of that week will be charged as a working day
.� whether or not the Contractor works on that day.
The Contractor will be allowed 10 calendar days from the date of each report in which to file a
written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report
�. will be deemed to have been accepted by the Contractor as correct.
The requirements for scheduling the Final Inspection and establishing the Substantial
Completion,Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-
05.12.
Section 1-08.5 is supplemented as follows:
Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor
shall provide the Contracting Agency with copies of purchase orders for all equipment items
deemed critical by the Contracting Agency, including but not limited to signal controller
materials, lighting standards, and signal standards required for the physical completion of the
contract. Such purchase orders shall disclose the estimated delivery dates for the equipment.
All items of work which can be performed without delivery of the critical items shall start and be
completed as soon as possible. At that time, Engineer may suspend the work upon request of
Contractor until the critical items are delivered to Contractor, if the Contracting Agency received
a purchase order within 10 calendar days after execution of the Contract by the Contracting
Agency.
Contractor will be entitled to only one such suspension of time during the performance of the
work and during such suspension shall not perform any additional work on the project. Upon
delivery of the critical items, contract time will resume and continue to be charged in accordance
with Section 1-08.
1-02.4 Suspension of Work
Section 1-08.6 is supplemented as follows:
Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in
writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in
the written notice from Owner to Contractor to do so.
Project No.SWP 27-2711 Page 43
SPECIAL PROVISIONS - Continued
r
Contractor shall not suspend work under the Contract without the written order of Owner.
If it has been determined that Contractor is entitled to an extension of time, the amount of such
extension shall be only to compensate for direct delays and shall be based upon Contractor's
diligently pursuing the work at a rate not less than that which would have been necessary to '
complete the original Contract Work on time.
1-08.9 Liquidated Damages ••
Section 1-08.9 is supplemented as follows:
In addition, Contractor shall compensate Owner for actual engineering inspection and supervision
costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such
labor costs will be billed to Contractor at actual costs, including administrative overhead costs.
In the event that Owner is required to commence any lawsuit in order to enforce any provision of
this Contract or to seek redress for any breach thereof,Owner shall be entitled to recover its costs,
including reasonable attorneys fees, from Contractor.
1-08.11 Contractor's Plant and Equipment
Section 1-08.11 is a new section:
s
The Contractor alone shall at all times be responsible for the adequacy, efficiency, and
sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to .►
make use of the Contractor's plant and equipment in the performance of any work on the site of
the work.
The use by the Owner of such plant and equipment shall be considered as extra work and paid for
accordingly.
Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of wo
the site from the time Contractor's operations have commenced until final acceptance of the work
by the Engineer and the Owner. The Contractor shall employ such measures as additional
fencing, barricades, and watchmen service, as he deems necessary for the public safety and for
the protection of the site and his plant and equipment. The Owner will be provided keys for all
fenced, secured areas.
•
1-08.12 Attention to Work
Section 1-08.12 is a new section:
The Contractor shall give his personal attention to and shall supervise the work to the end that it .�
shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at
all times be represented by a competent superintendent who shall have full authority to execute
Page 44 Project No.SWP 27-2711
r
SPECIAL PROVISIONS - Continued
the same, and to supply materials, tools, and labor without delay, and who shall be the legal
representative of the contractor. The Contractor shall be liable for the faithful observance of any
instructions delivered to him or to his authorized representative.
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
Section 1-09.1 is supplemented by adding the following:
.� Lump Sum. The percentage of lump sum work completed,and payment will be based on the cost
percentage breakdown of the lump sum bid price(s)submitted at the preconstruction conference.
", The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown
shall list the items included in the lump sum together with a unit price of labor, materials, and
equipment for each item. The summation of the detailed unit prices for each item shall add up to
the lump sum bid. The unit price values may be used as a guideline for determining progress
payments or deductions or additions in payment for ordered work changes.
Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in
the following manner. Where items are specified to be paid by the cubic yard, the following tally
system shall be used.
All trucks to be employed on this work will be measured to determine the volume of each truck.
Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no
duplication of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the
project. All tickets received that do not contain the following information will not be processed
for payment:
1. Truck number
2. Quantity and type of material delivered in cubic yards
.�• 3. Drivers name, date and time of delivery
4. Location of delivery,by street and stationing on each street
5. Place for Engineer to acknowledge receipt
6. Pay item number
7. Contract number and/or name
It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for
each truckload of material delivered. Pay quantities will be prepared on the basis of said tally
tickets.
Loads will be checked by Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is
given to the Inspector on the project at the time of delivery of materials for each truckload
delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector
r
Project No.SWP 27-2711 Page 45
r
■r
SPECIAL PROVISIONS - Continued
w
at time of delivery of materials. Tickets not receipted by Inspector will not be honored for
payment. •
Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no
duplication of numbers.
•
Duplicate tickets shall be prepared to accompany each truckload of material delivered to the
project. All tickets received that do not contain the following information will not be processed
for payment: •r
1. Truck number
2. Truck tare weight(stamped at source)
3. Gross truck load weight in tons(stamped at source)
4. Net load weight(stamped at source)
5. Driver's name, date,and time of delivery W
6. Location for delivery by street and stationing on each street
7. Place for Engineer to acknowledge receipt
8. Pay item number •
9. Contract number and/or name
1-09.3 Scope of Payment
a
Section 1-09.3 is supplemented by adding the following:
Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the
"Payment"clause of each Section of the Standard Specifications, will be the only items for which
compensation will be made for the Work described in or specified in that particular Section when •
the Contractor performs the specified Work. Should a Bid Item be listed in a "Payment" clause
but not in the Proposal Form, and Work for that item is performed by the Contractor and the work
is not stated as included in or incidental to a pay item in the contract and is not work that would •
be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work
will be made as for Extra Work pursuant to a Change Order.
The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the
Contract Documents are synonymous.
If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal •
Form requires that said unit Bid Item price cover and be considered compensation for certain
work or material essential to the item, then the work or material will not be measured or paid for
under any other Unit Bid Item which may appear elsewhere in the Proposal Form or
Specifications.
Pluralized unit Bid Items appearing in these Specifications are changed to singular form. •
Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of
the Specifications shall be considered as including all of the Work required, specified, or a.
described in that particular Section. Payment items will generally be listed generically in the
Specifications, and specifically in the bid form. When items are to be "furnished" under one
.r
Page 46 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
payment item and "installed" under another payment item, such items shall be furnished FOB
project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to
be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of
the Contractor with regard to storage until such items are incorporated into the Work or, if such
items are not to be incorporated into the work, delivered to the applicable Contracting Agency
storage site when provided for in the Specifications. Payment for material "furnished," but not
yet incorporated into the Work,may be made on monthly estimates to the extent allowed.
1-09.7 Mobilization
Section 1-09.7 is supplemented as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment
of an office, buildings, and other facilities necessary for work on the project; providing sanitary
facilities for Contractor's personnel; and obtaining permits or licenses required to complete the
project not furnished by Owner.
This item shall also include providing Engineer and Inspectors with access to telephone, facsimile
machine, and copy machine during all hours Contractor is working on the jobsite; and a table and
chair for their use when needed.
Payment for all work associated with this item of work shall be under the unit contract price for
the various bid items described in Section 1-09.14 of these Special Provisions.
1-09.9 Payments
Section 1-09.9 is supplemented as follows:
Applications for payment shall be itemized and supported to the extent required by Engineer by
receipts or other vouchers showing payment for materials and labor, payments to subcontractors,
and other such evidence of Contractor's right to payment as Engineer may direct.
Contractor shall submit a progress report with each monthly request for a progress payment. The
progress report shall indicate the estimated percent complete for each activity listed on the
progress schedule(see Section 1-08.3).
1-09.9(1) Retainage
Section 1-09.9(1)is supplemented as follows:
.w (******)
The retained amount shall be released as stated in the Standard Specifications if no claims have
been filed against such funds as provided by law and if Owner has no unsatisfied claims against
Contractor. In the event claims are filed, Owner shall withhold, until such claims are satisfied, a
sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold
ow
Project No.SWP 27-2711 Page 47
SPECIAL PROVISIONS - Continued
r►
such amount as is required to satisfy any claims by Owner against Contractor, until such claims
have been finally settled.
Neither the final payment nor any part of the retained percentage shall become due until
Contractor, if requested, delivers to Owner a complete release of all liens arising out of this
Contract, or receipts in full in lieu thereof, and,if required in either case, an affidavit that so far as
Contractor has knowledge or information, the release and receipts include all labor and materials
for which a lien could be filed: but Contractor may, if any subcontractor refuses to furnish a
release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify Owner against the
lien. If any lien remains unsatisfied after all payments are made, Contractor shall reimburse to
Owner all monies that the latter may be compelled to pay in discharging such lien, including all
costs and reasonable engineer's and attorney's fees. .�
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts
Section 1-09.9(2)is a new section:
(******)
In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW
39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due
or deduct an amount from any payment or payments due the Contractor which, in the Engineer's
opinion,may be necessary to cover the Contracting Agency's costs for or to remedy the following
situations:
1. Damage to another contractor when there is evidence thereof and a claim has
been filed.
2. Where the Contractor has not paid fees or charges to public authorities of
municipalities which the contractor is obligated to pay.
3. Utilizing material, tested and inspected by the Engineer, for purposes not
connected with the Work(Section 1-05.6)
4. Landscape damage assessments per Section 1-07.16.
5. For overtime work performed by City personnel per Section 1-08.1(4).
a
6. Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1-08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer's review of the
Contractor's approved progress schedule which indicates the Work will
not be complete within the Contract Time. When calculating an
anticipated time overrun, the Engineer will make allowances for weather •
delays, approved unavoidable delays, and suspensions of the Work. The
amount withheld under this subparagraph will be base upon the
liquidated dames amount per day se forth in Contract Documents ..
multiplied by the number of days the Contractor's approved progress
Page 48 Project No.SWP 27-2711
i SPECIAL PROVISIONS - Continued
i
schedule, in the opinion of the Engineer, indicates the Contract may
exceed the Contract Time.
7. Failure of the Contractor to perform any of the Contractor's other obligations
under the contract,including but not limited to:
a. Failure of the Contractor to perform any of the Contractor to provide the
Engineer with a field office when required by the Contract Provisions.
.. b. Failure of the Contractor to protect survey stakes, markers, etc., or to
provide adequate survey work as required by Section 1-05.5.
C. Failure of the Contractor to correct defective or unauthorized work
(Section 1-05.8).
d. Failure of the Contractor to furnish a Manufacture's Certificate of
Compliance in lieu of material testing and inspection as required by
Section 1-06.3.
e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms,
or correct underpayment to employees of the Contractor of subcontractor
an--of any tier as required by Section 1-07.9.
4W f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51
RCW) as required by Section 1-07.10.
g. Failure of the Contractor to submit and obtain approval of a progress
schedule per Section 1-08.3.
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as
have been withheld pursuant to this section to a party or parties who are entitled to payment.
Disbursement of such funds, if the Engineer elects to do so will be made only after giving the
Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and
if prior to the expiration of the 15-calendar day period,
1. No legal action has commenced to resolve the validity of the claims, and
2. The Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this
section will be made. A payment made pursuant to this section shall be considered as payment
make under the terms and conditions of the Contract. The Contracting Agency shall not be liable
to the Contractor for such payment make in good faith.
1-09.9(3) Final Payment(New Section,Project No.27-2711)
Section 1-09.9(3)is a new section:
i
Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the
.. Contactor will be calculated based upon a Final Progress Estimate made by the Engineer.
Acceptance by the Contractor of the Final Payment shall be and shall operate as a release:
1. To the Contracting Agency of all claims and all liabilities of the Contractor,other
than claims in stated amounts as may be specifically excepted in writing by the
Contractor;
Project No.SWP 27-2711 Page 49
r
SPECIAL PROVISIONS - Continued
■r
2. For all things done or furnished in connection with the Work;
3. For every act and neglect by the Contracting Agency; and
r
4. For all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the
Contractor's Surety from any obligation required under the terms of the Contract Documents or
the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's
ability to investigate and act upon findings of non-compliance with the WMBE requirements of
the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, 'r
setting penalties, or obtaining such other remedies as may be permitted by law.
Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an r
affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged(DB),
minority(MBE) or women business enterprises (WBE) participating in the Work. Such affidavit
shall certify the amounts paid to the DB,MBE or WBE subcontractors regardless of tier.
On Federally-funded projects the Contractor may also be required to execute and furnish the
Contracting Agency an affidavit certifying that the Contractor has not extended any loans,
gratuity or gift and money pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any
other documents required for the final acceptance of the contract, the Contracting Agency
reserves the right to establish a completion date and unilaterally accept the contract. Unilateral
acceptance will occur only after the Contractor has been provided the opportunity, by written
request from the Engineer, to voluntarily submit such documents, if voluntary compliance is not
achieved, formal notification of the impending unilateral acceptance will be provided by certified
letter from the Engineer to the Contractor which will provide 30 calendar days for the Contractor
to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the .r
postmark of the certified letter from the Engineer requesting the necessary documents. This
reservation by the Contracting Agency to unilaterally accept the contract will apply to contracts
that are completed in accordance with Section 1-08.5 for contracts that are terminated in
accordance with Section 1-08.10. Unilateral acceptance of the contract by the Contracting
Agency does not in any way relieve the Contractor of the provisions under contract or of the
responsibility to comply with all laws, ordinances, and regulations—Federal, State, or local—that
affect the contract. The date the Contraction Agency unilaterally signs the Final Progress
Estimate constitutes the final acceptance date(Section 1-05.12).
1-09.11(2) Claims
Paragraph 5 is revised as follows:
w
Failure to submit with the Final Application for Payment such information and details as
described in this section for any claim shall operate as a waiver of the claims by the Contractor as
provided in Section 1-09.9.
Page 50 Project No.SWP 27-2711
r
SPECIAL PROVISIONS - Continued
1-09.11(3) Time Limitations and Jurisdiction
Paragraph 1, Sentence 1 is revised as follows:
...such claims or causes of action shall be brought in the Superior Court of the county where the
work is performed.
�. 1-09.13(3)B Procedures to Pursue Arbitration
Section 1-09.13(3)B is supplemented by adding:
The findings and decision of the board of arbitrators shall be final and binding on the parties,
unless the aggrieved party, within 10 days, challenges the findings and decision by serving and
filing a petition for review by the superior court of King County, Washington. The grounds for
the petition for review are limited to showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
w.
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling
the issues submitted to arbitration. The board of arbitrators shall support its
decision by setting forth in writing their findings and conclusions based on the
evidence adduced at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of Washington and
court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the contractor unless it is the
board's majority opinion that the Contractor's filing of the protest or action is capricious or
without reasonable foundation. In the latter case,all costs shall be borne by the Contractor.
Project No.SWP 27-2711 Page 51
"W
SPECIAL PROVISIONS - Continued
1-09.14 Payment Schedule(New Section,Project No. 27-2711)
General—Scope
Payment for the various items listed in the Proposal, as further specified herein, shall include all
compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and
manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of
work being described, as necessary to complete the various items of the work all in accordance
with the requirements of the Contract Documents, including all appurtenances thereto, and
including all costs of compliance with the regulations of public regulations of public agencies
having jurisdiction, including Safety and Health Administration of the US Department of Labor w
(OSHA).
The Owner shall not pay for material quantities that exceed the actual measured amount used and
approved by the Owner.
It is the intention of these Specifications that the performance of all work under the bid for each W
item shall result in the complete construction, in an accepted operating condition, of each item.
Work and material not specifically listed in the Proposal but required in the Plans, Specifications,
and general construction practice, shall be included in the various bid prices. No separate
payment will be made for these items.
1-09.14(1) Basic Bid(New Section,Project No. 27-2711)
This section is an outline of the basic bid, which determines the low bidder for this Project.
Bid Item 1: Mobilization, Cleanup and Demobilization(LS)
The Contractor shall prepare a Mobilization and Demobilization Plan showing the proposed r
location for storage of all equipment and material proposed to be located at the site. Any storage
within the City right-of-way shall not interfere with the traffic control and erosion control plans,
and the use of traffic lanes.
The Contractor shall prepare a Work Plan, which shall include the following:
1. Proposed construction sequence and schedule for all major items of work.
2. Mobilization and Demobilization Plan showing the proposed location for storage
of all equipment and materials, and the removal of all equipment and materials
following the completion of construction and the removal of traffic and erosion
controls.
3. Disposal Site: All excess and waste material removed from the site shall be
disposed of at a Contractor Provided Disposal Site per Standard Specifications
Section 2-03.3(7)C. Hauling shall be included at no extra cost. ar
Page 52 Project No.SWP 27-2711
w
SPECIAL PROVISIONS - Continued
4. Temporary Erosion and Sediment Control Plan for all stages of the Project. The
Contractor shall submit a Temporary Erosion and Sediment Control(TESC) Plan
that meets the requirements in Section 1-07.15.
5. Traffic Control Plan: The Contractor shall submit a Traffic Control Plan for
review and approval by the Owner. The plan shall address the proposed working
areas, signage, flaggers, Contractor access to the working area, truck and
equipment haul routes, and public access during construction.
6. Street Cleaning and Sweeping Plan: The Contractor shall submit a Street
Cleaning and Sweeping Plan for controlling mud and dust on any route used by
.. trucks or equipment, as noted in the Special Provisions Specifications Section 1-
07.23(1). The Contractor shall be prepared to use power sweepers, watering
trucks, and other means necessary to avoid creating a nuisance. Any debris on
the roads shall be cleaned immediately. All areas, including the street and
parking lot, shall be cleaned and swept following completion of construction and
the removal of traffic and erosion controls. No additional payment will be made
for this work.
7. Dewatering Plan: The Contractor shall submit a Dewatering Plan for review and
approval by the Owner.
8. Stormwater Bypass Plan: The Contractor shall submit a Stormwater Bypass Plan
for review and approval by the Owner. The plan shall include a method for
w bypassing flows around existing storm pipe that is taken out of service during
construction.
9. Temporary Sanitary Sewer Bypass Plan: The Contractor shall submit a Sanitary
Sewer Bypass Plan for review and approval by the Owner. The plan shall
include a method for bypassing flows around existing sanitary sewer pipes that
are taken out of service during construction.
10. Spill Prevention, Control and Countermeasure Plan.
11. Trench Shoring and Excavation Safety Systems Plan: The Contractor shall
submit a Trench Shoring and Excavation Safety Systems Plan for review by the
Owner. The Contractor shall also submit a Settlement Monitoring Plan.
The Work Plan shall be submitted to the Owner for review, revision, and approval within 10 days
of the Contract award.
Measurement of Mobilization, Cleanup, and Demobilization shall be per lump sum. Seventy
percent (70%) of this item will be paid after the Contractor is fully in operation and construction
of the Project has began; thirty percent (30%) remaining of this item will be included in the
estimate issued at the completion of the work provided that all equipment has been removed from
the Project, as-built drawings are submitted and approved by the Owner, and the cleanup is
acceptable to the Owner.
Project No.SWP 27-2711 Page 53
r.
SPECIAL PROVISIONS - Continued
The lump sum Contract price for Mobilization, Cleanup, and Demobilization shall be full
compensation for providing, furnishing, and installing all work and materials necessary to move r
or organize equipment and personnel onto the site, provide and place Project sign, provide and
maintain support facilities, cleanup the Project site once construction is completed, and obtain all
necessary permits, licenses, and bonds. �.
Bid Item 2: Construction Surveying,Staking and As-built Drawings(LS)
The Contractor shall provide all required survey work and as-built information for the project,
including such work as mentioned in Special Provisions Section 1-05.4, 1-11, and elsewhere in
these specifications as being provided by the Engineer. All costs for this survey work shall be
included in the Construction Surveying bid item.
Measurement for Construction Surveying, Staking, and As-built Drawings shall be per lump sum.
•
The lump sum Contract price for Construction Surveying, Staking, and As-built Drawings shall
be full compensation for furnishing all materials, labor, tools, and equipment necessary as
provided in the Special Provisions Sections 1-05.4 and 1-11.
Payment for this item will be prorated over the construction period.
Bid Item 3: Traffic Control(LS)
w
Traffic Control shall be meet the requirements of Special Provisions Section 1-10.
The Contractor shall submit a Traffic Control Plan for review and approval by the Owner. The
plan shall address the proposed working areas, signage, flaggers, Contractor access to the
working area,truck and equipment haul routes, and public access during construction.
Actual work hours will be approved in the Traffic Control Plan. The Contractor shall be
responsible for complying with the noise variance requirements as outlined in the Contract •
Documents. The Owner may revise the work hours to address traffic problems or neighborhood
complaints.
a.
This bid item includes all Traffic Control needed for work during and outside of normal working
hours. Work for the Sanitary Sewer Crossings and Water Main Relocation may be outside of
normal working hours. �r
All adjustments to the Traffic Control Plan are considered incidental and no additional payment
will be made for adjustments.
Measurement of Traffic Control shall be per lump sum.
The lump sum Contract price for Traffic Control shall be full compensation for all materials, .r
labor, tools, and equipment required to prepare the Traffic Control Plan and provide traffic
control during the duration of construction, including temporary pavement markings,
mobilization and demobilization. +.
Payment for this item will be prorated over the construction period.
•r
Page 54 Project No.SWP 27-2711
r
SPECIAL PROVISIONS - Continued
Bid Item 4: Temporary Water Pollution/Erosion Control (LS)
The Contractor shall submit a Temporary Erosion and Sediment Control (TESC) Plan that meets
the requirements in Section 1-07.15. The Contractor shall also prepare a Stormwater Pollution
Prevention Plan in conjunction with an erosion control plan and submit it to the Owner for review
and approval. The plan shall be based upon the Department of Ecology's Stormwater
Management Manual for Western Washington(February 2005),proper construction practices and
+� the requirements in Section 1-07.15. After the erosion control system is installed,the Contractor
shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of
sediment-laden water.
All adjustments to the TESC Plan are considered incidental and no additional payment will be
made for adjustments.
UW
Measurement of Temporary Water Pollution/Erosion Control shall be per lump sum.
The lump sum Contract price for Temporary Water Pollution/Erosion Control shall be full
ow compensation for all materials, labor, tools, and equipment required to prepare a temporary water
pollution and erosion control plan and furnish, install, and maintain the temporary erosion control
measures as shown on the Plans, as specified in the Special Provisions, and as directed and
WW approved by the Owner.
Payment for this item will be prorated over the construction period.
Bid Item 5: Dewatering(LS)
,.. Dewatering shall meet the requirements of Special Provisions Section 7-08.3(1)D.
The Contractor shall submit a Dewatering Plan for review and approval by the Owner. The plan
shall be based on the information provided in the Geotechnical Report shown in the Contract
Documents, Special Provisions Section 7-08.3(1)D and proper construction practices. After the
dewatering plan is installed, the Contractor shall make any field adjustments necessary to reduce
or eliminate water in the construction area, and any erosion and discharge of sediment-laden
low
water.
All groundwater encountered during construction shall flow through an on-site settling tank or
other approved filtration system prior to discharging into the sanitary sewer system or other area
as approved by the Owner.
All adjustments to the Dewatering Plan are considered incidental and no additional payment will
be made for adjustments.
Measurement of Dewatering shall be per lump sum.
The lump sum Contract price for Dewatering shall be full compensation for all materials, labor,
tools, and equipment required to prepare, furnish, and install dewatering measures as shown on
the Plans, and as directed and approved by the Owner, and as specified in the Special Provisions.
Project No.SWP 27-2711 Page 55
VON
SPECIAL PROVISIONS - Continued
�r
Payment for this item will be prorated over the construction period.
�r
Bid item 6: Temporary Stormwater Bypass(LS)
The Contractor shall submit a Stormwater Bypass Plan for review and approval by the Owner.
The plan shall include a method for bypassing flows around the existing storm system that is
taken out of service during construction. The Contractor shall provide a stormwater bypass
system designed for a 25-year peak flow of 110 cfs. The 2-year peak flow is estimated as 70 cfs. W
Dry condition base flow is estimated between 5 and 10 cfs. The Stormwater Bypass System may
utilize pumps, gravity flow,or a combination of both.
so
This item also includes temporary bypass of any flows in the creek when constructing the new
outfall, channel restoration, and bank stabilization, and any flows from catch basins and other
storm systems in the project area. All Work in the stream shall meet the permit requirement of 4W
the Department of Fish and Wildlife HPA, and Army Corp of Engineers Permits. Discharge of
by-pass flows shall be as far upstream in the creek as practical and shall be completed in such a
way to not dewater the receiving waters. .r
The Contractor shall be responsible for maintaining the bypass at all times when the existing
storm system is out of service. The Contractor shall be prepared to respond immediately if a
problem develops with the bypass system and flooding starts to occur. The Contractor shall
provide a 24-hour contact for emergency response.
The Contractor shall be responsible for all costs, damages, and claims that may result from failure
of the bypass system.
All adjustments to the Stormwater Bypass Plan are considered incidental and no additional
payment will be made for adjustments.
Measurement of Temporary Stormwater Bypass shall be per lump sum. wr
The lump sum Contract price for Temporary Bypass Pumping shall cover the complete cost of
furnishing, installing, and removing adequate pumps, pipes, hoses and other equipment necessary
to bypass stormwater as need during construction.
Payment for this item will be prorated over the construction period. .r
Bid Item 7: Trench Shoring and Excavation Safety Systems(LS)
The Contractor shall submit a Trench Shoring and Excavation Safety Systems Plan for review by .r
the Owner. The plan shall be based on the information provided in the Geotechnical Report
shown in the Contract Documents, Special Provisions Section 7-08.3(1)B and proper construction
practices. .r
The Contractor shall take extra precautions to protect the existing sanitary sewer lines from
damage.
Page 56 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
Trench Excavation Safety Systems shall comply with WAC 296-155 Part N, Standard
Specifications Section 2-09.3(3), Special Provision Section 7-08.3(1)B, and all other applicable
State and Federal regulations.
The Contractor shall submit a Settlement Monitoring Plan as specified in Special Provisions
Section 7-08.3(1)E, and shall be responsible for settlement monitoring throughout project
construction.
+� The Contractor shall be responsible at all times for the inspections, safety, maintenance, and
adequacy of the Trench Shoring and Excavation Safety Systems.
.� All adjustments to the Trench Shoring and Excavation Safety Systems Plan are considered
incidental and no additional payment will be made for adjustments.
Measurement of Trench Shoring and Excavation Safety Systems shall be per lump sum.
The lump sum Contract price for Trench Shoring and Excavation Safety Systems shall cover the
complete cost of furnishing, installing, and removing adequate shoring and support for all
excavations to provide safe access for workers, prevent soil sloughing, soil loss, damage to
pavement, structures,utilities, and ground adjacent to the excavation.
Payment for this item will be prorated over the construction period.
Bid Item S: Locate,Relocate,and Protect Existing Utilities(LS)
.W
Locate, Relocate, and Protect Existing Utilities shall meet the requirements of Special Provisions
Section 1-07.17.
This item includes coordination with private utility companies and relocating private utility lines
and conduits as shown on the Plans, and as determined in the field. The Contractor shall pot-hole
sanitary sewer crossings (2), water lines (2), and private utilities as shown on the Plans. For
bidding purposes the gas line and telephone cables/conduit shall be assumed to be relocated from
Stations 12+50 to 13+80. The work includes clearing surface obstructions, removing pavement
and sidewalk, trench excavation, excavation safety systems, providing and placing empty conduit
... and vaults per utility specifications, trench bedding, and backfill and compaction after the private
utility has been relocated.
-' Measurement of Locate and Protect Existing Utilities shall be per lump sum.
The lump sum Contract price for Locate, Relocate, and Protect Existing Utilities shall be full
compensation for locating and/or protecting all existing utilities, as may be required for the
fulfillment of all requirements of Special Provisions Section 1-07.17. This shall include, but is
not limited to all costs of digging exploratory pits and protecting/restraining existing utilities
.� during excavation including but not limited to the water, sewer, gas, power, telephone, fiber
optics and storm drainage lines.
Payment for this item will be prorated over the construction period.
r
Project No.SWP 27-2711 Page 57
WW
SPECIAL PROVISIONS - Continued
Bid Item 9: Removal of Structures and Obstructions (LS)
rr
Removal of Structures and Obstructions shall meet the requirements of Special Provisions
Section 2-02.1.
This bid item shall also include the removal, replacement, and/or relocation of surface features
not included under other bid items. These features include but are not limited to mailboxes,
utility boxes and vaults, power poles, sidewalks, driveways, pavement, curbs, and other wr
miscellaneous material that requires removal for project construction.
Measurement of Removal of Structure and Obstruction shall be per lump sum. ,
The lump sum Contract price for Removal of Structure and Obstruction shall be full
compensation for furnishing all tools, labor, equipment, materials and incidentals necessary for
removing, relocating, wastehauling disposal and delivery of items as noted on the Plans and as
described in Special Provisions Section 2-02.1.
Payment for this item will be prorated over the construction period. •
Bid Item 10: Remove/Relocate Existing Signing(LS)
.r
Remove/Relocate Existing Signing shall meet the requirements of Standard Specifications and
Special Provisions Section 8-21, and as shown on the Plans and as directed by the Owner.
This item includes providing, installing, and removing the City Project Signs per the City of
Renton Sign Detail.
s
Measurement for Remove/Relocate Existing Signing shall be per lump sum.
The lump sum Contract price for Remove/Relocate Existing Signing shall be full compensation
for all materials, labor, tools, and equipment required to furnish, install, remove, and/or relocate
existing signing.
Bid Item 11: Relocate 12-Inch Water Main (LS)
Relocate 12-inch Water Main shall meet the requirements of Special Provisions Section 7-09, 7-
12, and as shown on the Plans and Details. .r
Parts of the Water Main Relocation work will need to be performed outside of normal
working hours.
Water service to the Triton Tower One building may be shut off only between 10:30 p.m. and
6:00 a.m., Monday thru Thursday. Water may also be shut off to the Triton Tower One Building
on Sundays, except the 2°d Sunday of the month.
All connections to existing water mains shall be done by City Forces Special Provisions Section •
7-09.
�r
Page 58 Project No.SWP 27-2711
r
SPECIAL PROVISIONS - Continued
The Contractor shall submit the proposed schedule for water main shutoffs, and all water main
work requiring City Forces, at least two weeks in advance. The shutoffs and schedule are subject
to approval by the City. The City may require the Contactor to revise the proposed schedule if it
can not be accommodated by the surrounding business owners or City Forces. The Contractor
shall not claim any additional costs for delays if the schedule is revised by the City.
The Contractor shall have all materials needed for water main shutoff and work on site and ready
for inspection by the City at least 2 days ahead of each proposed shutoff. If the materials are not
satisfactory the City may postpone the shutoff and work until the Contractor has satisfactory
materials on site. The Contractor shall not claim any additional costs for delays if the shutoff is
postponed.
This item includes all materials, tools, equipment, and labor needed to install the Concrete
Deadman Anchors and Thrust Blocks shown on the Plans and required for construction.
This item includes all materials, tools, equipment, and labor needed for Hydrostatic Pressure
Tests, Flushing and Poly-pigging,disinfecting,testing, and final connection.
VW Measurement for Relocate 12-Inch Water Main shall be per lump sum.
The lump sum Contract price for Relocate 12-Inch Water Main shall be for full compensation of
all materials, tools, labor, and equipment required to complete the relocation and replacement of
the 12-inch water main as shown on the contract plans and specifications including, but not
limited to: potholing existing utilities, sawcutting, dewatering, excavation, trench safety systems,
haul and disposal of excess or waste material, removing and disposing of existing water mains,
furnish and install new ductile iron pipe of the size and type shown, polyethylene encasement,
special fittings, valves of the size and type shown, valve nut extensions, valve boxes and covers,
laying and joining pipes, fittings, tees, horizontal and vertical bends, couplings, sleeves,
temporary blow-offs, shackle rods, concrete blocks and deadman blocks, reinforcing steel, anchor
bolts, necessary form work, foundation and bedding material, pipe bedding, backfill, compaction,
testing, flushing, ploy-pigging, disinfecting, coordination with City Forces for the cut-in of
isolation valves, final connection to existing water mains, adjustment of valves to final grade, and
cleanup.
•— Bid Item 12: Precast 4' x 6' Box Culvert(inel. bedding)(LF)
Precast 4'x 6'Box Culvert shall meet the requirements of Special Provisions Section 6-02, and as
.. show on the Plans.
Gravel bedding material (pipe bedding) shall be Gravel Backfill for Walls per Standard
Specification Section 9-03.12(2). Payment for gravel bedding material shall be included in the
unit price bid for box culvert in place.
Controlled Density Fill (CDF)will be used for bedding as shown on the Plans and determined by
the Engineer in the field. Payment for CDF will be under a separate bid item.
Native soil excavated from the trench shall be used as excavated trench backfill if it meets the
specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment
Project No.SWP 27-2711 Page 59
Ow
�r
SPECIAL PROVISIONS - Continued
for excavated trench backfill shall be included in the unit price bid for Precast 4'x 6' Box Culvert
in place.
■r
Bank run gravel shall be used for excavated trench backfill only if native material is found to be
unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel
shall be paid under the unit price bid"Bank Run Gravel for Trench Backfill."
Measurement of Precast 4' x 6' Box Culvert shall be per lineal foot along the invert centerline of
the culvert from end to end of the finished installed culvert length, from inside wall of each ,r
manhole or structure to the inside wall of the next manhole or structure.
The unit Contract price per lineal foot of Precast 4' x 6' Box Culvert shall be full compensation .r
for all labor, materials, equipment, excavation, new pipe, installation, bedding, all appurtenances
(such as special fittings, bends, connections, catch basin connectors, etc.), placement of trench
backfill, compaction, loading and disposal of excess materials, cleaning, etc. r
Bid Item 13: Precast or Cast-in-Place Box Culvert Angle Points/Connections(LS)
Precast or Cast-in-Place Box Culvert Angle Points/Connections shall meet the requirements of rr
Special Provisions Section 6-02, and as show on the Plans. This item includes all access risers
and fittings.
Gravel bedding material (pipe bedding) shall be Gravel Backfill for Walls per Standard
Specification Section 9-03.12(2). Payment for gravel bedding material shall be included in the
unit price bid for box culvert in place. •
Controlled Density Fill (CDF)will be used for bedding as shown on the Plans and determined by
the Engineer in the field. Payment for CDF will be under a separate bid item. 4W
Native soil excavated from the trench shall be used as excavated trench backfill if it meets the
specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment
for excavated trench backfill shall be included in the unit price bid for the angle
points/connections in place.
Bank run gravel shall be used for excavated trench backfill only if native material is found to be
unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel
shall be paid under the unit price bid"Bank Run Gravel for Trench Backfill."
r
Measurement of Precast or Cast-in-Place Box Culvert Angle Points/Connections shall be per
lump sum.
The unit Contract price per lump sum of Precast or Cast-in-Place Box Culvert Angle
Points/Connections shall be full compensation for all labor, materials, equipment, excavation,
new pipe, installation, bedding, all appurtenances (such as reinforcement, forming, special ..
fittings, bends, connections, catch basin connectors, etc.), placement of trench backfill,
compaction, loading and disposal of excess materials, cleaning,etc.
�w
r
Page 60 Project No.SWP 27-2711
r
SPECIAL PROVISIONS - Continued
Bid Item 14 Bank Run Gravel for Trench Backfill(TN)
Bank Run Gravel shall meet the requirements of Standard Specification 9-03.19.
.,. This item will be used only when material from trench and structural excavation is unsuitable for
use as backfill and the use of imported backfill is approved by the Owner. Measurement for
gravel trench backfill will be based on actual tonnage weight as determined by measurement from
a certified scale. The quantity for this item is included to provide a common proposal for bid
purposes. The actual quantity used in construction may vary from that amount. The unit price
will not be adjusted if the actual quantity used varies by more than 25 percent.
Measurement for Bank Run Gravel for Trench Backfill shall be per ton.
The unit Contract price per ton for Bank Run Gravel for Trench Backfill shall be full
compensation for all materials, tools, labor, equipment and incidentals for processing, hauling,
placing and compacting the materials as specified or as directed by the Owner.
Payment to haul and dispose of unsuitable excavated material shall be included in the unit bid
price.
.,� Payment shall be made according to payment limits as shown on the Plans. No payment shall be
made for costs due to over-excavation and subsequent backfill, unless the Owner determines that
the over-excavation could not be avoided. Over-excavation is defined as trenching outside the
maximum trench or excavation width.
Bid Item 15 Unsuitable Foundation Excavation,Incl.Haul(CI)
This item will be used when the soil in the bottom of the trench is unsuitable, and excavation and
placement of CDF is approved by the Owner.
All excess and waste material removed from the site shall be disposed of at a Contractor Provided
Disposal Site per Standard Specifications Section 2-03.3(7)C. Hauling shall be included at no
extra cost.
Measurement of Unsuitable Foundation Excavation, Incl. Haul shall be per cubic yard by truck in
the hauling vehicle at the point of loading. The quantity for this item is included to provide a
.. common proposal for bid purposes. The actual quantity used in construction may vary from that
amount. The unit price will not be adjusted if the actual quantity used varies by more than 25
percent.
Measurement may also be by physical measurement of the excavated area by the Contractor in
the presence of the Owner or Engineer. Any area measured shall be recorded on the redlined
aw plans maintained by the Contractor, and a copy shall immediately be provided to the Owner.
The unit Contract price per cubic yard for Unsuitable Foundation Excavation, Incl. Haul shall be
full compensation for excavating, loading,hauling and disposing of the material.
M
Project No.SWP 27-2711 Page 61
SPECIAL PROVISIONS - Continued r
Bid Item 16: Light Weight Controlled Density Fill(CY)
Controlled Density Fill(CDF)shall meet the requirements of Special Provision Section 9-03.22. „r
CDF for this item shall be used to replace unsuitable soils in the bottom of the excavation for the
box culvert,and at other locations as directed by the Engineer. •
Measurement for Light Weight Controlled Density Fill (CDF) shall be per cubic yard of CDF in
place. The quantity for this item is included to provide a common proposal for bid purposes. The
actual quantity used in construction may vary from that amount. Depending on site conditions, .r
the amount of this item may be zero (0). The unit price will not be adjusted if the actual quantity
used varies by more than 25 percent.
.r
The unit price bid per cubic yard for Light Weight Controlled Density Fill shall be full
compensation for all labor, equipment and materials required to complete this item of work in
accordance with the Contract Documents. .r
Bid Item-U, Sanitary Sewer Encasement—Station 13+18(LS)
•
Measurement for Sanitary Sewer Encasement—Station 13+18 shall be per lump sum.
The lump sum Contract price for Sanitary Sewer Encasement — Station 13+18 shall be full
compensation to provide and install the sewer encasement including for the following:
• 12 in. Dia. C900 sanitary sewer pipe
• 24 in. Dia. steel sanitary sewer encasement pipe
• Casing spacers and end caps
• 12 in. flexible coupling
•
The Contractor shall provide a temporary sanitary sewer bypass system to bypass sewer flows
around existing sanitary sewer pipe that is taken out of service during construction. The system
shall be designed for an estimated dry-weather peak flow of 0.52 cfs and a potential wet-weather
peak flow of 1.41 cfs. All material, equipment, labor, installing, operating, and removing the
bypass system is incidental to this bid item.
.r
The steel encasement pipe shall meet the requirements of Special Provisions Section 9-05.21.
Payment for bedding material shall be included in the unit price bid for pipe in place and shall be
Gravel Backfill for Pipe Zone Bedding per Standard Specification Sections 9-03.12(3). Bedding
material shall be placed from a minimum of 6 inches below the pipe to 6 inches above the top of
the pipe and compacted to 95% maximum density per ASTM D1557. r
Native soil excavated from the trench shall be used as excavated trench backfill if it meets the
specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment
for excavated trench backfill shall be included in the unit price bid for pipe in place.
Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing sewer pipe, and other excavated material. Payment to •
•
Page 62 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
haul and dispose of excess excavated material shall be included in the unit price bid for pipe in
place.
r
Bank run gravel shall be used for excavated trench backfill only if native material is found to be
unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel
shall be paid under the unit price bid"Bank Run Gravel for Trench Backfill."
The lump sum Contract price for Sanitary Sewer Encasement—Station 9+78 shall also be for full
compensation of all materials, tools, labor, equipment, excavation, installation, bedding, all
appurtenances (such as special fittings, bends, connections, steel sleeves, etc.), placement of
trench backfill, compaction, disposal of excess and/or unsuitable materials, cleaning and testing,
etc. required to reconnect the existing sewer main and associated side sewers encountered during
construction of the new storm sewer line as shown on the Plans.
Bid Item 18: Sanitary Sewer Encasement—Station 15+58(LS)
..
Measurement for Sanitary Sewer Encasement—Station 15+58 shall be per lump sum.
The lump sum Contract price for Sanitary Sewer Encasement — Station 13+18 shall be full
compensation provide and install the sewer encasement including for the following:
_ • 18 in. Dia. C900 sanitary sewer pipe
• 36 in. Dia. steel sanitary sewer encasement pipe
• Casing spacers and end caps
• 18 in. flexible coupling
The Contractor shall provide a temporary sanitary sewer bypass system to bypass sewer flows
around existing sanitary sewer pipe that is taken out of service during construction. The system
shall be designed for an estimated dry-weather peak flow of 0.52 cfs and a potential wet-weather
peak flow of 1.41 cfs. All material, equipment, labor, installing, operating, and removing the
bypass system is incidental to this bid item.
The steel encasement pipe shall meet the requirements of Special Provisions Section 9-05.21.
,.. Payment for bedding material shall be included in the unit price bid for pipe in place and shall be
Gravel Backfill for Pipe Zone Bedding per Standard Specification Sections 9-03.12(3). Bedding
material shall be placed from a minimum of 6 inches below the pipe to 6 inches above the top of
the pipe and compacted to 95%maximum density per ASTM D1557.
Native soil excavated from the trench shall be used as excavated trench backfill if it meets the
specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment
for excavated trench backfill shall be included in the unit price bid for pipe in place.
Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing sewer pipe, and other excavated material. Payment to
haul and dispose of excess excavated material shall be included in the unit price bid for pipe in
place.
Project No.S WP 27-2711 Page 63
� r
SPECIAL PROVISIONS - Continued
•
Bank run gravel shall be used for excavated trench backfill only if native material is found to be
unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel
shall be paid under the unit price bid"Bank Run Gravel for Trench Backfill."
The lump sum Contract price for Sanitary Sewer Encasement—Station 9+78 shall also be for full
compensation of all materials, tools, labor, equipment, excavation, installation, bedding, all
appurtenances (such as special fittings, bends, connections, steel sleeves, etc.), placement of
trench backfill, compaction, disposal of excess and/or unsuitable materials, cleaning and testing,
etc. required to reconnect the existing sewer main and associated side sewers encountered during .r
construction of the new storm sewer line as shown on the Plans.
Bid Item 19: Plug and Fill Existing Storm System
This item addresses abandoning the existing 42-inch storm pipe by filling with CDF and
installing concrete plugs and filling it with CDF.
Plugs will be at the locations shown on the plans and will meet the requirements of Standard
Specification Section 7-08.3(4). CDF will be pressure pumped into each pipe segment to
completely fill the pipe. CDF will be Class A, and will meet the requirement of Special Provision
Section 9-03.22
This bid item includes all concrete, forms, CDF, and other materials need for the work.
All costs Trench Excavation Safety Systems and Dewatering shall be included under those bid
items. to
This item also includes all other concrete plugs for small utility pipes such as water mains and
storm pipes. Concrete plugs shall meet the requirements of Standard Specifications Section 7-
08.3(4).
Native soil excavated from the trench shall be used as excavated trench backfill if it meets the •
specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment
for excavated trench backfill shall be included in the unit price bid for this bid item.
Bank run gravel shall be used for excavated trench backfill only if native material is found to be
unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel
shall be paid under the unit price bid"Bank Run Gravel for Trench Backfill."
Measurement for Plug and Fill Existing Storm System shall be per lump sum.
The lump sum Contract price for Plug And Fill Existing Storm System shall be for full •
compensation of all materials, tools, labor, and equipment required to plug and fill the existing
pipes as shown on the contract plans and specifications including, but not limited to: excavation,
trench safety systems, dewatering, haul and disposal of excess or waste material, removing and ,.
disposing of existing pipes,backfill, compaction,placement of fill to final grade, and cleanup.
Payment for this item will be prorated as the item is completed.
•
Page 64 Project No.SWP 27-2711
�Ilf
SPECIAL PROVISIONS - Continued
Bid Item 20 Sawcutting(LF)
Sawcutting shall meet the requirements of Special Provisions Section 2-02.3(4).
The City will allow one sawcut for the initial trench work and one sawcut for final trench patch or
overlay. Any additional sawcutting will be considered incidental, and will not be measured and
paid.
Measurement of Sawcutting shall be per linear foot of pavement or concrete cut. Depending on
site conditions, the amount of this item may vary. The unit price will not be adjusted if the actual
quantity used varies by more than 25 percent.
The unit Contract price per linear foot for Sawcutting shall be full compensation for all materials,
labor, tools, and equipment necessary to saw cut the existing asphalt concrete and cement
concrete surfaces regardless of the depth encountered or the material to be saw cut.
Bid Item 21: Temporary Cold Mix Asphalt Concrete Patch(TN)
This item is for temporary asphalt patches. Permanent trench restoration shall be per City
Standard Detail H 032A and as shown on the Plans and as described under the bid item"Hot Mix
Asphalt(HMA) Class 1/2"PG-58-22."
Cold patch shall be placed,maintained(daily) and removed and wastehauled by the Contractor.
Any patches in the street that will not have the final patch placed within 15 days after opening the
trench shall have a Temporary Hot Patch placed. Temporary Hot Patch will be paid under the bid
item for Hot Mix Asphalt(HMA).
Measurement of Temporary Cold Mix Asphalt Concrete Patch shall be per ton.
Depending on site conditions, the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
The unit Contract price per ton for Temporary Cold Mix Asphalt Concrete Patch shall be full
compensation for removing and disposing of any disturbed pavement at trench edges, furnishing,
placing, and maintaining temporary patch consisting of 3 inches of temporary cold mix asphalt
during construction.
Bid Item 22: Grind Existing Pavement and Parking Lot(SY)
This item is for removing asphalt surfaces in the street or parking lots by grinding in preparation
for final patch placement, or to overlay damaged sections of street or parking lot. The exact area
for Grinding shall be determined by the Engineer at the end of the project.
Grinding shall follow the requirements Special Provisions Section 5-06, the City of Renton
Trench Restoration and Street Overlay Requirements. The top 2 inches of asphalt shall be ground
down and removed.
Project No.SWP 27-2711 Page 65
�r
SPECIAL PROVISIONS - Continued ■r
Sections of pavement may be mechanically removed per Section 8 of the Trench Restoration
Requirements.
■r
The quantity for this item is included to provide a common proposal for bid purposes. The actual
quantity used in construction may vary from that amount. The unit price will not be adjusted if
the actual quantity used varies by more than 25 percent.
The measurement for Grind Existing Pavement and Parking Lot shall be per Square Yard (SY)
area where asphalt is ground and removed measured horizontally.
.rr
The unit Contract price for Grind Existing Pavement and Parking Lot shall be full compensation
for all labor, equipment, tools, and materials required to grind the existing asphalt pavement,
removal and disposal of all grinding spoils, cleaning of loose materials, etc required to complete
this item of work in conformance with the contract documents. No additional payment will be
made for work necessary to correct a grind and / or overlay not performed in accordance with
specifications. .r
Bid Item-23— Crushed Surfacing Top Course(TN)
Crushed Surfacing Top Course shall meet the requirements of Standard Specification 9-03.9(3).
The unit Contract price per ton for Crushed Surfacing Top Course shall be full compensation for
all materials, labor, tools, and equipment necessary for the fulfillment of all requirements of W
Standard Specification Section 9-03.9(3) in the execution of the work shown in the Plans or as
required by the Owner.
Any water added to the aggregate at the plant or in the field for placement and compaction shall
be considered incidental to this item.
Measurement of Crushed Surfacing Top Course shall be per ton.
Measurement for crushed gravel surfacing top course will be based on actual tonnage weight as
determined by measurement from a certified scale. The quantity for this item is included to •
provide a common proposal for bid purposes. The actual quantity used in construction may vary
from that amount. The unit price will not be adjusted if the actual quantity used varies by more
than 25 percent. W
Bid Item-24, Hot Mix Asphalt(HMA)Class 1/2" PG-58-22 (TN)
r
The Contractor shall place the permanent trench patch per"Typical patch for Flexible Pavement"
(City of Renton Detail H 032A) within 15 calendar days after first opening the trench. The
Contractor shall plan the work to place permanent trench patches throughout project construction
as the 15-day period for each section of trench approaches. Any delay of the permanent patch ..
placement is subject to the Owner's approval.
Any patches in the street that will not have the final patch placed within 15 days after opening the 'r
trench shall have a Temporary Hot Patch placed. Temporary Hot Patch will be paid under the bid
item for Hot Mix Asphalt(HMA).
ar
Page 66 Project No.SAT 27-2711
SPECIAL PROVISIONS - Continued
Old asphalt, concrete, soil, and other excavated material shall be disposed of offsite. Payment to
haul and dispose of old asphalt and other excavated material shall be included in the unit bid price
for"Hot Mix Asphalt(HMA)Class 1/2" PG-58-22."
Measurement of Hot Mix Asphalt(HMA)Class 1/2" PG-58-22 shall be per ton with no deduction
being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component
of the mixture.
Measurement for furnishing and installing HMA will be based on actual tonnage weight as
determined by measurement from a certified scale. The quantity for this item is included to
provide a common proposal for bid purposes. The actual quantity used in construction may vary
from that amount. The unit price will not be adjusted if the actual quantity used varies by more
•. than 25 percent.
The 6-inch layer of crushed surfacing shall conform to Standard Specification Section 9-03.9(3)
for top course and placed in accordance with Standard Specification Section 4-04.3. Payment for
crushed surfacing shall be under the bid item"Crushed Surfacing Top Course."
The unit Contract price per ton for Hot Mix Asphalt (HMA) Class 1/2" PG-58-22, shall be full
compensation for all labor, materials, equipment,tools, and incidental costs necessary for placing,
compacting and constructing asphalt pavement in and along the Project including asphalt concrete
driveways, traffic islands, trench patching, sealing all cold joints, tack coat, raising shoulder to
grade, asphalt sidewalk transitions, hauling, notifications, aggregate, sweeping, utility marking
and adjustment, furnishing and preparing subgrade, removal of existing asphalt, cleanup, and all
other incidentals necessary for a complete paving system to the lines, cross-section and grades as
shown on the Plans.
Bid Item 25: Asphalt Treated Base (TN)
r.
Asphalt Treated Base shall meet the requirements of Standard Specification 9-03.6. The unit
Contract price per ton for Asphalt Treated Base shall be full compensation for all materials, labor,
tools, and equipment necessary for the fulfillment of all requirements of Standard Specification
Section 4-06 in the execution of the work shown in the Plans or as required by the Owner.
Any water added to the aggregate at the plant or in the field for placement and compaction shall
be considered incidental to this item.
Measurement of Asphalt Treated Base shall be per ton.
Measurement for Asphalt Treated Base will be based on actual tonnage weight as determined by
measurement from a certified scale. The quantity for this item is included to provide a common
proposal for bid purposes. The actual quantity used in construction may vary from that amount.
The unit price will not be adjusted if the actual quantity used varies by more than 25 percent.
Project No.S WP 27-2711 Page 67
SPECIAL PROVISIONS - Continued
r
Bid Item-26- Cement Concrete Curb and Gutter(LF)
Measurement of Cement Concrete Curb and Gutter shall be per lineal foot along the face of the 'r
completed curb including bends. Depending on site conditions, the amount of this item may vary.
The unit price will not be adjusted if the actual quantity used varies by more than 25 percent.
The unit Contract price per lineal foot for Cement Concrete Curb and Gutter shall be full
compensation for forms, preparation of subgrade, placement, backfill and compaction, and all
other materials,tools, equipment, and labor required for construction as specified on the Plans.
Bid Item 27: Cement Concrete Sidewalk(SY)
Measurement of Cement Concrete Sidewalk shall be per square yard of the completed sidewalk
including bends. Depending on site conditions, the amount of this item may vary. The unit price
will not be adjusted if the actual quantity used varies by more than 25 percent.
wr
The unit Contract price per lineal foot for Cement Concrete Sidewalk shall be full compensation
for forms, preparation of subgrade, placement, backfill and compaction, and all other materials,
tools, equipment, and labor required for construction as specified on the Plans.
Bid Item 28: Sidewalk Ramp Type 4A(EA)
This item includes all work needed to remove the existing cement concrete sidewalk and replace
it with a Sidewalk Ramp Type 4A. Sidewalk Ramp Type 4A shall conform to WSDOT Standard
Plan F-3d, and City of Renton Standard Details. The sidewalk ramp shall be adjusted to fit
existing the sidewalk and curb dimensions. The new sidewalk ramp and curb and gutter shall be
constructed with separate pours. A monolithic pour is not allowed. This item includes removing,
hauling,and disposal of the waste material.
This item does not include the curb and gutter in front of the sidewalk ramp, and the pedestrian
curb behind the ramp. Those items will be measured and paid under the Remove, Replace
Concrete Curb and Gutter bid item.
All material removed for this item shall be disposed of at an off-site disposal facility per Standard
Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for hauling and
disposal shall be included in this bid item(no mileage cost).
Crushed Surfacing and Sawcutting will be paid under separate bid items. .r
Measurement for Sidewalk Ramp Type 4A shall per each.
r
Payment for Sidewalk Ramp Type 4A will be made at the unit bid price, which payment will be
complete compensation for all labor, equipment, materials, saw cutting, removing and disposal of
waste material, materials hauling, preparation, imported material necessary to meet compaction
requirements, forming, placement, finishing, cleanup, etc. required to compete this item in
conformance with the Contract Documents.
as
Page 68 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
i
r
Bid Item 29 Restore Pavement Markings(LS)
Aw Pavement Markings shall meet the requirements of Special Provisions Section 8-22 and Standard
Specifications Section 8-22.
The measurement for Restore Pavement Markings shall be per lump sum.
The lump sum Contract price for Restore Pavement Markings shall be full compensation for all
.. labor, equipment, and materials required to furnish and install new pavement markings for all
pavement areas affected by the Project including, but not limited to, stop bars, crosswalk striping,
centerlines, lane lines, traffic buttons, channelization arrows or other channelization markers, and
blue fire hydrant marker buttons.
Bid Item 30 Restore Parking Lot Lines (LF)
r
This item is for restoring all lines in the parking lots that may be affected by construction.
The exact area for restoration shall be determined by the Engineer at the end of the project.
Painted parking lines shall, be solid white lines and will duplicate the existing parking line
locations and width.
Pavement Markings shall meet the requirements of Standard Specifications Section 8-22. Paint
shall be applied per Section 8-22.3(3).
The quantity for this item is included to provide a common proposal for bid purposes. The actual
quantity used in construction may vary from that amount. The unit price will not be adjusted if
the actual quantity used varies by more than 25 percent.
The measurement for Restore Parking Lot Lines shall be per Linear Foot of new line.
The unit Contract price for Restore Parking Lot Lines shall be full compensation for all labor,
equipment, and materials required to furnish and install new parking lot lines for all parking lot
_ areas affected by the Project.
Bid Item 31: Streambank Stabilization and Restoration(LS)
Streambank Stabilization and Restoration shall be as shown on the Plans (Channel Restoration)
and shall meet the requirements of Special Provisions Section 2-03.
All Work in the stream shall meet the permit requirement of the Department of Fish and Wildlife
HPA, and Army Corp of Engineers Permits.
Measurement for Streambank Stabilization and Restoration shall be per lump sum.
The lump sum Contract price for Streambank Stabilization and Restoration shall be full
compensation for all materials, labor, tools, and equipment required to protect, grade, enhance,
and restore the streambank and affected areas as shown on the Plans, as directed by the Owner,
Project No.SWP 27-2711 Page 69
SPECIAL PROVISIONS - Continued
■r
and as specified in the Special Provisions Section 2-03. All materials, labor, equipment and other
items necessary to complete the Streambank Stabilization and Restoration.
Bid Item 32: Remove/Restore Existing Landscaping(LS)
Remove/Restore Existing Landscaping be as shown on the Plans and shall meet the requirements •
of Special Provisions Sections 8-01 and 8-02.
This item includes removing and restoring all landscaping in the project area.
Features classified as landscaping include all shrubs, trees, planter boxes, structural and non-
structural concrete and block walls, structural and non-structural rock walls, sprinkler boxes, yard .r
lights,bark and any other plants and structures.
Measurement for Remove/Restore Existing Landscaping shall be per lump sum.
r
The lump sum Contract price for Remove/Restore Existing Landscaping shall be full
compensation for all materials, labor, tools, and equipment required to protect, remove, relocate,
and restore to original condition and location or better all landscaped areas inside and outside of
the right-of-way that are affected or damaged by the Contractor as shown on the Plans, as
directed by the Owner, and as specified in the Special Provisions Section 2-01. Topsoil, seeding,
mulching, and sod will be paid under their respective bid items. r
Bid Item 33: Tree Replacement (EA)
ar
Tree Replacement shall be required for any tree 6 feet in height or greater that is damaged or
removed and shall meet the requirement of the Standard Specifications Section 9-14.6. Trees
shall be"Street Tree Grade"and a minimum of 6 feet in height. r
This item includes removing, storing,watering,restoring,planting, and staking of trees.
Measurement for"Tree Replacement"shall be per each. r
The unit Contract price for "Tree Replacement" shall be full compensation for all materials,
labor,tools, and equipment required to protect,remove, relocate, and restore to original condition
and location or better all tree replacement inside and outside of the right-of-way that are affected
or damaged by the Contractor as shown on the Plans, as directed by the Owner, and as specified
in the Special Provisions Section 2-01. Topsoil, seeding, mulching, and sod will be paid under r
their respective bid items. Trees, shrubs, and other vegetation under 6 feet in height shall be paid
under"Remove/Restore Existing Landscaping."
r
Bid Item 34 Topsoil Type C (CY)
Topsoil Type C shall meet the requirements of Standard Specifications Section 8-2.3(4)C. r
Depending on site conditions, the amount of this item may vary.
Measurement of Topsoil Type C shall be per cubic yard. The unit price will not be adjusted if the .r
actual quantity used varies by more than 25 percent.
►.r
Page 70 Project No.SWP 27-2711
r
SPECIAL PROVISIONS - Continued
The unit Contract price per cubic yard for Topsoil Type C shall be full compensation for
furnishing all materials, labor, equipment, and supplies necessary to furnish and place topsoil as
shown in the Plans and as described in the bid item"Remove/Restore Existing Landscaping."
Bid Item 35 Seeding,Fertilizing,and Mulching(SY)
Seeding, Fertilizing, and Mulching shall, be as shown on the Plans and shall meet the
requirements of Special Provisions Sections 8-01 and 8-02. This item shall be applied in various
locations throughout the Project site as needed, and as directed by the Owner.
Depending on site conditions,the amount of this item may vary.
Measurement of Seeding, Fertilizing, and Mulching shall be per square yard. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
The unit Contract price per square yard for Seeding, Fertilizing, and Mulching shall be full
compensation for furnishing all materials, labor, equipment, and supplies necessary to prepare
soil, furnish plant seeds and fertilize, and fine grade. This item shall be applied in various
locations throughout the Project site as directed by the Owner.
,M, Bid Item 36 Television Inspection(LS)
The existing sewer mains adjacent to the new storm system shall be inspected for damage from
the construction project by the use of a television camera after the box culvert construction is
completed and before final paving. The sewer main locations are as follows:
1. S Renton Village PL: 18" SS from SSMH east of encasement to SSMH behind
Thriftway(approx. 330 LF)
2. Parking Lot: 12" SS from SSMH behind Thriftway to SSMH near outfall, south
of parking lot (approx. 390 LF). Note, this section has a sag about 2.5 feet deep
near the middle of the line. The TV camera may be submerged in that section.
... The sewer line shall be cleaned and flushed before performing the video inspection. The video
inspection shall be done with a minimum flow of water in the pipe and inspected in the direction
of the flow unless otherwise approved by the Owner.
The camera shall have rotational capabilities and be used by the operator to view up each side
service connection and provide best views of any non-conforming items.
Once the television inspection has been completed the Contractor shall submit to the Owner the
written reports of the inspection plus the videotapes. The videotapes are to be in color and
compatible with the Owner's viewing and recording systems. The Owner's system accepts
1/2-inch wide high-density VHS tapes. The tapes will be run at standard speed SP(1-5/16 I.P.S.).
The Contractor shall use TV inspection report forms as considered industry standard and as
approved by the Owner, and provide completed forms and video tapes of the completed TV
inspection to the Owner.
s
Project No.SWP 27-2711 Page 71
SPECIAL PROVISIONS - Continued
■r
Measurement of Television Inspection shall be per lump sum.
The lump sum Contract price for Television Inspection shall be full compensation for all labor,
materials, equipment, and video tape recordings necessary to document the completed condition
of the newly installed pipes. The new storm and sanitary sewer pipe installed for the Project shall
be inspected between all Type 2 catch basins and/or manholes. Inspections are not required +�
between Type 2 to Type 1 and Type 1 to Type 1 catch basins. The new vaults shall be inspected
as well.
Bid item 37: Compaction Testing(EA)
Compaction Testing shall meet the requirements of Special Provisions Section 2-03.3. .i
This item applies to all compaction tests for all material needed for the Project. The test
requirements for the different materials are contained in those bid items and/or Specifications.
For native soil or Bank Run Gravel used for trench backfill the average testing frequency will be
one (1) test per every 50 CY (or 80 tons) of backfill placed. For quantities less than 50 cubic
yards, a minimum of one test shall be performed.
The City may direct the Contractor to perform compaction tests at specific locations to confirm
that the compaction requirements are being met. Those tests will count as part of the total
number of tests allowed under this bid item. The Contractor will then adjust the frequency of the
remaining tests accordingly.
rn
The total number of compaction test in this bid item is the total that will be paid for. Any
compaction tests over the total number in this bid item will be considered incidental at the
Contractor's discretion. Those tests will not be counted for payment. s
The Owner and Contractor may mutually agree to reduce the frequency and number of
compaction tests performed if it is determined that the Contractor is meeting the compaction
requirements. The Owner and Contractor may mutually agree to increase the number of
compactions tests under this bid item if more testing is determined necessary. Any increase in
number will be at the unit bid price, and will be approved by the City in writing.
r
Measurement for Compaction Testing shall be per each test performed. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
r
The unit Contract price per each for Compaction Testing shall be full compensation for all labor,
materials, equipment, laboratory costs, etc, needed to sample, test and report each Compaction
Test for the Project. „M
Bid item 38: Minor ChanEes(LS)
.r
At the discretion of the Contracting Agency, all or part of this lump sum bid item may be used in
lieu of the more formal procedure as outlined in Standard Specifications Section 1-04.4 Changes.
The unit contract price for Minor Changes is set in the Schedule of Prices and shall not be
changed by the bidder.
air
Page 72 Project No.SWP 27-2711
W
%W SPECIAL PROVISIONS - Continued
All work and payment under this item shall be authorized in writing by the City Project Manager
or Supervisor. Payment will be determined in accordance with Standard Specifications Section 1-
09.4.
Measurement of Minor Changes shall be per lump sum.
Payment for this item will only be for the changes and amounts approved by the Owner. If no
items are authorized under this item, final payment for this bid item will be$0(zero).
a•
s
MEN
i
400
as
aw
40
Project No.SWP 27-2711 Page 73
to
SPECIAL PROVISIONS - Continued W
40
1-10 TEMPORARY TRAFFIC CONTROL
as
1-10.1 General
Section 1-10.1 is supplemented by adding the following: 4W
When the bid proposal includes an item for "Traffic Control," the work required for this item
shall be all items described in Section 1-10, including, but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing and other
channelization devices, unless a pay item is in the bid proposal for any specific
device and the Special Provisions specify furnishing, maintaining, and payment
in a different manner for that device;
tir
2. Furnishing traffic control labor, equipment, and supervisory personnel for all
traffic control labor;
rr
3. Furnishing any necessary vehicle(s) to set up and remove the Class B
construction signs and other traffic control devices;
VP
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices, unless a pay item is in the bid
proposal to specifically pay for this work; and �r
5. Furnishing labor, material, and equipment necessary for cleaning up, removing,
and replacing of the construction signs and the traffic control devices destroyed
or damaged during the life of the project.
6. Removing existing signs as specified or a directed by the engineer and delivering
to the City Shops or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person
responsible for traffic control at the work site. The traffic control plan shall
include descriptions of the traffic control methods and devices to be used by the
prime contractor, and subcontractors, shall be submitted at or before the
preconstruction conference, and shall be subject to review and approval of the WJ
Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of w►
any work that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak
traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified
in the Special Provisions, or as directed by the Engineer.
10. Promptly removing or covering all nonapplicable signs during periods when they
are not needed.
Page 74 Project No.SAP 27-2711
SPECIAL PROVISIONS - Continued
If no bid item "Traffic Control" appears in the proposal then all work required by these sections
•� will be considered incidental and their cost shall be included in the other items of work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
equipment, or services which could not be usually anticipated by a prudent contractor for the
maintenance and protection of traffic, then a new item or items may be established to pay for such
items. Further limitations for consideration of payment for these items are that they are not
covered by other pay items in the bid proposal, they are not specified in the Special Provisions as
incidental, and the accumulative cost for the use of each individual channelizing device, piece of
equipment, or service must exceed $200 in total cost for the duration of their need. In the event
of disputes, the Engineer will determine what is usually anticipated by a prudent contractor. The
cost for these items will be by agreed price, price established by the Engineer, or by force
account. Additional items required as a result of the contractor's modification to the traffic
control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph.
if the total eest ef all the work under-the eepAr-aet inefeases of deefeases by ffiefe than 25 per-eefA,
an equitable adjustment will be eensider-ed fef the item "T-faffie Gentr-e!" to address the inefeas
.. o
Traffic control and maintenance for the safety of the traveling public on this project shall be the
sole responsibility of Contractor and all methods and equipment used will be subject to the
approval of Owner.
Traffic control devices and their use shall conform to City of Renton standards and the Manual on
Uniform Traffic Control Devices.
Contractor shall not proceed with any construction until proper traffic control has been provided
to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged
against Contractor's allowable contract time, and shall not be the cause for a claim for extra days
to complete the Work.
1-10.2(1)B Traffic Control Supervisor
•. Paragraphs 1 and 2 are revised as follows:
A TCS shall be on the project whenever traffic control labor is required or as authorized by the
Engineer.
.. The TCS shall assure that all the duties of the TCS are performed during the duration of the
contract. During non-work periods, the TCS shall be able to be on the job site within a 45-minute
time period after notification by the Engineer.
' 1-10.2(2) Traffic Control Plans
Section 1-10.2(2) is supplemented as follows:
VP
Project No.SWP 27-2711 Page 75
r
SPECIAL PROVISIONS - Continued s
40
The Contractor shall be responsible for assuring that traffic control is installed and maintained in
conformance to established standards. The Contractor shall continuously evaluate the operation
of the traffic control plan and take prompt action to correct any problems that become evident
during operation.
1-10.3 Flagging,Signs, and All Other Traffic Control Devices
Section 1-10.3 is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond
grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers.
rr
1-10.3(3) Construction Signs
Section 1-10.3(3)paragraph 4 is supplemented as follows: •
No separate pay item will be provided in the bid proposal for Class A or Class B construction
signs. All costs for the work to provide Class A or Class B construction signs shall be included in
the unit contract price for the various other items of the work in the bid proposal.
1-10.4 Measurement
Section 1-10.4 is replaced with:
No specific unit of measurement will apply to the lump sum item of"Traffic Control."
No adjustment in the lump sum bid amount will be made for overtime work or for use of relief
flaggers.
s
1-10.5 Payment
Section 1-10.5 is replaced with:
Payment for all labor, materials, and equipment described in Section 1-10 will be made in .r
accordance with Section 1-04.1, for the following bid items when included in the proposal:
"Traffic Control,"lump sum.
The lump sum contract price shall be full pay for all costs not covered by other specific pay items
in the bid proposal for furnishing, installing, maintaining, and removing traffic control devices
required by the contract and as directed by the Engineer in conformance with accepted standards
Page 76 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
and in such a manner as to maximize safety, and minimize disruption and inconvenience to the
public.
Pfegress palyq�neffer-the lamp -rto r—«T r of a r n4fa1 be made as fellew s�
a A%en; ni fi.l . sips f..the beginning ftwe prej et ,t the a of t
signs afe installed and appr-eved by the Efigineef, 30 per-eetA of the ametifA bid for-the ite.m..
will be paid.
7 U,,yt e«t f the „ '70 p ..t of the ., ..t bid f the iteffi will be ',t
!mot �. ...J......... .... ...� .�..........:b i Y°vivvaaa va cai� uiuvuuc
The i4em cc »
eftly
..l,e., the total ,. .,t....et a ,te ., 1+ than 25 +mefe
The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot car(s),
pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation. Any necessary
flaggers will be paid under the item for traffic control.
.� The Lump Sum contract price shall be full pay for all costs for the labor provided for performing
those construction operations described in Section 1-103(1) and as authorized by the Engineer.
The Lump Sum contract price shall be full pay for all costs for performing the work described in
Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and
vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate
return of all Contracting Agency-furnished signs
The Lump Sum contract price shall be full pay for all costs involved when a person performs the
duties described in Section 1-10.2(1)B including when performing traffic control labor duties.
The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle or
vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2).
1-11 RENTON SURVEYING STANDARDS
The following is a new section with new subsections:
1-11.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared under the direct supervision of a person
r
registered to practice land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the requirements established
by the Board of Registration for Professional Engineers and Land Surveyors under the provisions
of Chapter 18.43 RCW.
1-11.1(2) Survey Datum and Precision
..
Project No.SWP 27-2711 Page 77
M
SPECIAL PROVISIONS - Continued
r
The horizontal component of all surveys shall have as its coordinate base: The North American
Datum of 1983/91.
40
All horizontal control for projects must be referenced to or in conjunction with a minimum of two
of the City of Renton's Survey Control Network monuments. The source of the coordinate values
used will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of WAC
332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a !rl
Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for
ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992
or comparable classification in future editions of said document. The angular and linear closure
and precision ratio of traverses used for survey control shall be revealed on the face of the survey
drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning system
methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error
analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control
Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy
Standards& Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989
or comparable classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American
Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network
benchmarks. If there are two such benchmarks within 3,000 feet of the project site a tie to both ■r
shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton
benchmark does not exist within 3,000 feet of a project, one must be set on or near the project in a
permanent manner that will remain intact throughout the duration of the project. Source of i
elevations (benchmark) will be shown on the drawing, as well as a description of any bench
marks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used and
the subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
monuments,measurements,and methodology used in that retracement. +�
1-11.1(4) Field Notes
•
Field notes shall be kept in conventional format in a standard bound field book with waterproof
pages. In cases where an electronic data collector is used field notes must also be kept with a
sketch and a record of control and base line traverses describing station occupations and what
measurements were made at each point.
Every point located or set shall be identified by a number and a description. Point numbers shall
be unique within a complete job. The preferred method of point numbering is field notebook,
Page 78 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
page and point set on that page. Example: The first point set or found on page 16 of field book
348 would be identified as Point No. 348.16.01,the second point would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s)provided by the City or
the original field notebook(s) used by the surveyor will be given to the City. For all other work,
surveyors will provide a copy of the notes to the City upon request. In those cases where an
electronic data collector is used, a hard copy print out in ASCII text format will accompany the
field notes.
1-11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument
is usually set at such points to physically reference a corner's location on the ground.
Monument: Any physical object or structure of record which marks or accurately references:
,.
1. A corner or other survey point established by or under the supervision of an
individual per Section 1-11.1(1) and any corner or monument established by the
+ General Land Office and its successor the Bureau of Land Management
including section subdivision corners down to and including one-sixteenth
corners; and
"W
2. Any permanently monumented boundary, right of way alignment, or horizontal
and vertical control points established by any governmental agency or private
surveyor including street intersections but excluding dependent interior lot
corners.
1-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will create
permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or
light poles, or any non-single family building. Control or Base Line Surveys shall consist of such
number of permanent monuments as are required such that every structure may be observed for
staking or "as-builting" while occupying one such monument and sighting another such
.. monument. A minimum of two of these permanent monuments shall be existing monuments,
recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy
each monument in turn, and shall satisfy all applicable requirements of Section 14 1.1 herein.
The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North
orientation should be clearly presented and the scale shown graphically as well as noted. The
U„ drawing must be of such quality that a reduction thereof to one-half original scale remains legible.
If recording of the survey with the King County Recorder is required, it will be prepared on 18
inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A
photographic mylar of the drawing will be submitted to the City of Renton and, upon their review
and acceptance per the specific requirements of the project, the original will be recorded with the
King County Recorder.
w
Project No.SWP 27-2711 Page 79
r
SPECIAL PROVISIONS - Continued
ar
If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar,
and the original or a photographic mylar thereof will be submitted to the City of Renton.
The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall
conform to the City of Renton's Drafting Standards. American Public Works Association
symbols shall be used whenever possible, and a legend shall identify all symbols used if each +�
point marked by a symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with each on
drawing. The listing should include the point number designation(corresponding with that in the
field notes), a brief description of the point, and northing, easting, and elevation (if applicable)
values, all in ASCII format,on IBM PC compatible media.
1-11.1(7) Precision Levels
Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of r
Sections 1-05 and 1-11.1.
Vertical surveys for the establishment of bench marks shall meet or exceed the standards,
specifications and procedures of third order elevation accuracy established by the Federal
Geodetic Control Committee.
•
Bench marks must possess both permanence and vertical stability. Descriptions of bench marks
must be complete to insure both recoverability and positive identification on recovery.
r
1-11.1(8) Radial and Station—Offset Topography
Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein.
All points occupied or back sighted in developing radial topography or establishing baselines for
station—offset topography shall meet the requirements of Section 1-11.1 herein. 4W
The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be
observed for all topographic surveys.
.r
1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be +�
determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic
Control Committee third order elevation accuracy specifications, OR 2)trigonometric leveling
with elevation differences determined in at least two directions for each point and with misclosure
of the circuit not to exceed 0.1 feet.
1-11.1(10) Station—Offset Topography r„
Elevations of the baseline and topographic points shall be determined by spirit leveling and shall
satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not
exceed 0.1 foot's error as to side shots.
Page 80 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
1-11.1(11) As-Built Survey
All improvements required to be "as-built" (post construction survey) per City of Renton Codes,
Title 4 Building Regulations and Title 9 Public Ways and Property, must be located both
horizontally and vertically by a Radial survey or by a Station offset survey. The"as-built" survey
must be based on the same base line or control survey used for the construction staking survey for
the improvements being"as-built." The"as-built" survey for all subsurface improvements should
occur prior to backfilling. Close cooperation between the installing contractor and the "as-
.. builting"surveyor is therefore required.
All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein and shall be
based upon control or base line surveys made in conformance with these Specifications.
The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein and
submitted with stamped and signed"as-built" drawings which includes a statement certifying the
accuracy of the"as built."
The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be
r. observed for all"as-built"surveys.
1-11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in Section 1-11.1(5), established or reestablished on a plat
or other recorded survey shall be referenced by a permanent marker at the corner point per
Section 1-11.2(1). In situations where such markers are impractical or in danger of being
destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be
the extension of the lot line to a tack in lead in the curb. The relationship between the witness
monuments and their respective corners shall be shown or described on the face of the plat or
a' survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the
curbs on the extension of said line with the curb." In all other cases the corner shall meet the
requirements of Section 1-11.2(1)herein.
All non corner monuments, as defined in Section 1-11.1(5), shall meet the requirements of
Section 1-11.2(2)herein. If the monument falls with in a paved portion of a right of way or other
area,the monument shall be set below the ground surface and contained within a lidded case kept
separate from the monument and flush with the pavement surface,per Section 1-11.2(3).
In the case of right of way centerline monuments all points of curvature (PC), points of tangency
(PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection, PI,
for the tangents of a curve fall within the paved portion of the right of way, a monument can be
set at the PI instead of the PC and PT of the curve.
For all non corner monuments set while under contract to the City of Renton or as part of a City
of Renton approved subdivision of property, a City of Renton Monument Card(furnished by the
city) identifying the monument p oint of intersection (PI), p oint of tangency (PT), p oint of
curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a
description of the monument, a minimum of two reference points and NAD 83/91 coordinates
and NAVD 88 elevation shall be filled out and filed with the city.
Project No.SWP 27-2711 Page 81
r
SPECIAL PROVISIONS - Continued
1-11.2 Materials
1-11.2(1) Property/Lot Corners
Corners per Section 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter
rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked •
or tagged with the surveyor's identification number. The specific nature of the marker used can
be determined by the surveyor at the time of installation.
1-11.2(2) Monuments
Monuments per Section 1-11.1(5) shall meet the requirements as set forth in City of Renton
Standard Plans page H031 and permanently marked or tagged with the surveyor's identification
number.
1-11.2(3) Monument Case and Cover r
Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page
H031.
rrr
•
w
ap
nr
a►
ar
Page 82 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented as follows:
The limits of clearing and grubbing (construction limits) shall be defined as being the
construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees
abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the
Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the
clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged
r. trees which are damaged shall be replaced in kind at the Contractor's expense.
Existing landscaping outside the construction limits, including but not limited to, sod, rockeries,
beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage.
The property owners shall be responsible for removing and/or relocating irrigation equipment,
trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within
the construction limits that they wish to save. The Contractor shall give property owners 10
days' written notice prior to removing landscaping materials. For bidding purposes the
�.. Contractor shall assume that he/she shall remove and replace all such items. The Contractor shall
submit a checklist to the City verifying notification of property owners of landscaping relocation
requirements. Shrubs and trees with less than two inches caliper trunks at the bases shall be
relocated at the edge of the right-of-way or outside the limits of construction along the property
owner's frontage as directed by the Owner. All landscaping materials not removed by the
property owner(s) shall be removed, relocated, or disposed of(if authorized by property owner)
ow by the Contractor in accordance with Section 2-01 of the Standard Specifications. Prior to the
removal of the landscaping materials, the Contractor must receive approval from the Engineer to
begin this work. All costs of the work shall be considered incidental to the Contract and as such
merged in the various price bid.
If the Contractor removes or damages any existing plant or plants not designated for removal
because of any act, omission, neglect of misconduct in the execution of the work, such plant(s)
4W shall be restored or replaced by the Contractor to a condition similar or equal to that existing
before such damage or removal at the Contractor's expense.
w. 2-01.2 Disposal of Usable Material and Debris
Section 2-01.2 is supplemented as follows:
w.
The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site.
w
2-01.5 Payment
Section 2-01.5 is supplemented as follows:
+r
r
Project No.SWP 27-2711 Page 83
VM
•
SPECIAL PROVISIONS - Continued
ar
The lump sum price for "Clearing and Grubbing" shall be full compensation for all work
described herein and shown in the Plans, including removing trees and shrubbery where shown in
the Plans and directed by the Engineer.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
a
2-02.1 Description
Supplement this section with the following: •
The work shall consist of necessary removal and disposal of existing improvements, including
pavements, sidewalks, curbs, concrete road structures, catch basins, manholes, abandoned piping,
and other items necessary for the completion of the project.
All removal will be included under the lump sum bid price for "Removal of Structure and •
Obstruction."
2-02.3 Construction Details
2-02.3(1) General Requirements
Supplement this section with the following:
The removal(s) shall be conducted in such a manner as not to damage existing utilities, roadway,
and other structures that are to remain in place. The Contractor shall repair, replace, or otherwise er*
restore damage resulting from his/her activities. The limits of removal for concrete or rigid
materials shall be either the edge of the structure, and existing construction joint, or a new
sawcut.
The depth of saw cuts shall be such as will accomplish the intended purpose, and will be
determined in the field to the satisfaction of the engineer.
2-02.3(1)A Salvage(New Section,Project No. SWP 27-2711)
Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable value w
shall be carefully salvaged and delivered to the City in good condition, and as directed by the
City. Materials and items deemed of no value by the City shall be removed by the Contractor,
and shall become the Contractor's property to be disposed of at no additional cost to the City.
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
Section 2-02.3(3)is revised and supplemented as follows:
•
Item"1."Is revised as follows:
In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up
pieces to some off-project site.
•
Page 84 Project No.SWP 27-2711
r
am SPECIAL PROVISIONS - Continued
The section is supplemented as follows:
... When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic
before pavement patching has been completed, temporary mix asphalt concrete patch shall be
required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after
... backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix
or MC hot mix shall be used at the discretion of the Engineer.
2-02.3(4)A Sawcutting(New Section,Project No. SWP 27-2711)
Where shown on the Plans or where directed by the Engineer, the Contractor shall make a neat
vertical sawcut at the boundaries of the area to be removed. Care shall be taken sawcutting as not
to damage any of the existing asphalt concrete to remain in place. Any pavement damage by the
Contractor due to his/her operations shall be repaired or replaced by the Contractor at his/her own
expense.
"W
Existing pavement shall be precut before commencing excavation, and shall be removed, as
required, for the construction. All cuts shall be continuous, and shall be made with saws
+� specifically equipped for this purpose. No skip cutting will be allowed. Any pavement which is
damaged outside the allowable trench widths, as shown on the Plans, shall be repaired entirely at
the Contractor's expense.
Wheel cutting or jack hammering will not be considered an acceptable means of pavement
"cutting," unless pre-approved by the Engineer. However, even if pre-approved as a method of
P cutting or if the Engineer directs the contractor to utilize this method of cutting, no payment will
be made for this type of work, but rather, it shall be considered incidental to the Contract bid
items and no additional compensation will be allowed, and as such, merged in the various unit
prices bid in the Proposal.
Payment for all work associated with this item of work shall be under the unit contract price for
the various bid items described in Section 1-09.14 of these Special Provisions.
2-02.3(4)B Measurement
s- Section 2-02.4 replaces the existing section:
,. Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot
along the sawcut, full depth. Wheelcutting of pavement will not be measured for separate
payment,but shall be included in other items of Work.
2-02.5 Payment
Section 2-02.5 is supplemented by adding:
"Saw Cutting,"per Lineal Foot.
"Temporary Cold Mix Asphalt Concrete Patch,"per Ton.
w
Project No.SWP 27-2711 Page 85
SPECIAL PROVISIONS - Continued 0
ar
All costs related to the removal and disposal of structures and obstructions including saw cutting,
excavation, backfilling and temporary asphalt shall be considered incidental to and included in
other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or
curbs lie within an excavation area and are not mentioned as separate pay items, their removal
will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate
item in the proposal, they will be measured and paid for as provided under Special Provisions +�
Section 2-02.5, and will not be included in the quantity calculated for excavation.
2-03 ROADWAY EXCAVATION AND EMBANKMENT w
2-03.3 Construction Requirements
•w
Section 2-03.3 is supplemented by adding the following:
The Contractor's material suppliers shall be required to furnish certification and aggregate
gradation results from a qualified testing laboratory (approved by Owner) that the materials
supplied are in conformance with these Specifications.
The Contractor shall further be required to provide the services of a City-approved soils testing
firm to conduct "in place" density tests of the gravel materials to verify if the compaction
requirements are in compliance with these Specifications. For bidding purposes the Contractor ar
shall assume one test for every 50 cubic yards of material used. For quantities less than 50 cubic
yards, a minimum of one test shall be performed. Test results shall be given directly to the
Owner by the testing lab and not via the Contractor. All costs for furnishing the services of an rr
approved testing laboratory to conduct testing shall be borne by the Contractor and merged in the
various lump sum and unit prices listed in the Proposal. Crushed surfacing shall be compacted to
at least 95%of maximum dry density using ASTM D1557. to
Roadway excavation shall include the removal of all materials excavated from within the limits
shown on the plans. Suitable excavated material shall be used for embankments, while surplus
excavated material or unsuitable material shall be disposed of by the Contractor.
Earthwork quantities and changes will be computed, either manually or by means of electronic
data processing equipment,by use of the average end area method. Any changes to the proposed
work as directed by the Engineer that would alter these quantities shall be calculated by the
Engineer and submitted to the Contractor for his review and verification.
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the
Engineer, shall not be paid for. All work and material required to return these areas to their
original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole r
expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades r
shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement
and the compaction of the final layer. In cut sections, fine grading shall begin within the final 6
inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt
.,.r
changes in grade.
w
Page 86 Project No.SWP 27-2711
r/
SPECIAL PROVISIONS - Continued
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections,
grades and elevations shown. Care shall be taken not to excavate below the specified grades.
�- The contractor shall maintain all excavations free from detrimental quantities of leaves, brush,
sticks,trash and other debris until final acceptance of the Work.
.,. Following removal of topsoil or excavation to grade and before placement of fills or base course,
the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which
may warrant additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free from
standing water.
°o Unless noted on the plans or in the Specifications, acceptable excavated native soils shall be used
for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum
moisture content to achieve the specified compaction. Any native material used for fill shall be
"' free of organics and debris and have a maximum particle size of 6 inches.
It shall be the responsibility of the Contractor to prevent the native materials from becoming
O• saturated with water. The measures may include sloping to drain, compacting the native
materials, and diverting runoff away from the materials. If the Contractor fails to take such
preventative measures, any costs or delay related to drying the materials shall be at his own
expense.
If the native materials become saturated, it shall be the responsibility of the Contractor to dry the
materials, to the optimum moisture content. If sufficient acceptable native soils are not available
to complete construction of the roadway embankment, Gravel Borrow shall be used.
If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as
.. though a subgrade trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to complete
construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-
03.14 of the Standard Specifications shall be used.
.► 2-03.3(7)D Contractor Provided Disposal Site(Addition)
Waste materials shall be hauled to a waste site secured by the Contractor and shall be disposed of
.� in such a manner as to meet all requirements of state, county and municipal regulations regarding
health, safety and public welfare.
2-03.3(19) Wet Weather Earthwork(New Section,Project No.SWP 27-2711)
The following items shall be followed if earthwork is to be accomplished in wet weather or in wet
conditions:
1. Earthwork shall be accomplished in small sections to minimize exposure to wet
weather. Excavation or the removal of unsuitable soil shall be followed
immediately by the placement and compaction of a suitable thickness (generally
8 inches or less) of clean structural fill. The size and/or type of construction
Project No.SWP 27-2711 Page 87
SPECIAL PROVISIONS - Continued
err
equipment shall be selected as required to prevent soil disturbance. In some
instances, it may be necessary to limit equipment size or to excavate soils with a
backhoe, gradall, or equivalent to minimize subgrade disturbance caused by
equipment traffic.
2. Fill or backfill material shall consist of clean, granular soil, of which not more
than 3 percent by dry weight passes the No. 200 mesh sieve, based on wet
sieving the fraction passing the 3/4-inch sieve. The fines shall be non-plastic.
ar
3. The ground surface in the construction area shall be sloped to promote the rapid
runoff of precipitation and to prevent ponding of water.
4. No soil should be left uncompacted and exposed to moisture. A smooth drum
vibratory roller, or equivalent, shall be used to seal the ground surface.
5. Excavation and placement of fill or backfill material will be observed by the .r.
Engineer, to determine that all work is being accomplished in accordance with
the project specifications.
.�r
All costs associated with the above items shall be considered incidental to the project and merged
into the various pay items involved.
•
2-03.4 Measurement
Section 2-03.4 is supplemented by adding the following: to
At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable as
foundation excavation—by the cubic yard (adjusted for swell) may be measured by truck in the
hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load
removed. Each ticket shall have the truck number, time and date, and be approved by the •
engineer.
2-03.5 Payment
,p
Section 2-03.5 is revised as follows:
(******)
fir►
Payment for embankment compaction will not be made as a separate item. All costs for
embankment compaction shall be included in other bid items involved. Payment will be made for
the following bid items when they are included in the Proposal:
"Unsuitable Foundation Excavation Including Haul,"Per Cubic Yard
The unit contract price per cubic yard for "Unsuitable Foundation Excavation Including Haul"
shall be full pay for excavating, loading, and disposing of the material.
2-04 HAUL
.ir
Page 88 Project No.SAT 27-2711
r
SPECIAL PROVISIONS - Continued
2-04.5 Payment
�* Section 2-04.5 is revised and supplemented as follows:
.. All costs for the hauling of material to, from, or on the job site shall be considered incidental to
and included in the unit price of other units of work.
2-06 SUBGRADE PREPARATION
2-06.5 Measurement and Payment
' Section 2-06.5 is supplemented by adding the following:
Subgrade preparation and maintenance including watering shall be considered as incidental to the
construction and all costs thereof shall be included in the appropriate unit or lump sum contract
bid prices.
2-07 WATERING
Prior to placing new fills, sub-base course materials, all subgrade areas shall be proofrolled to
locate any soft or pumping soils. Proofrolling can be completed using a piece of heavy tire-
mounted equipment or a loaded dump truck. If soft or pumping soils are observed, such
unsuitable subgrade soils shall be overexcavated and replaced. After completing the proofrolling,
the subgrade areas shall be recompacted. The subgrade shall be recompacted to at least 95
percent of the maximum dry density in accordance with the ASTM D1557 test procedure.
' 2-07.3 Construction Requirements
Section 2-07.3 is supplemented with the following:
During construction, the Contractor shall have dedicated to the Project a suitable water truck that
shall be operated as necessary to control dust. Failure to have a water truck immediately
accessible to the job and failure to use said water truck for dust control shall be adequate reason
to "shut-down" the Project construction. Such shut down is herein agreed to by the Contractor
upon submitting a bid for this Project.
Water for project construction may be obtained from City Hydrants. To use City hydrants the
Contractor shall obtain a City Hydrant Meter,and shall pay the normal deposit and fees for water
use.
2-07.5 Payment
Add the following:
The cost of water placement shall be included in the unit price bid for "Bank Run Gravel for
Trench Backfill", and other bid items where watering is used.
Project No.SWP 27-2711 Page 89
w
SPECIAL PROVISIONS - Continued
aw
2-09 STRUCTURE EXCAVATION
2-09.1 Description w
Section 2-09.1 is supplemented by adding the following:
as
This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat,
muck, swampy or unsuitable materials including buried logs and stumps. w
2-09.3(1)D Disposal of Excavated Material
to
Section 2-09.3(1)D is revised as follows:
The second paragraph is replaced with: 40
All costs for disposing of excavated material within or external to the project limits shall be
included in the unit cubic yard contract price for Unsuitable Excavation, Incl.Haul. w
The third paragraph is replaced with:
w
If the contract includes structure excavation, Class A or B, including haul, the unit contract price
shall include all costs for loading and hauling the material the full required distance, otherwise all
such disposal costs shall be considered incidental to the work. +r
2-09.4 Measurement
s
Section 2-09.4 is revised and supplemented as follows:
Gravel Backfill. Gravel backfill except when used as bedding for culvert, storm sewer, sanitary w
sewer,manholes, and catch basins,will be measured by the cubic yard in place determined by the
neat lines required by the Plans or by the ton as measured in conformance with Section 1-09.2.
W
2-09.5 Payment
Section 2-09.5 is revised and supplemented as follows: 'M
Payment for reconstruction of surfacing and paving within the limits of structure excavation will w
be at the applicable unit prices for the items involved.
If the Contractor excavates deeper than the plans or Engineer requires, the Contracting Agency „r
will not pay for material removed from below the required elevations. In this case, the
Contractor, at no expense to the Contracting Agency, shall replace such material with other
material the Engineer approves.
"Shoring or Extra Excavation Class B,"per square foot.
w
Page 90 Project No.SWP 27-2711
�i
SPECIAL PROVISIONS - Continued
The unit contract price per square foot shall be full pay for all excavation, backfill, compaction,
M and other work required when extra excavation is used in lieu of constructing shoring. If select
backfill material is required for backfilling within the limits of the structure excavation, it shall
also be required as backfill material for the extra excavation at the Contractor's expense. Any
OW excavation or backfill material being paid by unit price shall be calculated by the Engineer only
for the neat line measurement of the excavation and shall not include the extra excavation beyond
the neat line.
If there is no bid item for shoring or extra excavation Class B on a square foot basis and the
nature of the excavation is such that shoring or extra excavation is required as determined by the
Engineer, then shoring or extra excavation shall be considered incidental to the work involved
and no further compensation shall be made.
"Gravel Backfill (Kind) for(Type of Excavation),"per cubic yard or per Ton.
"Controlled Density Fill,"per cubic yard.
+� When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction
of the Engineer that such per ton backfill is only being used for the specified purpose and not for
purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel
backfill is not being used for its designated purpose shall be grounds for the Engineer to deny
payment for such load tickets.
"W
4W
Project No.SWP 27-2711 Page 91
r.
�r
SPECIAL PROVISIONS - Continued
4-04 BALLAST AND CRUSHED SURFACING
4-04.1 Description
Section 4-04.1 shall be supplemented with the following:
mr
Crushed surfacing shall be placed beneath the curb and gutters as required, as well as beneath the
asphalt concrete pavement, as shown on the plans and as directed by the Engineer.
•
4-04.3(5) Shaping and Compaction
Section 4-04.3(5)shall be supplemented with the following:
The Contractor's material suppliers shall be required to furnish certification and aggregate
gradation results from a qualified testing laboratory (approved by Owner) that the materials
supplied are in conformance with these Specifications. The Contractor shall further be required
to provide the services of a City-approved soils testing firm to conduct "in place" density tests of
the gravel materials to verify if the compaction requirements are in compliance with these
Specifications. For bidding purposes, the Contractor shall assume one test for every 50 cubic '�
yards of material used. For qualities less than 50 cubic yards, a minimum of one test shall be
performed. Test results shall be given directly to the Owner by the testing lab and not via the
Contractor. All costs for furnishing the services of an approved testing laboratory to conduct W
testing shall be borne by the Contractor and merged in the various lump sum and unit prices listed
in the Proposal. Crushed surfacing shall be compacted to at least 95% of maximum dry density
using ASTM D1557. r
4-04.5 Payment
•
Payment for all work associated with this item of work shall be under the unit contract price for
the various bid items described in Section 1-09.14 of these Special Provisions.
•
5-04 HOT MIX ASPHALT
5-04.3(7)A Mix Design
Item 2 is deleted and replaced with:
1. Nonstatistical MIA Evaluation. The Contractor shall submit a certification
that the mix design submitted meets the requirements of Sections 9-03.8(2) and
9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 •
EF. Verification of the mix design by the Contracting Agency is not needed.
The Engineer will determine anti-strip requirements for the HMA.
4W
The mix design will be the initial job mix formula (JMF) for the class of mix.
Any additional adjustments to the JMF will require the approval of the Engineer
and may be made per Section 9-03.8(7).
as
Page 92 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture
w Item 1 is deleted and replaced with:
.. 1. General. Acceptance of HMA shall be as provided under nonstatistical or
commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA.
Commercial evaluation will be used for Commercial HMA and for other classes
_ of HMA in the following applications: sidewalks, road approaches, ditches,
slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural
applications as approved by the Project Engineer. Sampling and testing of HMA
accepted by commercial evaluation will be at the option of the Engineer. The
proposal quantity of HMA that is accepted by commercial evaluation will be
excluded from the quantities used in the determination of nonstatistical
evaluation.
Item 7 is deleted.
�. 5-04.5(1)A Price Adjustments for Quality of HMA
Section is deleted and replaced with:
Statistical analysis of quality of gradation and asphalt content will be performed based on Section
1-06.2 using the following price adjustment factors:
w
Table of Price Adjustment Factors
Constituent Factor"f'
All aggregate passing: 1-1/2", 1", 3/4", 1/2", 3/8"and No. 4 sieves 2
All aggregate passing No. 8,No 16,No. 30,No. 50,No. 100 3
All aggregate passing No. 200 sieve 20
Asphalt binder 52
A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for
.. the asphalt binder.
1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical
Evaluation and having all constituents falling within the tolerance limits of the
job mix formula shall be accepted at the unit contract price with no further
evaluation. When one or more constituents fall outside the nonstatistical
acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in
accordance with Section 1-06.2 to determine the appropriate CPF. The
nonstatistical tolerance limits will be used in the calculation of the CPF and the
maximum CPF shall be 1.00. When less than three sublots exist,backup samples
of the existing sublots or samples from the street shall be tested to provide a
minimum of three sets of results for evaluation.
Project No.SWP 27-2711 Page 93
w
air
SPECIAL PROVISIONS - Continued
2. Commercial Evaluation. If sampled and tested, HMA produced under
Commercial Evaluation and having all constituents falling within the tolerance
limits of the job mix formula shall be accepted at the unit contract price with no
further evaluation. When one or more constituents fall outside the commercial
acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to
determine the appropriate CPF. The commercial tolerance limits will be used in
the calculation of the CPF and the maximum CPF shall be 1.00. When less than
three sublots exist, backup samples of the existing sublots or samples from the •
street shall be tested to provide a minimum of three sets of results for evaluation.
For each lot of HMA produced under Nonstatistical or Commercial Evaluation ar
when the calculated CPF is less than 1.00, a Nonconforming Mix factor(NCFM)
will be determined. THE NCFM equals the algebraic difference of CPF minus
1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will
be calculated as the product of the NCMF,the quantity of HMA in the lot in tons,
and the unit contract price per ton of the mix.
If a constituent is not measured in accordance with these Specifications, its individual pay factor
will be considered 1.00 in calculating the composite pay factor.
5-04.5(1)A Price Adjustments for Quality of HMA Compaction go
Section is deleted and replaced with:
The maximum CPF of a compaction lot is 1.00
•
For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction
Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus
1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the
product of the NCFF,the quantity of HMA in the lot in tons and the unit contract price per ton of
the mix.
5-06 NEW SECTION(PROJECT NO. SWP-27-2711)
CITY OF RENTON
TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS
Amended April 4,2005 by Ordinance 5131
SECTION 1 PURPOSE
The purpose of this code section is to establish guidelines for the restoration of City streets
disturbed by installation of utilities and other construction activities. Any public or private �r
utilities, general contractors, or others permitted to work in the public right-of-way will adhere to
the procedures set forth in this policy.
rr
SECTION 2 DEFINITIONS
no
Page 94 Project No.SWP 27-2711
r
.. SPECIAL PROVISIONS - Continued
Engineer: The term engineer shall denote the City project manager, inspector and/or plan
reviewer,or their designated representative.
SECTION 3 HOURS OF OPERATIONS
Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed
by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer.
SECTION 4 APPLICATION
1. The following standards shall be followed when doing trench or excavation work
aw within the paved portion of any City of Renton right-of-way.
2. Modifications or exemptions to these standards may be authorized by the
VW Planning/Building/Public Works Administrator, or authorized representative,
upon written request by the permittee, their contractor or engineer and
demonstration of an equivalent alternative.
SECTION 5 INSPECTION
The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of-
.. pavement) overlay is required due to changes in the permit conditions such as, but not limited to
the following:
1. There has been damage to the existing asphalt surface due to the Contractor's
equipment.
.r 2. The trench width was increased significantly or the existing pavement is
undermined or damaged.
3. Any other construction related activities that require additional pavement
`r restoration.
SECTION 6 CITY OF RENTON STANDARDS
1. All materials and workmanship shall be in accordance with the City of Renton
Standard and Supplemental Specifications (current adopted version) except
where otherwise noted in these Standards. Materials and workmanship are
required to be in conformance with standards for the Standard Specifications for
Road, Bridge, and Municipal Construction prepared by the Washington State
Chapter of the American Public Works Association(APWA)and the Washington
State Department of Transportation (WSDOT) and shall comply with the most
current edition, as modified by the City of Renton Supplemental Specifications.
An asphalt paver shall be used in accordance with Section 5-04.3(3) of
Standard Specifications. A "Layton Box" or equal may be used in place of
_ the power-propelled paver. Rollers shall be used in accordance with Section
5-04.3(4) of the Standard Specifications. "Plate Compactors" and "Jumping
Jacks" SHALL NOT be used in lieu of rollers.
Project No.SAT 27-2711 Page 95
a.
SPECIAL PROVISIONS - Continued
r
2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard
Details, unless modified by the City Permit. Surfacing depths shown in the .r
Standard Details are minimums and may be increased by the Engineer to meet
traffic loads or site conditions.
•
SECTION 7 REQUIREMENT FOR PATCHING,OVERLAY,OVERLAY WIDTHS
All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall •
be a minimum of one foot (P) outside the trench width. The top two inches (2") of asphalt shall
be ground down to a minimum distance of one foot (1') beyond the actual outside edges of the
trench and shall be replaced with two inches (2") of Class B asphalt, per City of Renton
Standards. At the discretion of the engineer, a full street width overlay may be required.
Lane-width or a full street-width overlay will be determined based upon the location and length 40
of the proposed trench within the roadway cross-section. Changes in field conditions may
warrant implementation of additional overlay requirements.
1. Trenches(Road Crossings): WP
a. The minimum width of a transverse patch(road crossing) shall be six and
one-half feet(65). See City of Renton Standard Plan Drawing#HR—23 •
(SP Page: H032A).
b. Any affected lane will be ground down two inches(2") and paved for the
entire width of the lane. •
C. Patch shall be a minimum of one foot (1') beyond the excavation and
patch length shall be a minimum of an entire traveled lane.
d. If the outside of the trenching is within three feet(3')of any adjacent lane
line,the entire adjacent traveled lane affected will be repaved
e. An area including the trench and one foot (1') on each side of the trench
but not less than six and one half feet (6.5') total for the entire width of
the affected traveled lanes will be ground down to a depth of two inches
(2"). A two-inch(2") overlay of Class B asphalt will be applied per City
standards.
•
2. Trenches Running Parallel with the Street:
a. The minimum width of a longitudinal patch shall be four and one-half •
feet (4.5'). See City of Renton Standard Plan Drawing#HR-05 (SP Page
H032).
b. If the trenching is within a single traveled lane, an entire lane-width •
overlay will be required.
C. If the outside of the trenching is within three feet(3')of any adjacent lane
line,the entire adjacent traveled lane affected will be overlaid. ar
d. If the trenching is greater than, or equal to 30% of lane per block (660-
foot maximum block length), or if the total patches exceed 12 per block,
then the lanes affected will be overlaid. Minimum overlay shall include
all patches within the block section.
■rr
Page 96 Project No.SWP 27-2711
w
'! SPECIAL PROVISIONS - Continued
e. The entire traveled lane width for the length of the trench and an
additional ten feet (10') at each end of the trench will be ground down to
a depth of two inches (2"). A two-inch (2") overlay of Class B will be
applied per City standards.
.. 3. Potholing:
Potholing shall meet the same requirements as trenching and pavement
restoration. Potholing shall be a minimum of one foot (1') beyond the
excavation. All affected lanes will be ground down to a depth of two inches (2")
and paved not less than six and one half feet(6.5') wide for the entire width of the
lane. Potholes greater than five feet (5') in length, width or diameter shall be
restored to trench restoration standards. In all cases, potholes shall be repaired
per Renton Standard Plan# HR05 (SP Page H032). Restoration requirements
utilizing vactor equipment will be determined by the engineer.
SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING
The Contractor in all cases can remove the pavement in the replacement area instead of grinding
out the specified two inches (2") of asphalt. Full pavement replacement to meet or exceed the
existing pavement depth will be required for the area of pavement removal.
..
SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION
REQUIREMENTS
1. Trench restoration shall be either by a patch or overlay method, as required and
indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP
Pages#H032,H032A, and H033).
2. All trench and pavement cuts, which will not be overlaid, shall be made by
sawcut or grinding. Sawcuts shall be a minimum of two feet (2') outside the
excavated trench width.
3. All trenching within the top four feet (4') shall be backfilled with crushed
surfacing materials conforming to Section 4-04 of the Standard Specifications.
Any trenching over four feet (4') in depth may use materials approved by the
Engineer or Materials Lab for backfilling below the four-foot (4') depth. If the
•w existing material (or other material) is determined by the Engineer to be suitable
for backfill, the contractor may use the native material, except that the top six
inches (6") shall be crushed surfacing top course material. The trench shall be
.., compacted to a minimum ninety-five percent (95%) density, as described in
Section 2-03 of the Standard Specifications. In the top six feet(6') of any trench,
backfill compaction shall be performed in eight to 12-inch (8"-12") lifts. Any
trench deeper than six feet (6') may be compacted in 24-inch lifts, up to the top
six-foot(6')zone.
All compaction shall be performed by mechanical methods. The compaction
tests may be performed in maximum four-foot (4') vertical increments. The test
Project No.SWP 27-2711 Page 97
w
SPECIAL PROVISIONS - Continued
results shall be given to the Engineer for review and approval prior to paving.
The number and location of tests required shall be determined by the Engineer.
i
4. Temporary restoration of trenches for overnight use shall be accomplished by
using MC mix (cold mix), Asphalt Treated Base (ATB), or steel plates, as
approved by the Engineer. ATB used for temporary restoration may be dumped
directly into the trench, bladed out and rolled. After rolling, the trench must be
filled flush with asphalt to provide a smooth riding surface. If the temporary
restoration does not hold up, the Contractor shall repair the patch within eight 40
hours of being notified of the problem by the City. This requirement applies 24
hours per day, seven days a week. In the event that the City determines to repair
the temporary patch, the Contractor shall reimburse the City in an amount that is us
double the City's cost in repairing the patch, with the second half of the
reimbursement to represent City overhead and hidden costs.
5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as .r
required and indicated on City of Renton Standard Plans #HR-05, HR-23, and
HR-22(SP Pages#H032, H032A, and H033)or as directed by the Engineer. The
grade of asphalt shall be AR-4000W. The materials shall be made in •
conformance with Section 9-02.1(4)of the Standard Specifications.
6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall •
be emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the
Standard Specifications. Tack shall be applied as specified in Section 5-04 of the
Standard Specifications. rr
7. Asphalt Concrete Class E or Class B, shall be placed in accordance with Section
5-04 of the Standard Specifications; except those longitudinal joints between 10
successive layers of asphalt concrete shall be displaced laterally a minimum of
twelve inches(12"),unless otherwise approved by the Engineer. Fine and coarse
aggregate shall be in accordance with Section 9-03.8 of the Standard •
Specifications.
All street surfaces, walks or driveways within the street trenching areas shall be
feathered and shimmed to an extent that provides a smooth-riding connection and
expeditious drainage flow for the newly paved surface.
Feathering and shimming shall not decrease the minimum vertical curb depth
below four inches (4") for storm water flow. The Engineer may require
additional grinding to increase the curb depth available for storm water flow in
areas that are inadequate. Shimming and feathering, as required by the Engineer, rr
shall be accomplished by raking out the oversized aggregates from the Class B
mix as appropriate.
*r
Surface smoothness shall be per Section 5-04.3(13) of the Standard
Specifications. The paving shall be corrected by removal and repaving of the
trench only. Asphalt patch depths will vary based upon the streets being
trenched. The actual depths of asphalt and the work to be performed shall be as
required and indicated on City of Renton Standard Plans #HR-05, HR-23, and
•
Page 98 Project No.SWP 27-2711
ow SPECIAL PROVISIONS - Continued
VW
HR-22 (SP Pages#H032,H032A, and H033).
Compaction of all lifts of asphalt shall be a minimum ninety-two percent (92%)
of density as determined by WSDOT Test Method 705. The number of tests
required shall be determined by the Engineer.
Testing shall be performed by an independent testing lab with the results being
supplied to the Engineer. Testing is not intended to relieve the contractor from
any liability for the trench restoration. It is intended to show the inspector, and
the City,that the restoration meets these specifications.
r
8. All joints shall be sealed using paving asphalt AR-4000W.
9. When trenching within the unpaved roadway shoulder(s), the shoulder shall be
restored to its original condition, or better.
10. The final patch or overlay shall be completed as soon as possible and shall not
exceed fifteen (15) working days after first opening the trench. This time frame
.. may be adjusted if delays are due to inclement paving weather or other adverse
conditions that may exist. However, delaying of final patch or overlay work is
subject to the Engineer's approval. The Engineer may deem it necessary to
.. complete the work within the fifteen (15)working day time frame and not allow
any time extension. Should this occur, the Contractor shall perform the
necessary work, as directed by the Engineer.
MW
11. A City of Renton temporary Traffic Control Plan (from Renton Transportation
Engineering) shall be submitted and approved by the Engineer a minimum of
three(3)working days prior to commencement of work.
SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS
REQUIRED
The Permittee will be required to remove utility locate marks on sidewalks only within the
Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job
completion.
Project No.SWP 27-2711 Page 99
r
nr
SPECIAL PROVISIONS - Continued
40
6-02 CONCRETE STRUCTURES
■r
6-02.3(2)C Concrete Box Culvert(New Section,Project No. SAT 27-2711)
Section 6-02.3(17)A is supplemented with the following:
The concrete culvert shall be constructed as a "Box Culvert" as shown on the Plans. The
Contractor has the option to use precast culvert sections, precast catch basins/vaults, or cast-in-
place concrete for the angle points/connections as shown on the Plans. In no case shall the •
culvert, vaults, or catch basins be placed within 5 feet, in the horizontal plane, of the existing
sanitary sewer line except as shown for the encased crossings. The culvert shall be as
manufactured by Utility Vault Company (1-800-892-1538), Granite Precast (360-671-2251), or .r
approved equal for the precast segments. The cast-in-place shall meet the requirements detailed
on the Plans. The precast culvert shall meet the following design criteria:
�r
1. Concrete: 28 Day Compressive Strength F'c=7,000 Psi
2. Rebar: ASTM A-615 Grade 60
3. Mesh: ASTM A-185 Grade 65
4. Design: ACI-318-02 Building Code
5. Loads: AASHTO HS-20 Truck Wheel,
ASTM C-890 "Minimum Structural Design Loading for Monolithic or
Sectional Precast Concrete Water and Wastewater Structures"
ASTM C-857 "Minimum Structural Design Loading for Underground
Precast Concrete Utility Structures"
30%Impact for Less Than 3 Ft. Soil Cover •
Sidewalls of culvert shall be designed to resist equivalent fluid pressure of 90 pounds per cubic
foot, excluding passive resistance from earth material inside the culvert. The Contractor shall „o
install water diversion systems as necessary to minimize the contact of the creek with the
construction site to limit the impact of construction on the water quality during construction. The
diversion system shall be in compliance with the hyrdayulic project approval. it
6-02.5 Payment
Section 6-02.5 shall be supplemented with the following: •
Payment for all work associated with this item of work shall be under the unit contract price for
the various bid items described in Section 1-09.14 of these Special Provisions. •
7-01 DRAINS
rr
7-01.2 Materials
The second paragraph of Section 7-01.2 is revised as follows: •
Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, ar
aluminum coated(aluminized) corrugated iron with Asphalt Treatment I, zinc coated(galvanized)
steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or
•
Page 100 Project No.SWP 27-2711
W
SPECIAL PROVISIONS - Continued
corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to
be used.
7-01.3 Construction Requirements
.. Section 7-01.3 is revised as follows:
The second paragraph is revised as follows:
PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as
ew described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be
jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the
manufacturer of the tubing.
`"m The sixth paragraph is revised as follows:
PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in
am Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor
unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage
tubing underdrain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as
.W recommended by the manufacturer of the tubing.
7-01.4 Measurement
..
Section 7-01.4 is supplemented with the following:
When the contract does not include"structure excavation Class B"or"Structure excavation Class
B including haul" as a pay item all costs associated with these items shall be included in other
contract pay items.
7-02 CULVERTS
7-02.2 Materials
The second paragraph of Section 7-02.2 is revised and supplemented as follows:
Where steel or aluminum are referred to in this Section in regard to a kind of culvert pipe, pipe
arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt
Treatment I or aluminum coated (aluminized) corrugated iron or steel, and aluminum is
corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced
concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is
also made to PVC.
7-04 STORM SEWERS
w.
Project No.SWP 27-2711 Page 101
%W
SPECIAL PROVISIONS - Continued
�r
7-04.2 Materials
The second paragraph of Section 7-04.2 is replaced with the following: •
Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, it so
shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated corrugated
iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and
9-05.5. ar
Section 7-04.2 is supplemented with the following
The Contractor shall require pipe suppliers to furnish certificates signed by their authorized
representative, stating the specifications to which the materials or products were manufactured. up
The Contractor shall provide 2 copies of these certifications to the Engineer for approval.
Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection.
Approval of certificates shall be considered only as tentative acceptance of the materials and as
products, and such action by Engineer will not relieve Contractor of his/her responsibility to
perform field tests and to replace or repair faulty materials, equipment, and/or workmanship at
Contractor's own expense. •
7-04.3 Construction Requirements
r
Section 7-04.3 is supplemented with the following:
The Contractor shall take all steps necessary to ensure that existing storm sewer facilities remain up
fully flowing during all stages of construction and modification. Overflows of facilities will not
be permitted. The Contractor shall make all connections of temporary pumping equipment with
temporary power service and controls.
7-04.4 Measurement
The first paragraph of Section 7-04.4 is revised as follows:
The length of storm sewer pipe will be the number of linear feet of completed installation
measured along the invert and will include the length through elbows, tees, and fittings. The
number of linear feet will be measured from the center of manhole or from the center of catch
basin to center of catch basins and similar type structures. •
7-04.5 Payment
The second and third paragraphs of Section 7-04.5 are revised as follows:
ar
The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be
full pay for all work to complete the installation, including adjustment of inverts to manholes.
•
Page 102 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
When no bid item "gravel backfill for pipe bedding" is included in the Schedule of Prices, pipe
bedding, as shown in the standard plans, shall be considered incidental to the pipe and no
— additional payment shall be made.
Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and
included in the unit contract prices for other items.
Cost of connecting pipe to structures shall be included in the various unit contract prices for storm
sewer pipe, and no additional compensation will be allowed.
Abandonment and plugging of pipe shall be included in the lump sum contract price for
"Removal of Structure and Obstruction." No separate payment will be made.
7-05 MANHOLES,INLETS,AND CATCH BASINS
7-05.1 Description
Section 7-05.1 is supplemented with the following:
After"Standard Plans add"City of Renton Standard Details."
.� 7-05.2 Materials
7-05.2(1) Frames and Covers(New Section,Project No. SWP 27-2711)
Manhole frames and covers shall be ductile iron and suitable for H-20 loading conditions. The
iron shall be of such character as to make castings that will be tough, strong, sound, and of even
grain and shall conform to the requirements of ASTM A48, Class 30B. Manhole frames and
covers shall be of uniform quality, free from blowholes, porosity, shrinkage distortion, cavities,
cracks, or other defects. They shall be smooth and well cleaned and continuously machined to
prevent rocking and rattling. Welded or caulked repairs shall not be permitted. Covers shall be
easily removable and shall be interchangeable. Castings shall be as shown on the Plans, and
storm sewer covers shall be marked "Storm" with cast-in, two-inch-high, APWA standard
lettering. The manufacturer's name shall be cast into,and not stamped on, an exposed surface.
All catch basins and concrete area inlets shall be furnished with a vaned cast iron, rectangular
frame and grate, (Olympic Foundry or equivalent as approved by Owner) unless (ring and) solid
lid is otherwise indicated in the Plans. All access risers shall have solid lid frames and shall be
grouted to the body of the catch basin unless otherwise indicated in the Plans. Catch basins and
surface inlets shall be set to line and grade, approved in the field by the Owner.
7-05.2(2) Precast Concrete Catch Basins and Concrete Inlets(New Section,Project
No. SWP 27-2711)
The concrete catch basins and concrete area inlets shall be of precast concrete,per City of Renton
Standard Details. Catch Basin Type 1 shall be per City of Renton Standard Detail B 012. Catch
Basin Type 2 shall be per City of Renton Standard Details B 027 and B 027.1 with precast A-lok
.. watertight connections meeting ASTM C-923 or equivalent as approved by Owner. All Catch
Basins Type 2 shall have flat tops.
Project No.SWP 27-2711 Page 103
M
SPECIAL PROVISIONS - Continued
•
7-05.3 Construction Requirements
ar
Section 7-05.3 is supplemented by adding the following:
All manholes shall have eccentric cones and shall have ladders.
Sanitary sewer pipe to manhole connections shall be"Kor-n-Seal"boot or approved equal. •
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1)is replaced with:
r
Where shown in the Plans or where directed by the Engineer,the existing manholes, catch basins,
or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first •
be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the
existing structure shall be raised or lowered to the required elevation.
+nw
The Contractor shall construct manholes so as to provide adjustment space for setting cover and
casting to a finished grade as shown on the construction plans, Manhole ring and covers shall be
adjusted to the finished elevations per City of Renton standard detail BR29, SP Page B074, prior •
to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6 inches
above grade.
•
In Unpaved Streets: Manholes, catch basins and similar structures in areas to be surfaced with
crushed rock or gravel shall be constructed to a point approximately eight inches below the
subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and
covered in a similar manner. The contractor shall carefully reference each manhole so that they
may be easily found upon completion of the street work. After placing the gravel or crushed
stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of
the roadway surface. Excavation necessary for bringing manholes to grade shall center about the ~
manhole and be held to the minimum area necessary. At the completion of the manhole
adjustment, the void around the manhole shall be backfilled with materials which result in the
section required on the typical roadway section, and be thoroughly compacted. "r
In Cement Concrete Pavement: Manholes, catch basins and similar structures shall be
constructed and adjusted in the same manner as outlined above except that the final adjustment
shall be made and cast iron frame be set after forms have been placed and checked. In placing the
concrete pavement, extreme care shall be taken not to alter the position of the casting in any way.
•
In Asphalt Concrete Pavement: Manholes shall not be adjusted until the pavement is completed,
at which time the center of each manhole shall be carefully relocated from references previously
established by the Contractor. The pavement shall be cut in a restricted area and base material be
removed to permit removal of the cover. The manhole shall then be brought to proper grade
utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be
aw
Page 104 Project No.SWP 27-2711
•
SPECIAL PROVISIONS - Continued
w
placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete
pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the
outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall
be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the
entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished
.. pavement surface. On the day following placement of the concrete, the edge of the asphalt
concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement.
Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching
roller. The complete patch shall match the existing paved surface for texture, density, and
uniformity of grade. The joint between the patch and the existing pavement shall then be
carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered
with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall
be thoroughly mortared and plastered.
Adjustment of Inlets: The final alignment and grade of cast iron frames for new and old inlets to
be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final
adjustment of the top of the inlet will be performed in similar manner to the above for manholes.
On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron
frame not embedded in the gutter section shall be solidly embedded in concrete also. The
concrete shall extend a minimum of 6 inches beyond the edge of the casting and shall be left 2
inches below the top of the frame so that the wearing course of asphalt concrete pavement will
... butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted
with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same
manner and of the same material as that required for new inlets. The inside of the inlets shall be
mortared and plastered.
Monuments and Cast Iron Frame and Cover: Monuments and monument castings shall be
adjusted to grade in the same manner as for manholes.
Valve Box Castings: Adjustments of valve box castings shall be made in the same manner as for
manholes.
NEW SECTION(PROJECT NO. SWP 27-2711)
Section 7-05.3 shall be supplemented with the following:
Unless otherwise noted on the Plans,the Contractor shall construct all manholes,and catch basins
•� from precast concrete bases and risers. Cast-in-place concrete bases shall be watertight and may
only be used for "straddle" of existing systems. Pipe connections shall also be watertight with
precast A-lok connections meeting ASTM C-923 or equivalent as approved by Owner.
Tee top access risers shall be installed according to the Plans. Frames and grates for the risers
shall be per Renton City Standard Detail B019. Ring and cover assemblies shall be per Renton
w City Standard Detail B074. The 48-inch manhole sections of the access risers shall conform to
City of Renton Standard Detail B027 and shall have flat slab covers. The outside contact points
between the manhole and the 4' x 6' box culvert shall be epoxied and grafted with a Class 5000
concrete gunite mix. The graft interface area shall be cleaned and treated with a bonding agent.
As indicated on the Plans, no connection shall be allowed between the springline of the pipe and
6 inches above the epoxy area.
w
Project No.SWP 27-2711 Page 105
w
•
SPECIAL PROVISIONS - Continued
Precast sections with damaged joint surfaces or with cracks or damage shall not be installed.
4W
Precast base sections shall be set on a prepared bedding material. Before the precast base is set in
place, the bedding material shall be carefully leveled to provide full bearing for the entire base
section. r'
Precast riser sections and cones shall be set using the specified joint sealant or gasket. Priming
and preparation of surfaces and installation of jointing material shall be in strict conformance .r
with the manufacturer's instructions. Only one riser section one-foot high shall be used per
structure. Grade rings shall be set in a full bed of cement grout.
Frames shall be set carefully to the established surface grade in a full bed of cement grout. The
contact surfaces of the frames and covers shall be machined finished to a common plane or have
other adequate provisions to prevent rocking. The rim elevation shall be set flush with the
existing pavement or grade in paved and improved areas. In unimproved areas, rim elevations
shall be set one-inch above finished grade unless otherwise shown on the Plans to be set higher.
Channeling of inverts shall be provided, where required, and given a light broom finish, or
equivalent, and shall be sloped to drain into the invert. Where new connections are made to
existing structures, any existing channelization shall be removed or modified, at the Contractor's
option, so that all pipes are channeled to drain to the exit invert. Pre-channelized structures are
not acceptable.
Steps shall be installed in base sections, riser sections, and taper sections so that the completed
manhole will have a continuous vertical ladder with equally spaced rungs. Steps shall be firmly
cast or grouted in place. Infiltration from around steps will not be permitted.
Frames shall be grouted to the body of catch basins. The catch basins shall be set to line and
grade as shown on the Plans or approved in the field by the Owner. All pipe couplings shall be
securely grouted into the structure. The cost of the catch basin shall include "straddling" or
interrupting the existing storm system, where required, removing the existing pipeline within the
new basin,and connecting the new pipeline to the new structure.
Backfill around the manholes shall be conducted in accordance to Special Provision Specification
Section 7-08.3(3).
7-05.3(2) Abandon Existing Manholes
Section 7-05.3(2) is revised as follows:
•
Where it is required that an existing manhole be abandoned, the structure shall be broken down to
a depth of at least 4 feet below the revised surface elevation, all connections plugged, the
manhole base shall be fractured to prevent standing water, and the manhole filled with sand and
compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from
breaking the upper part of the manhole may be mixed with the sand subject to the approval of the r
Engineer. The ring and cover shall be salvaged and all other surplus material disposed of.
40
Page 106 Project No.SWP 27-2711
so
SPECIAL PROVISIONS - Continued
7-05.3(3) Connections to Existing Manholes
Section 7-05.3(3)is supplemented by adding the following:
Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, curb
inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the
new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the
engineer or where shown on the plans, additional structure channeling will be required.
Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal
to Kor-n-Seal boots. Existing sanitary sewer manholes shall be cleaned. Repaired, and
rechanneled as necessary to match the new pipe configuration and as shown on the construction
plans.
A connection to existing item will be allowed at any connection of a new line to an existing
structure, or the connection of a new structure to an existing line. No connection to existing will
be accepted at the location of new installation, relocation and adjustment of line manholes, catch
basins or curb inlets.
Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's
.= operations shall be repaired or replaced at his own expense.
The unit bid price per each shall be full compensation for all labor, materials and equipment
required.
7-05.3(5) Manhole Coatings(New Section,Project No. SWP 27-2711)
Section 7-05.3(5)is an added new section:
All new sanitary sewer manholes shall be coated as specified below. The following coating
system specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary
sewer manholes.
Coating Material High Solids Urethane
Surfaces Concrete
Surface Preparation In accordance with SSPC SP-7 (Sweep of brush off blast)
Application Shop/Field The drying time between coats shall not exceed 24 hours in
any case
.. System Thickness 6.0 mils dry film
Coatings Primer: One coat of Wasser MC-Aroshield(2.0 mils DFT)
Finish: Two or more coats of Wasser MC-Aroshield (min. 4.0 mils
DFT)
Color White
7-05.4 Measurement
Section 7-05.4 is revised and supplemented as follows:
r
Project No.SWP 27-2711 Page 107
VW
r
SPECIAL PROVISIONS - Continued
Manholes will be measured per each. Measurement of manhole heights for payment purposes
will be the distance from finished rim elevation to the invert of the lowest outlet pipe.
Adjustments of new structures and miscellaneous items such as valve boxes shall be considered •
incidental to the unit contract price of the new item and no further compensation shall be made.
Adjustment of existing structures and miscellaneous items such as valve boxes shall be fm
considered incidental to the unit contract price of the item and no further compensation shall be
made.
.r
Connection to existing pipes and structures shall be measured per each.
7-05.5 Payment .r
Section 7-05.5 is supplemented as follows:
■r
If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the
schedule of prices then the work will be considered incidental and its cost should be included in
the cost of the pipe.
"Connect to Existing Catch Basin,"per each.
4W
"Connect Structure to existing pipe,"per each.
All costs associated with pipe connections shall be included under the unit bid prices for
"Connect to Existing Catch Basin," "Connect Structure to Existing Pipe," or within the unit bid
price for the structure.
•
All costs associated with "Bank Run Gravel for Trench Backfill," "Unsuitable Foundation
Excavation, Incl. Haul," "Gravel Backfill for Foundation Class B," and"Controlled Density Fill"
shall be borne by the Contractor and shall be considered incidental to the project and merged into •
the various lump sum and unit prices.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
r
7-08.3(1)A Trenches(Addition,Project No. SWP 27-2711)
Section 7-08.3(1)A shall be supplemented with the following: 1p
Trench excavation shall include removal and waste haul of all excess and/or unsuitable material
encountered, including but not limited to, abandoned pipelines, concrete, asphalt, tree stumps, r
trees,logs,abandoned rail ties,piling,riprap, and other deleterious material.
It is not anticipated solid rock will be encountered. Should such material be encountered, �r
however, it will be paid for by change order. Boulders or broken rock less than 2 cubic yards in
volume,will not be classified as rock,nor will so-called"hard-pan"or cemented gravel.
r
Page 108 Project No.SWP 27-2711
VW
SPECIAL PROVISIONS - Continued
The Owner reserves the right to restrict the Contractor in the amount of trench open at any one
time. Should the Contractor, in the Owners' opinion, fail to diligently pursue adequate
backfilling and compaction efforts, the limit of open trench shall be 100 lineal feet. Upon
completion of work each day, all open trenches shall be completely backfilled, compacted,
r. leveled and temporarily patched, graveled, or otherwise protected(as approved by the Owner), as
herein specified.
.. If the Contractor purposely or neglectfully excavates trenches to a width beyond the maximum
payment limit lines of the trench, as detailed on the Plans, then payment for import trench
backfill, and any additional surface restoration (temporary and permanent) of the type warranted
shall be limited to the maximum payment width specified on the Plans for that size of pipe and
depth of bury. All trench backfill, bedding, and surface restoration required beyond the
maximum payment limits, shall be merged in the various items bid and include the additional
compaction and testing of same.
The width of the trench in the vicinity of the pipe shall be carefully controlled and maintained to
insure the structural strength of the pipe is not jeopardized. See details on the Plans.
7-08.3(1)B Shoring(Addition,Project No. SWP 27-2711)
■• Section 7-08.3(1)B shall be supplemented with the following:
A Shoring Plan shall be submitted by the Contractor per Trench Shoring Bid Item. Trenches
shall be shored using a shoring system appropriate for the soil and ground water conditions
encountered. To minimize noise and comply with the noise variance for this Project, only
vibratory or pushing methods will be acceptable for the installation of shoring during nighttime
WW work. The shoring system shall be designed and constructed so as to allow full compliance with
Project traffic control and work schedule requirements.
Soils Information
A soils investigation has been conducted for this Project and a copy of the Reports are included
with the Contract Documents. Geotechnical Reports, by HWA GeoSciences Inc., dated January
12, 2007,was prepared for the exclusive use of the Owner and its agents to assist in the design of
the subject facility. This information is made available to the Contractor to assist in the design of
the shoring systems. It is made available to Contractors for information on factual data only, and
.. not as a warranty of subsurface conditions, such as those interpreted from the exploration logs
and generalized subsurface profiles presented, and discussion of subsurface conditions included
in the Report.
Data on indicated subsurface conditions are not intended as representations or warranties of
accuracy or continuity between soil borings. It is expressly understood that the Owner and its
agents shall not be responsible for interpretations or conclusions drawn by the Contractor from
the Geotechnical Report. This data is made available solely for the convenience of the
Contractor.
..
A Geotechnical Report is provided for this Project available in the Contract Documents. The
Contractor shall submit to the Owner for review prior to construction activities, a shoring plan
..
Project No.SWP 27-2711 Page 109
r
SPECIAL PROVISIONS - Continued
•
showing how shoring will be accomplished and detailing the techniques and equipment that will
be used.
The shoring plan shall be coordinated with the dewatering plan and reviewed and approved by the
Contractor's Geotechnical and Structural Engineers. Calculations, which are stamped and signed
by the Contractor's Engineers, shall be provided with the submittal.
Existing Utilities
■r
The Contractor shall protect existing active sewer, water, gas, electrical and other utility services
and structures as may be present. Extra precaution shall be given to the existing AC sanitary
sewer lines in the project area. This shall also include all pipelines, services and structures that
are the property of the Owner. The Contractor shall stay under the 35-foot height restriction set
by Puget Sound Energy for purposes of protecting nearby power lines.
Removal
The Contractor shall remove shoring and bracing in stages to avoid disturbances to adjacent and
underlying soils and damage to structures,pavements, facilities and utilities. The Contractor shall
repair or replace, as acceptable to the Owner, adjacent work damaged or displaced through the
installation or removal of shoring and bracing work.
Public Safety
All work shall be carried out with due regard for public safety. Open trenches shall be provided •
with proper barricades,or as directed in the Traffic Control Permit.
7-08.3(1)C Pipe Zone Bedding(Addition,Project No. SWP 27-2711) .r
Section 7-08.3(1)C shall be supplemented with the following:
All references to "Standard Plan" shall be deleted, and replaced with the details shown on the
Plans.
Unless stated otherwise in these Specifications, pipe bedding shall conform to Class I, II, or III
per ASTM D2321. CDF, as specified in Special Provisions Section 9-03.22, shall be used in the
area noted on the Plans and as verified by the Engineer in the field.
Subsequent lifts of not more than 6 inches shall be placed up to the horizontal diameter of the
pipe, carefully placed, and firmly compacted to provide a firm, uniform cradle for the pipe.
These lifts shall be consolidated first by the use of tamping bars, taking care to work the material •
under the pipe haunches so that no voids are left. Then a flat tamping bar shall be used to
compact the bedding material along the side of the pipe to the trench walls to provide lateral
support for the pipes. These lifts shall be individually compacted to 95% of Modified Proctor Wr
maximum density for the full width of the trench,per ASTM D1557. The compaction test results
shall be furnished to the Owner immediately after testing. The Owner may require additional
testing, or may increase or decrease the frequency of testing at its discretion. The Owner may to
require the Contractor to retest any areas that do not meet compaction requirements at the
Contractor cost.
•
Page 110 Project No.SWP 27-2711
no
SPECIAL PROVISIONS - Continued
Unless stated otherwise on the Plans, further lifts of compacted bedding material shall be placed
in lifts of not more than 6 inches thickness to a minimum of 6 inches above the crown of the pipe
for flexible pipe and to the spring line of the pipe for rigid(concrete or ductile iron)pipe.
.� There shall be at least one-foot of cover over the top of the pipe before the trench is wheel-loaded
and three feet of cover(if available)before utilization of a hydro-hammer during compaction.
MW 7-08.3(1)C Bedding the Pipe
Section 7-08.3(1)C is supplemented by adding the following:
aw
Pipe bedding for C900 sewer pipe shall consist of clean, granular pea gravel consistent with
Section 9-03.12(3). It shall be placed to a depth of 6 inches over and 6 inches under the exterior
'W walls of the pipe.
Hand compaction of the bedding materials under the pipe haunches will be required. Hand
MW compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding
material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe
during the compaction effort.
VM
Pipe bedding shall be considered incidental to the pipe and no further compensation shall be
made.
MW
7-08.3(1)D Dewatering(New Section,Project No. S"27-2711)
"W The Contractor shall control groundwater so as to prevent softening of the bottom of excavations,
or formation of"quick" conditions or "boils" during excavation and to allow pipe installation to
be accomplished in relatively dry conditions. The Contractor shall design, install, maintain, and
operate the dewatering systems as necessary so as to prevent piping, movement or removal of the
` soils around the wells or in excavations. It shall be the sole responsibility of the Contractor to
determine what, if any, dewatering measures and efforts may be needed.
•— If dewatering measures are necessary, then it shall be the sole responsibility of the Contractor to
control the rate and effect of the dewatering in such a manner as to avoid all objectionable
settlement and subsidence. All groundwater encountered during construction shall flow
•� through an on-site settling tank or other approved filtration system prior to discharging
into the sanitary sewer system or other area as approved by the Owner. A permit will be
required if groundwater is discharged into the sanitary sewer through King County Department of
Natural Resources prior to construction. The Contractor shall comply with all codes, regulations,
and ordinances of applicable governing authorities with regard to drilling, dewatering, and
erosion control.
The Contractor shall review the Geotechnical Report for this Project available in the Contract
Documents. Upon review of this information, the Contractor shall submit to the Owner for
MW review and approval prior to dewatering activities, a dewatering plan discussing proposed
methods, equipment sizes, settlement monitoring and contingency plans should dewatering cause
settlement of adjacent facilities. The dewatering plan shall show specific locations, in plan and
r
Project No.SWP 27-2711 Page 111
SPECIAL PROVISIONS - Continued
section where dewatering is expected as well as a general discussion of methods should water be
encountered in other locations.
•
The dewatering plan shall be coordinated with the shoring plan and reviewed and approved by the
Contractor's Geotechnical and Structural Engineers. Calculations, which are stamped and signed
by the Contractor's Engineers, shall be provided with the submittal. 4W
Acceptance by the Owner of the design, materials, method, installation, and operation and
maintenance details submitted by the Contractor shall not in any way relieve the Contractor from •
responsibility for errors/omissions therein or from the entire responsibility for complete and
adequate design, materials, installation, operation, maintenance and performance of the
dewatering system. The Contractor shall bear sole responsibility for proper design, installation, to
operation, maintenance, and any failure of any component of the dewatering system for the
duration of this Contract.
.r
Before operations begin,the Contractor shall have available on site sufficient pumping equipment
and/or other machinery to assure that the operation of the dewatering system can be maintained.
The Contractor shall provide direct power drops or use a"Whisper" generator for the dewatering
process and is responsible for coordinating and furnishing all power drops.
During excavation, installing of conduit and structures, and the placing of backfill, excavations
shall be kept free of water. The Contractor shall furnish all equipment necessary to dewater the
excavation and shall dispose of the water in such a manner as not to cause a nuisance or menace
to the public. The dewatering system shall be installed and operated by the Contractor so that the
groundwater level outside the excavation is not reduced to the extent that would damage or •
endanger adjacent structures, utilities, or property. The release of groundwater to its static level
shall be performed in such a manner as to maintain the undisturbed state of the natural foundation
soil,prevent disturbance of backfill and prevent movement of structures and pipelines. .r
The Contractor shall monitor discharge from all parts of the system to ensure that the sand/silt
content of the discharge water does not exceed 10 ppm as determined by a Rossum Sand Tester •
or equivalent. The Contractor shall provide all of the equipment and fittings for monitoring sand
content. The Contractor shall monitor sand/silt content daily for one week after installing any
pumping well and weekly thereafter, or more frequently as may be required by
regulatory/permitting agencies. The Contractor shall take sand/silt content measurements in the
presence of the Owner. The Contractor shall provide the Owner 24-hour notice of planned
measurements.
Should settlement be observed, the Contractor shall cease dewatering operations and implement
contingency plans as outlined in the approved dewatering plan. The responsibility for conducting
the dewatering operation in a manner, which will protect adjacent structures and facilities, rests
solely with the Contractor. The cost of repairing any damage to adjacent structures and
restoration of facilities shall be the responsibility of the Contractor. Permanent piping systems
existing or new shall not be incorporated into the Contractor's dewatering system. w
Well construction and abandonment shall be in accordance with WAC 173-160. The Contractor
shall obtain variances as required to construct any dewatering wells. Contractor shall procure and
pay for any approval(s) and/or permit(s) required by the Department of Ecology in regards to the
construction, use, and abandonment of dewatering wells. The Contractor shall also be required to
aw
Page 112 Project No.SWP 27-2711
r
SPECIAL PROVISIONS - Continued
vow
comply with all conditions and requirements mandated by the Department of Ecology and is
encouraged to familiarize himself/herself with current regulations in this regard.
All above-grade dewatering system components must be completely removed and the entire
roadway area restored and available for vehicular traffic per the requirements set by these
�. Specifications and the Traffic Control Permit.
7-08.3(1)E Settlement Monitoring(New Section,Project No. SWP 27-2711)
r
This Section specifies the monitoring of potential deformation of soils, structures, and pavements.
MW
Ground Movement Limits
The Contractor shall be responsible for all utility repairs and surface restoration resulting from
ground movements.
..
If deformations recorded in instrumentation exceed 0.25 inches from the baseline established, the
Contractor shall cease all related construction operations and use alternative construction
'w techniques to operate within the settlement limits:
Surface Monitoring Points
Surface monitoring points shall consist of nails, paint spots or other means or locations
designated for monitoring of vertical and/or horizontal displacements.
Surface monitoring points shall be located on existing pavements, structures or utilities.
Surface monitoring points shall be installed in such a manner that they are not damaged,
displaced or otherwise rendered inoperable by construction activities vehicle traffic or weather.
Surface monitoring points shall be established at an interval of no less than 5 per 100 feet of
trench, at locations to be designated by the Owner.
Surface monitoring points shall be monitored daily when within 100 feet of an open trench and
weekly thereafter.
Monitoring Requirements
Initial (baseline) measurements shall be taken at each instrumentation installation after
completion of the installation.
Systematic monitoring (at least once per day) of instrumentation shall be done when within 100
feet of the open trench. The Owner shall be immediately notified if evidence of deformation
exists.
All data shall be entered in Excel spreadsheets and plotted showing deformations or changes in
elevation versus time. Plots of data shall be updated to include the latest readings and presented
" to the Owner within 16 hours of measuring.
Project No.SWP 27-2711 Page 113
MW
SPECIAL PROVISIONS - Continued
The Contractor shall provide the Owner with access to all instrumentation throughout
construction.
r
The Contractor shall repair or replace any monitoring points or instrumentation damaged within
24 hours.
Contractor's failure to comply may cause the Owner to engage a consultant to perform the
required monitoring at the Contractor's expense. Payment for settlement monitoring shall be
included in the unit bid price for"Trench Shoring and Excavation Safety Systems." 1W
7-08.3(2)A Survey Line and Grade
Section 7-08.3(2)A is replaced with:
•
Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-
11 in a manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by means
of a laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall
have the written approval of the Engineer.
7-08.3(2)B Pipe Laying—General
Section 7-08.3(2)B is supplemented by adding the following:
Checking of the invert elevation of the pipe may be made by calculations from measurements on 4W
the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory
condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by
matching the(eight-tenths)flow elevation,unless otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks,
and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be
placed directly on rough ground but shall be supported in a manner which will protect the pipe
against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where
the lining or coating show defects that may be harmful as determined by the Engineer. Such go
damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and
installed.
The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not
damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or
replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering
into position in the trench. Pipe shall be kept clean during and after laying. All openings in the
pipe line shall be closed with water tight expandable type sewer plugs at the end of each day's
operation or whenever the pipe openings are left unattended. The use of burlap, wood, or other
similar temporary plugs will not be permitted. ■r
r
Page 114 Project No.SWP 27-2711
so
SPECIAL PROVISIONS - Continued
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the
Engineer may change the alignment and/or the grades. Except for short runs which may be
permitted by the Engineer, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which
is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished
by the following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at
uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the
pipe shall be placed with the minor axis of the reinforcement in a vertical position.
Immediately after the pipe joints have been made, proper gasket placement shall be checked with
a feeler gage as approved by the pipe manufacturer to verify proper gasket placement.
7-08.3(2)E Rubber Gasketed Joints
Section 7-08.3(2)E is supplemented as follows:
WW Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or
joint system. Any damaged pipe shall be replaced by the Contractor at his expense.
�•. 7-08.3(2)H Sewer Line Connections
Section 7-04.3(2)H is supplemented by adding the following:
All connections not occurring at a manhole or catch basin shall be done utilizing
pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method
or materials proposed for use in making connections shall be subject to approval by the Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains
shall be made through a cast iron saddle secured to the sewer main with stainless steel bands.
When the existing main is constructed of vitrified clay, plain or reinforced concrete, cast or
ductile iron pipe,the existing main shall be core drilled.
Connections (unless booted connections have been provided for) to existing concrete manholes
shall be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a
•• manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type
flexible seal equal to Kor-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers
as approved by the Engineer.
7-08.3(2)J Placing PVC Pipe(New Section,Project No. SWP 27-2711)
Section 7-08.3(2)J is an added new section:
VM In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the
lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend
from 6 inches below the bottom of the pipe to 6 inches above the top of the pipe. When it is
Project No.SWP 27-2711 Page 115
r.
SPECIAL PROVISIONS - Continued
r
necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar
will be used at the point of connection.
■r
7-08.3(4) Plugging Existing Pipe
The first sentence of Section 7-08.3(4) is revised as follows: r
Where shown on the Plans or where designated by the Engineer,the existing 42-inch storm sewer
pipe shall be filled with CDF as specified in Special Provision Section 9-03.22.
7-08.4 Measurement
. r
The first paragraph of Section 7-08.4 is revised as follows:
Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for r
foundations, shall be measured by the cubic yard, including haul, as specified in Section 2-09, or
by the Ton. r„
7-08.5 Payment
Section 7-08.5 is replaced with: r
Payment will be made in accordance with Section 1-04.1 for each of the following bid items that �+
are included in the proposal:
"Gravel Backfill for Foundations Class ,"per cubic yard, or Ton. r
All costs associated with furnishing and installing bedding and backfill material within the pipe
zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the r
unit contract price for the type and size of pipe installed.
Unless specifically identified and provided as separate items, structure excavation, dewatering
and backfilling shall be incidental to pipe installation and no further compensation shall be made. r
All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit
contract price per foot for the size and type of pipe being jointed. r
"Shoring or Extra Excavation Class B,"per square foot.
r
If this pay item is not in the contract,then it shall be incidental.
7-09 PIPE AND FITTINGS FOR WATER MAINS •+
7-09.3(15)A Ductile Iron Pipe
r
The first paragraph of Section 7-09.3(15)A is revised as follows:
r
Page 116 Project No.SWP 27-2711
1W
SPECIAL PROVISIONS - Continued
Long radius (500 feet or more) curves, either horizontal or vertical, may be laid with standard
pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are
shown, the Contractor can assume that the curves can be made by deflecting the joints with
standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths
.� that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or
vertical curve shall not exceed one half of the manufacturer's printed recommended deflections.
7-09.3(15)B Polyvinyl Chloride(PVC) Pipe(4 inches and Over)
Section 7-09.3(15)B is supplemented as follows:
Polyvinyl Chloride(PVC)Pipe shall not be used for water mains and appurtenances.
The title and text of section 7-09.3(17)has been revised as follows:
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement
The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene
encasement shall be installed in accordance with AWWA C105. The polyethylene encasement
shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves,
with 8 mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105.
The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap
shall be repaired in accordance with ANSI/AWWA C105/A21.5-93.
Installation of the polyethylene encasement shall be considered incidental to the installation of the
pipe and no additional payment shall be allowed.
7-09.3(19)A Connections to Existing Mains
Section 7-09.3(19)A is revised and supplemented as follows:
The Contractor may be required to perform the connection during times other than normal
•. working hours. The Contractor shall not operate any valves on the existing system. Water
system personnel will operate all valves on the existing system for the contractor when required.
.a No work shall be performed on the connections unless a representative of the water department is
present to inspect the work.
When not stated otherwise in the special provisions or on the plans all connections to existine
water mains will be done by City forces as provided below:
City Installed Connections
r
Project No.SWP 27-2711 Page 117
rrr
SPECIAL PROVISIONS - Continued
Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must
verify all existing piping, dimensions, and elevations to assure proper fit. ,r
Connections to the existing water main shall not be made without first making the necessary
arrangements with the Engineer in advance.
.r
A two-week advance notice shall be required for each connection which requires a cutting of the
existing water mains or a shut-down of the existing water mains. The City reserves the right to
re-schedule the connection if the work area is not ready at the scheduled time for the connection. `r'
Work shall not be started until all the materials, equipment and labor necessary to properly
complete the work are assembled on site.
The Contractor shall provide all saw-cutting, removal and disposal of existing surface
improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering,
foundation material, at the connection areas before the scheduled time for the connection by the
City. The Contractor shall provide all materials necessary to install all connections as indicated
on the construction plans, including but not limited to the required fittings, couplings, pipe
spools, shackle materials to complete the connections. The Contractor shall provide and install
concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the
locations shown on the plans for the connections to the existing water mains.
•
The City will cut the existing main and assemble all materials.
Section 7-09.3(21)has been supplemented by adding the following:
7-09.3(21) Concrete Thrust Blocking and Dead-Man Block
Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points.
Conform to The City of Renton standard details for general blocking, and vertical blocks herein.
All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking
shall be properly formed with plywood or other acceptable forming materials and shall not be
poured around joints. The forms shall be stripped prior to backfilling. Joint restraint (shackle •
rods), where required, shall be installed in accordance with Section 7-11.3(15).
Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall
include reinforcing steels,shackle rods, installation and removal of formwork.
Blocking shall be commercial concrete(hand mixed concrete is not allowed)and poured in place.
sr
7-09.3(23) Hydrostatic Pressure Test
Section 7-09.3(23) is supplemented and revised as follows:
A hydrant meter and a back flow prevention device will be used when drawing water from the
City system. These may be obtained from the City by completing the required forms and making
required security deposits. There will be a charge for the water used. Before applying the
Page 118 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If
permanent air vents are not located at all high points, the contractor shall install corporation cocks
at such points so that the air can be expelled as the line is filled with water. After all the air has
been expelled, the corporation cocks shall be closed and the test pressure applied. At the
conclusion of the pressure test,the corporation cocks shall be removed and plugged.
r
The quantity of water required to restore the pressure shall be accurately determined by either 1)
pumping from an open container of suitable size such that accurate volume measurements can be
made by the Owner or, 2)by pumping through a positive displacement water meter with a sweep
unit pumping through a positive displacement water meter with a sweep unit hand registering
1 gallon per revolution. The meter shall be approved by the Engineer.
Acceptability of the test will be determined by two factors, as follows:
1. The quantity of water lost from the main shall not exceed the number of gallons
per hour as listed in the following table.
2. The loss in pressure shall not exceed 5 psi during the 2 hour test period.
All water used to perform hydrostatic pressure shall be charged a usage fee.
*
r
Allowable leakage per 1000 ft. of pipeline* in GPH
Nominal Pipe Diameter in inches
psi 6" 8" 10" 12" 16" 20" 24"
450 0.95 1.27 1.59 1.91 2.55 3.18 3.82
400 0.90 1.20 1.50 1.80 2.40 3.00 3.60
350 0.84 1.12 1.40 1.69 2.25 2.81 3.37
275 0.75 1.00 1.24 1.49 1.99 2.49 2.99
250 0.71 0.95 1.19 1.42 1.90 2.37 2.85
225 0.68 0.90 1.13 1.35 1.80 2.25 2.70
.. 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55
*If the pipeline under test contains sections of various diameters, the allowable leakage will be
the sum of the computed leakage for each size. For those diameters or pressures not listed the
formula below shall be used:
The quantity of water lost from the main shall not exceed the number of gallons per hour as
.. determined by the formula
L=NDFP
7400
in which:
L= Allowable leakage, gallons/hour
N= No. of joints in the length of pipeline tested
D= Nominal diameter of the pipe in inches
P= Average test pressure during the leakage test,psi
Project No.SWP 27-2711 Page 119
s
rr
SPECIAL PROVISIONS - Continued
•
The paragraph stating that"There shall not be an appreciable or abrupt loss in pressure during the
15 minute test ep riod."is deleted.
Section 7-09.3(24)A shall be revised and supplemented as follows:
7-09.3(24)A Flushing and"Poly-Pigging"
Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated
material that may have become lodged in the pipe. If the main cannot be "poly-pigged," then a
tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main.
r
The "Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 2 lb/cu-ft density foam with
90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall
be cylinder shaped with bullet nose or squared end.
The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe,
flushing shall be done after disinfection."is deleted.
Dechlorination of all water used for disinfection shall be accomplished in accordance with the
City's standard detail. Water containing chlorine residual in excess of that carried in the existing
water system, shall not be disposed into the storm drainage system or any water way.
7-09.3(24)D Dry Calcium Hypochlorite
r
Section 7-09.3(24)D has been replaced with:
(******) as
Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period r
Section 7-09.3(24)K has been revised as follows:
r
(******)
Treated water shall be retained in the pipe at least 24 hours but no long than 48 hours. After this
period, the chlorine residual at pipe extremities and at other representative points shall be at least _
25 mg/L.
7-09.3(24)N Final Flushing and Testing
.r
Section 7-09.3(24)N has been revised as follows:
Before placing the lines into service, a satisfactory report shall be received from the local or State
health department or an approved testing lab on samples collected from representative points in
the new system. Samples will be collected and bacteriological tests obtained by the Engineer.
Section 7-09.3(25)is a new additional section:
.r
Page 120 Project No.SWP 27-2711
no
SPECIAL PROVISIONS - Continued
7-09.3(25) Joint Restraint Systems(New Section,Project No. SNAP 27-2711)
Section 7-09.3(25) is a new additional section:
General
Where shown on the plans or in the specifications or required by the engineer, joint restraint
system(shackle rods)shall be used. All joint restraint materials used shall be those manufactured
by Star National Products, 1323 Holly Avenue P.O. Box 258, Columbus, Ohio 43216, unless an
r` equal alternate is approved in writing by the engineer.
Materials
Steel types used shall be:
1. High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar
"SST"series.
.. 2. High strength low-alloy steel(cor-ten),ASTM A242, superstar"SS"series.
Items to be galvanized are to meet the following requirements:
1. ASTM A 15 3 for galvanizing iron and steel hardware.
2. ASTM A123 for galvanizing rolled,pressed and forged steel shapes.
Joint restrainer system components:
Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3"
mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile
strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and
60,000 lbs. minimum for 3/4" by heat treating(quenching and tempering) to manufactures reheat
and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. Same ASTM
specification as SST 7. SST 77: 3/4" same as SST 7, except V eye for 7/8" rod. Same ASTM
.� specification as SST 7.
Tienut: Heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc
plated. S8: 5/8" and 3/4",ASTM A563, grade A, zinc plated or hot-dip galvanized.
Tiecoupling: Used to extend continuous threaded rods and are provided with a center stop to aid
installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563,
grade C3. S10: for 5/8"and 3/4"tierods,ASTM A563,grade A.
Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized.
SS 12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI 131.1. S 12: 5/8" and 3/4" diameter,
ASTM A36,A307.
Project No.SWP 27-2711 Page 121
SPECIAL PROVISIONS - Continued
Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436.
S17: ANSI B18.22.1.
Installation
Install the joint restraint system in accordance with the manufactures instructions so all joints are
mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull
against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for r
3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange
tierods symmetrically around the pipe.
Pipe Diameter Number of 3/4" Tie Rods Required
4" 2
6" 2
8" 3 r
10" 4
12" 6
14" 8 .r
16" 8
18" 8
20" 10 ■r
24" 14
30" (16-7/8" rods)
36" (24-7/8" rods) r
Where a manufacturers mechanical joint valve or fitting is supplied with slots for "T" bolts
instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead,
so as to provide adequate space for locating the tiebolts.
Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be
greater than 60 feet in length between fittings. Insert long body solid sleeves as required on
longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained
runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint.
r
Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall
be galvanized. All disturbed sections will be painted, to the inspector's satisfaction,with koppers
bitomastic no. 300-m,or approved equal.
Where poly wrapping is not required all tiebolts, tienuts,tiecouplings,tierods and tiewashers may
be galvanized as specified in the preceding paragraph or plain and painted in the entirety with ..
koppers bitumastic no. 800-m, or approved equal.
Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to
installation of the pipe and no additional payment shall be made.
7-09.4 Measurement
r
Section 7-09.4 is revised as follows:
r
Page 122 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
r— Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the
calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in
accordance with Section 1-09.
Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-
yard when these items are included as separate pay items. If not included as separate pay items in
the contract, then thrust blocking and dead-man blocks shall be considered incidental to the
installation of the water main and no further compensation shall be made.
Measurement for payment for connections to existing water mains will be per each for each
connection to existing water main(s)as shown on the plans.
7-09.5 Payment
Section 7-09.5 is revised and supplemented as follows:
Revised Section,Project No. SWP 27-2711)
.. Payment for all work associated with these items of work shall be under the lump sum bid price
for Relocate 12-Inch Water Main as described in Special Provision Section 1-09.14.
if Diam.",pef iiijea!feet.
'roc uftitzviAr-3Et pfiee pef linear- fef eaeh size and kind of r --Pipe€sr-Watef Main in.
Diam." shall be full-Pay fef all wefk te eemplete the installation of the watef main ineluding b
not limited to tfeneh r
' bedding, pipe-aind e baekfilling,
flushing,fef inseftien and r-emeval ef pely pigs, tempefafy thfust bleeks and blew eff assemblies, testing,
disififeeting the pipelifte, shaek4e fads,
n rr
.
r rr n Shall be fef th
> materials,
dead man ' e de vatefing, haul and disposal__—'=,F
tinsuitable ' steel,
eensidefed ineidet-Aal to the ifistallatien of the pipe and fie ftifthef eempensatien shall be Blade.
"Ge e fi t Existifig W of Alains"pef eaehr
The ufiit eei-Ar-aet pfiee per- eaeh eenneefien to existing watef mains shall be fef eemplet-e
> labef,
watefziraiirr
r
Project No.SWP 27-2711 Page 123
SPECIAL PROVISIONS - Continued
cc fill" a ..1.•. r- e«♦e.
����o�el-€er�eae��el� ,~ �_
r
The unit eentmet pfiee-per--ems}e-yard-er-ten fe cU D ! ,�T z erze, ae�£ll' shall be
r
"Fete xdatien Material",per-tef. ef ubi .,1
n material"
exeavating and dispesing of the unsuitable material and feplaeing with the appfepfiate feundatie
7-12 VALVES FOR WATER MAINS
7-12.3(1) Installation of Valve Marker Post
Section 7-12.3(1)has been revised as follows:
r
Where required, a valve marker post shall be furnished and installed with each valve. Valve
marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with
18 inches of the post exposed above grade.
The rest of this section is deleted. •
7-12.3(2) Adjust Existing Valve Box to Grade(New Section,Project No. SWP 27-
2711) •
Section 7-12.3(2) is a new section:
r
Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section
7-05.3(1)of the Renton Standards. Valve box adjustments shall include,but not be limited to,the
locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final
installation shall be made in accordance with the applicable portions of Section 7-12.
In the event that the existing valve box is plugged or blocked with debris,the Contractor shall use
whatever means necessary to remove such debris, leaving the valve installation in a fully operable •
condition.
The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch ,r
(1/2")below finished grade.
Page 124 Project No.SWP 27-2711
r
SPECIAL PROVISIONS - Continued
7-12.4 Measurement
'— Section 7-12.4 is supplemented by adding the following:
.. Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate
pay item in the Contract; if not a separate pay item but required to complete the work, then value
box adjustment shall be considered incidental.
Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will
not be included in this measurement item.
7-12.5 Payment(Revised Section,Project No. SWP 27-2711)
Section 7-12.5 is replaced with the following:
Payment for all work associated with these items of work shall be under the lump sum bid price
for Relocate 12-Inch Water Main as described in Special Provision Section 1-09.14.
PaymepA for-all wer-k asseeiated with this item ef wafk shall be tinder-the unit eepAr-aet pr-iee fe
7-15 SERVICE CONNECTIONS
7-15.3 Construction Details
Section 7-15.3 is supplemented as follows:
Pipe materials used to extend or replace existing water service lines shall be copper.
Where installation is in existing paved streets, the service lines shall be installed by a trenchless
percussion and impact method (hoe-hogging). If the trenchless percussion and impact method
fails,regular open trench methods may be used.
7-15.5 Payment(Revised Section,Project No. SWP 27-2711)
r
Section 7-15.5 is revised as follows:
Payment for all work associated with these items of work shall be under the lump sum bid price
for Relocate 12-Inch Water Main as described in Special Provision Section 1-09.14.
Paymet4 fer-all wer-k asseeiated with this item ef work shall be undef the unit eepAr-aet pfiee fe
7-17 SANITARY SEWERS
Project No.SWP 27-2711 Page 125
r
SPECIAL PROVISIONS - Continued
7-17.2 Materials
.r
Section 7-17.2 is replaced with the following:
(******)
Pipe used for sanitary sewers may be: M
Rigid Thermoplastic
Concrete PVC (Polyvinyl Chloride) •
Ductile Iron All sanitary sewer pipe shall have flexible
gasketed joints unless otherwise specified.
r
It is not intended that materials listed are to be considered equal or generally interchangeable for
all applications. The Engineer shall determine from the materials listed those suitable for the
project,and shall so specify in the specifications or plans.
Materials shall meet the requirements of the following sections.
Plain Concrete Storm Sewer Pipe 9-05.7(1)
Reinforced Concrete Storm Sewer Pipe 9-05.7(2)
Solid Wall PVC Sanitary Sewer Pipe 9-05.12(1)
Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2)
Ductile Iron Sewer Pipe 9-05.13
Sanitary Sewer Steel Encasement Pipe 9-05.21
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and
permanent under normal conditions of handling and storage.
7-17.3(1) Protection of Existing Sewerage Facilities
Section 7-17.3(l) is supplemented by adding the following:
(******)
When extending an existing sewer, the downstream system shall be protected from construction
debris by placing a screen or trap in the first existing manhole downstream of the connection. It
shall be the contractor's responsibility to maintain this screen or trap until the new system is
placed in service and then to remove it. Any construction debris which enter the existing
downstream system, shall be removed by the contractor at his expense, and to the satisfaction of
the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the
Engineer.
r
7-17.3(2)H Television Inspection
Section 7-17.3(2)H is supplemented by adding the following: ..
(******)
Once the television inspection has been completed the contractor shall submit To the Engineer the
written reports of the inspection plus the video tapes. Said video tapes are to be in color and
Page 126 Project No.SAT 27-2711
r
SPECIAL PROVISIONS - Continued
compatible with the City's viewing and recording systems. The City system accepts 1/2" wide
high density VHS Tapes. The tapes will be run at standard speed SP (15/16 I.P.S.).
7-17.4 Measurement
.. Section 7-17.4 is supplemented as follows:
Measurement of"Bank Run Gravel for Trench Backfill" will be determined by the cubic yard in
place, measured by the neat line dimensions shown in the Plans, or by the Ton on truck tickets.
7-17.5 Payment
Section 7-17.5 is revised and supplemented as follows:
Payment will be made in accordance with Section 1-04.1, for each of the following bid items that
are included in the proposal:
"Sant Sewer Encasement—Station 13+18 "
�'Y per lump sum.
"Sanitary Sewer Encasement—Station 15+58,"per lump sum.
The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full
pay for furnishing,hauling, and assembling in place the completed installation including all wyes,
tees, special fittings,joint materials, bedding material, and adjustment of inverts to manholes for
the completion of the installation to the required lines and grades.
"Unsuitable Foundation Excavation, Incl. Haul,"per cubic yard.
The unit contract price per cubic yard for "Unsuitable Foundation Excavation, Incl. Haul" shall
be full pay for all work to remove unsuitable material and replace and compact suitable material
as specified in Section 7-08.3(1)A.
"Bank Run Gravel for Trench Backfill,"per cubic yard,or Ton.
The unit contract price per cubic yard, or Ton for"Bank Run Gravel for Trench Backfill"shall be
full pay for all work to furnish, place,and compact material in the trench.
Payment for all work associated with this item of work shall be under the unit contract price for
.. the various bid items described in Section 1-09.14 of these Special Provisions.
r
r
Project No.SWP 27-2711 Page 127
r
r
SPECIAL PROVISIONS - Continued
8-01 EROSION CONTROL (REVISED SECTION,PROJECT NO. SWP 27-
r
2711)
8-01.1 Description
ar
Supplement this section with the following:
Work shall include the placement of temporary and permanent erosion control facilities during ri
the duration of this project. The Contractor will be held solely responsible for maintenance of all
erosion control facilities necessary during the duration of this Contract.
Work shall include but not be limited to the following:
• Storm Drain Inlet Protection
• Sediment Control Fencing
• Sandbags and Hay Bales
• Seeding,Fertilizing,and Mulch
s
• Topsoil
• Covering Soil with Plastic Covering
• Miscellaneous Erosion Control
8-01.2 Materials
Supplement this section with the following:
Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 100X or approved
equal.
8-01.3(2)A Topsoil
r
Section 8-01.3(2)A is supplemented with the following:
Topsoil shall be a mixture of Pacific Garden Mulch 30% and Loamy Sand 70% screened through ,r
a 3/8" screen. Available through Pacific Topsoils(800) 884-7645 or equivalent.
8-01.3(3) Miscellaneous Erosion Control(New Section,Project No. SWP 27-2711) r
The Contractor shall take all necessary precautions to prevent sediment from construction
activities from entering into storm water systems or natural waterways and from being
transported away from the construction area by storm water.
The Contractor shall cover all soil stockpiles at the end of the workday with plastic sheeting
securely anchored against the wind. Runoff from the plastic sheeting shall not impact private
property and shall be directed to the City storm sewer system.
8-01.3(4)A Seeding •
Section 8-01.3(4)A shall be supplemented with the following:
r
Page 128 Project No.SWP 27-2711
r
SPECIAL PROVISIONS - Continued
Turftype Perennial Ryegrasses shall be a blend of the following:
Dasher II Manhattan II % by Weight 100
Fiesta II Prelude Min. Seed 98
Diplomat Bright Star Min. Germination 90
Omega II Saturn Max. Weed Seed 0.05
EIF SR 4200
Tophat
Lawn Seed Mix(rates,per 1,000 sf):
r
46#Wood Fiber Mulch
5#Seed Mix
15# 10-20-20 Fertilizer
1#Tackifier
When weather conditions are not conducive to satisfactory results from seeding operations the
Engineer may order the work suspended and it shall be resumed only when the desired results are
likely to be obtained.
�•• Inspection of any area will be made upon completion of each area of application of seeding and
fertilizing and again upon completion of the application of the mulching.
., The work in any area will not be measured for payment until a uniform distribution of the
material is accomplished at the specific rate.
.. In some areas, it may be necessary to apply a four-inch lift of"top-soil" to the disturbed surface
prior to hydroseeding. This item will be paid for separately as noted in the Proposal.
8-01.3(4)B Fertilizing
Section 8-01.3(4)B shall be supplemented with the following:
A. Tree& Shrub Fertilizer
Agriform 20-10-15 planting tablets or equivalent.
B. Lawn Fertilizer
A commercial fertilizer meeting the requirements of Section 9-14.3 shall be
furnished. All fertilizer shall be pre-mixed prior to bringing on the job.
Initial Application: 10-20-20 at the rate of fifteen (15) pounds per 1,000 square
feet.
Second Application: When the grass is two inches high, and prior to mowing, a
post-seeding fertilizer (10-20-20), shall be applied at the rate of fifteen (15)
r
Project No.SWP 27-2711 Page 129
�r
SPECIAL PROVISIONS - Continued
pounds per 1,000 square feet.
r
Fertilization after First Mowing: After the first mowing, the Contractor shall
apply fertilizer (6-2-4) at the rate of thirty pounds (30 lbs.) per one thousand
square feet (1,000 sq. ft.). First mowing shall occur when the grass first reaches
two (2") inches in height and shall be mowed to a continuing height of one and
one half inches (1-1/2"). Mowing shall continue on a weekly basis thereafter
until Physical Completion of the project.
r
8-01.3(5) Mulching
Section 8-01.3(5)shall be supplemented with the following: •■
Hydroseeded mulch shall be 100% wood fiber mulch manufactured by the defiberating process,
from fir, hemlock, or alder. The mulch shall have a minimum 60% of fibers 8.5 mm or longer
and 77%of the total fiber exceeding 3.5 mm in length.
Wood fiber mulch shall be uniform in weight with the unit weight displayed clearly on each
r
package. Fiber shall be dyed green in color to provide visual metering of application. Tackifier
shall be incorporated into the wood fiber in the drying process. Percentage of tackifier shall not
be less than 2% or greater than 10%, with the percentage used clearly labeled on the outside of
package.
8-01.3(6)B Soil Binder or Tacking Agent
r
Section 8-01.3(6)B shall be supplemented with the following:
Tackifier to be primarily composted of guar gum. Tackifier shall be incorporated into the wood r
fiber in the drying process. Percentage of tackifier shall not be less than 2%or greater than 10%,
with the percentage used clearly labeled on the outside of package.
r
Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular wood
fiber mulch to provide tackifier rates equivalent to or greater than specified.
8-01.5 Payment
Payment for all construction associated with these items of work shall be under the unit and lump
sum contract prices for the various bid items described in the Section 1-09.14. r
8-02 ROADSIDE PLANTING (REVISED SECTION,PROJECT NO. SWP 27-
2711)
8-02.1 Description
a
Section 8-02.1 shall be supplemented with the following:
This work shall include all planting of trees, shrubs and sod on the site. The planting shall be .,
installed using the materials shown on the Plans and/or as specified in these Special Provisions.
Page 130 Project No.SWP 27-2711
.r
SPECIAL PROVISIONS - Continued
The planting shall be installed to grades and conform to the areas and locations as shown on the
Plans,or as directed by the Engineer.
8-02.2 Materials
Section 8-02.2 shall be supplemented with the following:
Trees and Shrubs
Trees and shrubs shall be as specified on the drawings and conform to Section 9-14.6., and to the
American Standard for Nursery Stock ANSI Z 60.1 — 1996 for quality standards.
Fertilizer
Tree and Shrub Fertilizer:
Agriform 20-10-15 planting tablets for planting pits.
Trees: Four(4)21 gram tablets
Shrubs: Two(2)21 gram tablets
Groundcovers: None required.
Fertilizer for Sodded Areas:
Initial Application: 10-20-20 at the rate of fifteen(15)pounds per 1,000 square feet.
Second Application: When the
pp grass is two inches high, and prior to mowing, apost-
seeding fertilizer (10-20-20), shall be applied at the rate of fifteen (15) pounds per 1,000
square feet.
Fertilization after First Mowing: After the first mowing, the Contractor shall apply
_ fertilizer(6-24) at the rate of thirty pounds (30 lbs.) per one thousand square feet (1,000
sq. ft.). First mowing shall occur when the grass first reaches two (2") inches in height
and shall be mowed to a continuing height of one and one half inches (1-1/2"). Mowing
shall continue on a weekly basis thereafter until Physical Completion of the project.
Mulch
Shrub Bed Mulch:
Shrub bed mulch shall be Pacific Garden mulch or equal approved by the City. Available
aw through Pacific Topsoil(800) 884-7645.
Tackifier:
Tackifier to be primarily composed of guar gum. Tackifier shall be incorporated into the
wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or
greater than 10%, with the percentage used clearly labeled on the outside of package.
Project No.SWP 27-2711 Page 131
r
■r
SPECIAL PROVISIONS - Continued
r
Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular
wood fiber mulch to provide tackifier rates equivalent to or greater than specified. .,
Grass:
.n
Turftype Perennial Ryegrasses shall be a blend of the following:
Dasher II Manhattan 11 %by Weight 100
Fiesta II Prelude Min. Seed 98
Diplomat Bright Star Min. Germination 90
Omega II Saturn Max.Weed Seed 0.05
EIF SR 4200
Tophat
Lawn Seed Mix(rates per 1,000 sf): •
46#Wood Fiber Mulch
5# Seed Mix ■r
15# 10-20-20 Fertilizer
1#Tackifier
Sod:
Provide sod as follows:
Mixture: 60%Perennial Turf Type Ryegrass
20%Hybrid Kentucky Bluegrass
20%Fescue
Ryegrass: 60%by weight
TARA perennial ryegrass
DANDY perennial ryegrass •r
SHERWOOD perennial ryegrass
Fescue: 20%by weight
SPARTAN Hard Fescue
Sod shall:
• Contain no more than 1% other grasses, none of which is coarse or of
undesirable variety.
• Be free of weeds,pests,and diseases.
• Contain no more than I%Poa Anna(annual bluegrass).
• Be not less than 10 months old and no more than 14 months old; healthy
and with a dense,vigorous,well-developed root structure.
• Be grown on fumigated soil with intensive care and cultivation under
.r
rigid quality control.
• Be cut from fields no more than 24 hours before delivery to job site.
Sod is available through County Green Turf Farms; 1-800-300-1763, or approved equal.
Page 132 Project No.S WP 27-2711
r
w
SPECIAL PROVISIONS - Continued
8-02.3 Construction Requirements
Section 8-02.3 shall be supplemented with the following:
Sod
Prior to laying sod, the initial application of the 10-20-20 fertilizer shall be spread and raked into
the topsoil. When grass reaches 2 inches in height and before mowing, apply the second
.. application of 10-20-20.
Sod shall be placed in accordance with standard horticultural practices. Dry soil shall be
moistened by sprinkling. All butt joints shall be staggered. On sloped areas, the sod shall be laid
with the long dimension parallel to the toe or top of slope. After placing, the sod shall be rolled
and heavily watered by sprinkler.
The Contractor shall be responsible for watering and fertilizing the sod during the establishment
period. Watering shall be scheduled to prevent drying of joints between sod strips. Four weeks
after the first mowing, 6-2-4 fertilizer shall be applied and reapplied at six week intervals.
w
Maintenance
w The maintenance of all sodded and seeded areas shall include watering, weed treatment, mowing
(between April I` and September 30th) with a mower with soft pneumatic wheels, and edging
adjacent to paving, curbs, or walls. Maintenance shall continue until physical completion of the
.. project.
Inspection and Substantial Completion
After completion of all sodding and seeding, including the post-planting fertilization, which
follows the first mowing, the Engineer will review the sodded or seeded areas for adequacy.
Areas not fully established (sod) or germinated (seeded) with a uniform stand of grass, or areas
damaged through any cause prior to this inspection shall be resodded/reseeded, as herein
specified at the Contractor's expense. "Uniform stand of grass" shall signify complete cover of
lush,thriving,green grass with no bare spots.
w
Reseeding
Reseed and fertilize with 6-2-4 at a rate of four hundred pounds (30 lbs.) per 1,000 sf, all areas
failing to show a uniform stand of grass after germination of seed, or damage through any cause
before physical completion of the project.
8-02.3(2)A Chemical Pesticides
No chemical herbicides will be allowed in planting or ground cover areas.
8-02.3(4) Preparation, Cultivation,and Cleanup
The costs of removing all excess material and debris shall be incidental to other contract pay
items.
Project No.SWP 27-2711 Page 133
err
SPECIAL PROVISIONS - Continued
Cultivate topsoil backfill materials, including imported topsoil and soil amendment, into the
existing subgrades to a minimum transition depth of 6 inches.
8-02.3(4)A Finish Grading and Topsoiling
rr
Finish grades of planting and seeding areas shall allow for soil preparation and mulch. Finish
grades shall be as follows:
rrr
Planting Areas: 2 inches below all walks, curbs,and/or hard-surface edges.
Seeding Areas: 1 inch below all walks,curbs, and/or hard-surface edges. •
Perform all excavation and backfill necessary to provide finish grade of landscape areas as
indicated and specified. Remove from site excess and unsuitable material. Any fill material rr
required to bring landscape areas to finish grade shall be imported Topsoil Type A. Landscape
areas shall be graded to lines, grades, and cross sections indicated. Grades shall meet the
following: ■r
1. Maximum 2:1 slope,unless otherwise indicated.
•
2. Smooth and round off surfaces at abrupt grade changes.
3. Feather grades to meet existing gradually.
4. Provide minimum 2 percent crown or slope in all landscape areas. The
Contractor is responsible for any adverse drainage conditions that may affect
plant growth, unless he contacts the Project Engineer immediately indicating any ..
possible problem.
Finish grades shall be inspected and accepted by the Project Engineer prior to commencing
planting or seeding work.
The costs of removing all excess material and debris shall be incidental to other contract pay r,
items.
8-02.5 Payment
Payment for all work associated with this item of work shall be under the unit contract price for
the various bid items described in Section 1-09.14 of these Special Provisions.
8-04 CURB,GUTTERS,AND SPILLWAYS (REVISED SECTION,PROJECT
NO. SWP 27-2711)
8-04.1 Description
Add the following:
Page 134 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
Work includes replacement of curb and gutters removed or damaged due to construction
activities.
8-04.3 Construction Requirements
Add the following:
Curb and gutters shall match the existing curb and gutter, including type and dimensions, unless
.� otherwise noted in the Plans or by the Engineer. Grade shall meet adjacent curb and gutter in a
smooth transition.
8-04.3(3) Width of Replacement(New Section,Project No. SNAP 27-2711)
Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise
authorized by the Engineer.
8-04.5 Payment
Payment for all work associated with this item of work shall be under the unit contract price for
the various bid items described in Section 1-09.14 of these Special Provisions.
See bid items descriptions for units of measure and payment.
8-09 RAISED PAVEMENT MARKERS
8-09.5 Payment
Section 8-09.5 has been revised as follows:
Payment will be made for each of the following bid items that are included in the proposal:
The unit contract price per lump sum for "Remove/Relocate Existing Signing" shall be full pay
for all labor, materials, and equipment necessary for furnishing and installing the markers in
accordance with these Specifications including all cost involved with traffic control unless traffic
control is listed in the contract as a separate pay item.
8-13 MONUMENT CASES
8-13.1 Description
Section 8-13.1 is revised and supplemented as follows:
This work shall consist of furnishing and placing monument cases and covers, in accordance with
the Standard Plans and these Specifications, in conformity with the lines and locations shown in
the Plans or as staked by the Engineer or by the Contractor supplied surveyor.
Project No.SWP 27-2711 Page 135
r
SPECIAL PROVISIONS - Continued
8-13.3 Construction Requirements
.r
Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
(******)
The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor. °'
When existing monuments will be impacted by a project, the Contractor shall be responsible for
assuring that a registered surveyor references the existing monuments prior to construction. After r'
construction is complete, the monuments shall be re-established by the surveyor in accordance
with RCW 58.09.130.
8-13.4 Measurement
Section 8-13.4 is supplemented by adding the following:
(******)
All costs for surveying and resetting existing monuments impacted by construction shall be
considered incidental to the contract unless specifically called out to be paid as a bid item.
8-13.5 Payment
Section 8-13.5 is supplemented by adding the following:
"Reset Existing Monument"per each.
Resetting an existing monument impacted by construction shall be incidental unless included as a ..
pay item in the Schedule of Prices.
8-14 CEMENT CONCRETE SIDEWALKS .r
8-14.3(4) Curing
.r
Section 8-14.3(4)is replaced with:
(******)
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications
shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The
curing agent shall be applied immediately after brushing and be maintained for a period of 5 days.
r
The Contractor shall have readily available sufficient protective covering, such as waterproof
paper or plastic membrane, to cover the pour of an entire day in the event of rain or other
unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be r
excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may
specify.
Page 136 Project No.SWP 27-2711
sr
SPECIAL PROVISIONS - Continued
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly
placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly
concrete shall be removed and replaced at the expense of the Contractor.
8-14.4 Measurement
Section 8-14.4 is supplemented by adding the following:
When the contract contains a pay item for "Curb Ramp, Cement Concrete," the per each
measurement shall include all costs for the complete installation per the plans and standard details
including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting,
removal and disposal of excavated materials including existing pavement and sidewalk, crushed
surfacing base materials and all other work, materials and equipment required per Section 8-14
shall be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these
other items are listed and specified to be paid as separate pay items.
If the contract does not provide a pay item for"Curb Ramp, Cement Concrete,"but the plans call
for such installation, then quantities shall be measured with and paid for under the bid items for
Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of
asphalt concrete, the payment shall be included in the pay item for "Miscellaneous and/or
Driveway Asphalt Concrete."
8-14.5 Payment
s
Section 8-14.5 is supplemented by adding the following:
Payment for excavation of material not related to the construction of the sidewalk but necessary
before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance
with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations
including haul and disposal, regardless of the depth required for constructing the sidewalk to the
lines and grades shown, and shall include all costs thereof in the unit contract price per square
yard for"Cement Conc. Sidewalk."
Payment for all work associated with this item of work shall be under the unit contract price for
the various bid items described in Section 1-09.14 of these Special Provisions.
8-17 IMPACT ATTENUATOR SYSTEMS
8-17.5 Payment
Section 8-17.5 is supplemented by the following:
If no pay item is included for temporary impact attenuators then all costs to provide and install
shall be considered a part of the pay item for"Traffic Control."
Project No.SWP 27-2711 Page 137
r
SPECIAL PROVISIONS - Continued
8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL
8-20.2(1) Equipment List and Drawings
(******)
Paragraphs four of Section 8-20.2(1)are revised and supplemented with the following:
The Contractor shall submit for approval six sets of shop drawings for each of the following types
of standards called for on this project:
1. Light standards with or without pre-approved plans.
2. Signal standards with or without pre-approved plans.
3. Combination Signal and lighting standards.
4. Metal Strain Poles.
Paragraph five of Section 8-20.2(1) is deleted.
Paragraph six of Section 8-20.2(1) is deleted.
Section 8-20.2(1)is supplemented as follows:
The Contractor also shall submit either on the signal standard shop drawings or attached to the
signal standard shop drawings all dimensions to clearly show the specific mast arm mounting
height and signal tenon locations for each signal pole to be installed.
8-21 PERMANENT SIGNING(ADDED SECTION,PROJECT NO. SWP 27-
2711)
8-21.3(5) Sign Relocation
Section 8-21.3(5) shall be supplemented with the following: ..
Permanent Sign Relocation
During the life of the Contract, all existing signs that are damaged or removed shall be replaced
by the Contractor at no expense to the Owner.
Temporary Sign Relocation
Existing signs may be temporarily relocated to portable sign stands for convenience of
construction, subject to the approval of the City inspector. When temporarily installed on posts,
the signs shall be located as near as practical to their permanent locations and shall have a
minimum vertical clearance above the pavement in accordance with the Manual on Uniform
Traffic Control Devices (MUTCD). Upon completion of construction in the area immediately
surrounding the permanent sign location, the sign and support shall be re-installed in their
permanent location.
All portable sign stands shall be designed to rigidly support the sign in position without creating a
hazard to the motorist. Portable sign stands shall be furnished by the Contractor and upon
r
Page 138 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
completion of the work shall remain the property of the Contractor and shall be removed from the
project.
All signs, unless specified herein, shall be mounted at a height of seven feet as measured
vertically from the ground (finished grade) to the bottom of the sign. Signs shall be installed in
conformance with the Standard Sign Installation Plan Detail. All sign posts shall conform to the
Standard Sign Installation Plan Detail. Existing sign posts which do not conform to said detail
shall be removed and wastehauled and a new sign post shall be furnished.
8-21.5 Payment
All costs for furnishing and installing new signs, relocating existing signs, removing and
delivering signs to City shop, as specified herein and shown on the Plans including metal tube
sign posts, concrete anchors, and fasteners shall be included in the lump sum price bid for
"Remove/Relocate Existing Signing"as listed in the Proposal.
Payment for all work associated with this item of work shall be under the unit contract price for
the various bid items described in Section 1-09.14 of these Special Provisions.
See bid items descriptions for units of measure and payment.
-- 8-22 PAVEMENT MARKING
8-22.1 Description
w
The following item in Section 8-22.1 is revised as follows:
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk
stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center
of lanes. See detail sheet.
Skip Center Line(Replacement)
A BROKEN YELLOW line 4 inches wide. The broken or"skip"pattern shall be based on a 24-
foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center line
delineation on two-lane or three-lane,two-way highways.
Double Yellow Center Line(Replacement)
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow
center stripe is used as center line delineation on multilane, two-way highways and for
channelization.
Approach Line(New)
Project No.SWP 27-2711 Page 139
SPECIAL PROVISIONS - Continued
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from
through movements, to separate high occupancy vehicle lanes from general purpose lanes, for
islands,hash marks,and other applications. Hash mark stripes shall be placed on 45-degree angle
and 10 feet apart.
Lane Line(Replacement)
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same
direction. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line .r
and a 15-foot gap.
Two Way Left Turn Line(Replacement)
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide,
separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit
consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of the
broken line in the direction of travel.
Crosswalk Line(Replacement)
A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk
stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center AV
of lanes. See detail sheet.
Stop Line(Replacement)
A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans.
r
(Revised Section,Project No. SWP 27-2711)
Supplement this section with the following:
All existing pavement markings and markers that are removed by the Contractor's activities
related to this project shall be replaced in the original location and shall be of similar type.
Markings and markers shall be in accordance with the City of Renton Standard Plans.
8-22.2 Material
Section 8-22.2 shall be supplemented with the following:
The following pavement marking materials have been tested and prequalified for use.
Plastic—Tape
Manufacturer Name Brand
3M Company 3M Stamark 380 -60 mil.
,r
Tape materials are not allowed on bituminous surface treatment(BST)pavement.
Page 140 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
w
Plastic—Extruded Material
Manufacturer Identification
Lafrentz Road Services Ltd. Lafrentz Thermoplastic
Morton International (Norris) Dura-Stripe AC
la. Motron International(Norris) Duraline-Thermoplastic
Pave-Mark Corporation Pave-Mark Hydrocarbon
Pave-Mark Corporation Pave-Mark Alleyd
... *Cataphote, Inc. Catatherm ABITOL
* Approved for installation in Western Washington only.
8-22.3(5) Installation Instructions
Section 8-22.3(5) is revised as follows:
w
(******)
A manufacturer's technical representative need not be present at the initial material installation to
approve the installation procedure.
8-22.5 Payment
w
Section 8-22.5 is supplemented as follows:
w
(******)
Payment for all work associated with this item of work shall be under the unit contract price for
the various bid items described in Section 1-09.14 of these Special Provisions.
8-23 TEMPORARY PAVEMENT MARKINGS
r
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
If no pay item is included in the contract for installation or for removal of temporary pavement
markings then all costs associated with these items are considered incidental to other items in the
AV contract or included under"Traffic Control,"if that item is included as a bid item.
s
Project No.SWP 27-2711 Page 141
rr
SPECIAL PROVISIONS - Continued
9-03 AGGREGATES
(January 5,2004)
9-03.8(2) HMA Test Requirements
Section 9-03.8(2) is supplemented with the following:
ESALs
The number of ESALs for the design and acceptance of the I MA shall be*** $$1$$ *** million.
9-03.8(7) HMA Tolerances and Adjustments
Item 1 is deleted and replaced with: .s
(****)
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-
04.3(7)A, the constituents of the mixture at the time of acceptance shall conform
to the following tolerances:
Nonstatistical Commercial
Aggregate, percent passing Evaluation Evaluation
1", 3/4", 1/2", and 3/8" sieves ±6% ±8%
U.S.No. 4 sieve ±6% ±8%
U.S.No. 8 sieve ±6% ±8%
U.S.No. 16 sieve ±4% ±6%
U.S.No. 30 sieve ±4% ±6% r
U.S.No. 50 sieve ±4% ±6%
U.S.No. 100 sieve ±3% ±5%
U.S.No. 200 sieve ±2.0% ±3.0%
Asphalt Binder ±0.5% ±0.7%
VMA 1.5%below minimum value in 9-03.8(2)
VFA min. and max. as listed in 9-03.8(2)
Va 2.5%minimum and 5.5%maximum
w+
These tolerance limits constitute the allowable limits as described in Section 1-
06.2. The tolerance limit for aggregate shall not exceed the limits of the control
points section, except the tolerance limits for sieves designated as 100% passing
will be 99-100.
9-03.10 Aggregate For Gravel Base (Revised Section,Project No. SWP 27-2711)
Section 9-03.10 shall be supplemented with the following:
Gravel Base material shall be free of rock fragments larger than three inches.
Page 142 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
9-03.22 Controlled Density Fill(New Section,Project No. SWP 27-2711)
Controlled Density Fill (CDF) shall be a mixture of Portland cement, fly ash, aggregates, water
and admixtures proportioned to provide a non-segregating, self-consolidating, free-flowing and
excavatable material which will result in a hardened,dense,non-settling fill.
Where not specified in this section, measuring, mixing, delivery and placement shall follow
ASTM C94 or WSDOT 6-02.3.
dM
9-03.22(1) Materials Description
Controlled Density Fill shall be a mixture of Portland cement, fly ash, aggregates, water, and
admixtures, which has been batched and mixed in accordance with ASTM C94 or WSDOT 6-
02.3.
Light Weight Control Density Fill shall be a foamed concrete product mixture of Portland
cement, fly ash, aggregates, water, and admixtures, which shall have cured unit weight between
60 to 65 lbs per cubic foot and a minimum compressive strength of 150 psi. It shall be Elastazell
Class V or equal.
Materials
1. Portland Cement: ASTM C150, AASHTO M85, or WSDOT 9-01
.. 2. Fly Ash: Class F or Class C
3. Aggregates: ASTM C33, WSDOT 9-03.14, or WSDOT 9-03.1
4. Water: WSDOT 9-25
,. 5. Admixtures: WSDOT 9-23.6, AASHTO M194, ASTM C494, or
ASTM C260
9-03.22(2) Proportioning
The table below provides a guideline for Controlled Density Fill mixes. The weights shown are
aw only an estimate of the amount to be used per cubic yard of CDF. Actual amounts may vary from
those shown as approved by the Owner or approved trial mix data or field test results for proper
strength, workability, consistency, and density.
" Class of CDF A g C
Maximum Compressive Strength, lbs.per s . in. 100 300 300
(lbs./s .ft.) (14,400) (43,200) (43,200)
Max. gals. of mixing water per cubic yard 50 50 30
Lbs. of cement per cubic yard,approximate 30 50 50
Lbs. of fly ash per cubic yard, approximate 200 250 250
+� Lbs. of dry aggregate per cubic yard, approximate
(assumed S .G. 2.67) 3,200 3,200 3,200
Project No.SWP 27-2711 Page 143
SPECIAL PROVISIONS - Continued
1. If air entraining or water reducing admixture is used for flow-ability, total water
and aggregates may be adjusted for yield.
r
2. Coarse aggregate size of 1-1/2" minus assumed. For flowable or excavatable
CDF, 3/8"minus or sand is recommended.
3. Weights may be adjusted for flow-ability and pump-ability.
9-03.22(3) Placement
CDF can be proportioned to be flowable, non-segregating, or excavatable by hand or machine.
Desired flow-ability shall be achieved with the following guidelines:
Low Flow-ability below 6-inch slump
Normal Flow-ability 6—8 inch slump Vn
High Flow-ability 8 inch slump or greater
CDF shall be placed by any reasonable means in to the area to be filled. Flowable CDF shall be
brought up uniformly to the elevation shown on the plans. Trench section to be filled with CDF du
shall be contained at either end of trench section by bulkhead or earth fill.
CDF patching, mixing and placing may be started if weather conditions are favorable, when the or
temperature is at 34 degrees F and rising. At the time of placement, CDF must have a
temperature of at least 40 degrees F. Mixing and placing shall stop when temperature is 38
degrees F or less and falling. Each filling stage shall be as continuous an operation as is
practicable. CDF shall not be placed on frozen ground.
9-03.22(4) Compaction •r
For flowable CDF compaction is not necessary for placement.
The Contractor may as an option, adjust the water content to obtain a 0 to 1 inch maximum slump
mixture which if used will be compacted in lifts not to exceed 12 inches. Compaction will be
accomplished by use of acceptable compaction means.
■r
9-03.22(5) Protection
Contractor shall provide steel plates to span utility trenches and prevent traffic contact with CDF
for at least 24 hours after placement or until CDF is compacted or hardened to prevent rutting by
construction equipment of traffic.
.r
9-03.22(6) Testing
Testing shall be performed per WSDOT 6-02.3(5) for slump and compressive strength. .r
If laboratory trial batches or field trial data confirm weight and strength,no further testing will be
necessary, if approved by the Owner. mr
ar
Page 144 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
For hand excavatable material, the unconfined compressive strength shall be 100 psi maximum at
28 days. Laboratory trial batches or field trial data may be submitted to confirm strength and
weight.
9-03.22(7) Payment
Ap
Payment for all work associated with this item of work shall be under the unit contract price for
the various bid items described in Section 1-09.14 of these Special Provisions.
9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS
9-05.4 Steel Culvert Pipe and Pipe Arch(RC)
Section 9-05.4 is revised as follows:
Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type
II. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with
metallized coating applied inside and out following welding is acceptable and shall be asphalt
treatment coated.
9-05.7 Concrete Storm Sewer Pipe
Section 9-05.7 is revised as follows:
9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC)
VM
Section 9-05.7(2)is replaced by the following:
Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and
shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in
conformance with ASTM C150. No admixture shall be used unless otherwise specified.
9-05.7(2)A Basis for Acceptance(RC)
Section 9-05.7(2)A is supplemented by the following:
.. All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with
ASTM C76; and(2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or
AWWA C302 except test pressure shall be 5 psi.
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(3)is replaced by the following:
M..
Project No.SWP 27-2711 Page 145
1�
SPECIAL PROVISIONS - Continued
r
Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully
retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket
material shall be neoprene.
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC)
•
Section 9-05.7(4)is supplemented by the following:
�r
Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or
AWWA C302 except test pressure shall be 5 psi.
9-05.12(3) CPEP Sewer Pipe(New Section,Project No. SWP 27-2711)
Section 9-05.12(3) is a new additional section:
CPEP — Smooth interior pipe and fittings shall be manufactured from high density polyethylene
resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or
P34, Class C per ASTM D1248. In addition,the pipe shall comply with all material and stiffness
requirements of AASHTO M294.
9-05.13 Ductile Iron Sewer Pipe (DI) (Revised Section,Project No. SWP 27-2711)
Section 9-05.13 shall be supplemented with the following:
DI pipe shall be Class 52. Watertight joints shall be furnished and installed.
9-05.21 Steel Encasement Pipe(New Section,Project No. SWP 27-2711)
Section 9-05.21 is a new additional section:
Steel encasement pipe shall be fabricated from steel conforming to the requirements of ASTM
Designation A-53, Grade B. The welded steel encasement pipe shall be the diameter shown on
the Plans and shall have a minimum wall thickness of 0.25 inches. Pipe shall be of all-welded •
construction and shall be watertight. Successive length of pipe shall be jointed with a continuous
weld.
.r
9-14 EROSION CONTROL AND ROADSIDE PLANTING (REVISED
SECTION,PROJECT NO.SWP 27-2711)
as
9-14.1(3) Topsoil Type C
Section 9-14.1(1)shall be supplemented with the following:
r
Topsoil shall not be used while in a frozen or muddy condition.
r
ar
Page 146 Project No.SWP 27-2711
rl/
SPECIAL PROVISIONS - Continued
All topsoil shall be furnished as necessary to complete the required restoration and seeding. A
certified analysis of the topsoil from each source shall be submitted to the Owner before delivery
to the site.
If deficiencies in the topsoil are found as a result of this analysis, they shall be corrected at no
+� expense to the Owner.
9-14.8 Cleaning(New Section,Project No. 27-2711)
Perform cleaning during installation of the work and upon completion of the work. Remove from
the site all excess materials,debris and equipment. Repair damage to any project features.
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
9-23.9 Fly Ash(RC)
Section 9-23.9 is revised as follows:
Fly ash shall not be used around waterlines.
•� 9-30 WATER DISTRIBUTION MATERIALS
9-30.1(1) Ductile Iron Pipe
Section 9-30.1(1)is revised as follows:
Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile
iron pipe shall have a cement-mortar lining meeting the requirements of AWWA C 104. All other
ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the
Plans.
9-30.3(1) Gate Valves(3inches to 12 inches)
Section 9-30.3(1)is replaced with:
Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall
be Iowa List 14,Mueller Company No. A2380, Kennedy, or M&H.
um
Approval of valves other than models specified shall be obtained prior to bid opening.
no All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and
extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See
Water Standard Detail for 12"gate valve assembly vault and 1"bypass installation.
.. Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc
with bronze wedging device and O-ring stuffing box.
WP
Project No.SWP 27-2711 Page 147
ors
SPECIAL PROVISIONS - Continued
�r
Resilient Seated Gate Valves ..r
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA
Standard C509 latest revisions.
.w
All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion
protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve
parts prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C M"
550 latest revision. Valves shall be provided with two(2)internal O-ring stems seals. The valves
shall be equipped with one (1) anti-friction washer. The resilient gate valve shall have rubber
sealing surfaces to permit bi-directional flow. The stem shall be independent of the stem nut or 40
integrally cast.
Manufacturers of Resilient Seated gate Valves shall provide the City on request that the valve As
materials meet the City specifications.
Valves shall be designed for a minimum water operating pressure of 200 psi.
End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as
shown on the project plans.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller
Series 2370,Kennedy.
•
Approval of valves other than model specified shall be obtained prior to bid opening. All gate
valves less than 12 inches in diameter shall include an 8" x 24" cast iron gate valve box and
extensions, as required.
All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch bypass assembly
and shall be installed in a concrete vault per City of Renton Standard Details, latest revision.
9-30.3(3) Butterfly Valves
Section 9-30.3(3)is supplemented by adding the following:
Butterfly valves shall be Dresser 450 or Pratt Groundhog. 'r
9-30.3(5) Valve Marker Posts
Section 9-30.3(5)has been deleted and replaced with the following:
The valve markers shall be fabricated and installed in conformance with the Standard Drawings.
Valve markers shall be carsonite composite utility marker 0.375" x 6'-0" or approved equal with r
blue label"water."
Page 148 Project No.SWP 27-2711
SPECIAL PROVISIONS - Continued
9-30.3(7) Combination Air Release/Air Vacuum Valves
Section 9-30.3(7)has been supplemented as follows:
Air and vacuum release valves shall be APCO — Valve and Primer Corp, "Heavy-Duty,"
combination air release valve,or equal.
,,. Installation shall be per the City of Renton Standard Detail,latest revision.
Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans
,. is approximate. The installation shall be set at the high point of the line.
9-30.3(8) Tapping Sleeve and Valve Assembly
Section 9-30.3(8)is revised as follows:
Tapping sleeves shall be cast iron,ductile iron epoxy-coated steel, or other approved material.
9-30.3(9) Blow-Off Assembly(New Section,Project No. SWP 27-2711)
a
Section 9-30.3(9)is a new section:
MM
(******)
Permanent blow-off assembly shall be#78 Kupferle Foundry Co. or approved equal. Installation
of blow-off permanent blow-off assembly shall be per City of Renton Water Standard Detail,
latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at
location(s) shown on the plans. Temporary blow-off assembly on new dead-end water main shall
be installed at location shown on the Plans.
Temporary blow-off assemblies for testing and flushing of the new water mains will not be
included under this item and shall be considered incidental to the contract and no additional
payment shall be made.
9-30.6(3)B Polyethylene Pipe
Section 9-30.6(3)B has been modified as follows:
.. Polyethylene pipe shall not be used.
9-30.6(4) Service Fittings
Section 9-30.6(4)has been revised as follows:
.. Fittings used for copper tubing shall be compression type with gripper ring.
Project No.SWP 27-2711 Page 149
r
err
SPECIAL PROVISIONS - Continued
9-30.6(5) Meter Setters
+r
Section 9-30.6(5)has been supplemented as follows:
Meter setters shall be installed per the City of Renton Standard Details for water meters, latest
revision.
.s
.r
•
.r
.r
mr
a
r
.rr
�r
Page 150 Project No.SWP 27-2711
4W
_
~
_
�
_
~
_
_
_
�
GEOTECHNICAL
INFORMATION
-
' REVISED FINAL GEOTECHNICAL REPORT
Renton Village Storm System Improvement Proj.
City of Renton, Washington
HWA Project No. 2006-067-21
Prepared for
Gray & Osborne, Inc. (G&O #05731.00)
January 12, 2007
i
1
HWAGEOSCIENCES INC.
• Geotechnical Engineering
• Hydrogeology
• Geoenvironmental Service:
• Inspection & 7isting
1
HWA GEOSCIENCES INC.
U6eotechnical d Pavement Engineering• Hydrogeology • Geoenviron mental • Inspection & Testing
ar
January 12, 2007
HWA Project No. 2006-067-21
G&O Project No. 05 73 1.00
qF
Gray & Osborne, Inc.
701 Dexter Avenue N Ste 200
Seattle, Washington 98109-1004
Attention: Mr. Barry Baker, P.E.
Subject: REVISED FINAL GEOTECHNICAL REPORT
Renton Village Storm System Improvement Project
.. City of Renton,Washington
.. Dear Mr. Baker:
As requested,HWA GeoSciences Inc. completed a design level geotechnical engineering
study for the Renton Village Storm System Improvement Project. Results of our
investigation and geotechnical recommendations for design and construction of the
replacement culvert were provided in a draft report dated August 16, 2006. Revisions were
made to that report based on comments from the City and project team discussions, and a
final report was submitted November 9, 2006. However, additional subsurface
explorations and analyses were subsequently conducted at your request to determine if
subsurface conditions were more favorable along potential alternate alignments further to
the east. This revised final report includes the findings of the additional investigation and
analyses performed.
We appreciate the opportunity to have provided geotechnical services on this project.
Sincerely,
HWA GEO NCES INC.
Lorne Balanko, P.E. 19730-64th Avenue W.
Geotechnical Engineer/President Suite 200
Lynnwood,WA 98036.5957
Tel: 425.774.0106
Fax: 425.774.2714
www.hwageosciences.com
i*w
TABLE OF CONTENTS
Page
w 1.0 INTRODUCTION............................................................................................................I
1.1 GENERAL.....................................................................................................1
•.. 1.2 PROJECT DESCRIPTION................................................................................1
1.3 SCOPE OF SERVICES AND AUTHORIZATION..................................................2
2.0 FIELD AND LABORATORY INVESTIGATIONS ........................................... ...2
..................
"w 2.1 FIELD INVESTIGATION.................................................................................2
2.2 LABORATORY TESTING................................................................................3
3.0 GEOLOGIC AND SUBSURFACE CONDITIONS.................................................................3
3.1 SURFACE CONDITIONS.................................................................................3
3.2 GENERAL GEOLOGY....................................................................................4
3.3 SUBSURFACE CONDITIONS...........................................................................4
3.4 GROUND WATER CONDITIONS
....................................................................
4.0 CONCLUSIONS AND RECOMMENDATIONS..................................... ...6
..........................
4.1 GENERAL.....................................................................................................6
4.2 FOUNDATIONS
4.2.1 Seismic Considerations.................................................................7
4.2.2 Subgrade Conditions.....................................................................8
4.2.3 Estimated Settlement.....................................................................9
4.3 LATERAL EARTH PRESSURES.......................................................................12
4.4 EXCAVATION STABILITY AND SHORING.......................................................13
4.4.1 General ..........................................................................................13
4.4.2 Shoring .........................................................................................13
... 4.5 DEWATERING ..............................................................................................14
4.6 BACKFILL PLACEMENT AND COMPACTION..................................................1$
4.7 EROSION CONSIDERATIONS.........................................................................16
5.0 CONDITIONS AND LIMITATIONS..................................................................................16
LIST OF FIGURES
•� Figure 1. Vicinity Map
Figure 2. Site and Exploration Plan
Figure 3. Cross Section A-A'
Figure 4. Trench Subgrade Preparation
,r
w
2006-067 Rev Final2.doc i HWA GEOSCIENCES INC.
rr
APPENDICES
Appendix A: Explorations
Figure A-1 Legend of Terms and Symbols Used on Exploration Logs
Figures A-2 to A-8 Logs of Boreholes 1311-1 through BH-7
Appendix B: Laboratory Test Results
Figure B-1 Liquid Limit, Plastic Limit and Plasticity Index of Soils
Figures B-2 to B-5 Grain Size Distribution Test Results
Figure B-6 One-Dimensional Consolidation Plot
Appendix C: Aquifer Testing and Analysis
2006-067 Rev Final2.doe 11 HWA GwSaEmES Ixc.
..
4W
REVISED FINAL GEOTECHNICAL REPORT
RENTON VILLAGE STORM SYSTEM IMPROVEMENT PROJECT
RENTON,WASHINGTON
1.0 INTRODUCTION
1.1 GENERAL
This report presents the results of a geotechnical engineering study completed by HWA
GeoSciences Inc. (HWA) for the planned replacement of the Renton Village storm sewer
system, located between South Grady Way and 1-405, in the City of Renton, Washington.
The project location is indicated on Figure 1. The objective of our work was to investigate
subsurface soil and ground water conditions,and provide geotechnical recommendations for
design and construction of the replacement storm sewer system.
1.2 PROJECT DESCRIPTION
The project will replace two sections of existing pipe; a 440-foot long 42-inch concrete pipe,
followed by a 220-foot long 48-inch corrugated metal pipe(CMP)culvert. The 42-inch pipe
drains from an existing 72-inch pipe within the driveway just southeast of the Thriftway store
in the Renton Village complex. The existing CMP discharges stormwater to a small stream
(Rolling Hills Creek) at the south side of the One Renton Place(office building)parking lot,
immediately north of 1-405. The existing and proposed storm sewer alignments,together
with exploration locations,are shown on the Site and Exploration Plan, Figure 2. Presently,
the invert elevations of the existing lines at inlet and outlet ends are understood to be of the
order of 21 and 19 feet,respectively.
Corrosion of the existing CMP at the outfall and collapse of the end of the pipe destroyed two
parking spaces and left a portion of the existing culvert exposed, about two years ago. At the
catch basin in the parking lot,which is the juncture of the concrete and CMP sections,we
understand that the invert elevation of the 48-inch CMP is about 17.61 feet,while the invert
elevation at the outfall is about 19.39 feet, giving the CMP a negative slope. The difference
.. in elevations suggests that the catch basin has settled at least 1.78 feet.
Based on information provided to date,we understand the City plans to remove the existing
.. storm sewer and replace it with a larger culvert. The preferred and alternate alignments as
determined before the geotecluucal exploration are shown on Figure 2. Based on the
exploration data provided in the draft and final reports, a second alternative alignment close
to the One Renton Place building was considered. To evaluate subsurface conditions along
the second alternative alignment,three additional borings were advanced in December 2006.
aw
January 12,2007 '
HWA Project No. 2006-067-21
Based on the subsurface conditions encountered in the additional borings,we understand the
original alignment remains the preferred.
The preferred pipeline, as proposed by Gray&Osborne, Inc. (G&O), is a 4-sided,
prefabricated concrete,box culvert, with dimensions of either 4 by 6 or 4 by 8 feet. It will
consist of either an integral box section, or an inverted U-section set on a prefabricated
concrete base. Alternatively,the existing culvert may be replaced with twin 48-inch diameter
concrete pipes.
Although design details of the new culvert are still in progress, we understand that the invert
elevation will be of the order of 6 to 8 feet below existing grades. Based on existing ground
elevations,this would provide for culvert invert elevations of approximately 21 feet at the
upstream end,decreasing to approximately 19 feet at the outfall end. After culvert
replacement,the asphaltic concrete pavement grades will be restored to approximately the
existing ones. A new outfall area will be constructed and the lost parking spots restored.
1.3 SCOPE OF SERVICES AND AUTHORIZATION
Our work was conducted in accordance with our Project Cost Estimate, submitted to
Mr.Barry Baker,of G&O,on October 17,2005. Verbal authorization to proceed was given
by Mr.Barry Baker on May 15,2006. Our initial scope of work included performing four
exploratory boreholes at the site, installing two piezometer wells,slug testing and
hydrogeological analysis,laboratory testing, geotechnical engineering analyses,and providing ,
geotechnical recommendations for the proposed replacement culvert. Additional work was
authorized on December 5, 2006,per our scope and cost estimate of the same date, and
included drilling three additional boreholes along an alternative alignment, consolidation
testing of a peat sample and settlement analyses,and revision of the previously submitted
final report.
2.0 FIELD AND LABORATORY INW4 STIGATIONS
2.1 FIELD INVESTIGATION
We drilled four test boreholes along the proposed aliglunent on June 2ud and 13`x',2006. ,
Three additional boreholes were drilled on December 8, 2006. The boreholes were
designated BH-1 through BH-7,whose approximate locations are shown on the Site and
Exploration Plan, Figure 2. Borehole BH-2A was attempted beyond the east side of a high-
voltage transmission line,but was terminated at 6.5 feet due to a hard obstruction(later
determined to be an unmarked utility vault that was never used).
To monitor ground water conditions, we installed slotted standpipe piezometers in boreholes
BH-1 and BH-4. Ground water readings were taken on June 16,2006,and again on June 23,
2006-067 Rev Finalldoc 2 I IWA GLOSCir-�NcFs INC.
MW
January 12, 2007
m HWA Project No. 2006-067-21
aw 2006,to determine stabilized water table conditions. Slug testing in the piezometers was also
performed on June 23, 2006. Field exploration methods are described in more detail,and
summary borehole logs and ground water results are presented in Appendix A.
2.2 LABORATORY TESTING
Laboratory tests were conducted on selected samples obtained from the boreholes to
characterize relevant engineering properties of the site soils. Laboratory tests initially
included determination of in-situ moisture content,particle size analyses,Atterberg Limits,
and organic content of subsurface soil deposits where appropriate. During the second phase
of investigation,an undisturbed sample of the peat deposit was obtained to permit
consolidation testing for purposes of refining settlement estimates related to construction of
the new stormwater conveyance system. The tests were conducted in general accordance
with appropriate American Society of Testing and Materials(ASTM)Standards,and are
discussed in further detail in Appendix B. The results are presented hi Appendix B,or are
displayed on the exploratory logs in Appendix A.
3.0 GEOLOGIC AND SUBSURFACE CONDITIONS
3.1 SURFACE CONDITIONS
The ground surface along the storm sewer alignment is relatively flat,sloping gently to the
south at elevations ranging from approximately 26 to 30 feet. The ground surface along the
alignment consists of paved parking lots on both sides of South Renton Village Place. The
existing parking lot pavements are in good condition, aside from settlements experienced at
the south end of the site, and settlement in the vicinity of the existing catch basin
r. approximately 225 feet north of the south edge of the parking lot. Also,most of the parking
lot south of Renton Village Place appears broadly down-warped, with scattered long
pavement cracks existing in areas within which the boreholes encountered peat. Pavement
damage at the south edge of the parking lot includes the erosion and loss of two parking
spaces and the exposure of part of the existing CMP storm sewer culvert. In addition to the
storm sewer,there are significant underground utilities in the project area,including sanitary
sewer lines,water mains, telephone and natural gas.
.. Water from the current storm sewer system is discharged into a drainage ditch/stream on the
south end of the site. The amount of water discharged is variable and depends on local
precipitation conditions. During a heavy rain storm,the water discharging from the storm
sewer system was observed as high as a few inches from the top of the exposed culvert.
aw
2006-067 Rev FinaMdoc 3 HWA GEOSCIENCES INC.
TAW
r
January 12,2007
HWA Project No. 2006-067-21
3.2 GENERAL GEOLOGY
Geologic information for the site was obtained from the Geologic Map of the Renton
Quadrangle, King County, Washington(Mullineaux,D. R., 1965). This map indicates that
there are three surficial geologic units crossed by the storm system. From north to south,
these consist of the following:
1) Quaternary recessional glaciolacustrine deposits, consisting primarily of loose to
medium dense sand with some silt and clay. This material was deposited in an ice-
dammed lake in the Duwamish Valley,during recession of the latest continental
glaciation;the Vashon Stade of the Fraser Glaciation.
2 Holocene alluvium from the Cedar River,consisting of loose sand and gravel with
thin beds of silt, clay, and peat.
3 The Eocene Renton Formation,consisting of sandstone, mudstone, and shale and '
some coal beds. The sandstone is arkosic(25%or more feldspar)and irregularly
cemented with calcium carbonate. Typically,it is poorly indurated and can be drilled
with a hollow stem auger. The hill slope immediately south of I-405 is also mapped
as the Renton Formation.
3.3 SUBSURTACE CONDITIONS
Native soils encountered in the boreholes were in general conformance with the geologic ,
map. However,from 1 to 3 feet of fill was present,beneath the asphalt pavement, in each of
the borings,overlying native soils. The soils encountered were as follows, in order from
youngest to oldest:
Fill: Gravel sub-base material was present beneath the parking lot pavement,to depths of
approximately 2 to 3 feet. In BH-1,beyond the southern margin of the parking lot, silty sand
fill was present to a depth of one foot.
Buried Topsoil: A one-foot thickness of topsoil was present in BH-1,at a depth interval of
1 to 2 feet,and consisted of dark brown silty clay.
Alluvium: Soft peat, organic silt,and loose to medium dense silty sand. deposited in a ,
fluvial environment,were encountered in borehole BH-2. The total thickness of peat and
organic silt in BH-2 was approximately 15'/2 feet, extending from 8'/2 to 20 feet and 24 to 28
feet below the ground surface. Supplemental drilling was conducted along an alternative
alignment to determine if it was possible to avoid the peat. However,the additional drilling
encountered a 10 foot thickness of peat and organic silt at BH-5,nearly 6 feet of peat in BH-
6, and nearly 5 feet of peat in BH-7. The alluvium,as described above,extended to the full
depths explored(26.5 to 31.5 feet)in these additional three boreholes. Both the peat and
1
2006-067 Rev Tinalldoc 4 HWA GEOSCIENCES INC.
January 12, 2007
••� HWA Project No. 2006-067-21
organic silt are highly compressible,which likely contributed to the settlement of the catch
basin and storm pipe by borehole BH-2,and the segment of the north-south sanitary sewer
line crossing this area. Boreholes BH-3 and BH-4 encountered silty sand alluvium to depths
of 7 and 4'/2 feet, respectively.
Recessional Glaciolacustrine: This deposit was encountered in boreholes BH-1 through
BH-4,and was revealed to be a generally fining-upward sequence,typical of a glacial
meltwater depositional environment in which the meltwater source is receding. It consisted
of several feet of medium stiff clay, over stiff silt and medium dense silty sand.
Sandstone(Renton Formation): Borehole 1311-1 encountered medium dense to very dense
weathered sandstone,at a depth of 10%2 feet. The feldspar and rock grains crumbled under
finger pressure,as well as during grain size analyses, indicating a high degree of chemical
weathering. This does not occur with similar-appearing glacial advance outwash sands in the
area. Boreholes BH-2 through BH-4 were terminated at greater depths than BH-1,without
encountering the Renton Formation.
3.4 GROUND WATER CONDITIONS
Ground water levels observed in the boreholes were recorded on the borehole logs. However,
MW observations of water levels during drilling can be misleading. Actual ground water levels
are often higher than those observed,because boreholes are typically open only for a short
time,and the auger used to advance the borehole can smear the side of the hole inhibiting
.� seepage. Moreover,the ground water elevations reported on the borehole logs are for the
specific dates and locations indicated and,therefore, may not be indicative of other times
and/or locations.
Ground water level readings were taken in the open borings upon completion and in the
piezometers on June 16 and 23,2006. Water level observations in the open borings and
piezometers are summarized in Table 1. However,to gain an appreciation of seasonal
ground water variations,measurements should be made during times of typical seasonal high
ground water,in late winter and early spring.
2006-067 Rev Pinal2.doc 5 14WA GEOSCIENCES INC.
January 12,2007
HWA Project No. 2006-067-21
Table 1: Ground Water Measurements for Boreholes BH-1 through BH-7 ,
Borehole Surface Open Borehole Piezometer Water Depth (ft)
Designation Elevation Water Depth (ft)
(ft) June 16,2006 June 23,2006
BH-1 26 7.5 5.60 5.60
BH-2 27 2.5 NA NA
BH-3 29 12.5 NA NA
BH-4 30 10.5 6.70 6.79 '
1111-5 28 NA NA NA
BH-6 29 8.0 NA NA
1111-7 29 5.0 NA NA
Soil and ground water conditions are depicted schematically on Figure 3, which represents a
cross-section along the approximate preferred alignment of the proposed new culvert ,
improvements.
Aquifer testing was performed by HWA on June 23, 2006,and consisted of slug testing and
pump testing. The methods are discussed in Appendix C,and conclusions are summarized in
Section 4.5,Dewatering.
4.0 CONCLUSIONS AND RECOMMENDATIONS
4.1 GENERAL
Based on the subsurface conditions encountered in our geotechnical investigation,the
following will affect the design and construction of the proposed project:
• The proposed storm sewer will traverse loose or soft alluvial soils below the ground water
table. In general,the soils are capable of supporting the new sewer, considering that the
culvert sections will likely weigh less than the soil it displaces. However,over-
.
2006-067 Rev Final2.doc 6 HWA GROSCrFNCES INC.
January 12,2007
HWA Project No. 2006-067-21
.w excavation of trench base through the peat area will be necessary to effect suitable
subgrade support conditions and,depending upon the width and configuration of the
IM trench excavation actually undertaken for the line by the contractor, it is possible that the
weight of combined baekfill and culvert could increase stresses on the underlying
compressible soils. Therefore,we recommend the use of a foamed concrete CDF as the
culvert foundation,and lightweight fill such as bottom ash for trench baekfill up to 2 feet
from the ground surface. Additionally, depending on trench characteristics, it may be
desirable to backfill some of the culvert with the same material to reduce stresses to at
.. least a neutral condition.
• An existing 12-inch A.C. sewer pipeline is in close proximity to the proposed alignments,
lying some 40 feet east of the existing 48-inch CMP and of the order of 20 feet east of the
preferred replacement alignment,as indicated on Figure 2. This sewer line was camera
surveyed by the City on October 23,2006, and the results indicate a sag in the line,
extending from approximately its under-crossing of the existing 42-inch concrete storm
line to a point about 160 feet to the south. This sag is considered to represent post-
installation settlement,likely due to consolidation of underlying compressible soils. We
understand that the City considers the settled sewer pipeline to be presently serviceable,
but is presumably sensitive to additional settlement and vibration.
"' • Ground water levels should be anticipated to range from approximately 3 to 7 feet above
trench invert. Much of the dewatering requirements for this project are anticipated to be
accomplished with sumps. The use of localized sumps would minimize potentially
' damaging settlements to adjacent utilities and pavements that can occur with dewatering
wells in such soil conditions.
• Shoring will be needed along most or all the storm sewer trench alignment, depending on
soil type,ground water seepage conditions, and proximity to existing utilities.
The following sections provide recommendations for foundation design, shoring and lateral
earth pressures,dewatering,and construction considerations.
MW
4.2 FOUNDATIONS
,,. 4.2.1 Seismic Considerations
Buried culverts are typically not required to be designed to seismic design standards
(AASHTO, 1996). Accorduigly, unless otherwise requested,seismic parameters have not
been provided herein.
Our assessment of the liquefaction potential of soil deposits at this site suggests that
substantial portions of the silty sand(SP/SM)material encountered in the borings can liquefy
under a moderate to severe earthquake event. Only the silt(ML) and clay(CL/CH), and
2006-067 Rev Finalldoo 7 HWA GEOSC[ENCES INC.
r
January 12,2007
HWA Project No. 2006-067-21
organic(0I-1/PT)layers are considered unlikely to liquefy during a design(i.e. 1 in 475 year)
seismic event,because of either their very high fines content and/or inherent plasticity '
characteristics.
We understand that the new culvert will have an invert level on the order of 6 to 8 feet in
depth below existing site grades. Hence, allowing for over-excavation needed to construct
the foundation system,the trench base will be I to 2 feet lower. Since this depth of
over-excavation could result in penetration through the non-liquefiable clay layer and into the
liquefiable silty sand, in the vicinity of BH-1,we recommend that the invert depth be
established as high as practicable,particularly in the lower end of the system.
Empirical relationships suggest that volumetric strains associated with soil liquefaction at this
site may be on the order of 1 to 3 percent,dependent on variability of soil conditions.
Conservatively assuming that soil confinement at depth will limit lateral straining, the ,
estimated vertical displacements associated with liquefaction range from 1 to S inches.
However,the likely range of settlement would be of the order of I to 2 inches in our opinion.
Lateral spreading of the soils near the outlet channel is probable during the design seismic
event, inasmuch as the top of the liquefiable zone is near or within the base of the channel
banks. This lateral spreading could cause culvert joints to pull apart along the Iower end of
the pipeline.
The cost of preventing liquefaction(i.e. installation of stone columns),or supporting the '
culvert on piles to eliminate settlement or lateral spreading effects would exceed the costs of
repairs. Accordingly,these mitigation measures are considered unwarranted.
4.2.2 Subgrade Conditions
For most of the alignment,it is anticipated that the trench base for the box culvert will expose
medium stiff to stiff clay at foundation level,which will be suitable for support of the
proposed culvert. Soft peat and organic silt were encountered at borehole BH-2, near the
settled catch basin. The recent camera survey by the City of the 12-inch sanitary line, '
coupled with our review of site contours and additional borehole information, suggests that
the soft peat and organic silt deposits exist as a relatively narrow buried channel infill. This
subsurface channel feature appears to be of the order of 160 feet in width and appears to trend
in a general northwest-southeast direction toward One Renton Place. Based on our borehole
information and the camera survey,we believe that the northerly edge of the channelized soft ,
deposits lies just to the north of the 12-inch sanitary line under-crossing of the existing
42-inch concrete line. Our boring BH-2 and the existing storm manhole appear to lie in
approximately the middle of this inferred channel of compressible materials.
2006-067 Rev Pinal2.doc 8 HWA GROSCIENCES INC.
January 12, 2007
HWA Project No. 2006-067-21
To provide for a suitable foundation bearing layer, we recommend that the trench be over-
excavated 2 feet where organic soils are present at or within 2 feet of bottom of culvert(see
Figure 4, Trench Subgrade Preparation). To minimize disturbance to the foundation
subgrade during excavation,the excavator should use a smooth-edged bucket rather than a
toothed bucket. The over-excavated soil should be replaced with 2 feet of controlled density
fill(CDF)comprising a foamed concrete,as discussed in Section 4.2.3. We anticipate
approximately 160 feet of trench(for the preferred alignment shown on Figure 2) will require
this treatment,based on the borehole logs,the observed asphaltic concrete pavement cracking
and settlement in the vicinity,and the recent camera survey by the City. Another alternative
alignment closer to the One Renton Place building was considered in order to reduce the
length of alignment over peat. However, in view of the additional borehole(BH-5, BH-6,
.. and BH-7)findings,it is evident that peat underlies the easternmost alternative alignment as
well and may,in fact,represent a total lineal extent greater than that affecting the initially
preferred alignment. Hence,we understand that the initially preferred alignment will be
�- maintained for the proposed new system.
In areas beyond the limits of the organic soils, it would be acceptable to employ 1 '/a-inch
minus crushed rock as the foundation bearing layer, and the depth of over-excavation may be
reduced to 1 foot for this support layer(see Figure 4). In transition zones between over-
excavated sections within poorer subgrade areas, the base of the over-excavated areas should
taper uniformly at no steeper than 5H:1 V(Horizontal:Vertical)to the areas where over-
excavation is not required. Abrupt steps in the over-excavation intervals should be avoided.
The crushed rock should conform to the requirements outlined in Section 9-03.9 (1)Ballast,
of the 2006 WSDOT Standard Specifications. The replacement fill should extend to 3 feet
on either side of the culvert. The crushed rock should be compacted in lifts of about 12
inches with a vibratory plate compactor, or by static rolling with a small drum compactor.
Compaction should be discontinued if pumping of the pad and underlying subgrade becomes
apparent.
We prefer CDF as the bearing material throughout since its use prevents disturbance to the
supporting subgrade soils beneath the new culvert and its foundation system. In this latter
,., regard,we anticipate that the foundation system will comprise precast concrete slab sections
that may be supported on a thin(6 inches or less) granular leveling course,placed on the
CDF, or directly on the structural fill.
4.2.3 Estimated Settlement
We have analyzed the City's camera survey data,which indicates that the maximum
settlement of the 12-inch sanitary sewer line has been of the order of 2 to 2.5 feet,assuming
that it was initially installed on a linear uniform profile between the manhole intervals
+• surveyed. This maximum sag occurs roughly in the same area as the adjacent storm manhole,
which appears to have settled at least 1.78 feet, based on an assumed level pipe invert profile
2006-067 Rev Pinalldoc 9 HWA GEOSCIENCGS INC.
r
January 12, 2007 '
HWA Project No. 2006-067-21
between manhole and outfall. As indicated previously,the location of maximum settlement
appears to be in the approximate center of what is inferred to be a subsurface or buried
channel infilled with compressible organic silt and peat deposits. Boring BH-2 is in this area
and indicates some 15.5 feet of compressible soils, which are overlain by a combined 8.5 feet
of fill and alluvium of much lower compressibility. The fill thickness appears to be of the
order of 3 feet at this location, and reduces to about 1-foot thickness at BH-1 to the south.
Although we do not know the timing of construction of the sewer and the parking lot in this
location,it seems apparent to us that the fill was placed for the parking lot development after
the sewer line had been constructed. The added weight of 3 feet of granular fill would have
induced loading of the compressible organic silt and peat and would have generated
consolidation of these deposits,accompanied by settlements of the sewer line which is
located at about 7 to 8 feet in depth in this location. Whereas the existing surface features of
the parking lot do not immediately suggest this degree of surface settlement, available ground ,
profiles along the existing storm line and sanitary sewer tend to support this conclusion.
To determine whether 3 feet of fill could generate this order of settlement,we undertook ,
settlement calculations based on the soil profile at BH-2 and assumed consolidation
parameters for the various soil units,based on our experience. Our analyses indicate that
from 18 to 23 inches(1.5 to 1.9 feet)would be generated by 3 feet of granular fill placed over '
the soil profile observed in BH-2,which we consider to be generally in good agreement with
the settlement observations that have been made on both the existing sanitary and storm ,
sewer lines. Our recent consolidation testing of a sample of the peat from BH-5, which we
consider to likely be representative of the peat deposit in this area,confirms the consolidation
parameters initially assumed for this material. Recalculation of the settlement with the new ,
parameters provided an estimated amount of 17 inches. The additional laboratory testing has
also confirmed that the deposit is normally consolidated under existing site conditions. In
our opinion,this tends to support the assumption that the parking lot development occurred '
after installation of both sewer lines and consisted of filling the site area to provide for
suitable grades. It also demonstrates that the existing organic silt and peat deposits are highly
compressible and will undergo significant additional settlement if loaded to any significant
degree.
For static conditions, it is anticipated that the net loading contributed by the new culvert ,
section and backfill can be proportioned in such a manner as to approximately balance that
removed in the form of excavated soil and fill materials that are present along the proposed
alignment. Consequently, theoretical settlement for the culvert section should be zero. ,
However, the amount of loading that is experienced at and below the culvert invert level will
depend to a significant degree on the contractor's trench excavation methods. If a broad,
unbraced, sloped trench excavation is employed, it is possible that the combined weight of
the culvert section and backfrll materials could,in fact, generate a net pressure increase on
the soils supporting the proposed new culvert. We estimate that this net increase could '
2006-067 Rev Finalldoc 10 HWA GFoSCIENCES INC.
VW
January 12, 2007
.. IOWA Project No. 2006-067-21
amount to as much as 300 psf at the base of the culvert bearing layer. Conversely,if the
trench is braced and excavated with vertical walls to the limits necessary to place the bearing
material and culvert,the backfill requirements will be substantially reduced and would
provide for a small(estimated at less than 25 psf)unloading effect. Our estimate of
settlement for these localized loading conditions indicates that the induced settlement could
ow range from the order of 10 inches for the 300 psf loading level to zero for the Iatter case.
In view of the uncertainties associated with trench excavation and backfilling methodologies
aw that the contractor may employ,we recommend that it would be beneficial to consider use of
light-weight materials for trQ;ich backfill,at least through the alignment section underlain by
compressible organic silt and peat deposits. Moreover, subgrade disturbance during
construction oftentimes results in soil recompression effects which manifest themselves in
settlement of the newly installed pipe section. To prevent or mitigate this potential
occurrence, it will be necessary to prevent subgrade disturbance during excavation,
dewatering,pipe placement and backfilling to the extent practicable. To this end,use of CDF
for foundation support material will limit subgrade disturbance to the maximum degree and
be conducive to reduction of recompression settlement effects.
With regard to the CDF material,we believe that it would be of further benefit to employ a
foamed concrete product that can be mixed and installed with a substantially reduced unit-
weight. Elastizell is such a product that we have experience with and can be produced on site
in a wide range of unit weights ranging from about 30 to 110 pcf,with strengths ranging from
the order of 150 to 1500 psi. We recommend use of an Elastizell,or equivalent foamed
concrete,mix with unit weight of the order of 60 pcf,providing a strength in the range of 300
to 500 psi. Our research indicates that there is a local supplier of this material and costs are
_ reported to be somewhat higher than conventional CDF,depending on volume of product
required.
Elastizell or foamed concrete could be placed as backfill around the pipe section as well,but
is likely too costly for this purpose,and we suggest that bottom ash be considered as a light-
weight alternative for backfill of the pipe zone and to within about 2 feet of finished grade.
Our experience with this material indicates that it has a maximum compacted dry density of
the order of 75 pcf, and for this project could be suitably compacted to about 95 pcf wet
density. Again,we recommend that this treatment be considered for that section of culvert
alignment crossing the compressible area to mitigate potential fixture settlements. The
remainder of the culvert alignment should be amenable to conventional foundation and
backfill treatment reeornmended herein, and settlements should be limited to tolerable levels
�• if good construction practices are employed.
Estimated settlement for seismic conditions is discussed in Section 4.2.1. These potential
settlements will not be mitigated by the use of light-weight materials for pipe support and/or
backfill, but will neither be exacerbated.
2006-067 Rev Final2.doc I I 14WA GEOSCIENCES NC.
r
i
January 12, 2007
HWA Project No. 2006-067-21
4.3 LATERAL EARTH PRESSURES
For determination of lateral earth pressure design parameters,we have assumed that the
existing fill and native soils will be removed and replaced with a suitable granular backfill. hilt
We have further assumed that the backfill adjoining/above the walls of the culvert will be
placed to a horizontal condition at its surface and is compacted to the requirements provided
for in Section 4.6.
On the basis of an assumed wet unit weight of 125 pcf for the backfill and a friction angle of
not less than 35 degrees,and seismic parameters appropriate for this site,we recommend the
following equivalent fluid unit weights for a variety of potential design conditions. The earth
pressure parameters presented in the first column are also based on fully-drained(dry) ,
conditions,or on conditions where the water levels within and exterior to the culvert are the
same or balanced. That is,the culvert is not anticipated to be water tight and, if the water '
table rises, it is anticipated to infiltrate the pipe and maintain an equilibrium hydrostatic
pressure condition on the culvert walls. More likely,water levels within the pipe will be
somewhat higher than the adjoining water table, when storm runoff flows are being handled ,
by the culvert. In the extreme and most unlikely case that the pipe were to be dry and the
backfill became flooded to the surface,buoyant conditions would apply and the second
column of values provides the lateral earth pressures that would apply for design '
considerations. In our view,however,the pipe section should be considered a rigid element
and we recommend that the static,at-rest,earth pressure value under balanced hydrostatic
conditions be utilized for design of the culvert elements.
Loading Condition Equivalent Fluid Unit Weight(yel)
Dry or Balanced State Buoyant State ,
Active—Static(KA) 35 80 '
Active—Seismic(KAE) 40 85
At Rest—Static(Ko) 55 90
At Rest—Seismic (KoE) 80 100 ,
Passive- Static(KP) 460 295
Passive- Seismic(KPE) 435 280 '
It is also to be noted that the earth pressure parameters are unfactored or ultimate values. If
passive earth pressure conditions need to be considered in respect to lateral restraint of the
culvert section,an appropriate factor of safety(FS = 1.5) should be applied to the passive
forces and we also recommend an allowable coefficient of sliding resistance equal to 0.45 '
2006-067 Rev Final2.doe 12 HWA GEOScicNCFS INC.
January 12,2007
.. HWA Project No. 2006-067-21
aw between foundation base slabs and underlying granular soils for determination of sliding
resistance.
i
4.4 EXCAVATION STABILITY AND SNORING
4.4.1 General
Excavation for the storm sewer can be accomplished with conventional equipment such as
backhoes and trackhoes. The excavation is anticipated to have a maximum depth on the
order of 8 to 10 feet.
Maintenance of safe working conditions,including temporary excavation stability,is the
responsibility of the contractor. All temporary excavation in excess of 4 feet in depth must
be sloped in accordance with Part N of WAC(Washington Administrative Code)296-155, or
be shored. The near surface materials generally classify as Type C soil,for which WAC
requires that unsupported excavation walls must be inclined no steeper than 1.5H:1 V,but
flatter slopes may be necessary because of water seepage. With time and the occurrence of
seepage and/or precipitation,the stability of temporary unsupported cut slopes may be
significantly reduced.
.� 4.4.2 Shoring
We recommend the use of shoring in order to reduce impacts to adjacent utilities,minimize
the volume of excavation spoils and backfill,and minimize the area of pavement to be
restored. It should be recognized that trench boxes do not typically act as excavation slope
shoring, but serve as protection for workers operating within the confines of the excavation.
If trench boxes are used on this project, sloughing of excavation slopes may be anticipated
resulting in potential disturbance to areas and facilities adjoining the open trenches where
they are deployed. We understand that for the nearby 7th' Street storm sewer replacement,
trench boxes were used with steel sheets installed just outside the boxes and pushed deeper
into the soil.
rSheet piles are not anticipated to be required,except perhaps in localized areas where it may
be necessary to restrict the excavation to tight limits and prevent any potential for collapse of
trench wails. In this condition, care will be essential to prevent potential damage to adjoining
facilities from vibrations during pile driving.
If required, we recommend that the design of temporary shoring should be based on a
uniform lateral pressure distribution of 25H psf(where H is the depth of the excavation in
feet). This pressure does not include any surcharges due to equipment or materials near the
shoring and assumes that water pressures do not act above the base of the excavation.
Dewatering may be necessary to achieve this ground water condition.
II
2006-067 Rev Final2.doc 13 HWA GEOSCTENCES INC.
January 12,2007
HWA Project No. 2006-067-21
4.5 DE-WATERING
Design and implementation of temporary project dewatering systems is typically the
responsibility of the contractor. Soils and ground water information that the contractor may
use for design of his dewatering system needs are presented herein. However,within the
scope of this investigation,we have made some preliminary assessments of ground water
conditions at the site and potential dewatering requirements.
We anticipate ground water will be present to approximately 3 to 7 feet above the trench '
invert elevation(including peat sections with 2 feet of over-excavation)along the planned
trench section. We expect that much of the dewatering should be able to be accomplished
with localized sumps. The use of localized short-term sumps for dewatering would minirnize ,
potentially damaging settlements to adjacent utilities and pavements that can occur with
dewatering wells in such soil conditions. Well points may,however,be needed in the ,
vicinity of BH-4. For bidding purposes,we estimate that well points should be assumed for
approximately one-fourth of the alignment. In the event that greater need for well point
dewatering proves to be necessary,we recommend that a dewatering contingency allowance
be included in the project contract.
Dewatering voltunes will likely vary along the trench alignment,due to the variability of
geologic conditions,and depending on ground water levels at the time of construction. Based '
on the available site infonnation and HWA's limited testing program, an estimated
dewatering requirement of approximately 1 to IS gallons per minute(gpm)per 100 feet of '
trench is expected(see Table 3,Appendix A for projected pumping rates). Discharge flows
are expected to be the highest along the north end of the alignment. Additionally,a wider
trench(14 feet)for the twin 48-inch pipe option would require slightly higher dewatering ,
volumes.
Soils in the vicinity of BH-4 are silty sands,and ground water may be under a slight
confining condition. Soils in the vicinity if BH-3 and BH-2, in the central portion of the
proposed alignment,consist primarily of fine-grained soils(peat,clay and silt)overlying a
thin(less than five feet thick)layer of silty sand. Piezometers were not completed in these
borings,but dewatering needs in this vicinity will likely be less than those in the vicinity of
BH-4. The transition from silty soils to weathered sandstone occurs somewhere between BH-
2 and BH-1. One concern in the vicinity of the southern end of the proposed alignment will ,
be the recharge influence from the open channel which the stormwater system empties into.
However,due to the low permeabilities of the weathered sandstone in the vicinity,there is a
low likelihood that significant recharge will occur from the channel,and pumping rates
beyond the highest estimated rates(Table 3,Appendix Q are not expected.
The dewatering rates were calculated for water levels measured during June of 2006. ,
Seasonal variability in ground water elevations is expected and dewatering requirements
during wet seasons will likely be higher. '
2006-067 Rev Final2.doe 14 HWA GEOSCIENCES INC.
January 12,2007
.� HWA Project No. 2006-067-21
Where excessive seepage infiltration is experienced, construction dewatering is important
because it will be very difficult to maintain stable slopes,prepare subgrade, evaluate
subsurface conditions, and construct structures in the wet. In addition, upward seepage into
'! the excavation base can cause sand boils and/or heaving. This is likely to be of greater
concern in the southern section of the line(i.e., south of 1311-2), where ground water is likely
to be present in the silty sand and organic materials anticipated at or near proposed invert
depths. In this section, we recommend that the proposed excavation be dewatered to
maintain the ground water level at least 3 feet below the base of the excavation, and
dewatering measures should be implemented before excavation to final subgrade level
begins. Dewatering should continue until the culvert has been placed and backfrlled,and is
capable of resisting hydrostatic forces. Disposal of water will be a consideration that will
have to be suitably resolved with environmental and fisheries agencies having jurisdiction.
The need for well points is dependent on the depth of the excavation, volume of ground water
seepage,and potential presence of boiling or quick conditions in the excavation base. The
latter condition will need to be evaluated at the time the excavation is undertaken,as it will
depend on the shoring methods and dewatering measures implemented by the contractor.
Construction dewatering requirements will also depend on the time of year,water level in the
discharge channel,recent rainfall and other factors. For this reason,we recommend
construction should be performed during the dry season.
The contractor should be made aware that, if the ground water is lowered by more than about
7 to 10 feet below current elevations for significant periods, settlement of nearby facilities
could occur. We recommend that settlement of nearby facilities such as the sanitary sewer be
monitored using optical survey methods during the period of any dewatering. Piezometers
' installed as part of the geotechnical investigation should be left in place to monitor seasonal
changes in ground water levels,and to monitor ground water levels during construction
dewatering, in order to assure that dewatering is not excessive,and potential settlement of
organic soils does not occur at the site. Additionally, it is recommended that ground water
monitoring wells or piezometers be installed between the works and adjoining critical
facilities to permit observation of ground water levels. Should potentially adverse drawdown
and/or settlements become apparent,it may be necessary to suspend the dewatering
operations until mitigation measures,such as re-injection wells are designed and
implemented.
4.6 BACKI+ILL PLACEMENT AND COMPACTION
Trench and culvert backfill should consist of Gravel Backfill f6r Walls, as described in
Section 9-03.12(2)of the 2006 WSDOT Standard Specifications, and be compacted in lifts to
MR
95 percent of Modified Proctor dry density(ASTM D:1557).
W
2006-067 Rev PinalUoa 15 HWA GEOSCIENCES INC.
Im
January 12, 2007 '
HWA Project No. 2006-067-21
During placement of the initial lifts, the backfill material should not be bulldozed into the '
excavation or dropped directly on the structure. Furthermore, heavy vibratory equipment '
should not be permitted to operate directly over the structure until at least 2 feet of material is
present above the crown of the culvert section, unless otherwise approved by the structural
engineer. '
The procedure to achieve proper density of compacted fill depends on the size and type of
compaction equipment,the number of passes,thickness of the layer being compacted, and ,
soil moisture-density properties. If access or load considerations restrict the use of heavy
equipment, smaller equipment can be used,but the soil must be placed in thin enough lifts to
achieve the required compaction. If granular material has been employed for foundation ,
support of the pipe, care must be exercised in the lower levels of the pipe backfill to prevent
excessive compaction and potential disturbance to the foundation material and subgrade soils.
4.7 EROSION CONSIDERATIONS '
Erosion of exposed soils can be minimized by careful grading practices,the appropriate use ,
of silt fences and/or straw bails and use of surface cover materials,as appropriate.
Surface runoff control during construction should be the responsibility of the contractor,and ,
should be treated prior to discharge to a permanent discharge system such as a storm sewer,
so as to comply with State water quality standards. Water fiorn sumps will also require
treatment prior to discharge to the storm sewer. Permanent control of surface water should '
be incorporated in the final grading design. Water should not be allowed to pond
immediately adjacent to foundations or paved areas. Grading measures, slope protection,
ditching, sumps, dewatering, and other measures should be employed as necessary to permit ,
proper completion of the work.
5.0 CONDITIONS AND LIMITATIONS ,
We have prepared this report for use by Gray&Osborne and the City of Renton for design of ,
a portion of this project. This report should be provided in its entirety to prospective
contractors for bidding or estimating purposes;however,the conclusions and interpretations
presented should not be construed as our warranty of the subsurface conditions. Experience
has shown that subsurface soil and ground water conditions can vary significantly over small
distances. Inconsistent conditions can occur between explorations and may not be detected
by a geotechnical study. If, during future site operations, subsurface conditions are ,
encountered which vary appreciably from those described herein, HWA should be notified
for a review of the recommendations of this report,and provide revisions,if necessary. ,
2006-067 Rev FinaMdoc 16 HWA GEOSCU:NCES INC.
January 12,2007
HWA Project No. 2006-067-21
We recommend that HWA be retained to review the plans and specifications and to monitor
the geotechnical aspects of construction,particularly construction dewatering,excavation,
subgrade preparation,bedding and backfill placement and compaction.
i
HWA does not practice or consult in the field of safety engineering. We do not direct the
contractor's operations, and we cannot be responsible for the safety of personnel other than
our own on the site;the safety of others is the responsibility of the contractor. The contractor
should notify the owner if he considers any of the recommended actions presented herein
unsafe.
I
2006-067 Rev Finalldoc 17 HWA GEOSCIENCES INC.
January 12, 2007 1
HWA Project No. 2006-067-21
1
O.O
We appreciate this opportunity to be of service.
Sincerely,
HWA GEOSCIENCES INC, 0�W ash% 1
CO
� O
Hydrogeol
el Fng angGaol°gEat y a�@ 970 '
".0, 1,243 d� 1��/°Z �Se d G
ed eo _ Arnon Sugar
BRADLEY W Q 'THURBER 1
Brad W. Thurber, L.E.G. Arnie Sugar,L.G.,L.H.G. ,
Engineering Geologist Vice President
i
EXPIRES 08/24/08 1
Lorne A. Balanko, Y.E.
Geotechnical Engineerll'resident
1
BWT:LAB:bwt
i
2006-067 Rev Pinal2.doe 18 HWA GEOSCIENCES INC.
err
Ci 1 sue• J A 04)
K-- p ��� !
to
OT bTn`� {.....w_..._�
LIto
rt `Coda
r '
t ' _ aver
ion
Z-4 aewt Pi
.:! Paric \
' !
/II
i 6f : j�
1
------
W-7 =St
, PROJECT
SITE
"j
'
L D, _�
6.
NOT TO SCALE
VICINITY MAP IDPAWN BY EB RGURE HO.
i CHECKED BY -T7- 1
' 1 RENTON VILLAGE STORM DATE PROJECT NO.
WAGEOSCIwaslNC. SYSTEM IMPROVEMENTS 06.21.06 2006-067-21
LH:klPROJECTWOMPROJECIS\ZUUO-W-21 RENTONVILLAGE STORm SYSTEM IMPROVE -03-GO,DVVG
N
m
�N
o +�
z
e o
z
O
� Q�z
ul o g
x 4 I Q �X
^�I a , W
WIC ► IZ,
3 �fI z
+_ w ' (�
O � z '
} 111
y Z �
>
)_ '5 O
� . ' ow
zv~i
t
WZ I
— f
IT warm
\`u m io �H
ci
t * us
I, a
<o om� m o
•m Norm C7
N ' I
Aa.,:l x AL CLJ
cti N� �
s
o I x 4
LL
LL N //(�I z z N
61 _
cij
o
00
N
ZN yl
810 a
v 5�0 o
Z W<°
w �a° x�
LU
1
N
=M=
to
g g N ¢
_L33--J IN N01-L X3-13
1 i;i Z
1 a ^ U
1 0 o v U
1 N N N r U)
Q' W
0
I
1
1 �
r I I I H
1
1 Z
Cn O
1 2 C Ur
r I I I 0 z Z
w w <
>
O
of z
rr ' jCLp
I I
1 1 - Z
1 Z
1
O
z
—HS
w I
> 1
J 1
U 1 W
aw I \
a>*
1 °C
1 1 ¢ Cu
id q
o
1 �
I /1
I
I /J I
1
I / /
I
1
I
/ •,! ,p Q
1 N
01
133 NI NOI-L :A 13 z
LL
r w
J
x
// �: t•i •t Z F t Y
1' U O
C) ,
/ \ 1. t: •S•t - K S t
\ 1 1
/X� � 1 t�, ^t t ,J•• t•• ••s•, u W
W W ► it}•J. ¢ 0
J W
LLI
\ p W r. ° u
a LL.
r� . - :",., I-I LU
LLI
LLI
A _
Q J A _ O
CE ie
U ; ■ :t; ,t-� •ti ..'.' 7 Hec
0 ED
•t .Fl. '�'. a• 7 G
W >-
LD
\,"RX R..
Un
r .f y• •,1. Q V
pp
1 _ '•� - O O
' .• cn z 5 W
LLJ v a
O J
r
�. APPENDIX A
r FIELD INVESTIGATION
r
r
r
i
r
r
r
ar
r
r
r
r
APPENDIX A
FIELD INVESTIGATION
The field exploration program was performed in two phases;the original scope of work
and a supplemental scope that was requested based on findings of the initial phase. Four
boreholes(designated BH-1 through BH-4)were drilled on June 2nd and 13"',2006, and
three boreholes (designated 1314-5 through BI-1-7)were drilled on December 8, 2006. All
drilling was conducted by Holocene Drilling,Inc. of Fife,Washington,under subcontract
to HWA. The boreholes were advanced using a Mobile B-59,truck-mounted,drill rig
employing hollow-stem auger. The borehole locations were determined approximately in
the field by pacing and taping distances from existing site features,after completion of
.� drilling,and are indicated on the site and exploration plan,Figure 2.
An engineering geologist from HWA supervised and logged the explorations and
recorded pertinent information including sample depths, stratigraphy,soil engineering
characteristics,and ground water occurrence. The boreholes were drilled and sampled to
depths between 21.5 feet and 36.5 feet. At select intervals within each borehole, Standard
Penetration Test(SPT)sampling was performed using a 2-inch outside diameter split-
spoon sampler and a 140-pound auto-hammer. During the SPT test,a sample is obtained
by driving the sampler 18 inches into the soil with the hammer free-falling 30 inches.
The number of blows required for each 6 inches of penetration is recorded. The Standard
Penetration Resistance("N-value") of the soil is calculated as the number of blows
required for the final 12 inches of penetration. This resistance,or N-value,provides an
indication of relative density of granular soils and the relative consistency of cohesive
soils. Relatively undisturbed samples of compressible soils(peat)were obtained from
boreholes BH-5 and BH-6 by pushing 3-inch diameter, 30-inch long,steel Shelby tubes
into the soil at selected depths.
At the completion of boreholes BH-1 and BH-4,piezometers or monitoring wells,
consisting of 2-inch diameter PVC pipe,were installed. The piezometers were finished
with flush-mounted surface monuments. Well completion details are indicated on the
individual borehole logs. Ground water levels in the piezometers were measured on
June 16 and 23,2006. The other boreholes were abandoned with bentonite chips upon
termination of drilling, and the pavement was patched with concrete.
r
Soil samples were classified in the field and representative portions placed in plastic bags.
Two Shelby tube samples were sealed with plastic caps and duct tape. These soil samples
were returned to our laboratory for further examination and testing. The sampled soils
were classified in general accordance with the classification system described in.
Appendix A on Figure A-1. A key to the borehole log symbols is also presented in Figure
aw
2006-067 Rev rinalldoc A-I HWA GEOScFENCEs INC.
i
A-l. The borehole logs are presented as Figures A-2 through A-8,and should be
referenced for specific subsurface details at the borehole locations. However,the
stratigraphic contacts shown on the logs represent the inferred boundaries between soil
types, and may be gradational in nature and much less distinct than represented.
2006-067 Rev Final2.doe A-2 HWA GEOSCIENCES INC.
RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N-VALUE TEST SYMBOLS
COHESIONLESS SOILS COHESIVE SOILS %F Percent Fines
Approximate AL Alterberg Limits: PL=Plastic Limit
Density N(btowsift) Approximate Consistency N(blows/11) Undrained Shear LL=Liquid Limit
Relative Density(%) Strength(psf) CBR California Bearing Ratio
Very Loose 0 to 4 0 - is Very Soft 0 to 2 <250 CN Consolidation
Loose 4 to 10 15 - 35 Soft 2 to 4 250 - 500 DO Dry Density(pcf)
Medium Dense 10 to 30 35 - 65 Medium Stiff 4 to 8 500 - 1000 DS Direct Shear
Dense 30 to 50 65 - as Stiff 8 to 15 1000 - 2000 GS Grain Size Distribution
Very Dense over 50 85 - 100 Very Stiff 15 to 30 2000 - 4000 K Permeability
Hard over 30 >4000 MD Moisture/Density Relationship(Proctor)
USCS SOIL CLASSIFICATION SYSTEM PI Resilient
PholaonizonizojModulus
ation Device Reading
MAJOR DIVISIONS GROUP DESCRIPTIONS PP Pocket Penetrometer
Approx-Compressive Strength(tsf)
Gravel and �,.GW `Nell-greded GRAVEL SG Specific Gravity
Coarse Clean Gravel TC T6axial Compression
Gravelly Soils
Grained (little or no fines) it TV Torvane
Soils e Q GP Poody-graded GRAVEL Approx.Shear Strength(tsf)
More than
50%of Coarse Gravel with o GM Silly GRAVEL UC Unconfined Compression
Fraction Retained Fines(appreciable
on No.4 Sieve amount or fines) GC Clayey GRAVEL SAMPLE TYPE SYMBOLS
Sand and Clean Sand
SW Well-graded SAND 2.0"OD Split Spoon(SPT)
Sandy Soils (little of no fines) (140 lb.hammer with 30 in-drop)
More Than
50%Retained 50 SP Poody-graded SAND T
1 Shelby Tube
%or More
on No. of Coarse Sand with SM Silty SAND !� 3-114"OD Split Spoon with Brass Rings
20D Sieve Fraction Passing Fines(appreciable
Size No.4 Steve amount of fines) SC Clayey SAND 0 Small Bag Sample
ML SILT Large Bag(Bulk)Sample
Fine Slit I LI
Grained and Liquid Limit
Less than 50% CL Lean CLAY I I Core Run
Soils Clay _ LI
OL Organic SILT/Organic CLAY I� Nan-standard Penetration Test
(3.0"OD split spoon)
MH Elastic SILT
and
50%or More Siff
Liquid%orimit CH Fat CLAY GROUNDWATER SYMBOLS
Passing Clay 0%or More
No,200 Sieve y
Groundwater Level(measured at
OH Organic SILT/Organic CLAY
Size time of drilling)
Highly Organic Soils PT PEAT
Groundwater Level(measured in well or
r r e open hole after water level stabilized)
COMPONENT DEFINITIONS COMPONENT PROPORTIONS
COMPONENT SIZE RANGE PROPORTION RANGE DESCRIPTIVE TERMS
Boulders Larger than 12 in
<5% Clean
Cobbles 3 into 12 in
Gravel 3 in to No 4(4.5mm)
5-12% Slightly(Clayey,Silty,Sandy)
Coarse gravel 3 in to 3/4 in
Fine gravel 3/4 In to No 4(4.5mm)
12-30% Clayey,Silly,Sandy,Gravelly
Sand No.4(4.5 mm)to No.200(0.074 mm)
Coarse sand No.4(4.5 mm)to No.10(2.0 mm)
Medium sand No.10(2.0 mm)to No.40(0.42 mm) 30-501A Very(Clayey,Silty,Sandy,Gravelly)
Fine sand No.40(0.42 mm)to No.200(0,074 mm)
Slit and Clay Smaller than No.200(0.074mm) Components are arranged In order of increasing quantities.
NOTES: Soil classifications presented on exploration logs are based on visual and laboratory observation.
Soil descriptions are presented in the following general order: MOISTURE CONTENT
Density/consistency,color,nodifler(ifany)GROUP NAME,additions to gmup name(if any),moisture DRY Absence of moisture,dusty,
content. Proportion,gradation,and angularity of constituents,addifional comments. dry to the touch.
(GEOLOGIC INTERPRETATION) MOIST Damp but no visible water.
WET Visible free water,usually
Please refer to the discussion In the report text as well as the exploration logs for a more soil is below water table.
complete description of subsurface conditions.
LEGEND OF TERMS AND
Renton Village Storm System Improvement Project SYMBOLS USED ON
HWAGEOSCIENCES INC, Renton, Washington EXPLORATION LOGS
PROJECT NO.: 2006-067 FIGURE: A-1
LEGEND 2006-067.GPJ 1/12/07
DRILLING COMPANY: Holocene Drilling SURFACE ELEVATION: 26.00 f feet DATE STARTED: 6/13/2006
DRILLING METHOD: HSA,Mobile B-59 DATE COMPLETED: 6/13/2006
SAMPLING METHOD: SPT w/autohammer LOGGED BY: D.Huling
LOCATION: See Figure 2
W ,
w U Standard Penetration Test
w m z�
U a ~ t F_ af U (140 lb.weight,30"drop)
J O w J w 1-- ♦Blows per foot
= m q a s o N w 0NuJ �
a- U Z = W= W w
W v}i Z) DESCRIPTION N a° O a
to 0 10 20 30 40 50
7X4 inches A.C.P. over 3 inches crushed rock.
edium dense,brawn,silty SAND,moist.STRUCTURAL FILL) S-1a AL
CL Medium stiff,dark brown,silty CLAY,moist.
BURIED TOPSOIL '
S-1b 3.4-4
Medium stiff,heavily rust-banded,light brown,silty CLAY,
moist. Trace organics. Grades to blue-gray.
....... (RECESSIONAL_GLACIOLACUSTRINE).......•.... : :
5 CH Soft,brown grading to gray,tat CLAY,moist. Trace organics. A:••• •••f-�—:� ••••:•••• 5
Grades to medium plasticity. S-2 1-2-2 AL 1
-- - i
SM Medium dense,brown,silly,fine to medium,SAND,wet �A Q :A
Finely bedded. \JI S-3 3 10-12 GS
S-4 3-3-5 �....�........ 10
PAL Medium stiff,brown,clayey SILT,moist.4-inch interbedded
layer of non-plastic silt present,scattered weathered line
SM ravel.
Medium dense,brawn,silty fine SAND,moist,scattered fine - Aj
gravel and coarse sand mostly consisting of highly weathered i�S-5 7-10-14 GS
i
sandstone,massive bedding. Note: Portion of sand grains
crumble to silt with ringer pressure;grain size analysis caused
15 breakdown to sandy SILT. - - 15
-
(SANDSTONE:RENTON FORMATION) 8-6 6-12-16 �'
Started adding water to auger at I Vie prevent heave.
SM ---------------------- (LLL�YYY : :>>AL
Very dense,off-white,silty,fine to medium SAND,moist. "I S-7 13-23-33 GS
Weathered sandstone,with heavy oxidation in top few inches 114[�yl
of sample.
20— 20
As above,with lop 8 inches oxidized,and 1 cm thick day S-8 23-23-40
layer,possible small scale perched water table.
t
Borehole terminated at 21.5 feet below the ground surface.
Ground water seepage observed at approx.7.5 feet below the
ground surface.
25 - 25 '
30 30
0 20 40 60 80 100 I
Water Content(%)
Plastic Limit 1--0—{ Liquid Limit
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
1
BORING:
i�Lili1 Renton Village Storm System Improvement Project BH-1 '
1
IMAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 1
PROJECT NO.: 2006-067 FIGURE: A-2
PZO 2006-067.GPJ 1110107
DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2
DRILLING METHOD: HSA,Mobile B-59 DATE STARTED: 6/13/2006
SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 6/13/2006
SURFACE ELEVATION: 27 t feet LOGGED BY: D.Huling
Cn
w
uJ
N w
U Standard Penetration Test
m z w
v a ZE � c 2 (140 lb.weight,30"drop)
N U w W e o A Blows per fool
_ o z
rarl a°1i to ¢ ¢ w w v
o m D DESCRIPTION N a ° O C7 0
0 10 20 30 40 50
0 0
GW 4 inches A.C.P.over 6 inches crushed rock.
aDense.brown,slightly sandy rounded to sub-rounded,coarse, •••••••t••••:• ............"••
GRAVEL,moist.
(FILL) :....:....:....:....:....:....:....:....c...
S-1 19-13-23 ....:....:....:....:....:....:....,.
SM Medium dense,gray,slightly fine gravelly,very silty SAND,
moist to wet. Trace fibrous organics.
(ALLUVIUM)
5 ;0-:...4....:....:....:....:....i....:.... 5
S-2 6-7-7 GS
i
S-3 2-5-4
OH Soft,dark brown,organic SILT,wet,fibrous organic material, ..••:....:....:....:.........:....:....:....:....
high dilatancy,organic at various levels of decomposition.
10 At 10 feet,Organic Content=13.0 0%. 10
8-4 0-0-3 OC
.............................................................. ....:....:....:....:....:....:....:.,..:....:34
PT Soft,dark brown,PEAT,wet,large free roots,organics less c
decomposed. S-5 6-5-3
0 :31
, -
15 .... .... ....:......... .... .... 15
At 15 feet,Organic Content=45.8% S-6 0-2-2 oc
..............................
OH .............
Soft,dark brown grading to gray,organic SILT,wet,grades to IQ S-7 1-0-1 :....:....:....:....:....:..
sandy.
20 —————————————————————— .....A..;...�..-.;....;....�---- . 20
SM Loose,dark grayish brown,silty fine SAND,moist tc wet. S-8 2-4-2 GS
.....................................
OH Soft,dark brown,organic SILT,moist to wet,fibrous organics.
25 .:....:....:....:...i....:....:....:.... 25
S-9 2-3-4
CL Stiff,light blue,silly CLAY,moist,trace fibrous organics.
(RECESSIONAL GLACIOLACUSTRINE)
30
30
For a proper understanding of the nature of subsurface conditions, this o 20 40 60 so 100
exploration log should be read in conjunction with the text of the Water Content(%)
eatechnical report. Plastic Limit 1---1—{ Liquid Limit
g P Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
BORING:
ULMRenton Village Storm System Improvement Project BH-2
MAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 2
PROJECT NO.: 2006-067 FIGURE: A-3
BORING 2006-067.GPJ 1/10107
DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2
DRILLING METHOD: HSA,Mobile 0-59 DATE STARTED: 6/13/2006
SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 6/1312006
SURFACE ELEVATION: 27 t feet LOGGED BY: D.Huling
01 K
W� z Standard Penetration Test
W Q N U)
J L Q (140 Ib.weight,30"drop)
O W w w D ♦ Blows per foot
CL, 2 U 2 Z o 2 O a y
W v j- V Q Q W— H n_ W'2
O Q) D DESCRIPTION m m a_a O (0 0
0 10 20 30 40 50
30 30
S-10 0-5-4 AL � � -
........:.............. ....:....:....:....
ML Medium dense,blue gray,sandy SILT,moist. Non-plastic.
35 S-11 5-6-11 GS :.... ... ......j....:......... ....1.... 35
Borehole terminated at 36.5 feet below the ground surface. :....:....:....:....:....:....:....:....:....
Ground water seepage observed at approx.2.5 feet below the
ground surface.
..........
:....:....:....
40 .... .... .... ....�....�....:....�....:....;.... 40
45 45
50 ....:....:....:....:.... ....:....:.... ....:.... 50
55 55
60 60
For a proper understanding of the nature of subsurface conditions,this 0 20 40 60 e0 100
exploration log should be read in conjunction with the text of the Water Content(%)
geotechnical report. Plastic Limit 1 * "' "I Liquid Limit
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
BORING:
Renton Village Storm System Improvement Project BH-2
HWAGEOSCIENCES INC. Renton, Washington PAGE: 2 of 2
PROJECT NO.: 2006-067 FIGURE: A-3 '
BORING 2006-067.GPJ 1/10/07
DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2
DRILLING METHOD: HSA,Mobile B-59 DATE STARTED: 6/2/2006
SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 6/2/2006
SURFACE ELEVATION: 29 t feet LOGGED BY: T.Taddese
w
gm Z w Standard Penetration Test
U EL�- r¢-L ¢ (140 lb.weight,30"drop)
En co
J O W w w Iw-' 2 ♦ Blows per foot y
= O UJ J J of
m U a s 3 W F
uJN (n ¢ Q W—° F of W d
o� a DESCRIPTION U) U a 7 O o
0 10 20 30 40 50
0 GP
3 inches A.C.P.. . ,over 4 inches crushed rock.
o Q Medium dense,dark brown,slightly silty,fine to coarse,
subrounded. GRAVEL,moist.
FILL
SM i... ....
Medium dense,yellow-brown and gray,slightly gravelly,very S-1 4-10-10 GS
silly,fine SAND,moist.
I
--------IALLWIuM)--------- c
SM Loose,gray and blue,silly,fine to medium SAND,scattered
5 gravel,moist. Dark brown silt in the bottom 4 inches of ttt--A .•�:••••.••••?••• ?••••1 5
sample. "/1 S-2 5-4-4
CL Medium stiff,light olive brown,plastic CLAY,moist. Abundant A -1
organics(rotten horse tail),with lenses of fine sandy silt. —— S-3 0-0.7 At
RECESSIONAL GLACIOLACUSTRINE E
Ct Very stiff,blue gray grading to rust-mottled yellow brown,
plastic CLAY,moist. Scattered organics. ... ;,•,y,•,;,,,, ,.„
I�8-4 5-8-11
S-5 5-8-10 •-
ML Very stiff,light yellow brown,clayey,laminated SILT with — _
lenses of fine sand,moist.
15 — --------------------- ....:.... .... .:.... 15
ML Very stiff,rust mottled,olive brown to yellowish brown, h/ S-6 5-6-11
laminated SILT,moist.
SM Grades to sandy SILT at about 16 feet below the ground :
...:
vsue------------ ------/
rfac
Medium dense,light olive brown,silty,fine SAND,wet.
1-inch thick lens of silly sand at approx.19 feet.
20 —————————— .. —————————— ....�.. .... .... i�.:....:.... .... 20
SM Dense,brown,silty,fine to medium SAND,wet. Finely I�il S-8 10-14-18
LII�\II ....:....:....:....:........................
bedded. '
25 ..:. -........,�....: ...:....:.... 25
Medium dense,brown,silty,fine to medium SAND,moist to S-9 7-8-11
wet :.... ....:.... .... ....:....:..........;....
Borehole terminated at 26.5 feet below the ground surface.
Ground water seepage observed at approx.12.5 feet below
the ground surface.
30
30
For a proper understanding of the nature of subsurface conditions, this 0 20 40 60 80 100
exploration log should be read in conjunction with the text of the Water Content(%)
geotechnical report. Plastic Limit 1--l—� Liquid Limit
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
BORING:
1rLTA Renton Village Storm System Improvement Project BH-3
HWAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 1
PROJECT No.: 2006-067 FIGURE: A-4
BORING 2006-067.GPJ 1/10107
1
DRILLING COMPANY: Holocene Drilling SURFACE ELEVATION: 30.00 t feet DATE STARTED: 6/2/2006
DRILLING METHOD: HSA,Mobile B-59 DATE COMPLETED: 6/2/2006
SAMPLING METHOD: SPTw/aulohammer LOGGED BY: T.Taddese
LOCATION: See Figure 2
V) w U
g Standard Penetration Test
w
m
IL 2i y N w U (140 lb.weight,30"drop)
J O F z n tw w A Blows per foot
= m u1 a N "1 0 W z
7E ZE z o r �� n-a:
ul W 7 Q Q w0 F U
ul Wy
DESCRIPTION 'n N n.9 O 0.h 0 10 20 30 40 50 Q
0 0
GP 3.5 inches A.C.P.over 4 inches crushed rock.
GM Medium dense,brown,slightly silty,sandy,fine to coarse
GRAVEL,moist.
SM FILL
Medium dense,grayish brown,silly,gravelly,fine to medium
SAND,moist. S-1 1&13-7 GS
(ALLUVIUM)
5 C! Medium stiff,brown,silty CLAY,moist. Laminated with ;...,;... �:....:....:.... 5
interbeds of fine sand and silt,moist. S-2 4-6-9
(RECESSIONAL GLACIOLACUSTRINE)
Z
................... ..... ... ..... ....... : 1—
CL Ve ry stiff,rust-mottled,yellow brown,sill y CLAY,moist. S-3 5-8-14 AL
Laminated,with some fine sand interbeds.
10 ....,.... ...M 10
SP Medium dense,slightly rust mottled,light yellow brown,slightly
SM silty,fine SAND,moist to wet Driller started to add water to
avoid heaving of sand,
...................................... ...--.. ...
fns 0 A
SP Medium dense to dense,olive brown,slightly silty,fine to 1 S-5 12-22-23 GS
SM medium SAND,wet. Finely bedded.
15 S-6 5-7-12 ....�... .. ....:....:.... 15
LY
S-7 7-12-15 A
20— 20
S-8 7-9-14
L�
u.
25 .... —25
--------------------- �S-9a 5-6-6
Stiff olive brown to teen sand laminated SILT moist. GS
S-9b
Borehole terminated at 26.5 feel below the ground surface-
Ground water seepage observed at approx.10.5 feet below
the ground surface.
30 30
0 20 40 60 80 100
Water Content(%)
Plastic Limit 1--0 Liquid Limit
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
ULTA BORING:
Renton Village Storm System Improvement Project BH-4
HWAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 1
PROJECT NO.: 2006-067 FIGURE: A-5 ,
PZO 2006-067.GPJ 11IC107
DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2
DRILLING METHOD: HSA,Mobile B-59 DATE STARTED: 12/812006
SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1218/2006
SURFACE ELEVATION: 28 t feet LOGGED BY: B.Thurber
w
g m Z w Standard Penetration Test
V a 1--t H Q (140 lb.weight,30"drop)
O w w w e r ♦ Blows per fool
F m rn aa.. o. = o a=
war U) ¢ ¢ w—° t- cc wv
o co Z> DESCRIPTION w 'n Cl-° O O O
0 10 20 30 40 50
0 0 MNI 5 inches A.C.P.
GM Medium dense,dark brown grading to blue-gray,silty,sandy, ;--
fine to coarse GRAVEL,moist to wet.
SM —————————LILLL—————————
♦:
Dense,brownish-gray,fine gravelly,silty fine SAND,moist. I S-1 3-14-19 ;,,,,;,,,,;,,,,:,,.,:....:....:..:.
I
5 ;....:......A.. .... ......... . 5
Medium dense,olive-gray,fine gravelly,silly Tine SAND, \/t S-2 4-6-10
moist ....:....:....:....:....:....:....:...
.:....:....
PT
Soft,dark brown,fibrous PEAT with charcoal and wood 1U S-3 3-3-3
fragments. %U11
(ALLUVIUM) -
—————--------------------
10 OL .....A...:.... ....j.... 10
Soft grayish brown,organic SILT with charcoal and wood S-4 0-8.2
PT fragments moist.
+, Blow count overstated by driving sampler into>1 112-inch
diameter wood.
Soft,dark brown,fibrous PEAT with wood fragments,moist. S•5 0118" '
:.... .. .
0, Shelby tube sample attempted at 12.5 feet;no recovery.
Very soft,dark brown,fibrous PEAT,moist. ;,•..:....:....:....:....:....
@ 13-75',lens of light gray,silty SAND,moist.
15 " 15
.......................................
Very soft,dark brown,slightly silly,fibrous PEAT with wood S-6 CN
debris,moist Two pieces of partly decomposed wood were •.•• •••• •••• •••• •••• .......
approx.1 and 2 inches thick,the full width of Shelby tube.
-——————————————--—————— .... ....
, .....,.......... ..........,....
Loose,gray-brown,organic SILT with lenses of gray fine
SM SAN_D•_weL———————————————— 8-7 1-1/12" :....:....i....:....c....i....[....c.
SP Loose,gray,slightly silty,fine to medium SAND,wet,with
SM lenses of dark brown PEAT.
.... .... .... ..............:.........
....
....;....i....i....;....i....i....:....:...
20 20
Loose,gray,clean to silty(stratified),fine to medium SAND, "I S-8 0-1112"
wet. With lenses of woody and fine organics,and a 2-inch '•'
lens and 4-inch tens of woody PEAT.
SP Added water to auger after sam Etipg at 20 feet—————
SM Medium dense,yellow brown,slightly silly,fine to medium ....:.........:.........
:....:....:....:....:....
SAND,wet. High-angle rust band.
25 ....:....;�. 25
Medium dense,dark yellow brown,slightly silly,fine to ;"{S-9 4-5-7
medium SAND,wet. Broadly rust-banded. :••••:••••
30 1 30
For a proper understanding of the nature of subsurface conditions, this 0 20 40 60 80 100
exploration log should be read in conjunction with the text of the Water Content(%)
geotechnical report. Plastic Limit 1 0 I Liquid Limit
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
BORING:
Renton Village Storm System Improvement Project BH-5
HWAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 2
PROJECT NO.: 2006-067 FIGURE: A-6
BORING 2006-067.GPJ 1/10101
DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2
DRILLING METHOD: HSA,Mobile B-59 DATE STARTED: 12/8!2006
SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 12/812006
SURFACE ELEVATION: 28 # feet LOGGED BY: B.Thurber
J W U
m z w Standard Penetration Test Of v }�} H = F Q (140 lb.weight,30"drop)
J O w W w z• Blows per foot '
K
OF. U 2i z o S O a y uJ
0 v to a DESCRIPTION <n ran 0-8 O tag 0
30 0 10 20 30 40 50 30
Medium dense,rust-banded olive brown,slightly silty,fine to 1�S-10 5-8.7
medium SAND,wet. :.-•-
- With 2 112-inch lens of finely bedded fine sandy SILT.
Borehole terminated at 31.5 feel.
35 ....:....:....:....:....:....:....:....:....:.... 35
40 :.... ....:... 40
45 45
50 50
55 55
60— �60
For a proper understanding of the nature of subsurface conditions, this 0 20 40 60 80 100
exploration log should be read in conjunction with the text of the Water Content(%)
geotechnical report. Plastic Limit I Liquid Limit
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
BORING:
1
Renton Village Storm System Improvement Project BH-5
HWAGEOSCIENCES INC. Renton, Washington PAGE: 2 of 2
PROJECT NO.: 2006-067 FIGURE: A-6
BORING 2006.067.GPJ 1110107
DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2
DRILLING METHOD: HSA,Mobile B-59 DATE STARTED: 12/8/2006
SAMPLING METHOD: SPTw/autehammer DATE COMPLETED: 12/8/2006
SURFACE ELEVATION: 29 t feel LOGGED BY: B.Thurber
w
g m w Standard Penetration Test
U n. : 0 � ¢ (140 lb,weight,30"drop)
F z c L o ♦ Blows per foot
J O J W w 0 Z =
y m Q) e• fl in W f-r
H of w
W°> c}ir 7 DESCRIPTION a O C7 0 10 20 30 40 50 uJ
0 0
5 inches A.C.P.
GP Dense,olive brown grading to bluish gray,slightly silty,sandy, •••• •••• •••• ••.•'•••
GM fine to coarse GRAVEL,moist.
SM STRUCTURAL FILL
Loose,brownish gray,silty fine SAND with scattered fine VA S-1 1.1.2
♦:
gravel and rootlets,moist.
Lens of silly,fine to coarse SAND with wood fragments at ..............:...................:.........
:....
3-3.25'.
ML ALLUVIUM 5
s --------- I----_---------/ *......:....:. .
SM Very soft,greenish gray grading to grayish brown,fine sandy S-2 1112"-1
SILT,wet. With detrital organics increasing with depth from 1111 ....
scattered to abundant. Scattered fine gravel. LLYY
P1 —————————————————————-- ....
Poor recovery;drove 3 inches of medium stiff,plastic SILT �S-3 5-2-2
with a 1-inch gravel clast into:
Soft,dark brown,woody PEAT,moist.
Pushed Shelby tube 2.5 feet;only 10.5 inches of recovery: 10
0 r, Loose,greenish gray,clayey,fine to medium SAND,wet,with S4
scattered fine gravel. ....:....:.... ....:....:....:....:....:....:....
314-inch lens of soft,greenish gray CLAY,moist.
At 10.33',Very soft,dark brown,fine PEAT with abundant
wood,moist. Single peice of trunk wood at 10.4 feet,2 to 4 r S-5 1-2-4
ML :....
`nches thick and entire width of Sher tube.——————/
Soft,brownish gray,plastic SILT with abundant rootlets and :....:....:....:....:....:....:....:....:....
fine wood fragments,moist.
15 SP With 1/4-inch tens of PEAT_——--———————— ......... 15
SM Loose,light gray,slightly silty,fine to medium SAND,wet. S-6 1-2-3
- 1/8-inch lens of peat at 16.25 feet,with pebble and 2-inch lens
of dark gray silly sand. :....:....:....:....:....:....:....:....
Medium dense,olive gray,dean,fine to medium SAND,wet, S-7 3-5-7 .... ....: .:....:
with 6-inch lens of yellow brown,silty SAND. '
I
20 ....A...:.... ....:....:.... 20
Loose,gray with light yellow brown,clean to slightly silty,fine S-8 0-2-3
to medium SAND,wet.
-————————————————————— ....
SP ,....,....,....;......-....,..:. .
Loose,olive brown grading to blue gray,dean,fine to medium S-9 0-2-3 ..............:....:
SAND,wet. Finely bedded with rust banding and silly at 22.5
to 22.75 feet. - .... .... .... .... .... .... ..........:....:....
25 Loose,dark yellow brown,clean,fine to medium SAND,wet. ..�... 25
Rust-banding at 25 to 25.25 feet,with tan clay pieces in a S-10 0-1-3
114-inch layer.
Borehole terminated at 26.5 feet.
Ground water observed at B feet when auger at 25 feet. "''""'1"""
30 30
For a proper understanding of the nature of subsurface conditions, this o 20 40 60 Bo 100
exploration log should be read in conjunction with the text of the Water Content(%)
geotechnical report. Plastic omit I--#—� liquid Limit
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
BORING:
1
Renton Village Storm System Improvement Project BH-6
HWAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 1
PROJECT NO.: 2006-067 FIGURE: A-7
BORING 2006-067.GPJ 1110!07
DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2
DRILLING METHOD: HSA,Mobile 8.59 DATE STARTED: 12/8/2006
SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 12/6/2006
SURFACE ELEVATION: 29 t feet LOGGED BY: 8.Thurber
W i
w Z^ w Standard Penetration Test
M
O } ? F- w Q (140 lb.weight,30"drop)
=r t z m S o A Blows per foot '
-' O w w W D z
H Co W a s w H
IL m 2 Q z o z o of w'�
W w crn � DESCRIPTION n To O O 0 w
0 0 10 20 30 40 50 0
5 inches A-C.P.
GP ;....:....:....:.... ....:.........:
° GM Cuttings: Brownish gray,slightly silty,sandy,fine to coarse
GRAVEL,moist. ....:....:....:....i....i....;....;....;....;....
(FILL) '
° �/�S-1 17-18-19
SM
Dense,grayish brown,fine to coarse sandy,fine to coarse t
GRAVEL moist.
Dense,brownish gray,silty,fine gravelly,fine to medium
5 GP SAND,moist. / SL ....:....:.... .� ....:....i.... 5
`---------------------
° Medium dense,gray,slightly silly,fine to coarse sandy,fine to S-2 6-10-8
O coarse GRAVEL,wet.
..:....:....
SP Very loose,gray,clean,fine to medium SAND,wet. Trace A
coarse sand. ALLUVIUM S-3 0.1-2
PT --L----)-----------
Soft,dark brown,PEAT,moist,fine grading to fibrous with
wood fragments.
10- 0 r,
.�.:....:....:.... .... ....:....:.... .... .... 10
Very soft,brown and dark brown,fibrous,woody PEAT,moist. 8-4 0-0-2
Abundant charcoal,and lenses of grayish brown SILT with
detrital organics,moist.
...................................
L, d' Soft,dark brown,PEAT with beds of SILT,moisL Wood '♦ -
ML fragments—-----------------J S-5a 2-5-7
SM Stiff,brownish gray,slightly organic,fine sandy SILT,moist. RIS-5b
At 13 feet,1.5-inch lens of fine SAND.
----------------------
15 SP r� �.... .... ....:....:......... 15
SM Loose,strong brown,slightly silty,fine to medium SAND,wet. S-6 0-2-2
Poor recovery.
S-7 6-8-10
Medium dense,strong brown,silty,fine to medium SAND,
wet. .... ....j.... .... ....:..
20 .... 20
Medium dense,strong brown,clean to slightly silly,fine to \/I S-8 0-6-6 =
[[Xyyl ....:....t.....
medium SAND,wet. Some rust banding. ! • ....:....:....:....:....
:....
SP ——————————————————————
SM ....:....:....:....:....:....:....:....:....:....
25 .j....:....:.... ....j....j.... -... 25 '
Medium dense,light gray grading to dark gray,finely bedded, S-9 2-4-8
silty fine SAND,moist,grading to fine sandy SILT with piece I ••••;... ?•••
of charcoal.
Borehole terminated at 26.5 feet.
Ground water observed at 5 feet after drilling(open hole).
30
For a proper understanding of the nature of subsurface conditions, this 0 20 40 60 80 100 30
exploration log should be read in conjunction with the text of the Water Content(%)
geotechnlcal report. Plastic Limit 1 0 Liquid Limit
Natural Water Content
NOTE: This tog of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessargy be indicative of other times and/or locations.
BORING:
Renton Village Storm System Improvement Project BH-7 '
r
HWAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 1
PROJECT NO.: 2006-067 FIGURE: A"8 -
BORING 2006-067.GPJ 1110107
r
r
r
r
r
APPENDIX B
r
LABORATORY TEST RESULTS
s
r
r
a.�
s
+r
i
r
r
i
APPENDIX B
LABORATORY TEST RESULTS
Representative soil samples obtained from the boreholes were returned to the HWA laboratory
for further examination and testing. Laboratory tests were conducted on selected soil samples to
characterize relevant engineering properties of the on-site materials. The laboratory testing
"' program was performed in general accordance with appropriate ASTM Standards,as outlined
below.
Liquid Limit,Plastic Limit,And Plasticity Index of Soils (Atterberg Limit): Selected
samples were tested using method ASTM D 4318,multi-point method. The results are reported
on the attached Liquid Limit,Plastic Limit, and Plasticity Index reports found in Figure B-1.
Moisture Content: The moisture contents of selected soil samples were determined in general
accordance with ASTM D 2216. The results are shown at the sampled intervals on the
appropriate summary logs in Appendix A.
Particle Size Analysis of Soil: Selected samples were tested to determine the particle size
distribution of material in general accordance with ASTM D 422. The results are summarized on
the attached Grain Size Distribution reports,Figures B-2 through B-5,which also provide
information regarding the classification of the sample and the moisture content at the time of
testing.
Organic Content: Organic contents were measured on selected soil samples from borehole BH-
�' 2 in general accordance with ASTM D 2974. The results are reported on the log for 13H-2 in
Appendix A.
One Dimensional Consolidation Properties of Soil:The consolidation properties of a relatively
undisturbed Shelby tube sample from borehole 1311-5 were measured in general accordance with
ASTM D 2435. Saturation was maintained by inundation of the sample throughout the test. The
sample was subjected to increasing increments of total stress,the duration of which was selected
to exceed the time required for completion of primary consolidation as defined in the Standard,
Method B. Unloading of the sample was carried out incrementally. The test results,in terms of a
i void ratio(e) versus log pressure(stress)plot,are presented in Figure B-6.
i
yr 2006-067 Rev rinalldoc B-1 HWA GEoSciENCEs INC.
i
z � m
Q J
~ 0c
(Y) U-
� LL It
0X00
LL }_ ' `
W
QOco
----77 ti
E N N r N L Q
_ Q
f— F- 0 0
J Cl) f� O �' Cl) _ O
CL N N N N N
U N
o
� c u� M v -Ir O Q O
U U
_ —i w
N C�7 M N l-L O
^
o y R
J a
0
c
U
N
O
d
J
J
z �
o
U ■ CO Q Q U U
Cl) U >- U m CN4
C U c -i
m
U ■ � � � �° a o o C/)
a o
3 `°
Q � o L°i >
N .L7 m O O � I.L
71 4)C _ _
N > m t L
O
in uy o 0
c cD v� of ai m
tz- fL'
N lJ t L6 o r- ti
❑ M
� N O crJ M
0 CO
1 J U S S S S 2 Vj
U m m m m m w
()
Q Q o o 0 - z
(D in °
Od)X30NI k IIOIIS` -Icl � • ■ A o a U
co
�C a
f'1 �
0
N
m fTl
0
0
o
°
LL
J
� o r`
co 6� N c 1 � J I—
r 'r r- W O co
N
2 o Co o L, ❑ O
0 o - o W O
CD
CO
O = O
$ F- W
CD 0- V
Lo
ui
� O
d
f �
0
0
°- -- ----- -- ---- -- -- -- U? U
�
W �O
o W
o �
L
"'
°- — —-----�-- --------- -- -- z o
Z ° W Q �.
N
N — -------- ---------- — ----- CO .�
CO - Z °z
W
° O CO
U)
N W U z i O O 1
Q T 'O v/ LL
U g L
of 4t
I i U 3 3 o RS
❑
o
I Q >
�'a'� (n :E zj� L.1.
v v
0 N ° °
0 17
W c)
IL
PP Z
CD
U r- z z V
O <D o (°D o N o D7 m m v
C�co
LHJIdM AS H3N1zl 1NJO�13d � o ■ � �
J o
CA
(r ,
(7
C>7
m
C3 cn
b
b
I ° c Cl! D m
N
Q C7 N O ---i d
O °
J o a z
U COQ
cn r v ¢ J 1'-
LU
N0Q
m U)
I I I m n o ID �5 L ❑ o
CD C7 ai ci W
CD
� 0 (3= o
U �-
� F- W
I 1 0 c
o U C O
J � Q z
I-
U) d v
a
� J
Ic
C'
o �
I o
o --I —
1 1 •- l.J- r N N U
\° G
O e
„( L
N
❑ - --�-- -- ---�--- -- -- ----- Z O C
ILL
Z I o W O
Q --I I N E a'
U) b — _
N- — — ------- -- -- ----- -- U) C
N U) r Z o O cu
2i W
N Q z z z >,
CO o � O 0 U)i U)
uJ G c
o
U 0) C:
ui >z e CF O
]ID
I o o w U) CZ
°°- — — -- --- — -- -- ----- o rn C
< —
_ _ __ 0
cu
N i r CD
U W O O O
ifi O �
CO b
L N H�
m �- -- -- — -- -- — -- ----- Q
O � m
U � N `n
2 S 2 V r
� O O O O b O O O O O O co CD CD o
O U7 W 1- b �C1 'C co N r (�
J O U
O
1HO171AA AS 213Nld 1N30Z:3d � • ■ � � S
� � N
N
0
C/) m
O y tit
I ° m rn o CO v}l N
} c - -fl- -j N o Nt
J o
CD
o Q Q
U ° z
v r - C/)
U vo o �r -� F-
� � Q
1 m. ° � LL C) °
L 4 � woo
° o J - o ,
0
I I ° n U O
I mo W
o
O
Q
uj
I 0.
I
h
o �
I d �
0
N• ________ ___�_ _ __ __ �__ U) (�
N " U
ia w e a�
I I I 2i
LL o J
-- -- __ ___ -- — -- ----^— J N
(D-
o � >
z L O
o > Q
I I CD
(D W TM Z o
_ ca
N Q Z p 2 a
LLI O Z O ' E O '
Q
U to > m 2
co
LLI IL O
0
CfJ
LO
Q
N a rn
LL
LU
Cn-uo�i_ -- -- -- -- -- -- —^
Q --- — --- ----- -- — — -- cn cn cn
CD _ °
a
v
cu
;T4
O M M V ' � o ,
cy_ 2 S 2 o-..4 n
c) °m ° 0 ° °. co N cD ° m m m f l a C4
Cn
O d ,LHJI3M AO �t 3Nid LNAO213d s ■ A w
co
co N
Q
z
m
C) (n
I 4 (D o N U)
° c V C
I c N }
o
CNJ
Q TO o
CO
0 < Q LL
U ° o z Cn
o
JF-
o ca W p U)
m N CO < I`
2 ° ° � � 1C o
o C7 0 o LU
° a � 00 o
o
F- ui
} ° U :E O
J ° Q F
U)
a n- u
o
a
J
a"
I d �
N
cc l U
l o uJ o
o
a, °- — -- -- -- --- -- -- ------- ui
2 d
m
- --
———— -- ------ -- -- -- -- n Z o c
Z o w OL o
Q i i I N E >�
o i I c
TM 3 N
a) w Q
° < O c
u J lam_ ¢ m U �
E o
L > m �-
w u, O
I I �' co �
U � �
QI 1 (6
Z
Q - -- -- -- -- ------ -------- -- ° m
co o
> C4 La --1---1-- -- --- — ---- —�---�--
cN
------
O N
F-
U r o a ,n
I I "' w r co
Q r N
1
1 w 6 G/]
0- -- -- -- -- -- --- --- -- --- -- "'
0
a
C) R
0 0 0 C. 0 0 0 0 0 0 o Ca m U a
O m Go r- Co ,Cl V co N
J
1HJ13M�l8 �13NId iN30213d (n • ■ 0
r � o
N
(n
(7
z
I °
i
CL m
O
10 O'1 N
r UJ
N
j I
toc0m ,
65 CD N
� N
i ! O
CD
G I C)
C pl
O
oU c • tU ;
Cf- O Q cn i
O O Q i
> � COD .i
I
i I CD
� I I
O
r
� O p CD O O L tq U O I
lA ct Ch c7 N N
(a)04e2!P!OA
Z
p0 I
zQr�i Q;
LLI CV O
nom ° a; w
wz � I y
zOm � 3 --- – -- ;
O U Q cn
O
ff
U w c w
cv i c o i
C
o j
co LO a c
N
o 0
U m o w !!0
Er
I i I
,
N in (b
o
L
Un m U
a f
w EL
ca Z13; �-
o I La
Z z ZQ u I o o o
o m a m �
o
v v ri m Cv cv
4 m r o.a o (a)04UH P!OA
S mcaE
2 2ocacao —
d- amcncncn
i
i
APPENDIX C
i
AQUIFER TESTING AND ANALYSIS
lawi
i
i
i
i
y�
i
i
S�
APPENDIX C
AQUIFER TESTING AND ANALYSIS
Slug Tests
HWA used single-well hydraulic conductivity testing to estimate aquifer parameters. Our aquifer
testing program included rate-of-fall (falling head) and rate-of-rise(rising head)slug tests on
piezometers BH-1 and BH-4.
We used the Bouwer and Rice method to analyze the slug test results in piezometers that
displayed suitable drawdown curves. The Bouwer and Rice method can be used for "slug tests
on partially or completely penetrating wells in unconfined aquifers for a wide range of geometry
conditions"(Bouwer and Rice, 1976).
Pumping Test
A short-tern pumping test was conducted at BH-4 using a two-inch diameter electrical
submersible pump. Response to pumping at the pumping well,and recovery after pumping was
stopped,were measured using data logging pressure transducers. We used the Theis and Jacob
method to analyze the recovery test results (Driscoll, 1986).
Data from some tests was not analyzed due to interference from the sand filter pack,or other
interference. Table 2 summarizes the slug and pumping test results.
HWA analyzed the results of the slug and pumping tests using the above listed methods with the
Aquifer Test for Windows Version 2.55 software(Rohrich, 1996). The pumping test data,
drawdown curves,and calculations are included at the end of Appendix C.
r
Table 2
Pumping Test Analysis Results
Well Test Estimated Comments
ID K(ft/min)
BH-1 Falling head 4.16x10'
BH-1 Rising head 4.67x10"5
BH-4 Failing head(two NA Very rapid response, possible
tests) well filter pack influence
BH-4 Rising head (test 1) 1.38x103
.. BH-4 Rising head (test 2) 1.14x10-3
BH-4 Pumping Recovery 6.79x10.3
NA-not analyzed
2006-067 Rev Final2.doc HWA GEOSC[ENCES INC.
+.r
r
r
Dewatering Estimates ,
HWA utilized the Universal Well Formula, a derivative of Darcy's Law to estimate the amount
of flow from wells dewatering a length of excavated trench(Powers, 1992),where:
Q— xKH2 —h2 +2 xKH2 —h2
In R. 2L
Ys
and
Q =Rate of discharge to lower water table to target elevation(W/min)
K=Hydraulic conductivity(ft/min) '
H=Height of static potentiometric surface above base of aquifer(aquifer thickness)
h=Height of controlled potentiometric surface above base of aquifer
Ro Radius of influence(cylindrical area)
L=Radius of influence(linear area) or distance to line source
r$=Radius of trench(5 feet)
x=Length of trench segment dewatered '
Aquifer thickness(H)-Existing well log data in the project area suggest that the total aquifer
thickness is approximately 20 feet.
Height of controlled potentiometric surface above base of aquifer(h) -This value was estimated
based on measured ground water levels,and estimated trench invert depths with an added four r
feet of drawdown.
Radius of influence(R.)-Radius of influence was estimated based on Suchart's formula:
R. =300(H—h),f
with R„H and h in feet,and K in cm/sec.
The above-listed principal dewatering parameters serve as the basis for estimating dewatering
flows. Extreme variability(spatially and temporally)throughout the site of these dewatering '
parameters requires simplifying assumptions based on the available data in order to develop
estimates of dewatering volumes. This method assumes flow to wells along the trench. Trench
dewatering estimates are summarized in Table 3. '
1
2006-067 Rev Final2.doc HWA GEoSCIENCEs INC. r
r
Table 3
Dewatering Flow Estimates
(Gallons per minute per 100 foot of trench)
Well
4.3.4.1.1.1.1.1 Assumptions
t Trench Berth to Open
K
Invert Water Trench
(ft/min) Depth (feet) (9Pm1100ft)
BH-1 4.4x10-5 10 5 1
BH-4 3.1x10-3 10 6 12
1 -Based on average of different tests performed
2- Dewatering depth four feet below trench invert
REFERENCES
Driscoll,F., Groundwater and Wells,Johnson Division, St. Paul,Minnesota, 1986.
Powers,J. Patrick, Construction Dewatering, New Methods and Applications, John Wiley
and Sons, Inc.,New York, 1992.
2006-067 Rev Finalldoe HWA GEOSCILNCEs INC.
PERMITS
Washington State Hydraulic Project Approval
Army Corps of Engineers Nationwide Permits 7, 13, 33
Washington State Dept. of Ecology Water Quality Certification
°-1
Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
WILDLIFE (425)775-1311
1 - '
Issue Date:July 20, 2006 Control Number: 105604-1
Project Expiration Date: July 19, 2011 FPA/Public Notice#: N/A
PERMITTEE AUTHORIZED AGENT OR CONTRACTOR
Renton City Of Surface Water Utility Department
ATTENTION: Daniel Carey
1055 South Grady Way
Renton, WA 98055
425-430-7293
Project Name: Renton Village Storm System Improvement Project
Project Description: Replace culverts, abandon the existing culvert outfall and install a new outfall
and bank protection at Rolling Hills Creek, downstream of the Renton Village
shopping center; 555 S. Renton Village PI.
PROVISIONS
1. Work below the ordinary high water line (OHWL) shall occur only between June 16 and October
15 of calendar years 2006 - 2010.
2. Work shall be accomplished per plans and specifications approved by the Washington
Department of Fish and Wildlife (WDFW) entitled, "RENTON VILLAGE STORM SYSTEM
IMPROVEMENT PROJECT', dated June 2006, except as modified by this Hydraulic Project
Approval. A copy of these plans shall be available on site during construction.
3. A temporary bypass to divert flow around the work area shall be in place prior to initiation of
other work in the wetted perimeter.
4. A sandbag revetment or similar device shall be installed at the bypass inlet to divert the entire
flow through the bypass.
5. A sandbag revetment or similar device shall be installed at the downstream end of the bypass to
prevent backwater from entering the work area.
6. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project.
7. Prior to releasing the water flow to the project area, all bank protection or armoring shall be
completed.
8. Upon completion of the project, all material used in the temporary bypass shall be removed from
the site and the site returned to preproject or improved conditions.
9. Fill associated with culvert installation shall be protected from erosion to the 100-year peak flow.
Page 1 of 5
Washington HYDRAULIC PROJECT APPROVAL 16018 MgetreekB
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
K� WILDLIFE
(425)775-1311
Issue Date:July 20, 2006 Control Number: 105604-1
Project Expiration Date:July 19, 2011 FPA/Public Notice#: N/A
10. The culvert shall be installed and maintained to prevent erosion of stream banks downstream of
the project.
11. Placement of bank protection material waterward of the OHWL shall be restricted to the
minimum amount necessary to protect the toe of the bank.
12. The toe shall be installed to protect the integrity of bank protection material.
13. Bank sloping shall be accomplished in a manner that avoids release of overburden material into
the water. Overburden material resulting from the project shall be deposited so it will not re-enter
the water.
14. Bank toe protection material shall be clean, angular rock, and shall be installed to withstand
100-year peak flows. River gravels or other round cobbles shall not be used as exterior armor.
15. Disturbance of the streambed and banks and their associated vegetation shall be limited to that
necessary to construct the project. Affected streambed and bank areas shall be restored to
preproject or improved habitat configuration. Prior to December 31 of the year of culvert
replacement, the disturbed areas of vegetation shall be revegetated with native or other woody
species approved by the WDFW Area Habitat Biologist (AHB) listed below. Vegetative cuttings
shall be planted at a maximum interval of three feet (on center). Plantings shall be maintained as
necessary for three years to ensure 80 percent or greater survival of each species or a contingency
species approved by the AHB.
16. Equipment used for this project shall be free of external petroleum-based products while
working around the stream. Accumulation of soils or debris shall be removed from the drive
mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment prior to its working below
the OHWL. Equipment shall be checked daily for leaks and any necessary repairs shall be
completed prior to commencing work activities along the stream.
17. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or
water quality problems develop (including equipment leaks or spills), immediate notification shall be
made to the Washington Emergency Management Division at 1-800-258-5990, and to the AHB.
18. Erosion control methods shall be used to prevent silt-laden water from entering the stream.
These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds,
check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of
exposed areas.
19. Prior to starting work, the selected erosion control methods (Provision 18) shall be installed.
Accumulated sediments shall be removed during the project and prior to removing the erosion
control methods after completion of work.
Page 2 of 5
r Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
WILDLIFE
(425)775-1311
Issue Date:July 20,2006 Control Number: 105604-1
Project Expiration Date:July 19, 2011 FPA/Public Notice#: N/A
20. Wastewater from project activities and water removed from within the work area shall be routed
to an area landward of the OHWL to allow removal of fine sediment and other contaminants prior to
being discharged to the stream.
21. All waste material such as construction debris, silt, excess dirt or overburden resulting from this
project shall be deposited above the limits of floodwater in an approved upland disposal site.
22. If high flow conditions that may cause siltation are encountered during this project, work shall
stop until the flow subsides.
.. 23. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement,
sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed
to enter or leach into the stream.
PROJECT LOCATIONS
Location #1 Renton Village
WORK START: July 20, 2006 WORK END: July 19, 2011
WRIA: Waterbody: Tributary to:
09.0005 Spring Brook Creek I Black River
1/4 SEC: Section: Township: Range: Latitude: Longitude: County:
NE 1/4 19 123 N 05 E IN 47.46866 W 122.21228 King
Location#1 Driving Directions
�r
NOTES
APPLY TO ALL HYDRAULIC PROJECT APPROVALS
This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code,
specifically Chapter 77.55 RCW(formerly RCW 77.20). Additional authorization from other public agencies may be
necessary for this project. The person(s)to whom this Hydraulic Project Approval is issued is responsible for applying
for and obtaining any additional authorization from other public agencies(local, state and/or federal)that may be
necessary for this project.
This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the
person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work.
This Hydraulic Project Approval does not authorize trespass.
The person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work may be held
liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this
Hydraulic Project Approval.
' Page 3 of 5
.. Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
WILDLIFE
(425)775-1311
Issue Date:July 20, 2006 Control Number: 105604-1
Project Expiration Date:July 19, 2011 FPA/Public Notice#: N/A
Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one
a hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment.
All Hydraulic Project Approvals issued pursuant to RCW 77.55.021 (EXCEPT agricultural irrigation, stock watering or
bank stabilization projects)or 77.55.141 are subject to additional restrictions, conditions or revocation if the Department
of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The
person(s)to whom this Hydraulic Project Approval is issued has the right pursuant to Chapter 34.04 RCW to appeal
such decisions. All agricultural irrigation,stock watering or bank stabilization Hydraulic Project Approvals issued
pursuant to RCW 77.55.021 may be modified by the Department of Fish and Wildlife due to changed conditions after
consultation with the person(s)to whom this Hydraulic Project Approval is issued: PROVIDED HOWEVER,that such
modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.301.
APPEALS INFORMATION
If you wish to appeal the issuance or denial of, or conditions provided in a Hydraulic Project Approval,there are
informal and formal appeal processes available.
A. INFORMAL APPEALS(WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021,
77.55.141, 77.55.181, and 77.55.291' A person who is aggrieved or adversely affected by the following Department
actions may request an informal review of:
(A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic
Project Approval;or
(B)An order imposing civil penalties. A request for an INFORMAL REVIEW shall be in WRITING to the Department
of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be
RECEIVED by the Department within 30 days of the denial or issuance of a Hydraulic Project Approval or receipt of an
order imposing civil penalties. If agreed to by the aggrieved party, and the aggrieved party is the Hydraulic Project
Approval applicant, resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and
his/her supervisor. If resolution is not reached, or the aggrieved party is not the Hydraulic Project Approval applicant,
the Habitat Technical Services Division Manager or his/her designee shall conduct a review and recommend a decision
to the Director or his/her designee. If you are not satisfied with the results of this informal appeal, a formal appeal may
be filed.
B. FORMAL APPEALS (WAC 220-110-350) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021
(EXCEPT agricultural irrigation, stock watering or bank stabilization projects)or 77.55.291:
A person who is aggrieved or adversely affected by the following Department actions may request a formal review of:
(A)The denial or issuance of a Hydraulic Project Approval,or the conditions or provisions made part of a Hydraulic
Project Approval;
(B)An order imposing civil penalties; or
(C)Any other'agency action'for which an adjudicative proceeding is required under the Administrative Procedure
Act, Chapter 34.05 RCW.
A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA Appeals
Coordinator, shall be plainly labeled as'REQUEST FOR FORMAL APPEAL'and shall be RECEIVED DURING
OFFICE HOURS by the Department at 600 Capitol Way North, Olympia, Washington 98501-1091,within 30-days of
the Department action that is being challenged. The time period for requesting a formal appeal is suspended during
consideration of a timely informal appeal. If there has been an informal appeal, the deadline for requesting a formal
■,,, appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal.
C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (agricultural irrigation,
stock watering or bank stabilization only), 77.55.141, 77.55.181,or 77.55.241: A person who is aggrieved or adversely
affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a
Hydraulic Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to
the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office,4224 Sixth Avenue SE, Building Two-
Rowe Six, Lacey,Washington 98504;telephone 360/459-6327.
Page 4 of 5
Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
WILDLIFE
(425)775-1311
s
Issue Date:July 20, 2006 Control Number: 105604-1
Project Expiration Date:July 19, 2011 FPA/Public Notice#: N/A
D. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43.21 L RCW: A person
who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval,or the conditions or
provisions made part of a Hydraulic Project Approval may request a formal appeal. The FORMAL APPEAL shall be in
accordance with the provisions of Chapter 43.21 L RCW and Chapter 199-08 WAC. The request for FORMAL APPEAL
shall be in WRITING to the Environmental and Land Use Hearings Board at Environmental Hearings Office,
Environmental and Land Use Hearings Board,4224 Sixth Avenue SE, Building Two-Rowe Six, P.O. Box 40903,
Lacey,Washington 98504;telephone 360/459-6327.
IMF. E.FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS results in forfeiture of all appeal rights. If there is
no timely request for an appeal,the department action shall be final and unappealable.
r
ENFORCEMENT: Sergeant Chandler (34) P3
Habitat Biologist for Director
Larry Fisher 425-649-7042 WDFW
CC:
I
I
i
l
1
1
1
1
1
Page 5 of 5
7 n>'
STATE 0
Q � x
wa.
STATE OF WASHINGTON
DEPARTMENT Or ECOLOGY
Northwest Regional Office •3190 1601h Avenue.SE• Bellevue, Washington 98008-5452 • (425) 649-7000
December 8, 2006
Daniel Carey
City of Renton Surface Water Utility
1055 South Grady Way
Renton WA 98055
Dear Mr. Carey:
RE: U.S. Army Corps of Engineers Reference#200600760
Nationwide Permit#7, Nationwide Permit#13, and Nationwide Permit#33 Renton
Village Storm System Improvement Project, Rolling Hills Creek, King County,
Washington
This letter is to confirm that the above-referenced ro'ect will not require p � q an individual water
quality certification or Coastal Zone Management consistency determination from the
Department of Ecology. Your project does not meet our criteria for requiring an individual
certification under Nationwide Permit#7,Nationwide Permit#13 and Nationwide Permit #33.
Please note that this letter does not exempt the applicant from compliance with other
requirements of federal, state, and local agencies.
' Please contact me if you have any questions regarding this letter at (425) 649-7271 or e-mail
len1461 gecy.wa.gov.
Sincerely,
Lori C. Enlund
Federal Permit Assistant
.. Shorelands and Environmental Assistance Program
LC'E:cja
cc: Amy Klein, U.S. Army Corps of Engineers
Penny Keys, Ecology
Loree' Randall, Ecology
9,a W
DEPARTMENT OF THE ARMY
g1 . SEATTLE DISTRICT,CORPS OF ENGINEERS
a.r P.O.BOX 3755
SEATTLE,WASHINGTON 98124-3755
REPLY TO OCT 2 6 2006
ATTENTION OF
ow
Regulatory Branch
City of Renton Surface Water Utility
Mr. Daniel Carey
1055 South Grady Way
Renton, Washington 98055
Reference: 200600760
Renton, City of
Dear Mr. Carey:
We have reviewed your application to replace and redesign a failing culvert and outfall pipe,
place up to 20 cubic yards of rocks and/or soft gabion to reduce bank erosion at the culvert
outfall point, and also divert the stream channel during construction in Rolling Hills Creek at
Renton, King County, Washington. Based on the information you provided to us, Nationwide
Permit 7, Outfall Structures and Maintenance, Nationwide Permit 13, Bank Stabilization, and
Nationwide Permit 33, Temporary Construction, Access, and Dewatering (Federal Register,
January 15, 2002, Vol. 67,No. 10), authorize your proposal as depicted on the enclosed
drawings dated June 2006. In order for this NWP authorization to be valid, you must ensure that
the work is performed in accordance with the enclosed Nationwide Permit 7, 13, and 33, Terms
and Conditions.
We are unable to determine whether or not your project requires individual Water Quality
Certification and a Coastal Zone Management consistency determination response from the
Washington State Department of Ecology(Ecology). Before you may proceed with the work
authorized by this NWP, you must contact the following Ecology office regarding these
requirements: Nationwide Permit Coordinator, Department of Ecology, SEA Program,
Post Office Box 47600, Olympia, Washington 98504-7600; telephone(360) 407-6926.
If more than 180 days pass without Ecology responding to your individual WQC and CZM
consistency determination concurrence request, your requirement to obtain an individual WQC
and CZM consistency determination response becomes waived. You may then proceed to
construction.
We have reviewed your project pursuant to the requirements of the Endangered Species Act
and the Magnuson-Stevens Fishery Conservation and Management Act in regards to Essential
Fish Habitat (EFH). We have determined that this project complies with the requirements of
NWP National General Condition 11 and will not adversely affect EFH.
.. This verification is valid until the NWPs are modified, reissued, or revoked. All of the
existing NWPs are scheduled to be modified, reissued, or revoked prior to March 18, 2007. It is
a.
-2-
incumbent upon you to remain informed of changes to the NWPs. We will issue a public notice
when the NWPs are reissued. Furthermore, if you commence or are under contract to commence
this activity before the date that the relevant nationwide permit is modified or revoked, you will
have twelve months from the date of the modification or revocation of the NWPs to complete the
activity under the present terms and conditions of theses nationwide permits.
Failure to comply with all terms and conditions of this NWP verification invalidates this
authorization and could result in a violation of Section 404 of the Clean Water Act and/or
Section 10 of the 1899 Rivers and Harbors Act. Also, you must obtain all State and local permits
that apply to this project.
Upon completing the authorized work, you must fill out and return the enclosed
Certificate of Compliance with Department of the Army Permit form. Thank you for your
cooperation during the permit process. We are interested in your experience with our Regulatory rrr
Program and encourage you to complete a customer service survey form. This form and
information about our program is available on our website at: www.nws.usace.armYmil
(select"Regulatory" and then"Regulatory/Permits"). �+
If you have any questions about this letter, please contact me at(206) 766-6438 or via email
at Amy.S.Klein(a),,usace.army.mil. •
Sincerely,
Amy S. Klein, Project Manager '
North Application Review Section
Enclosures
ar
•
.r
air
1 I �pPPi Op®O
1 � 1 raj �
US Army Corps CERTIFICATE OF COMPLIANCE 3
of Engineers*, WITH DEPARTMENT OF THE ARMY PERMIT
Seattle District m.�a
Permit Number: 200600760
Name of Permittee: Renton, City of
Date of Issuance: OCT 2
Upon completion of the activity authorized by this permit, please check the applicable
boxes below, sign this certification, and return it to the following address:
Department of the Army
U.S. Army Corps of Engineers
Seattle District, Regulatory Branch
1 Post Office Box 3755
Seattle, Washington 98125-3755
Please note that your permitted activity is subject to a compliance inspection by a
U.S. Army Corps of Engineers representative. If you fail to comply with the terms and
conditions of your authorization, your project is subject to suspension,modification, or
revocation.
The work authorized b the above-referenced pen-nit has been completed in
❑ Y p p
accordance with the terms and conditions of this permit.
The mitigation required (not including monitoring)by the above-referenced
❑ permit has been completed in accordance with the terms and conditions of
this permit.
Signature of Permittee
LOCATION MAP
SEAT,LE
� l
�pG LAKE
WASHINGTON
P �
56 `I RENTON I
PUGET PROJECT I t�
souNO LOCATIO14 \.
•169
BLACK RIVER \
A
m
' z J
� 167
I m
I A
I
PROJECT SITE LATITUDE: 47' 28' 8"
LONGITUDE: 122° 12' 42" 0 1 2
Datum: NAVD 1988 NORTH SCALE 1" = 2 MILES
RENTON VILLAGE STORM SYSTEM Applicant: City of Renton
IMPROVEMENT PROJECT Reference #:
Replace a Failing Storm System, including Waterway: Rolling Hills Creek
Rebuilding the Outfall to the Creek Sec. 19 T. 23 N R. 5 E
Prepared: June 2006
Location: Renton Village Shopping Center
555 S Renton Village Place Sheet 1 of 7
Renton, King County, Washington, 98055 C)
VICINITY MAP
U/a �
o �
ra
,
S E
� I-4 5
xi Ling
i es ,
`P U)
o
PROJECT SITE LATITUDE: 47° 28' 8"
LONGITUDE: 122° 12'42" 0 500 1000
Datum: NAVD 1988 NORTH SCALE 1"= 1000 FT
RENTON VILLAGE STORM SYSTEM Applicant: City of Renton
IMPROVEMENT PROJECT Reference #:
Replace a Failing Storm System, including Waterway: Rolling Hills Creek
Rebuilding the Outfall to the Creek Sec. 19 T. 23 N R. 5 E
Prepared: June 2006
Location: Renton Village Shopping Center
555 S Renton Village Place Sheet 2 of 7
Renton, King County, Washington, 98055 _ ���� t.- U
PL. U VIEW - PHOTO
r
t 1 F c Existing Storm
Pipes 111
aw
Thriftway Grocery Store
..
_. South Renton
Village PL
.,. fed R �
< St'
x
xistin torm I4.
r :One Renton PI qe
W
w 4 � ep � �' t 't1rNe ti~•
A stall a
t
%~ dolling Hills Creek 1.405
PROJECT SITE LATITUDE: 47' 28' 8"
LONGITUDE: 122° 12'42" 0 50 100
Datum: NAVD 1988
NORTH SCALE 1"= 100 FT
RENTON VILLAGE STORM SYSTEM Applicant: City of Renton
IMPROVEMENT PROJECT Reference #:
Replace a Failing Storm System, including Waterway: Rolling Hills Creek
Rebuilding the Outfall to the Creek Sec. 19 T. 23 N R. 5 E
Prepared: June 2006
Location: Renton Village Shopping Center
555 S Renton Village Place Sheet 3 of 7
Renton, King County, Washington, 98055 x , ,. „:, �� _t....
PLAN VIEW
Existing Storm
Pipes
Thriftway Grocery Store
RVA Office LL , City has Easement for Storm System �cHCOa�
City has Easemen for Storm System RVA Center LLC
�%x. Parking Lot �
RVA Office LLC Renton Village Mgmt Co.
Renton Village M mt Co. 520 Pike St, Suite 1500 '
520 Pike St, Suite 1500 Seattle,WA 98101 iVillage Seattle, WA 9810
outh Renton All
PL
Ex.Parking Lot 1110
\ Proposed Replacement '
Storm System
One Renton Place
City has Easement for Stor Sysi
Existing Storm �� Renton Properties LLC
Pipes �I Ex.Parking Lot HAL Real Estate
2025 First Ave, Suite 700
Ex.Parking Lot xl Seattle, WA 98121
w� Replace Existing Outfall With New Outfall.
Ord nary High h Water Install Bank rotection and Revegetate. '
Li ie (approx.)
� Open , so
ne
Conc.curb
Gs
--4,05 Existing Storm
Rolling Hills Creek Pipes
PROJECT SITE LATITUDE: 47' 28' 8" '
0 50 100
LONGITUDE: 122° 12'42"
Datum: NAVD 1988 NORTH SCALE 1"= 100 FT
RENTON VILLAGE STORM SYSTEM Applicant: City of Renton
IMPROVEMENT PROJECT Reference #:4;QC,-D b 0b -/7u,0 '
Replace a Failing Storm System, including Waterway: Rolling Hills Creek
Rebuilding the Outfall to the Creek Sec. 19 T. 23 N R. 5 E
Prepared: June 2006
Location: Renton Village Shopping Center
555 S Renton Village Place Sheet 4 of 7
Renton, King County, Washington, 98055
OUTFALL PLAN VIEW
REMOVE OLD CMP PIPE
AND TEMPORARY RIP-RAP
RESTORE PARKING LOT '
v. TO ORIGINAL CURB LINE
I '
i
w i
2� 28
\ d`
op�
S BE uRSp
L
BANK
PROTECTION IN 1/3
SEE DETAIL
L
EXCAVATED
SCOUR POOL NEW OUTFACE
ZD� `�°
2� ORDINARY HIGH
WATER
LINE
(appx.)
24 q
�• BANK J-HOOK
PROTECTI❑N SEE DETAIL \_j
SEE DETAIL CROSS-SECTIONS
PROJECT SITE LATITUDE: 47°28' 8"
LONGITUDE: 122° 12'42"
0 5 10
Datum: NAVD 1988
NORTH SCALE 1"= 10 FT
w RENTON VILLAGE STORM SYSTEM Applicant: City of Renton
IMPROVEMENT PROJECT Reference #:
Replace a Failing Storm System, including Waterway: Rolling Hills Creek
Rebuilding the Outfall to the Creek Sec. 19 T. 23 N R. 5 E
Prepared: June 2006
Location: Renton Village Shopping Center
555 S Renton Village Place Sheet 5 of 7
Renton, King County, Washington, 98055
J-HOOK
CROSS-SECTIONS '
ORDINARY HIGH WATER LINE TOP OF BANK '
ORDINARY WATER
DEPTH 12 INCHES
Capp x.)
CREEK BOTTOM
TYPICAL SECTION A "`
SCALE NOT TO SCALE — —TOP OF BANK
ORDINARY HIGH WATER LINE
--TOE OF BANK
I '
ORDINARY WATER
DEPTH 12 INCHES
CREEK BOTTOM '
TYPICAL SECTION_ B '
SCALE NOT TO SCALE
i
n
s
i
TYPICAL SECTION C '
SCALE NOT TO SCALE —
RENTON VILLAGE STORM SYSTEM Applicant: City of Renton
IMPROVEMENT PROJECT Reference #: _-;UZ,(rC,0-7Le L-
Replace a Failing Storm System, including Waterway: Rolling Hills Creek
Rebuilding the Outfall to the Creek Sec. 19 T. 23 N R. 5 E
PROJECT SITE LATITUDE: 47' 28' 8"
Location: Renton Village Shopping Center LONGITUDE: 122° 12' 42"
555 S Renton Village Place Prepared: June 2006
Renton, King County, Washington, 98055 Sheet 6 of 7
—
BANK PROTECTION
CROSS SECTION
— �—
TOP OF BANK
EL. VARIES
GEOTEXTILE WRAPPED - LIVE STAKES
MATTRESSES F-1,5' THICK \ a' MAX. 4' MIN. LENGTH
4' MIN, BANK EMBEDMENT
— ALL DISTURBED AREAS SHALL BE
LIVE BRANCH BUNDLES —
6' THICK, 5' MIN. BANK SEEDED WITH NATIVE GRASSES
EMBANKMENT z
— ORDINARY HIGH
WATER MARK 6' NATIVE
TOE OF BANK TOPSOIL FILL
ELEVATI❑N VARIES
Z ;t. ,
CREEK BOTTOM °' o z STAKED GE❑TEXTILE
NATIVE TOPS❑IL BACKFILL
' 3 I BALLAST BACKFILL
T❑E•ROCK i' MIN. THICKNESS
CREEK BANK REMADE AND TREATMENT
TYPICAL SECTION
SCALE NOT TO SCALE
LIVE STAKES
TOP OF BANK
3' MAX_, 4' MIN. LENGTH
— iEL. VARIES ALL DISTURBED AREAS SHALL BE
SEEDED WITH NATIVE GRASSES
2 :o
z (J
ORDINARY HIGH
' WATER MARK 6' NATIVE
TOE ❑F BANK �� TOPS❑IL FILL
ELEVATION VARIES
j'.
CREEK BOTTOM ;; o z STAKED GE❑TEXTILE
:o z
i
s
NATIVE TOPSOIL BACKFILL
3 II
BALLAST BACKFILL
T❑(� ROCIC 1' MIN. THICKNESS
J-HOOK CONNECTION TO CREEK BANK
6r
TYPICAL SECTION
SCALE NOT TO SCALE
RENTON VILLAGE STORM SYSTEM Applicant: City of Renton
IMPROVEMENT PROJECT Reference #: ,kO ce
Replace a Failing Storm System, including Waterway: Rolling Hills Creek
Rebuilding the Outfall to the Creek Sec. 19 T. 23 N R. 5 E
PROJECT SITE LATITUDE: 47° 28' 8"
Location: Renton Village Shopping Center LONGITUDE: 122° 12' 42"
555 S Renton Village Place Prepared: June 2006
Renton, King County, Washington, 98055 Sheet 7 of 7
NATIONWIDE PERMIT 7 �ycA^PSOFENO���
US Army Corps
of Engineers Terms and Conditions
,.� Seattle District •��mvxo`�,.
Effective Date: March 18, 2002
A. Description of Authorized Activities—page 1
B. Corps Regional Specific Conditions for this NWP—page 2
C. EPA,Puyallup Tribe and Chehalis Tribe WQC Conditions for this NWT—page 2
D. State WQC Conditions for this NWP—page 2
,r
E. State CZM Consistency Determination Conditions for this NWP—page 3
•• F. Corps National General Conditions for all NWPs—page 3
G. Corps Regional General Conditions for all NWPs—page 11
H. Additional Limitations on the Use of NWPs—page 13
I. Further Information—page 13
In addition to any special condition that may be required on a case-by-case basis by
the District Engineer, the following terms and conditions must be met, as applicable,
for a Nationwide Permit 7 authorization to be valid in Washington State.
A. DESCRIPTION OF AUTHORIZED ACTIVITIES
Outfall Structures and Maintenance. Activities related to:
(i) Construction of outfall structures and associated intake structures where the effluent from the outfall is
authorized, conditionally authorized,or specifically exempted,or are otherwise in compliance with
regulations issued under the National Pollutant Discharge Elimination System Program(Section 402 of
the CWA),and
(ii) Maintenance excavation,including dredging,to remove accumulated sediments blocking or restricting
�+ outfall and intake structures, accumulated sediments from small impoundments associated with outfall
and intake structures, and accumulated sediments from canals associated with outfall and intake
structures,provided the activity meets all of the following criteria:
a. The permittee notifies the District Engineer in accordance with General Condition 13;
b. The amount of excavated or dredged material must be the minimum necessary to restore the '
outfalls, intakes,small impoundments,and canals to original design capacities and design
configurations(i.e.,depth and width); '
C. The excavated or dredged material is deposited and retained at an upland site,unless otherwise
approved by the District Engineer under separate authorization;and '
d. Proper soil erosion and sediment control measures are used to minimize reentry of sediments
into waters of the US.
The construction of intake structures is not authorized by this NWP,unless they are directly associated with
an authorized outfall structure. For maintenance excavation and dredging to remove accumulated sediments,
the notification must include information regarding the original design capacities and configurations of the
facility and the presence of special aquatic sites(e.g.,vegetated shallows)in the vicinity of the proposed
work.(Sections 10 and 404)
+r
B. CORPS REGIONAL CONDITIONS FOR THIS NWP
None
r
C. EPA, PUYALLUP TRIBE AND CHEHALIS TRIBE WQC
CONDITIONS FOR THIS NWP
EPA,Puyallup Tribe and Chehalis Tribe water quality certification(WQC)has been denied without prejudice. An
individual WQC is required for all Section 404 activities.
r
D. STATE WQC CONDITIONS FOR THIS NWP
State WQC has been partially denied without prejudice for this permit.
1. The NWP authorizes outfall construction only and does not authorize the discharge of effluent
from the outfall. No effluent shall be discharged until the applicant has received a National
Pollutant Elimination System permit,waiver, or other applicable approval from the appropriate
Federal State or local authority.
2. An individual 401 Certification is required for projects or activities authorized under this NWP if
the project/activity will likely result in any of the following adverse effects:
a. The project or activity will likely cause or contribute to an exceedance of a State water quality
standard(WAC 173-201A)or sediment quality standard(WAC 173-204). The requirement to
obtain an individual 401 certification shall not apply to projects or activities that are carried
out in accordance with the following permits,approvals,or management practices. These
projects are presumed to comply with state water quality standards including state sediment •
management standards:
(1) Projects,activities or portions of projects or activities designed,constructed,and
maintained in accordance with the stormwater standards and practices contained in the
most current version of Ecology's Stormwater Manual or an Ecology approved
equivalent.
■r
(2) For WSDOT in-water or over-water construction and maintenance activities,an
individual 401 certification is not required for those projects carried out in compliance
r
2
with conditions 2 through 4 below and the Ecology approved Implementing Agreement
regarding compliance with the state of Washington Surface Water Quality Standards.
Compliance with this condition will be determined through receipt of a signed
statement by the WSDOT project engineer or maintenance supervisor,
guaranteeing that the project will meet the latest Ecology approved Water Quality
Implementing Agreement for work In-Water. This statement shall be sent to the
Corps of Engineers along with the JARPA application.
b. For projects/activities not designed in accordance with either Ecology's stormwater manual or an
Ecology approved equivalent,or for projects where there is credible site specific information
which indicates that the permits,approvals, or management practices identified above will not be
sufficient to meet state water quality standards,the applicant may provide documentation with the
application that the project/activity will otherwise comply with state water quality standards. An
individual 401 Certification is required for projects which are unable to provide documentation
that the project/activity will otherwise comply with state water quality standards.
c. Projects or activities that cause or contribute to a discharge to a waterbody on the state's list of
impaired waterbodies[i.e.,the 303(d)list]and the discharge may result in further exceedances of a
specific parameter the waterbody is listed for. The current list of 303(d)-listed waterbodies is
available on Ecology's web site at
.�. http://Www.ecy.wa.gov programs/wq/303d/1998/wrias/1998_water_Segs.pd.f or by contacting
Ecology's Federal Permits staff.
NOTE: An individual 401 Certification will not be required if the applicant provides documentation showing that
... the project or activity will either not result in a discharge containing the listed parameter or,if present,the parameter
will not contribute to an increased impairment of the waterbody.
... d. Projects that do not incorporate structures and/or modifications beneficial for fish or wildlife
habitat(e.g.,soil bioengineering,biotechnical design,rock barbs,etc.)
.. NOTE:An individual 401 certification will not be required if the project/activity is designed and constructed in
accordance to guidelines developed by the Washington State Department of Fish and Wildlife.
E. STATE CZM CONSISTENCY DETERMINATION CONDITIONS FOR
THIS NWP
The Coastal Zone Management(CZM)Consistency Determination has been partially denied without prejudice for
this NWP. An individual CZM Consistency Response must be obtained for projects requiring individual 401
Certification and located within counties in the coastal zone.
F. CORPS NATIONAL GENERAL CONDITIONS FOR ALL NWPs
1. Navigation. No activity may cause more than a minimal adverse effect on navigation.
2. Proper Maintenance. Any structure or fill authorized shall be properly maintained,including maintenance to
ensure public safety.
3. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and
maintained in effective operating condition during construction,and all exposed soil and other fills,as well as any work
below the ordinary high water mark or high tide line,must be permanently stabilized at the earliest practicable date.
Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow.
3
4. Aquatic Life Movements. No activity may substantially disrupt the necessary life-cycle movements of those '
species of aquatic life indigenous to the waterbody,including those species that normally migrate through the area,
unless the activity's primary purpose is to impound water. Culverts placed in streams must be installed to maintain low '
flow conditions.
5. Equipment. Heavy equipment working in wetlands must be placed on mats,or other measures must be taken
to minimize soil disturbance.
6. Regional and Case-By-Case Conditions. The activity must comply with any regional conditions that may
have been added by the Division Engineer(see 33 CFR 330.4(e))and with any case specific conditions added by the
Corps or by the state or tribe in its Section 401 Water Quality Certification and Coastal Zone Management Act
consistency determination.
7. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River '
System;or in a river officially designated by Congress as a"study river"for possible inclusion in the system,while the
river is in an official study status;unless the appropriate Federal agency,with direct management responsibility for
such river,has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River
designation,or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land
management agency in the area(e.g.,National Park Service,U.S.Forest Service,Bureau of Land Management,U.S.
Fish and Wildlife Service). '
8. Tribal Rights. No activity or its operation may impair reserved tribal rights,including,but not limited to,
reserved water rights and treaty fishing and hunting rights.
9. Water Quality. '
(a) In certain states and tribal lands an individual 401 Water Quality Certification must be obtained or
waived(See 33 CFR 330.4(c)).
(b) For NWPs 12, 14, 17, 18,32,39,40,42,43,and 44,where the state or tribal 401 certification(either
generically or individually)does not require or approve water quality management measures,the penmittee must
provide water quality management measures that will ensure that the authorized work does not result in more than
minimal degradation of water quality(or the Corps determines that compliance with state or local standards,where
applicable,will ensure no more than minimal adverse effect on water quality). An important component of water
quality management includes stormwater management that minimizes degradation of the downstream aquatic system,
including water quality(refer to General Condition 21 for stormwater management requirements). Another important
component of water quality management is the establishment and maintenance of vegetated buffers next to open
waters,including streams(refer to General Condition 19 for vegetated buffer requirements for the NWPs). This
condition is only applicable to projects that have the potential to affect water quality. While appropriate measures must
be taken,in most cases it is not necessary to conduct detailed studies to identify such measures or to require.
monitoring.
10. Coastal Zone Management. In certain states,an individual state coastal zone management consistency ,
concurrence must be obtained or waived(see 33 CFR 330.4(d)).
11. Endangered Species. ,
(a) No activity is authorized under any NWP which is likely to jeopardize the continued existence of a
threatened or endangered species or a species proposed for such designation,as identified under the Federal '
Endangered Species Act(ESA),or which will destroy or adversely modify the critical habitat of such species. Non-
federal permittees shall notify the District Engineer if any listed species or designated critical habitat might be affected
or is in the vicinity of the project,or is located in the designated critical habitat and shall not begin work on the activity
until notified by the District Engineer that the requirements of the ESA have been satisfied and that the activity is '
authorized. For activities that may affect Federally-listed endangered or threatened species or designated critical
habitat,the notification must include the name(s)of the endangered or threatened species that may be affected by the
rri
4
VO
r
proposed work or that utilize the designated critical habitat that may be affected by the proposed work. As a result of
formal or informal consultation with the FWS or NMFS the District Engineer may add species-specific regional
endangered species conditions to the NWPs.
(b) Authorization of an activity by a NWP does not authorize the"take"of a threatened or endangered
species as defined under the ESA. In the absence of separate authorization(e.g.,an ESA Section 10 Permit,a
Biological Opinion with"incidental take"provisions,etc.)from the USFWS or the NMFS,both lethal and non-lethal
"takes"of protected species are in violation of the ESA. Information on the location of threatened and endangered
species and their critical habitat can be obtained directly from the offices of the USFWS and NMFS or their world wide
web pages at http.//wwwfivs.govlr9endspplendspp.html and http://www.nmfs.noaa.govlprot res/overview/es.html
respectively.
12. Historic Properties. No activity which may affect historic properties listed,or eligible for listing,in the
National Register of Historic Places is authorized,until the District Engineer has complied with the provisions of 33
CFR part 325,Appendix C. The prospective permittee must notify the District Engineer if the authorized activity may
affect any historic properties listed,determined to be eligible,or which the prospective pernittee has reason to believe
may be eligible for listing on the National Register of Historic Places,and shall not begin the activity until notified by
the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the
activity is authorized. Information on the location and existence of historic resources can be obtained from the State
Historic Preservation Office and the National Register of Historic Places(see 33 CFR 330.4(g)). For activities that
may affect historic properties listed in,or eligible for listing in,the National Register of Historic Places,the notification
must state which historic property may be affected by the proposed work or include a vicinity map indicating the
location of the historic property.
13. Notification.
(a) Timing: Where required by the terms of the NWP,the prospective permittee must notify the District
Engineer with a preconstruction notification(PCN)as early as possible. The District Engineer must determine if the
r notification is complete within 30 days of the date of receipt and can request additional information necessary to make
the PCN complete only once. However,if the prospective permittee does not provide all of the requested information,
then the District Engineer will notify the prospective permittee that the notification is still incomplete and the PCN
review process will not commence until all of the requested information has been received by the District Engineer.
The prospective permittee shall not begin the activity:
(1) Until notified in writing by the District Engineer that the activity may proceed under the NWP with
any special conditions imposed by the District or Division Engineer;or
(2) If notified in writing by the District or Division Engineer that an Individual Permit is required;or
(3) Unless 45 days have passed from the District Engineer's receipt of the complete notification and the
prospective permittee has not received written notice from the District or Division Engineer. Subsequently,the
permittee's right to proceed under the NWP may be modified,suspended,or revoked only in accordance with the
procedure set forth in 33 CFR 330.5(d)(2).
(b) Contents of Notification: The notification must be in writing and include the following information:
(1) Name,address and telephone numbers of the prospective permittee;
(2) Location of the proposed project;
(3) Brief description of the proposed project;the project's purpose;direct and indirect adverse
environmental effects the project would cause;any other NWP(s),Regional General Permit(s),or Individual Permit(s)
used or intended to be used to authorize any part of the proposed project or any related activity. Sketches should be
provided when necessary to show that the activity complies with the terms of the NWP(Sketches usually clarify the
project and when provided result in a quicker decision.);
5
2
(4) For NWPs 7, 12, 14, 18,21,34,38,39,40,41,4 ,and 43,the PCN must also include a delineation
of affected special aquatic sites,including wetlands,vegetated shallows(e.g.,submerged aquatic vegetation,seagrass '
beds),and riffle and pool complexes(see paragraph 13(o);
(5) For NWP 7(Outfall Structures and Maintenance),the PCN must include information regarding the
original design capacities and configurations of those areas of the facility where maintenance dredging or excavation is
proposed;
(6) For NWP 14(Linear Transportation Projects),the PCN must include a compensatory mitigation
proposal to offset permanent losses of waters of the US and a statement describing how temporary losses of waters of
the US will be minimized to the maximum extent practicable;
(7) For NWP 21 (Surface Coal Mining Activities),the PCN must include an Office of Surface Mining
(OSM)or state-approved mitigation plan,if applicable. To be authorized by this NWP,the District Engineer must
determine that the activity complies with the terms and conditions of the NWP and that the adverse environmental
effects are minimal both individually and cumulatively and must notify the project sponsor of this determination in
writing;
+rr
(8) For NWP 27(Stream and Wetland Restoration Activities),the PCN must include documentation of
the prior condition of the site that will be reverted by the permittee;
(9) For NWP 29(Single-Family Housing),the PCN must also include:
(i) Any past use of this NWP by the Individual Permittee and/or the permittee's spouse;
(ii) A statement that the single-family housing activity is for a personal residence of the permittee;
(iii) A description of the,entire parcel,including its size,and a delineation of wetlands. For the '
purpose of this NWP,parcels of land measuring 1/4-acre or less will not require a formal on-site delineation. However,
the applicant shall provide an indication of where the wetlands are and the amount of wetlands that exists on the
property. For parcels greater than 1/4-acre in size,formal wetland delineation must be prepared in accordance with the
current method required by the Corps.(See paragraph 13(f));
(iv) A written description of all land(including,if available,legal descriptions)owned by the
prospective permittee and/or the prospective permittee's spouse,within a one mile radius of the parcel,in any form of
ownership(including any land owned as a partner,corporation,joint tenant,co-tenant,or as a tenant-by-the-entirety)
and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed;
(10) For NWP 31 (Maintenance of Existing Flood Control Facilities),the prospective permittee must
either notify the District Engineer with a PCN prior to each maintenance activity or submit a five year(or less)
maintenance plan. In addition,the PCN must include all of the following:
(i) Sufficient baseline information identifying the approved channel depths and configurations and
existing facilities. Minor deviations are authorized,provided the approved flood control protection or drainage is not
increased;
(ii) A delineation of any affected special aquatic sites,including wetlands;and,
(iii) Location of the dredged material disposal site; ,
(11) For NWP 33(Temporary Construction,Access,and Dewatering),the PCN must also include a
restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources;
(12) For NWPs 39,43 and 44,the PCN must also include a written statement to the District Engineer
explaining how avoidance and minimization for losses of waters of the US were achieved on the project site;
6 '
r
a' (13) For NWP 39 and NWP 42,the PCN must include a compensatory mitigation proposal to offset
losses of waters of the US or justification explaining why compensatory mitigation should not be required. For
discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District
Engineer must determine that the activity complies with the other terms and conditions of the NWP,determine adverse
environmental effects are minimal both individually and cumulatively,and waive the limitation on stream impacts in
writing before the permittee may proceed;
(14) For NWP 40(Agricultural Activities),the PCN must include a compensatory mitigation proposal to
offset losses of waters of the US. This NWP does not authorize the relocation of greater than 300 linear-feet of existing
serviceable drainage ditches constructed in non-tidal streams unless,for drainage ditches constructed in intermittent
non-tidal streams,the District Engineer waives this criterion in writing,and the District Engineer has determined that
the project complies with all terms and conditions of this NWP,and that any adverse impacts of the project on the
aquatic environment are minimal,both individually and cumulatively;
(15) For NWP 43(Stormwater Management Facilities),the PCN must include,for the construction of
new stormwater management facilities,a maintenance plan(in accordance with state and local requirements,if
applicable)and a compensatory mitigation proposal to offset losses of waters of the US. For discharges that cause the
r loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District Engineer must determine
that the activity complies with the other terms and conditions of the NWP,determine adverse environmental effects are
minimal both individually and cumulatively,and waive the limitation on stream impacts in writing before the permittee
may proceed;
(16) For NWP 44(Mining Activities),the PCN must include a description of all waters of the US
adversely affected by the project,a description of measures taken to minimize adverse effects to waters of the US,a
description of measures taken to comply with the criteria of the NWP,and a reclamation plan(for all aggregate mining
activities in isolated waters and non-tidal wetlands adjacent to headwaters and any hard rock/mineral mining activities);
(17) For activities that may adversely affect Federally-listed endangered or threatened species,the PCN
must include the name(s)of those endangered or threatened species that may be affected by the proposed work or
utilize the designated critical habitat that may be affected by the proposed work;and
(18) For activities that may affect historic properties listed in,or eligible for listing in,the National
Register of Historic Places,the PCN must state which historic property may be affected by the proposed work or
include a vicinity map indicating the location of the historic property.
L (c) Form of Notification: The standard Individual Permit application form(Form ENG 4345)may be used
as the notification but must clearly indicate that it is a PCN and must include all of the information required in(b)(1)-
(18)of General Condition 13. A letter containing the requisite information may also be used.
(d) District Engineer's Decision: In reviewing the PCN for the proposed activity,the District Engineer will
determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative
adverse environmental effects or may be contrary to the public interest. The prospective permittee may submit a
proposed mitigation plan with the PCN to expedite the process. The District Engineer will consider any proposed
compensatory mitigation the applicant has included in the proposal in determining whether the net adverse
environmental effects to the aquatic environment of the proposed work are minimal. If the District Engineer
r determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the
aquatic environment are minimal,after considering mitigation,the District Engineer will notify the permittee and
include any conditions the District Engineer deems necessary. The District Engineer must approve any compensatory
mitigation proposal before the permittee commences work. If the prospective permittee is required to submit a
compensatory mitigation proposal with the PCN,the proposal may be either conceptual or detailed. If the prospective
permittee elects to submit a compensatory mitigation plan with the PCN,the District Engineer will expeditiously
review the proposed compensatory mitigation plan. The District Engineer must review the plan within 45 days of
r. receiving a complete PCN and determine whether the conceptual or specific proposed mitigation would ensure no more
than minimal adverse effects on the aquatic environment. If the net adverse effects of the project on the aquatic
environment(after consideration of the compensatory mitigation proposal)are determined by the District Engineer to
be minimal,the District Engineer will provide a timely written response to the applicant. The response will state that
7
r.
r
the project can proceed under the terms and conditions of the NWP. If the District Engineer determines that the
adverse effects of the proposed work are more than minimal,then the District Engineer will notify the applicant either:
(1)That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to
seek authorization under an Individual Permit;(2)that the project is authorized under the NWP subject to the
applicant's submission of a mitigation proposal that would reduce the adverse effects on the aquatic environment to the
minimal level;or(3)that the project is authorized under the NWP with specific modifications or conditions. Where the
District Engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the
aquatic environment,the activity will be authorized within the 45-day PCN period. The authorization will include the
necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation proposal that would
�3' eP P q
reduce the adverse effects on the aquatic environment to the minimal level. When conceptual mitigation is included,or
a mitigation plan is required under item(2)above,no work in waters of the US will occur until the District Engineer
has approved a specific mitigation plan.
(e) Agency Coordination: The District Engineer will consider any comments from Federal and state
agencies concerning the proposed activity's compliance with the terns and conditions of the NWPs and the need for
mitigation to reduce the project's adverse environmental effects to a minimal level. For activities requiring notification
to the District Engineer that result in the loss of greater than 1/2-acre of waters of the US,the District Engineer will
provide immediately(e.g.,via facsimile transmission,overnight mail,or other expeditious manner)a copy to the
appropriate Federal or state offices(USFWS,state natural resource or water quality agency,EPA,State Historic
Preservation Officer(SHPO),and,if appropriate,the NMFS). With the exception of NWP 37,these agencies will then
have 10 calendar days from the date the material is transmitted to telephone or fax the District Engineer notice that they
intend to provide substantive,site-specific comments. If so contacted by an agency,the District Engineer will wait an
additional 15 calendar days before making a decision on the notification. The District Engineer will fully consider
agency comments received within the specified time frame,but will provide no response to the resource agency,except
as provided below. The District Engineer will indicate in the administrative record associated with each notification
that the resource agencies'concerns were considered. As required by section 305(b)(4)(B)of the Magnuson-Stevens
Fishery Conservation and Management Act,the District Engineer will provide a response to NMFS within 30 days of
receipt of any Essential Fish Habitat conservation recommendations. Applicants are encouraged to provide the Corps
multiple copies of notifications to expedite agency notification.
(f) Wetland Delineations: Wetland delineations must be prepared in accordance with the current method
required by the Corps(For NWP 29 see paragraph(b)(9)(iii)for parcels less than(1/4-acre in size). The permittee may
ask the Corps to delineate the special aquatic site. There may be some delay if the Corps does the delineation.
Furthermore,the 45-day period will not start until the wetland delineation has been completed and submitted to the
Corps,where appropriate.
14. Compliance Certification. Every permittee who has received NWP verification from the Corps will submit
a signed certification regarding the completed work and any required mitigation. The certification will be forwarded by
the Corps with the authorization letter and will include:
(a) A statement that the authorized work was done in accordance with the Corps authorization,including any
general or specific conditions;
(b) A statement that any required mitigation was completed in accordance with the permit conditions;and
(c) The signature of the permittee certifying the completion of the work and mitigation.
15. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is r
prohibited,except when the acreage loss of waters of the US authorized by the NWPs does not exceed the acreage limit
of the NWP with the highest specified acreage limit(e.g.if a road crossing over tidal waters is constructed under
NWP 14,with associated bank stabilization authorized by NWP 13,the maximum acreage loss of waters of the US for
the total project cannot exceed 1/3-acre).
i
16. Water Supply Intakes. No activity,including structures and work in navigable waters of the US or
discharges of dredged or fill material,may occur in the proximity of a public water supply intake except where the '
activity is for repair of the public water supply intake structures or adjacent bank stabilization.
8 r
17. Shellfish Beds. No activity,including structures and work in navigable waters of the US or discharges of
dredged or fill material,may occur in areas of concentrated shellfish populations,unless the activity is directly related
to a shellfish harvesting activity authorized by NWP 4.
rn.
18. Suitable Material. No activity,including structures and work in navigable waters of the US or discharges of
dredged or fill material,may consist of unsuitable material(e.g.,trash,debris,car bodies,asphalt,etc.)and material
used for construction or discharged must be free from toxic pollutants in toxic amounts(see section 307 of the CWA).
19. Mitigation. The District Engineer will consider the factors discussed below when determining the
acceptability of appropriate and practicable mitigation necessary to offset adverse effects on the aquatic environment
that are more than minimal.
(a) The project must be designed and constructed to avoid and minimize adverse effects to waters of the US
to the maximum extent practicable at the project site(i.e.,on site).
(b) Mitigation in all its forms(avoiding,minimizing,rectifying,reducing or compensating)will be required
to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal.
(c) Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland impacts
requiring a PCN,unless the District Engineer determines in writing that some other form of mitigation would be more
environmentally appropriate and provides a project-specific waiver of this requirement. Consistent with National
policy,the District Engineer will establish a preference for restoration of wetlands as compensatory mitigation,with
preservation used only in exceptional circumstances.
(d) Compensatory mitigation(i.e.,replacement or substitution of aquatic resources for those impacted)will
not be used to increase the acreage losses allowed by the acreage limits of some of the NWPs. For example, 1/4-acre of
wetlands cannot be created to change a 3/4-acre loss of wetlands to a 1/2-acre loss associated with NWP 39
verification. However, 1/2-acre of created wetlands can be used to reduce the impacts of a 1/2-acre loss of wetlands to
the minimum impact level in order to meet the minimal impact requirement associated with NWPs.
(e) To be practicable,the mitigation must be available and capable of being done considering costs,existing
technology,and logistics in light of the overall project purposes. Examples of mitigation that may be appropriate and
practicable include,but are not limited to: reducing the size of the project; establishing and maintaining wetland or
upland vegetated buffers to protect open waters such as streams;and replacing losses of aquatic resource functions and
values by creating,restoring,enhancing,or preserving similar functions and values,preferably in the same watershed.
(f) Compensatory mitigation plans for projects in or near streams or other open waters will normally include
r a requirement for the establishment,maintenance,and legal protection(e.g.,easements,deed restrictions)of vegetated
buffers to open waters. In many cases,vegetated buffers will be the only compensatory mitigation required. Vegetated
buffers should consist of native species. The width of the vegetated buffers required will address documented water
quality or aquatic habitat loss concerns. Normally,the vegetated buffer will be 25 to 50 feet wide on each side of the
stream,but the District Engineers may require slightly wider vegetated buffers to address documented water quality or
habitat loss concerns. Where both wetlands and open waters exist on the project site,the Corps will determine the
appropriate compensatory mitigation(e.g.,stream buffers or wetlands compensation)based on what is best for the
aquatic environment on a watershed basis. In cases where vegetated buffers are determined to be the most appropriate
form of compensatory mitigation,the District Engineer may waive or reduce the requirement to provide wetland
compensatory mitigation for wetland impacts.
(g) Compensatory mitigation proposals submitted with the"notification"may be either conceptual or
aw detailed. If conceptual plans are approved under the verification,then the Corps will condition the verification to
require detailed plans be submitted and approved by the Corps prior to construction of the authorized activity in waters
of the US.
(h) Permittees may propose the use of mitigation banks,in-lieu fee arrangements or separate activity-specific
compensatory mitigation. In all cases that require compensatory mitigation,the mitigation provisions will specify the
party responsible for accomplishing and/or complying with the mitigation plan.
9
20. Spawning Areas. Activities,including structures and work in navigable waters of the US or discharges of
dredged or fill material,in spawning areas during spawning seasons must be avoided to the maximum extent
practicable. Activities that result in the physical destruction(e.g.,excavate,fill,or smother downstream by substantial
turbidity)of an important spawning area are not authorized.
21. Management of Water Flows. To the maximum extent practicable,the activity must be designed to
maintain preconstruction downstream flow conditions(e.g.,location,capacity,and flow rates). Furthermore,the
activity must not permanently restrict or impede the passage of normal or expected high flows(unless the primary
purpose of the fill is to impound waters)and the structure or discharge of dredged or fill material must withstand
expected high flows. The activity must,to the maximum extent practicable,provide for retaining excess flows from the
site,provide for maintaining surface flow rates from the site similar to preconstruction conditions,and provide for not
increasing water flows from the project site,relocating water,or redirecting water flow beyond preconstruction
conditions. Stream channelizing will be reduced to the minimal amount necessary,and the activity must,to the
maximum extent practicable,reduce adverse effects such as flooding or erosion downstream and upstream of the
project site,unless the activity is part of a larger system designed to manage water flows. In most cases,it will not be a
requirement to conduct detailed studies and monitoring of water flow. This condition is only applicable to projects that
have the potential to affect waterflows. While appropriate measures must be taken,it is not necessary to conduct
detailed studies to identify such measures or require monitoring to ensure their effectiveness. Normally,the Corps will
defer to state and local authorities regarding management of water flow.
22. Adverse Effects From Impoundments. If the activity creates an impoundment of water,adverse effects to
the aquatic system due to the acceleration of the passage of water,and/or the restricting its flow shall be minimized to
the maximum extent practicable. This includes structures and work in navigable waters of the US,or discharges of
dredged or fill material.
23. Waterfowl Breeding Areas. Activities,including structures and work in navigable waters of the US or
discharges of dredged or fill material,into breeding areas for migratory waterfowl must be avoided to the maximum
extent practicable.
24. Removal of Temporary Fills. Any temporary fills must be removed in their entirety and the affected areas
returned to their preexisting elevation.
25. Designated Critical Resource Waters. Critical resource waters include,NOAA-designated marine
sanctuaries,National Estuarine Research Reserves,National Wild and Scenic Rivers,critical habitat for Federally listed
threatened and endangered species,coral reefs,state natural heritage sites,and outstanding national resource waters or
other waters officially designated by a state as having particular environmental or ecological significance and identified
by the District Engineer after notice and opportunity for public comment. The District Engineer may also designate
additional critical resource waters after notice and opportunity for comment.
(a) Except as noted below,discharges of dredged or fill material into waters of the US are not authorized by
NWPs 7, 12, 14, 16, 17,21,29,31,35,39,40,42,43,and 44 for any activity within,or directly affecting,critical
resource waters,including wetlands adjacent to such waters. Discharges of dredged or fill materials into waters of the
US may be authorized by the above NWPs in National Wild and Scenic Rivers if the activity complies with General r
Condition 7. Further,such discharges may be authorized in designated critical habitat for Federally listed threatened or
endangered species if the activity complies with General Condition 11 and the USFWS or the NMFS has concurred in
a determination of compliance with this condition. qr
(b) For NWPs 3,85 10, 13, 15, 18, 19,22,23,25,27,28,30,33,34,36,37,and 38,notification is required in
accordance with General Condition 13,for any activity proposed in the designated critical resource waters including
wetlands adjacent to those waters. The District Engineer may authorize activities under these NWPs only after it is
determined that the impacts to the critical resource waters will be no more than minimal.
26. Fills Within 100-Year Floodplains. For purposes of this General Condition, 100-year floodplains will be
identified through the existing Federal Emergency Management Agency's(FEMA)Flood Insurance Rate Maps or _
FEMA-approved local floodplain maps.
10 '
(a) Discharges in Floodplain;Below Headwaters. Discharges of dredged or fill material into waters of the
US within the mapped 100-year floodplain,below headwaters(i.e.,5 cfs),resulting in permanent above-grade fills,are
not authorized by NWPs 39,40,42,43,and 44.
(b) Discharges in Floodway;Above Headwaters. Discharges of dredged or fill material into waters of the US
within the FEMA or locally mapped floodway,resulting in permanent above-grade fills,are not authorized by NWPs
39,40,42,and 44.
(c) The permittee must comply with any applicable FEMA-approved state or local floodplain management
requirements.
27. Construction Period. For activities that have not been verified by the Corps and the project was commenced
or under contract to commence by the expiration date of the NWP(or modification or revocation date),the work must
be completed within 12-months after such date(including any modification that affects the project). For activities that
have been verified and the project was commenced or under contract to commence within the verification period,the
work must be completed by the date determined by the Corps. For projects that have been verified by the Corps,an
extension of a Corps approved completion date maybe requested. This request must be submitted at least one month
before the previously approved completion date.
G. CORPS REGIONAL GENERAL CONDITIONS FOR ALL NWPS
1. Mature Forested and Bog and Bog-like Wetlands. The use of NWPs is specifically prohibited in mature
forested wetlands or bog and bog-like wetlands or just these components of a wetland system(as defined in the
Definition section of this Public Notice),except for projects provided coverage under the following NWPs:
NWP 3(i,ii) — Maintenance
NWP 20 Oil Spill Cleanup
NWP 32 — Completed Enforcement Actions
NWP 38 — Cleanup of Hazardous and Toxic Waste
NWP 40(a) — USDA program participant
NOTE: NWP regulations do not allow the regional conditioning of NWP 40(a).
2. Access. You must allow representatives from this office to inspect the authorized activity at any time deemed
necessary to ensure that it is being,or has been,accomplished in accordance with the terms and conditions of your
permit.
3. Commencement Bay. An individual permit is required in the Commencement Bay Study Area(CBSA)for
activities which would have qualified for the following NWPs:
NWP 12 — Utility Line Activities(substations and access roads)
NWP 13 — Bank Stabilization
NWP 14 — Linear Transportation Crossings
NWP 23 — Approved Categorical Exclusions
NWP 29 — Single-Family Housing
NWP 39 — Residential,Commercial,and Institutional Developments
NWP 40 — Agricultural Activities
NWP 41 — Reshaping Existing Drainage Ditches
NWP 42 — Recreational Facilities
NWP 43 — Stormwater Management Facilities
The CBSA is located near the southern end of Puget Sound's main basin at Tacoma,Pierce County,Washington. The
CBSA extends from Brown's Point around the bay to Point Defiance and includes the commercial waterways,
wetlands,and any other jurisdictional waters. From Point Defiance,the line runs southeast to State Route 7(Pacific
11
Avenue),then south to the centerline of I-5;then east(northbound lanes)along I-5 to the Puyallup River. The
boundary extends 200 feet on either side of the Puyallup River southeast to the Clark Creek Road(Melroy)Bridge.
From the Puyallup River,the boundary extends east along 1-5 to 70th Avenue E. The line then returns to Brown's
Point to the northwest,following the 100-foot contour elevation above sea level located east of Hylebos Creek and
Marine View Drive.
4. Mill Creek Special Area Management Plan(SAMP). Within the boundaries of the(SAMP),the following
NWPs can be used only in those areas designated as"Developable Wetlands":
NWP 14 — Linear Transportation Crossings
NWP 23 — Approved Categorical Exclusions
NWP 29 — Single-Family Housing
NWP 33 — Temporary Construction,Access and Dewatering
NWP 39 — Residential,Commercial,and Institutional Developments
NWP 40— Agricultural Activities
NWP 41 — Reshaping Existing Drainage Ditches
NWP 42 — Recreational Facilities
NWP 43 — Stormwater Management Facilities 40
Until the SAMP is approved,the users of these NWPs listed above(except NWP 40a.)must notify the District
Engineer in accordance with General Condition 13 for any acreage or volume proposed. Once the SAMP is approved,
the"Notification"limits will be as specified in the individual NWPs.
Mitigation requirements for these projects must either be onsite or within the areas designated as"Preferred Mitigation
Sites". Mitigation plans must comply with the requirements found within the Mill Creek Special Area Management ar
Plan,King County,Washington,dated April 2000.
An individual permit is required for all proposals in"Developable Wetlands"that would have qualified for NWPs other
than those listed above.
NWP 27,Stream Restoration and Enhancement Activities,can be used within the SAMP,but,must comply with the
requirements found within the Mill Creek Special Area Management Plan,King County,Washington.
The Mill Creek SAMP applies to all areas and tributaries drained by Mill Creek(Auburn),Mullen Slough,Midway
Creek,Auburn Creek,and the area bounded by 4th Street Northeast in Auburn on the south,and the Ordinary High
Water mark of the Green River on the east and north.
5. Prohibited Work Times for Bald Eagle Protection. For compliance with National General Condition 11,
the following construction activity prohibitions apply to protect bald eagles,listed as threatened under the Endangered
Species Act:
(a) No construction activity authorized under a NWP shall occur within 1/4 mile of an occupied bald eagle
nest,nocturnal roost site,or wintering concentration area,within the following seasonal work prohibition times.
(b) No construction activity authorized under a NWP shall occur within 1/2 mile BY LINE OF SIGHT of an
occupied bald eagle nest or nocturnal roost site,within the following seasonal work prohibition times:
Work prohibition times:
(1) Nesting between January 1 and August 15 each year.
(2) Wintering areas between November 1 and March 31 each year.
Exceptions to these prohibited work times can be made by request to the Corps and approved by the U.S.Fish and
Wildlife Service(USFWS).
12 ,
.� Contact the USFWS to determine if a bald eagle nest,nocturnal roost,or wintering concentration occurs near your
proposed project:
West of Cascades: Olympia Office—(360)753-9440
East of Cascades: Ephrata—(509)754-8580 or Spokane—(509)893-8002
Mainstem of the Columbia River downstream from McNary Dam: Portland—(503)231-6179
H. ADDITIONAL LIMITATIONS ON THE USE OF NWPS
.� 1. District Engineers have authority to determine if an activity complies with the terms and conditions of an
NWP.
2. NWPs do not obviate the need to obtain other Federal,state,or local permits,approvals,or authorizations
4W 2.
by law.
3. NWPs do not grant any property rights or exclusive privileges.
4. NWPs do not authorize any injury to the property or rights of others.
5. NWPs do not authorize interference with any existing or proposed Federal project.
6. If future operations by the United States require the removal,relocation,or other alteration of the work
1 herein authorized,or if,in the opinion of the Secretary of the Army or his authorized representative,said
structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, you
will be required,upon due notice from the U. S Army Corps of Engineers,to remove,relocate,or alter the
structural work or obstructions caused thereby,without expense to the United States. No claim shall be
made against the United States on account of any such removal or alteration.
j I. FURTHER INFORMATION
Further information about the U.S.Army Corps of Engineers regulatory program,including nationwide permits,may
also be accessed on our Internet page: hitp.11www.nws.usace.army.mil (select"Regulatory/Permits').
a
it
13
NATIONWIDE PERMIT 13 yCPPPSoFo�°�.
Army Corps
of Engineers a; Terms and Conditions
of
Seattle District ck+�oM
Effective Date: March 18, 2002
A. Description of Authorized Activities—page 1
B. Corps Regional Specific Conditions for this NWP—page 2
C. EPA,Puyallup Tribe and Chehalis Tribe WQC Conditions for this NWP—page 3
D. State WQC Conditions for this NWP—page 3
4W
E. State CZM Consistency Determination Conditions for this NWP—page 4
F. Corps National General Conditions for all NWPs—page a e 4
G. Corps Regional General Conditions for all NWPs—page 11
H. Additional Limitations on the Use of NWPs—page 13
I. Further Information—page 13
I
In addition to any special condition that may be required on a case-by-case basis by
the District Engineer, the following terms and conditions must be met, as applicable,
for a Nationwide Permit 13 authorization to be valid in Washington State.
A. DESCRIPTION OF AUTHORIZED ACTIVITIES
Bank Stabilization. Bank stabilization activities necessary for erosion prevention provided the activity meets all of
the following criteria:
a. No material is placed in excess of the minimum needed for erosion protection;
b. The bank stabilization activity is less than 500 feet in length;
c. The activity will not exceed an average of one cubic yard per running foot placed along the bank below
"P the plane of the ordinary high water mark or the high tide line;
d. No material is placed in any special aquatic site,including wetlands;
40
e. No material is of the type, or is placed in any location,or in any manner,to impair surface water flow
into or out of any wetland area;
f. No material is placed in a manner that will be eroded by normal or expected h i gh flows(properly
y
anchored trees and treetops may be used in low energy areas); and,
g. The activity is part of a single and complete project.
Bank stabilization activities in excess of 500 feet in length or greater than an average of one cubic yard per running
foot may be authorized if the permittee notifies the District Engineer in accordance with the"Notification"General
Condition 13 and the District Engineer determines the activity complies with the other terms and conditions of the
NWP and the adverse environmental effects are minimal both individually and cumulatively.This NWP may not be
used for the channelization of waters of the US. (Sections 10 and 404)
B. CORPS REGIONAL CONDITIONS FOR THIS NWP
1. The permittee must notify the District Engineer in accordance with National General Condition 13 for all bank
stabilization projects.
2. The permittee must avoid and minimize discharges into waters of the United States at the project site to the
maximum extent practicable,and the"Notification"must include a written justification to the District Engineer
detailing compliance with this condition. To enable the Corps in making this determination,the notification
must include the following assessments:
a. The cause(s)and mechanism(s)of any existing or imminent bank failure in the project area;
b. Sediment movement and deposition patterns in and near the project area,with and without the proposed
project;
C. Existing and with-project habitat conditions including use of the project area by animal and plant species.
d. Why the discharge must occur in waters of the United States and why avoidance or additional
minimization cannot be achieved.
e. How the proposed project incorporates least environmentally damaging practicable bank protection
methods. These methods include but are not limited to the use of bioengineering,biotechnical design,
root wads,large woody debris,native plantings,beach nourishment in certain circumstances,and fish 40
friendly riprap designs.
3. The permittee shall minimize the disturbance of existing vegetation in the project area and,following
construction,revegetate disturbed areas with native plant species.
NOTE: Information useful in preparing the assessments required above are:
• the Washington State Department of Fish&Wildlife's Integrated Streambank Protection Guidelines, •
http:/,,'www.wa.gov./wdfw,,,'hab/ahg//ispgdoc.htm#toctop,(especially for fresh waters);
• King County's Reconnaissance Assessment of the State of the Nearshore Ecosystem,
http:!/dnr.metrokc.gov/'wlrf watersheds/puget,/nearshore,'soru.htm; 40
• the White Papers,Marine and Estuarine Shoreline Modification Issues,and Ecological Issues in
Floodplains and Riparian Corridors,Over-Water Structures: Freshwater Issues
http:,'/'ww-Ar.wa.gov/wdfw,'hab!ahg/n,lamrsrc.htm
NOTE: Bank protection length,especially in the case of barbs,is measured as the total length of
shoreline/bank to be protected by the structure.
NOTE: This nationwide permit does not authorize discharges of fill for bank protection in special aquatic
sites including wetlands, mudflats,and pool and riffle complexes waterward of the ordinary high water line.
2
C. EPA, PUYALLUP TRIBE AND CHEHALIS TRIBE WQC
CONDITIONS FOR THIS NWP
1° EPA,Puyallup Tribe and Chehalis Tribe water quality certification(WQC)has been denied without prejudice. An
individual WQC is required for all Section 404 activities.
D. STATE WQC CONDITIONS FOR THIS NWP
State WQC has been partially denied without prejudice for this permit. An individual WQC,in addition to an
approved mitigation plan,is required prior to starting work for any fill-related impacts to tidal waters or to non-tidal
wetlands adjacent to tidal waters.
1. Proposed projects using any upright structures(e.g.,retaining walls,concrete or timber bulkheads,etc.)
2. Projects that are greater than 500 feet in length.
3. The project or activity will likely cause or contribute to an exceedance of a State water quality standard
(WAC 173-201A)or sediment quality standard(WAC 173-204). The requirement to obtain an individual 401
certification shall not apply to projects or activities that are carried out in accordance with the following permits,
approvals,or management practices. These projects are presumed to comply with state water quality standards
including state sediment management standards:
a. For WSDOT in-water or over-water construction and maintenance activities,an individual 401
certification is not required for those projects carried out in compliance with 4 through 5 below and the Ecology
approved Implementing Agreement regarding compliance with the state of Washington Surface Water Quality
Standards.
Compliance with this condition will be determined through receipt of a signed statement by the WSDOT project
1 engineer or maintenance supervisor,guaranteeing that the project will meet the latest Ecology approved Water
Quality Implementing Agreement for work In-Water. This statement shall be sent to the Corps of Engineers along
with the JARPA application.
u
4. Projects or activities that cause or contribute to a discharge to a waterbody on the state's list of impaired
waterbodies [i.e.,the 303(d)list]and the discharge may result in further exceedances of a specific parameter the
waterbody is listed for. The current list of 303(d)-listed waterbodies is available on Ecology's web site at
http://www.ecy.wa.gov/programs/wq/303d/1998/wrias/1998_water_segspdf or by contacting Ecology's Federal
taw Permits staff.
NOTE: An individual 401 Certification will not be required if the applicant provides documentation showing that
the project or activity will either not result in a discharge containing the listed parameter or,if present,the parameter
will not contribute to an increased impairment of the waterbody.
5. Projects that do not incorporate structures and/or modifications beneficial for fish or wildlife habitat(e.g.,
%P soil bioengineering,biotechnical design,rock barbs, etc.).
NOTE:An individual 401 certification will not be required if the project/activity is designed and constructed in
accordance to guidelines developed by the Washington State Department of Fish and Wildlife.
i
to
to
3
ow
E. STATE CZM CONSISTENCY DETERMINATION CONDITIONS FOR
THIS NWP I
The Coastal Zone Management(CZM)Consistency Determination has been partially denied without prejudice for
this NWP. An individual CZM Consistency Response must be obtained for projects requiring individual 401
Certification and located within counties in the coastal zone.
F. CORPS NATIONAL GENERAL CONDITIONS FOR ALL NWPS r
1. Navigation. No activity may cause more than a minimal adverse effect on navigation.
2. Proper Maintenance. Any structure or fill authorized shall be properly maintained,including maintenance to ,
ensure public safety.
3. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and
maintained in effective operating condition during construction,and all exposed soil and other fills,as well as any work
below the ordinary high water mark or high tide line,must be permanently stabilized at the earliest practicable date.
Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow.
4. Aquatic Life Movements. No activity may substantially disrupt the necessary life-cycle movements of those
species of aquatic life indigenous to the waterbody,including those species that normally migrate through the area,
unless the activity's primary purpose is to impound water. Culverts placed in streams must be installed to maintain low
flow conditions.
5. Equipment. Heavy equipment working in wetlands must be placed on mats,or other measures must be taken
to minimize soil disturbance.
6. Regional and Case-By-Case Conditions. The activity must comply with any regional conditions that may
have been added by the Division Engineer(see 33 CFR 330.4(e))and with any case specific conditions added by the
Corps or by the state or tribe in its Section 401 Water Quality Certification and Coastal Zone Management Act
consistency determination.
7. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River W
System;or in a river officially designated by Congress as a"study river"for possible inclusion in the system,while the
river is in an official study status;unless the appropriate Federal agency,with direct management responsibility for
such river,has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River
designation,or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land r
management agency in the area(e.g.,National Park Service,U.S.Forest Service,Bureau of Land Management,U.S.
Fish and Wildlife Service).
8. Tribal Rights. No activity or its operation may impair reserved tribal rights,including,but not limited to, .r
reserved water rights and treaty fishing and hunting rights.
9. Water Quality.
�r
(a) In certain states and tribal lands an individual 401 Water Quality Certification must be obtained or
waived(See 33 CFR 330.4(c)).
(b) For NWPs 12, 14, 17, 18,32,39,40,42,43,and 44,where the state or tribal 401 certification(either
generically or individually)does not require or approve water quality management measures,the permittee must
provide water quality management measures that will ensure that the authorized work does not result in more than
minimal degradation of water quality(or the Corps determines that compliance with state or local standards,where
applicable,will ensure no more than minimal adverse effect on water quality). An important component of water
quality management includes stormwater management that minimizes degradation of the downstream aquatic system,
including water quality(refer to General Condition 21 for stormwater management requirements). Another important
4
+� component of water quality management is the establishment and maintenance of vegetated buffers next to open
waters,including streams(refer to General Condition 19 for vegetated buffer requirements for the NWPs). This
condition is only applicable to projects that have the potential to affect water quality. While appropriate measures must
be taken,in most cases it is not necessary to conduct detailed studies to identify such measures or to require
monitoring.
10. Coastal Zone Management. In certain states,an individual state coastal zone management consistency
concurrence must be obtained or waived(see 33 CFR 330.4(d)).
11. Endangered Species.
it
(a) No activity is authorized under any NWP which is likely to jeopardize the continued existence of a
threatened or endangered species or a species proposed for such designation,as identified under the Federal
Endangered Species Act(ESA),or which will destroy or adversely modify the critical habitat of such species. Non-
federal permittees shall notify the District Engineer if any listed species or designated critical habitat might be affected
or is in the vicinity of the project,or is located in the designated critical habitat and shall not begin work on the activity
until notified by the District Engineer that the requirements of the ESA have been satisfied and that the activity is
authorized. For activities that may affect Federally-listed endangered or threatened species or designated critical
habitat,the notification must include the name(s)of the endangered or threatened species that may be affected by the
proposed work or that utilize the designated critical habitat that may be affected by the proposed work. As a result of
formal or informal consultation with the FWS or NMFS the District Engineer may add species-specific regional
endangered species conditions to the NWPs.
(b) Authorization of an activity by a NWP does not authorize the"take"of a threatened or endangered
species as defined under the ESA. In the absence of separate authorization(e.g.,an ESA Section 10 Permit,a
Biological Opinion with"incidental take"provisions,etc.)from the USFWS or the NMFS,both lethal and non-lethal
"takes"of protected species are in violation of the ESA. Information on the location of threatened and endangered
species and their critical habitat can be obtained directly from the offices of the USFWS and NMFS or their world wide
web pages at http://www.fws.govlr9endspplendspp.html and http://www.nmfs.noaa.govlprot res/overviewles.html
respectively.
12. Historic Properties. No activity which may affect historic properties listed,or eligible for listing,in the
National Register of Historic Places is authorized,until the District Engineer has complied with the provisions of 33
CFR part 325,Appendix C. The prospective permittee must notify the District Engineer if the authorized activity may
affect any historic properties listed,determined to be eligible,or which the prospective permittee has reason to believe
may be eligible for listing on the National Register of Historic Places,and shall not begin the activity until notified by
the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the
activity is authorized. Information on the location and existence of historic resources can be obtained from the State
Historic Preservation Office and the National Register of Historic Places(see 33 CFR 330.4(g)). For activities that
may affect historic properties listed in,or eligible for listing in,the National Register of Historic Places,the notification
must state which historic property may be affected by the proposed work or include a vicinity map indicating the
location of the historic property.
13. Notification.
.. (a) Timing: Where required by the terms of the NWP,the prospective permittee must notify the District
Engineer with a preconstruction notification(PCN)as early as possible. The District Engineer must determine if the
notification is complete within 30 days of the date of receipt and can request additional information necessary to make
the PCN complete only once. However,if the prospective permittee does not provide all of the requested information,
• then the District Engineer will notify the prospective permittee that the notification is still incomplete and the PCN
review process will not commence until all of the requested information has been received by the District Engineer.
The prospective permittee shall not begin the activity:
(1) Until notified in writing by the District Engineer that the activity may proceed under the NWP with
any special conditions imposed by the District or Division Engineer;or
5
aw
(2) If notified in writing by the District or Division Engineer that an Individual Permit is required;or
(3) Unless 45 days have passed from the District Engineer's receipt of the complete notification and the
prospective permittee has not received written notice from the District or Division Engineer. Subsequently,the
permittee's right to proceed under the NWP may be modified,suspended,or revoked only in accordance with the
procedure set forth in 33 CFR 330.5(d)(2).
(b) Contents of Notification: The notification must be in writing and include the following information:
(1) Name,address and telephone numbers of the prospective permittee;
(2) Location of the proposed project;
(3) Brief description of the proposed project;the project's purpose;direct and indirect adverse
environmental effects the project would cause;any other NWP(s),Regional General Permit(s),or Individual Permit(s)
used or intended to be used to authorize any part of the proposed project or any related activity. Sketches should be
provided when necessary to show that the activity complies with the terms of the NWP(Sketches usually clarify the
project and when provided result in a quicker decision.);
(4) For NWPs 7, 12, 14, 18,21,34,38,39,40,41,42,and 43,the PCN must also include a delineation
of affected special aquatic sites,including wetlands,vegetated shallows(e.g.,submerged aquatic vegetation,seagrass
beds),and riffle and pool complexes(see paragraph 13(o);
(5) For NWP 7(Outfall Structures and Maintenance),the PCN must include information regarding the
original design capacities and configurations of those areas of the facility where maintenance dredging or excavation is
proposed;
(6) For NWP 14(Linear Transportation Projects),the PCN must include a compensatory mitigation i
proposal to offset permanent losses of waters of the US and a statement describing how temporary losses of waters of
the US will be minimized to the maximum extent practicable;
(7) For NWP 21 (Surface Coal Mining Activities),the PCN must include an Office of Surface Mining
(OSM)or state-approved mitigation plan,if applicable. To be authorized by this NWP,the District Engineer must
determine that the activity complies with the terms and conditions of the NWP and that the adverse environmental
effects are minimal both individually and cumulatively and must notify the project sponsor of this determination in
writing;
(8) For NWP 27(Stream and Wetland Restoration Activities),the PCN must include documentation of
the prior condition of the site that will be reverted by the permittee;
(9) For NWP 29(Single-Family Housing),the PCN must also include:
(i) Any past use of this NWP by the Individual Permittee and/or the permittee's spouse;
(ii) A statement that the single-family housing activity is for a personal residence of the permittee;
•
(iii) A description of the entire parcel,including its size,and a delineation of wetlands. For the
purpose of this NWP,parcels of land measuring 1/4-acre or less will not require a formal on-site delineation. However,
the applicant shall provide an indication of where the wetlands are and the amount of wetlands that exists on the r
property. For parcels greater than 1/4-acre in size,formal wetland delineation must be prepared in accordance with the
current method required by the Corps.(See paragraph 13(f));
(iv) A written description of all land(including,if available,legal descriptions)owned by the
prospective permittee and/or the prospective permittee's spouse,within a one mile radius of the parcel,in any form of
ownership(including any land owned as a partner,corporation,joint tenant,co-tenant,or as a tenant-by-the-entirety)
and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed;
6
(10) For NWP 31 (Maintenance of Existing Flood Control Facilities),the prospective permittee must
either notify the District Engineer with a PCN prior to each maintenance activity or submit a five year(or less)
maintenance plan. In addition,the PCN must include all of the following:
(i) Sufficient baseline information identifying the approved channel depths and configurations and
existing facilities. Minor deviations are authorized,provided the approved flood control protection or drainage is not
increased;
(ii) A delineation of any affected special aquatic sites,including wetlands;and,
(iii) Location of the dredged material disposal site;
(11) For NWP 33(Temporary Construction,Access,and Dewatering),the PCN must also include a
restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources;
(12) For NWPs 39,43 and 44,the PCN must also include a written statement to the District Engineer
explaining how avoidance and minimization for losses of waters of the US were achieved on the project site;
(13) For NWP 39 and NWP 42,the PCN must include a compensatory mitigation proposal to offset
losses of waters of the US or justification explaining why compensatory mitigation should not be required. For
discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District
Engineer must determine that the activity complies with the other terms and conditions of the NWP,determine adverse
environmental effects are minimal both individually and cumulatively,and waive the limitation on stream impacts in
writing before the permittee may proceed;
(14) For NWP 40(Agricultural Activities),the PCN must include a compensatory mitigation proposal to
offset losses of waters of the US. This NWP does not authorize the relocation of greater than 300 linear-feet of existing
serviceable drainage ditches constructed in non-tidal streams unless,for drainage ditches constructed in intermittent
non-tidal streams,the District Engineer waives this criterion in writing,and the District Engineer has determined that
the project complies with all terms and conditions of this NWP,and that any adverse impacts of the project on the
1 aquatic environment are minimal,both individually and cumulatively;
(15) For NWP 43(Stormwater Management Facilities),the PCN must include,for the construction of
new stormwater management facilities,a maintenance plan(in accordance with state and local requirements,if
applicable)and a compensatory mitigation proposal to offset losses of waters of the US. For discharges that cause the
loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District Engineer must determine
that the activity complies with the other terms and conditions of the NWP,determine adverse environmental effects are
minimal both individually and cumulatively,and waive the limitation on stream impacts in writing before the permittee
may proceed;
i
(16) For NWP 44(Mining Activities),the PCN must include a description of all waters of the US
adversely affected by the project,a description of measures taken to minimize adverse effects to waters of the US,a
description of measures taken to comply with the criteria of the NWP,and a reclamation plan(for all aggregate mining
activities in isolated waters and non-tidal wetlands adjacent to headwaters and any hard rock/mineral mining activities);
w.
(17) For activities that may adversely affect Federally-listed endangered or threatened species,the PCN
must include the name(s)of those endangered or threatened species that may be affected by the proposed work or
utilize the designated critical habitat that may be affected by the proposed work;and
(18) For activities that may affect historic properties listed in,or eligible for listing in,the National
Register of Historic Places,the PCN must state which historic property may be affected by the proposed work or
include a vicinity map indicating the location of the historic property.
(c) Form of Notification: The standard Individual Permit application form(Form ENG 4345)may be used
as the notification but must clearly indicate that it is a PCN and must include all of the information required in(b)(1)-
(18)of General Condition 13. A letter containing the requisite information may also be used.
�r
7
(d) District Engineer's Decision: In reviewing the PCN for the proposed activity,the District Engineer will
determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative
adverse environmental effects or may be contrary to the public interest. The prospective permittee may submit a
proposed mitigation plan with the PCN to expedite the process. The District Engineer will consider any proposed
compensatory mitigation the applicant has included in the proposal in determining whether the net adverse
environmental effects to the aquatic environment of the proposed work are minimal. If the District Engineer
determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the
aquatic environment are minimal,after considering mitigation,the District Engineer will notify the permittee and
include any conditions the District Engineer deems necessary. The District Engineer must approve any compensatory
mitigation proposal before the permittee commences work. If the prospective permittee is required to submit a
compensatory mitigation proposal with the PCN,the proposal may be either conceptual or detailed. If the prospective
permittee elects to submit a compensatory mitigation plan with the PCN,the District Engineer will expeditiously
review the proposed compensatory mitigation plan. The District Engineer must review the plan within 45 days of
receiving a complete PCN and determine whether the conceptual or specific proposed mitigation would ensure no more
than minimal adverse effects on the aquatic environment. If the net adverse effects of the project on the aquatic
environment(after consideration of the compensatory mitigation proposal)are determined by the District Engineer to
be minimal,the District Engineer will provide a timely written response to the applicant. The response will state that
the project can proceed under the terms and conditions of the NWP. If the District Engineer determines that the
adverse effects of the proposed work are more than minimal,then the District Engineer will notify the applicant either:
(1)That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to
seek authorization under an Individual Permit;(2)that the project is authorized under the NWP subject to the
applicant's submission of a mitigation proposal that would reduce the adverse effects on the aquatic environment to the
minimal level;or(3)that the project is authorized under the NWP with specific modifications or conditions. Where the
District Engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the
aquatic environment,the activity will be authorized within the 45-day PCN period. The authorization will include the ar
necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation proposal that would
reduce the adverse effects on the aquatic environment to the minimal level. When conceptual mitigation is included,or
a mitigation plan is required under item(2)above,no work in waters of the US will occur until the District Engineer
has approved a specific mitigation plan.
(e) Agency Coordination: The District Engineer will consider any comments from Federal and state
agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for it
mitigation to reduce the project's adverse environmental effects to a minimal level. For activities requiring notification
to the District Engineer that result in the loss of greater than 1/2-acre of waters of the US,the District Engineer will
provide immediately(e.g.,via facsimile transmission,overnight mail,or other expeditious manner)a copy to the
appropriate Federal or state offices(USFWS,state natural resource or water quality agency,EPA,State Historic
Preservation Officer(SHPO),and,if appropriate,the NMFS). With the exception of NWP 37,these agencies will then
have 10 calendar days from the date the material is transmitted to telephone or fax the District Engineer notice that they
intend to provide substantive,site-specific comments. If so contacted by an agency, the District Engineer will wait an
additional 15 calendar days before making a decision on the notification. The District Engineer will fully consider
agency comments received within the specified time frame,but will provide no response to the resource agency,except
as provided below. The District Engineer will indicate in the administrative record associated with each notification
that the resource agencies'concerns were considered. As required by section 305(b)(4)(B)of the Magnuson-Stevens
Fishery Conservation and Management Act,the District Engineer will provide a response to NUTS within 30 days of
receipt of any Essential Fish Habitat conservation recommendations. Applicants are encouraged to provide the Corps
multiple copies of notifications to expedite agency notification. •
(f) Wetland Delineations: Wetland delineations must be prepared in accordance with the current method
required by the Corps(For NWP 29 see paragraph(b)(9)(iii)for parcels less than(1/4-acre in size). The permittee may
ask the Corps to delineate the special aquatic site. There may be some delay if the Corps does the delineation.
Furthermore,the 45-day period will not start until the wetland delineation has been completed and submitted to the
Corps,where appropriate.
40
14. Compliance Certification. Every permittee who has received NWP verification from the Corps will submit
a signed certification regarding the completed work and any required mitigation. The certification will be forwarded by
the Corps with the authorization letter and will include:
8
Im
"W (a) A statement that the authorized work was done in accordance with the Corps authorization,including any
general or specific conditions;
(b) A statement that any required mitigation was completed in accordance with the permit conditions;and
(c) The signature of the permittee certifying the completion of the work and mitigation.
15. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is
prohibited,except when the acreage loss of waters of the US authorized by the NWPs does not exceed the acreage limit
of the NWP with the highest specified acreage limit(e.g.if a road crossing over tidal waters is constructed under
NWP 14,with associated bank stabilization authorized by NWP 13,the maximum acreage loss of waters of the US for
the total project cannot exceed 1/3-acre).
16. Water Supply Intakes. No activity,including structures and work in navigable waters of the US or
.w discharges of dredged or fill material,may occur in the proximity of a public water supply intake except where the
activity is for repair of the public water supply intake structures or adjacent bank stabilization.
17. Shellfish Beds. No activity,including structures and work in navigable waters of the US or discharges of
dredged or fill material,may occur in areas of concentrated shellfish populations,unless the activity is directly related
to a shellfish harvesting activity authorized by NWP 4.
18. Suitable Material. No activity,including structures and work in navigable waters of the US or discharges of
dredged or fill material,may consist of unsuitable material(e.g.,trash,debris,car bodies,asphalt,etc.)and material
used for construction or discharged must be free from toxic pollutants in toxic amounts(see section 307 of the CWA).
19. Mitigation. The District Engineer will consider the factors discussed below when determining the
acceptability of appropriate and practicable mitigation necessary to offset adverse effects on the aquatic environment
that are more than minimal.
(a) The project must be designed and constructed to avoid and minimize adverse effects to waters of the US
to the maximum extent practicable at the project site(i.e.,on site).
(b) Mitigation in all its forms(avoiding,minimizing,rectifying,reducing or compensating)will be required
to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal.
(c) Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland impacts
requiring a PCN,unless the District Engineer determines in writing that some other form of mitigation would be more
environmentally appropriate and provides a project-specific waiver of this requirement. Consistent with National
policy,the District Engineer will establish a preference for restoration of wetlands as compensatory mitigation,with
preservation used only in exceptional circumstances.
(d) Compensatory mitigation(i.e.,replacement or substitution of aquatic resources for those impacted)will
not be used to increase the acreage losses allowed by the acreage limits of some of the NWPs. For example, 1/4-acre of
wetlands cannot be created to change a 3/4-acre loss of wetlands to a 1/2-acre loss associated with NWP 39
verification. However, 1/2-acre of created wetlands can be used to reduce the impacts of a 1/2-acre loss of wetlands to
IM the minimum impact level in order to meet the minimal impact requirement associated with NWPs.
(e) To be practicable,the mitigation must be available and capable of being done considering costs,existing
technology,and logistics in light of the overall project purposes. Examples of mitigation that may be appropriate and
practicable include,but are not limited to: reducing the size of the project;establishing and maintaining wetland or
upland vegetated buffers to protect open waters such as streams;and replacing losses of aquatic resource functions and
values by creating,restoring,enhancing,or preserving similar functions and values,preferably in the same watershed.
(f) Compensatory mitigation plans for projects in or near streams or other open waters will normally include
a requirement for the establishment,maintenance,and legal protection(e.g.,easements,deed restrictions)of vegetated
buffers to open waters. In many cases,vegetated buffers will be the only compensatory mitigation required. Vegetated
�r
9
w
buffers should consist of native species. The width of the vegetated buffers required will address documented water
quality or aquatic habitat loss concerns. Normally,the vegetated buffer will be 25 to 50 feet wide on each side of the
stream,but the District Engineers may require slightly wider vegetated buffers to address documented water quality or
habitat loss concerns. Where both wetlands and open waters exist on the project site,the Corps will determine the
appropriate compensatory mitigation(e.g.,stream buffers or wetlands compensation)based on what is best for the
aquatic environment on a watershed basis. In cases where vegetated buffers are determined to be the most appropriate
form of compensatory mitigation,the District Engineer may waive or reduce the requirement to provide wetland
compensatory mitigation for wetland impacts.
(g) Compensatory mitigation proposals submitted with the"notification"maybe either conceptual or
detailed. If conceptual plans are approved under the verification,then the Corps will condition the verification to
require detailed plans be submitted and approved by the Corps prior to construction of the authorized activity in waters
of the US.
(h) Permittees may propose the use of mitigation banks,in-lieu fee arrangements or separate activity-specific
compensatory mitigation. In all cases that require compensatory mitigation,the mitigation provisions will specify the
party responsible for accomplishing and/or complying with the mitigation plan.
20. Spawning Areas. Activities,including structures and work in navigable waters of the US or discharges of
dredged or fill material,in spawning areas during spawning seasons must be avoided to the maximum extent
practicable. Activities that result in the physical destruction(e.g.,excavate,fill,or smother downstream by substantial
turbidity)of an important spawning area are not authorized.
21. Management of Water Flows. To the maximum extent practicable,the activity must be designed to
maintain preconstruction downstream flow conditions(e.g.,location,capacity,and flow rates). Furthermore,the
activity must not permanently restrict or impede the passage of normal or expected high flows(unless the primary
purpose of the fill is to impound waters)and the structure or discharge of dredged or fill material must withstand
expected high flows. The activity must,to the maximum extent practicable,provide for retaining excess flows from the
site,provide for maintaining surface flow rates from the site similar to preconstruction conditions,and provide for not
increasing water flows from the project site,relocating water,or redirecting water flow beyond preconstruction
conditions. Stream channelizing will be reduced to the minimal amount necessary,and the activity must,to the
maximum extent practicable,reduce adverse effects such as flooding or erosion downstream and upstream of the
project site,unless the activity is part of a larger system designed to manage water flows. In most cases, it will not be a
requirement to conduct detailed studies and monitoring of water flow. This condition is only applicable to projects that
have the potential to affect waterflows. While appropriate measures must be taken,it is not necessary to conduct
detailed studies to identify such measures or require monitoring to ensure their effectiveness. Normally,the Corps will
defer to state and local authorities regarding management of water flow.
22. Adverse Effects From Impoundments. If the activity creates an impoundment of water,adverse effects to
the aquatic system due to the acceleration of the passage of water,and/or the restricting its flow shall be minimized to
the maximum extent practicable. This includes structures and work in navigable waters of the US,or discharges of
dredged or fill material.
23. Waterfowl Breeding Areas. Activities,including structures and work in navigable waters of the US or
discharges of dredged or fill material,into breeding areas for migratory waterfowl must be avoided to the maximum
extent practicable.
24. Removal of Temporary Fills. Any temporary fills must be removed in their entirety and the affected areas
returned to their preexisting elevation.
25. Designated Critical Resource Waters. Critical resource waters include,NOAA-designated marine
sanctuaries,National Estuarine Research Reserves,National Wild and Scenic Rivers,critical habitat for Federally listed
threatened and endangered species,coral reefs,state natural heritage sites,and outstanding national resource waters or
other waters officially designated by a state as having particular environmental or ecological significance and identified
by the District Engineer after notice and opportunity for public comment. The District Engineer may also designate ,
additional critical resource waters after notice and opportunity for comment.
10
Im
op (a) Except as noted below,discharges of dredged or fill material into waters of the US are not authorized by
NWPs 7, 12, 14, 16, 17,21,29,31,35,39,40,42,43,and 44 for any activity within,or directly affecting,critical
resource waters,including wetlands adjacent to such waters. Discharges of dredged or fill materials into waters of the
Im US may be authorized by the above NWPs in National Wild and Scenic Rivers if the activity complies with General
Condition 7. Further,such discharges may be authorized in designated critical habitat for Federally listed threatened or
endangered species if the activity complies with General Condition 11 and the USFWS or the NMFS has concurred in
a determination of compliance with this condition.
(b) For NWPs 3,8, 10, 13, 15, 18, 19,22,23,25,27,28,30,33,34,36,37,and 38,notification is required in
accordance with General Condition 13,for any activity proposed in the designated critical resource waters including
wetlands adjacent to those waters. The District Engineer may authorize activities under these NWPs only after it is
determined that the impacts to the critical resource waters will be no more than minimal.
26. Fills Within 100-Year Floodplains. For purposes of this General Condition, 100-year floodplains will be
identified through the existing Federal Emergency Management Agency's(FEMA)Flood Insurance Rate Maps or
FEMA-approved local floodplain maps.
(a) Discharges in Floodplain;Below Headwaters. Discharges of dredged or fill material into waters of the
US within the mapped 100-year floodplain,below headwaters(i.e.,5 cfs),resulting in permanent above-grade fills,are
not authorized by NWPs 39,40,42,43,and 44.
(b) Discharges in Floodway;Above Headwaters. Discharges of dredged or fill material into waters of the US
within the FEMA or locally mapped floodway,resulting in permanent above-grade fills,are not authorized by NWPs
39,40,42,and 44.
(c) The permittee must comply with any applicable FEMA-approved state or local floodplain management
requirements.
27. Construction Period. For activities that have not been verified by the Corps and the project was commenced
or under contract to commence by the expiration date of the NWP(or modification or revocation date),the work must
be completed within 12-months after such date(including any modification that affects the project). For activities that
have been verified and the project was commenced or under contract to commence within the verification period,the
work must be completed by the date determined by the Corps. For projects that have been verified by the Corps,an
extension of a Corps approved completion date maybe requested. This request must be submitted at least one month
before the previously approved completion date.
I G. CORPS REGIONAL GENERAL CONDITIONS FOR ALL NWPS
1. Mature Forested and Bog and Bog-like Wetlands. The use of NWPs is specifically prohibited in mature
forested wetlands or bog and bog-like wetlands or just these components of a wetland system(as defined in the
Definition section of this Public Notice),except for projects provided coverage under the following NWPs:
NWP 3(i,ii) - Maintenance
NWP 20 - Oil Spill Cleanup
+r NWP 32 - Completed Enforcement Actions
NWP 38 - Cleanup of Hazardous and Toxic Waste
NWP 40(a) - •USDA program participant
NOTE: NWP regulations do not allow the regional conditioning of NWP 40(a).
2. Access. You must allow representatives from this office to inspect the authorized activity at any time deemed
necessary to ensure that it is being,or has been,accomplished in accordance with the terms and conditions of your
permit.
11
aw
3. Commencement Bay. An individual permit is required in the Commencement Bay Study Area(CBSA)for
activities which would have qualified for the following NWPs: ,
NWP 12 — Utility Line Activities(substations and access roads)
NWP 13 — Bank Stabilization
NWP 14 — Linear Transportation Crossings
NWP 23 — Approved Categorical Exclusions
NWP 29 — Single-Family Housing
NWP 39 — Residential,Commercial,and Institutional Developments
NWP 40 — Agricultural Activities
NWP 41 — Reshaping Existing Drainage Ditches
NWP 42 — Recreational Facilities
NWP 43 — Stormwater Management Facilities
The CBSA is located near the southern end of Puget Sound's main basin at Tacoma,Pierce County,Washington. The
CBSA extends from Brown's Point around the bay to Point Defiance and includes the commercial waterways,
wetlands,and any other jurisdictional waters. From Point Defiance,the line runs southeast to State Route 7(Pacific
Avenue),then south to the centerline of 1-5;then east(northbound lanes)along 1-5 to the Puyallup River. The
boundary extends 200 feet on either side of the Puyallup River southeast to the Clark Creek Road(Melroy)Bridge.
From the Puyallup River,the boundary extends east along 1-5 to 70th Avenue E. The line then returns to Brown's
Point to the northwest,following the 100-foot contour elevation above sea level located east of Hylebos Creek and to
Marine View Drive.
4. Mill Creek Special Area Management Plan(SAMP). Within the boundaries of the(SAMP),the following
NWPs can be used only in those areas designated as"Developable Wetlands":
NWP 14 — Linear Transportation Crossings It
NWP 23 — Approved Categorical Exclusions
NWP 29 — Single-Family Housing
NWP 33 — Temporary Construction,Access and Dewatering
NWP 39 — Residential,Commercial,and Institutional Developments
NWP 40— Agricultural Activities
NWP 41 — Reshaping Existing Drainage Ditches
NWP 42 — Recreational Facilities
NWP 43 — Stormwater Management Facilities
Until the SAMP is approved,the users of these NWPs listed above(except NWP 40a.)must notify the District
Engineer in accordance with General Condition 13 for any acreage or volume proposed. Once the SAMP is approved,
the"Notification"limits will be as specified in the individual NWPs. •
Mitigation requirements for these projects must either be onsite or within the areas designated as"Preferred Mitigation
Sites". Mitigation plans must comply with the requirements found within the Mill Creek Special Area Management
Plan,King County,Washington,dated April 2000.
An individual permit is required for all proposals in"Developable Wetlands"that would have qualified for NWPs other
than those listed above.
NWP 27,Stream Restoration and Enhancement Activities,can be used within the SAMP,but,must comply with the
requirements found within the Mill Creek Special Area Management Plan,King County,Washington.
The Mill Creek SAMP applies to all areas and tributaries drained by Mill Creek(Auburn),Mullen Slough,Midway
Creek,Auburn Creek,and the area bounded by 4th Street Northeast in Auburn on the south,and the Ordinary High
Water mark of the Green River on the east and north.
•
12
5. Prohibited Work Times for Bald Eagle Protection. For compliance with National General Condition 11,
the following construction activity prohibitions apply to protect bald eagles,listed as threatened under the Endangered
Species Act:
(a) No construction activity authorized under a NWP shall occur within 1/4 mile of an occupied bald eagle
nest,nocturnal roost site,or wintering concentration area,within the following seasonal work prohibition times.
(b) No construction activity authorized under a NWP shall occur within 1/2 mile BY LINE OF SIGHT of an
occupied bald eagle nest or nocturnal roost site,within the following seasonal work prohibition times:
Work prohibition rimes:
(1) Nesting between January 1 and August 15 each year.
(2) Wintering areas between November 1 and March 31 each year.
Exceptions to these prohibited work times can be made by request to the Corps and approved by the U.S.Fish and
Wildlife Service(USFWS).
Contact the USFWS to determine if a bald eagle nest,nocturnal roost,or wintering concentration occurs near your
proposed project:
West of Cascades: Olympia Office—(360)753-9440
East of Cascades: Ephrata—(509)754-8580 or Spokane—(509)893-8002
' Mainstem of the Columbia River downstream from McNary Dam: Portland—(503)231-6179
H. ADDITIONAL LIMITATIONS ON THE USE OF NWPs
1. District Engineers
have authority to determine if an activity complies with the terms and conditions of an
' NWP.
2. NWPs do not obviate the need to obtain other Federal,state,or local permits,approvals,or authorizations
required by law.
3. NWPs do not grant any property rights or exclusive privileges.
4. NWPs do not authorize any injury to the property or rights of others.
L5. NWPs do not authorize interference with any existing or proposed Federal project.
6. If future operations by the United States require the removal,relocation,or other alteration of the work
d herein authorized,or if,in the opinion of the Secretary of the Army or his authorized representative,said
structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters,you
will be required,upon due notice from the U. S Army Corps of Engineers,to remove,relocate,or alter the
structural work or obstructions caused thereby, without expense to the United States. No claim shall be
made against the United States on account of any such removal or alteration.
I. FURTHER INFORMATION
Further information about the U.S.Army Corps of Engineers regulatory program,including nationwide permits,may
also be accessed on our Internet page: http://Www.nws.usace.army.mil (select"Regulatory/Permits").
fir.
13
am
NATIONWIDE PERMIT 33 '
Army Corps
of Engineers Terms and Conditions
of a
4W Seattle District
Effective Date: March 18, 2002
A. Description of Authorized Activities—page 1
B. Corps Regional Specific Conditions for this NWP—page 2
C. EPA, Puyallup Tribe and Chehalis Tribe WQC Conditions for this NWP—page 2
D. State WQC Conditions for this NWP—page 2
E. State CZM Consistency Determination Conditions for this NWP—page 3
F. Corps National General Conditions for all NWPs—page ge 3
a
G. Corps Regional General Conditions for all NWPs—page 11
H. Additional Limitations on the Use of NWPs—page 13
I. Further Information—
page 13
In addition to any special condition that may be required on a case-by-case basis by
the District Engineer, the following terms and conditions must be met, as applicable,
for a Nationwide Permit 33 authorization to be valid in Washington State.
` A. DESCRIPTION OF AUTHORIZED ACTIVITIES
Temporary Construction,Access and Dewatering. Temporary structures,work and discharges,including
L. cofferdams,necessary for construction activities or access fills or dewatering of construction sites;provided that the
associated primary activity is authorized by the Corps of Engineers or the USCG,or for other construction activities
not subject to the Corps or USCG regulations. Appropriate measures must be taken to maintain near normal
r, downstream flows and to minimize flooding. Fill must be of materials,and placed in a manner,that will not be
eroded by expected high flows. The use of dredged material may be allowed if it is determined by the District
Engineer that it will not cause more than minimal adverse effects on aquatic resources. Temporary fill must be
entirely removed to upland areas,or dredged material returned to its original location, following completion of the
construction activity,and the affected areas must be restored to the pre-project conditions. Cofferdams cannot be
used to dewater wetlands or other aquatic areas to change their use. Structures left in place after cofferdams are
removed require a Section 10 permit if located in navigable waters of the US. (See 33 CFR Part 322). The permittee
must notify the District Engineer in accordance with the "Notification"General Condition. The notification must
also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources.
The District Engineer will add Special Conditions,where necessary,to ensure that environmental adverse effects are
..
minimal. Such conditions may include: limiting the temporary work to the minimum necessary;requiring seasonal
restrictions;modifying the restoration plan;and requiring alternative construction methods(e.g. construction mats in ,
wetlands where practicable). (Sections 10 and 404)
B. CORPS REGIONAL CONDITIONS FOR THIS NWP '
1. Temporary fills may be in place for up to six months only,unless the applicant requests and receives
approval for an extension from the District Engineer. Additional timing adjustments may be included to
lessen impacts during critical times for migratory species.
2. The permittee must avoid and minimize discharges into waters of the US at the project site to the maximum
extent practicable,and the"Notification"must include a written justification to the District Engineer
detailing compliance with this condition,i.e.,why the discharge must occur in waters of the US and why
avoidance or additional minimization cannot be achieved.
3. This NWP is prohibited from use in playa lakes,prairie potholes,vernal pools,kettles,and camas prairie
wetlands or within 100 feet of any such system. An individual permit application must be submitted for
proposed work in these areas. ,
C. EPA, PUYALLUP TRIBE AND CHEHALIS TRIBE WQC
CONDITIONS FOR THIS NWP ,
EPA,Puyallup Tribe and Chehalis Tribe water quality certification(WQC)has been denied without prejudice. An
individual WQC is required for all Section 404 activities. ,
D. STATE WQC CONDITIONS FOR THIS NWP
State WQC has been partially denied without prejudice for this permit. An individual 401 Certification is required
for projects or activities authorized under this NWP if the project/activity will likely result in any of the following
adverse effects:
1. The project or activity will likely cause or contribute to an exceedance of a State water quality standard
(WAC 173-201A)or sediment quality standard(WAC 173-204). The requirement to obtain an individual
401 certification shall not apply to projects or activities that are carried out in accordance with the
following permits,approvals,or management practices. These projects are presumed to comply with state
water quality standards including state sediment management standards: '
a. Projects or activities where the discharges authorized under this NWP are explicitly authorized or
covered by a National Pollutant Discharge Elimination System permit.
b. Projects,activities or portions of projects or activities designed,constructed,and maintained in
accordance with the stormwater standards and practices contained in the most current version of
Ecology's Stormwater Manual or an Ecology approved equivalent.
c. For WSDOT in-water or over-water construction and maintenance activities, an individual 401
certification is not required for those projects carried out in compliance with conditions 2 through 4
below and the Ecology approved Implementing Agreement regarding compliance with the state of
Washington Surface Water Quality Standards.
2 '
"' Compliance with this condition will be determined through receipt of a signed statement by the
WSDOT project engineer or maintenance supervisor,guaranteeing that the project will meet the latest
Ecology approved Water Quality Implementing Agreement for work In-Water. This statement shall be
sent to the Corps of Engineers along with the JARPA application.
2. For projects/activities not designed in accordance with either Ecology's stormwater manual or an Ecology
approved equivalent,or for projects where there is credible site specific information which indicates that
the permits,approvals,or management practices identified above will not be sufficient to meet state water
quality standards,the applicant may provide documentation with the application that the project/activity
will otherwise comply with state water quality standards. An individual 401 Certification is required for
.� projects which are unable to provide documentation that the project/activity will otherwise comply with
state water quality standards.
aw 3. Projects or activities that cause or contribute to a discharge to a waterbody on the state's list of impaired
waterbodies[i.e.,the 303(d)list]and the discharge may result in further exceedances of a specific
parameter the waterbody is listed for. The current list of 303(d)-listed waterbodies is available on
Ecology's web site at http:i%w,,x,,A,.ecy.wa.gov/'programs%�,q%30341998/1998_by_wrias.html or by
contacting Ecology's Federal Permits staff.
NOTE: An individual 401 Certification will not be required if the applicant provides documentation showing that
the project or activity will either not result in a discharge containing the listed parameter or,if present,the parameter
will not contribute to an increased impairment of the waterbody.
4. Projects that do not incorporate structures and/or modifications beneficial for fish or wildlife habitat(e.g.,
soil bioengineering,biotechnical design,rock barbs,etc.)
NOTE:An individual 401 certification will not be required if the project/activity is designed and constructed in
accordance to guidelines developed by the Washington State Department of Fish and Wildlife.
E. STATE CZM CONSISTENCY DETERMINATION CONDITIONS FOR
THIS NWP
The Coastal Zone Management(CZM)Consistency Determination has been partially denied without prejudice for
this NWP. An individual CZM Consistency Response must be obtained for projects requiring individual 401
Certification and located within counties in the coastal zone.
L
F. CORPS NATIONAL GENERAL CONDITIONS FOR ALL NWPS
1. Navigation. No activity may cause more than a minimal adverse effect on navigation.
2. Proper Maintenance. Any structure or fill authorized shall be properly maintained,including maintenance to
ensure public safety.
r
3. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and
maintained in effective operating condition during construction,and all exposed soil and other fills,as well as any work
below the ordinary high water mark or high tide line,must be permanently stabilized at the earliest practicable date.
Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow.
4. Aquatic Life Movements. No activity may substantially disrupt the necessary life-cycle movements of those
species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area,
unless the activity's primary purpose is to impound water. Culverts placed in streams must be installed to maintain low
flow conditions.
it
3
5. Equipment. Heavy equipment working in wetlands must be placed on mats,or other measures must be taken
to minimize soil disturbance.
6. Regional and Case-By-Case Conditions. The activity must comply with any regional conditions that may
have been added by the Division Engineer(see 33 CFR 330.4(e))and with any case specific conditions added by the
Corps or by the state or tribe in its Section 401 Water Quality Certification and Coastal Zone Management Act '
consistency determination.
7. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River '
System;or in a river officially designated by Congress as a"study river"for possible inclusion in the system,while the
river is in an official study status;unless the appropriate Federal agency,with direct management responsibility for
such river,has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River
designation,or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land
management agency in the area(e.g.,National Park Service,U.S.Forest Service,Bureau of Land Management,U.S.
Fish and Wildlife Service).
8. Tribal Rights. No activity or its operation may impair reserved tribal rights,including,but not limited to,
reserved water rights and treaty fishing and hunting rights.
9. Water Quality.
(a) In certain states and tribal lands an individual 401 Water Quality Certification must be obtained or
waived(See 33 CFR 330.4(c)).
(b) For NWPs 12, 14, 17, 18,32,39,40,42,43,and 44,where the state or tribal 401 certification(either
generically or individually)does not require or approve water quality management measures,the permittee must
provide water quality management measures that will ensure that the authorized work does not result in more than
minimal degradation of water quality(or the Corps determines that compliance with state or local standards,where '
applicable,will ensure no more than minimal adverse effect on water quality). An important component of water
quality management includes stormwater management that minimizes degradation of the downstream aquatic system,
including water quality(refer to General Condition 21 for stormwater management requirements). Another important $.
component of water quality management is the establishment and maintenance of vegetated buffers next to open
waters,including streams(refer to General Condition 19 for vegetated buffer requirements for the NWPs). This
condition is only applicable to projects that have the potential to affect water quality. While appropriate measures must
be taken,in most cases it is not necessary to conduct detailed studies to identify such measures or to require
monitoring.
10. Coastal Zone Management. In certain states,an individual state coastal zone management consistency
concurrence must be obtained or waived(see 33 CFR 330.4(d)).
11. Endangered Species.
(a) No activity is authorized under any NWP which is likely to jeopardize the continued existence of a
threatened or endangered species or a species proposed for such designation,as identified under the Federal
Endangered Species Act(ESA),or which will destroy or adversely modify the critical habitat of such species. Non- ,
federal permittees shall notify the District Engineer if any listed species or designated critical habitat might be affected
or is in the vicinity of the project,or is located in the designated critical habitat and shall not begin work on the activity
until notified by the District Engineer that the requirements of the ESA have been satisfied and that the activity is
authorized. For activities that may affect Federally-listed endangered or threatened species or designated critical
habitat,the notification must include the name(s)of the endangered or threatened species that may be affected by the
proposed work or that utilize the designated critical habitat that may be affected by the proposed work. As a result of
formal or informal consultation with the FWS or NMFS the District Engineer may add species-specific regional ,
endangered species conditions to the NWPs.
(b) Authorization of an activity by a NWP does not authorize the"take"of a threatened or endangered
species as defined under the ESA. In the absence of separate authorization(e.g.,an ESA Section 10 Permit,a '
Biological Opinion with"incidental take"provisions,etc.)from the USFWS or the NMFS,both lethal and non-lethal
4 ,
"takes"of protected species are in violation of the ESA. Information on the location of threatened and endangered
species and their critical habitat can be obtained directly from the offices of the USFWS and NMFS or their world wide
web pages at http://w ww.fws.govlr9endspplendspp.html and http://www.nmfs.noaa.govlprot_res/overviewles.html
respectively.
12. Historic Properties. No activity which may affect historic properties listed,or eligible for listing,in the
National Register of Historic Places is authorized,until the District Engineer has complied with the provisions of 33
CFR part 325,Appendix C. The prospective permittee must notify the District Engineer if the authorized activity may
affect any historic properties listed,determined to be eligible,or which the prospective permittee has reason to believe
may be eligible for listing on the National Register of Historic Places,and shall not begin the activity until notified by
the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the
activity is authorized. Information on the location and existence of historic resources can be obtained from the State
Historic Preservation Office and the National Register of Historic Places(see 33 CFR 330.4(g)). For activities that
may affect historic properties listed in,or eligible for listing in,the National Register of Historic Places,the notification
rr' must state which historic property may be affected by the proposed work or include a vicinity map indicating the
location of the historic property.
13. Notification.
(a) Timing: Where required by the terms of the NWP,the prospective permittee must notify the District
Engineer with a preconstruction notification(PCN)as early as possible. The District Engineer must determine if the
notification is complete within 30 days of the date of receipt and can request additional information necessary to make
the PCN complete only once. However,if the prospective permittee does not provide all of the requested information,
then the District Engineer will notify the prospective permittee that the notification is still incomplete and the PCN
review process will not commence until all of the requested information has been received by the District Engineer.
The prospective permittee shall not begin the activity:
1 (1) Until notified in writing by the District Engineer that the activity may proceed under the NWP with
any special conditions imposed by the District or Division Engineer;or
' (2) If notified in writing by the District or Division Engineer that an Individual Permit is required;or
(3) Unless 45 days have passed from the District Engineer's receipt of the complete notification and the
prospective permittee has not received written notice from the District or Division Engineer. Subsequently,the
permittee's right to proceed under the NWP may be modified,suspended,or revoked only in accordance with the
procedure set forth in 33 CFR 330.5(d)(2).
(b) Contents of Notification: The notification must be in writing and include the following information:
(1) Name,address and telephone numbers of the prospective permittee;
L (2) Location of the proposed project;
(3) Brief description of the proposed project;the project's purpose;direct and indirect adverse
environmental effects the project would cause;any other NWP(s),Regional General Permit(s),or Individual Permit(s)
to used or intended to be used to authorize any part of the proposed project or any related activity. Sketches should be
provided when necessary to show that the activity complies with the terms of the NWP(Sketches usually clarify the
project and when provided result in a quicker decision.);
dw (4) For NWPs 7, 12, 14, 18,21,34,38,39,40,41,42,and 43,the PCN must also include a delineation
of affected special aquatic sites,including wetlands,vegetated shallows(e.g.,submerged aquatic vegetation,seagrass
beds),and riffle and pool complexes(see paragraph 13(f));
aw
(5) For NWP 7(Outfall Structures and Maintenance),the PCN must include information regarding the
original design capacities and configurations of those areas of the facility where maintenance dredging or excavation is
proposed;
5
(6) For NWP 14(Linear Transportation Projects),the PCN must include a compensatory mitigation
proposal to offset permanent losses of waters of the US and a statement describing how temporary losses of waters of ,
the US will be minimized to the maximum extent practicable;
(7) For NWP 21 (Surface Coal Mining Activities),the PCN must include an Office of Surface Mining
(OSM)or state-approved mitigation plan,if applicable. To be authorized by this NWP,the District Engineer must
determine that the activity complies with the terms and conditions of the NWP and that the adverse environmental
effects are minimal both individually and cumulatively and must notify the project sponsor of this determination in
writing;
(8) For NWP 27(Stream and Wetland Restoration Activities),the PCN must include documentation of r
the prior condition of the site that will be reverted by the permittee;
(9) For NWP 29(Single-Family Housing),the PCN must also include: !
(i) Any past use of this NWP by the Individual Permittee and/or the permittee's spouse;
(ii) A statement that the single-family housing activity is for a personal residence of the permittee;
(iii) A description of the entire parcel,including its size,and a delineation of wetlands. For the ,
purpose of this NWP,parcels of land measuring 1/4-acre or less will not require a formal on-site delineation. However,
the applicant shall provide an indication of where the wetlands are and the amount of wetlands that exists on the
property. For parcels greater than 1/4-acre in size,formal wetland delineation must be prepared in accordance with the
current method required by the Corps.(See paragraph 13(f));
(iv) A written description of all land(including,if available,legal descriptions)owned by the
prospective permittee and/or the prospective permittee's spouse,within a one mile radius of the parcel,in any form of
ownership(including any land owned as a partner,corporation,joint tenant,co-tenant,or as a tenant-by-the-entirety)
and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed;
(10) For NWP 31(Maintenance of Existing Flood Control Facilities),the prospective permittee must
either notify the District Engineer with a PCN prior to each maintenance activity or submit a five year(or less)
maintenance plan. In addition,the PCN must include all of the following:
(i) Sufficient baseline information identifying the approved channel depths and configurations and
existing facilities. Minor deviations are authorized,provided the approved flood control protection or drainage is not
increased;
(ii) A delineation of any affected special aquatic sites,including wetlands;and, •
(iii) Location of the dredged material disposal site;
(11) For NWP 33(Temporary Construction,Access,and Dewatering),the PCN must also include a
restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources;
(12) For NWPs 39,43 and 44,the PCN must also include a written statement to the District Engineer
explaining how avoidance and minimization for losses of waters of the US were achieved on the project site;
(13) For NWP 39 and NWP 42,the PCN must include a compensatory mitigation proposal to offset
losses of waters of the US or justification explaining why compensatory mitigation should not be required. For
discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District
Engineer must determine that the activity complies with the other terms and conditions of the NWP,determine adverse
environmental effects are minimal both individually and cumulatively,and waive the limitation on stream impacts in
writing before the permittee may proceed;
6
r (14) For NWP 40(Agricultural Activities),the PCN must include a compensatory mitigation proposal to
offset losses of waters of the US. This NWP does not authorize the relocation of greater than 300 linear-feet of existing
serviceable drainage ditches constructed in non-tidal streams unless,for drainage ditches constructed in intermittent
non-tidal streams,the District Engineer waives this criterion in writing,and the District Engineer has determined that
the project complies with all terms and conditions of this NWP,and that any adverse impacts of the project on the
aquatic environment are minimal,both individually and cumulatively;
(15) For NWP 43(Stormwater Management Facilities),the PCN must include,for the construction of
new stormwater management facilities,a maintenance plan(in accordance with state and local requirements,if
applicable)and a compensatory mitigation proposal to offset losses of waters of the US. For discharges that cause the
loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District Engineer must determine
that the activity complies with the other terms and conditions of the NWP,determine adverse environmental effects are
minimal both individually and cumulatively,and waive the limitation on stream impacts in writing before the permittee
may proceed;
(16) For NWP 44(Mining Activities),the PCN must include a description of all waters of the US
adversely affected by the project,a description of measures taken to minimize adverse effects to waters of the US,a
description of measures taken to comply with the criteria of the NWP,and a reclamation plan(for all aggregate mining
activities in isolated waters and non-tidal wetlands adjacent to headwaters and any hard rock/mineral mining activities);
(17) For activities that may adversely affect Federally-listed endangered or threatened species,the PCN
must include the name(s)of those endangered or threatened species that may be affected by the proposed work or
utilize the designated critical habitat that may be affected by the proposed work;and
(18) For activities that may affect historic properties listed in,or eligible for listing in,the National
Register of Historic Places,the PCN must state which historic property may be affected by the proposed work or
include a vicinity map indicating the location of the historic property.
(c) Form of Notification: The standard Individual Permit application form(Form ENG 4345)may be used
as the notification but must clearly indicate that it is a PCN and must include all of the information required in(b)(1)-
(18)of General Condition 13. A letter containing the requisite information may also be used.
(d) District Engineer's Decision: In reviewing the PCN for the proposed activity,the District Engineer will
determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative
adverse environmental effects or may be contrary to the public interest. The prospective permittee may submit a
proposed mitigation plan with the PCN to expedite the process. The District Engineer will consider any proposed
compensatory mitigation the applicant has included in the proposal in determining whether the net adverse
environmental effects to the aquatic environment of the proposed work are minimal. If the District Engineer
determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the
aquatic environment are minimal,after considering mitigation,the District Engineer will notify the permittee and
t include any conditions the District Engineer deems necessary. The District Engineer must approve any compensatory
mitigation proposal before the permittee commences work. If the prospective permittee is required to submit a
compensatory mitigation proposal with the PCN,the proposal may be either conceptual or detailed. If the prospective
permittee elects to submit a compensatory mitigation plan with the PCN,the District Engineer will expeditiously
review the proposed compensatory mitigation plan. The District Engineer must review the plan within 45 days of
receiving a complete PCN and determine whether the conceptual or specific proposed mitigation would ensure no more
than minimal adverse effects on the aquatic environment. If the net adverse effects of the project on the aquatic
environment(after consideration of the compensatory mitigation proposal)are determined by the District Engineer to
be minimal,the District Engineer will provide a timely written response to the applicant. The response will state that
the project can proceed under the terms and conditions of the NWP. If the District Engineer determines that the
adverse effects of the proposed work are more than minimal,then the District Engineer will notify the applicant either:
(1)That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to
.. seek authorization under an Individual Permit;(2)that the project is authorized under the NWP subject to the
applicant's submission of a mitigation proposal that would reduce the adverse effects on the aquatic environment to the
minimal level;or(3)that the project is authorized under the NWP with specific modifications or conditions. Where the
District Engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the
Irr
7
r..
aquatic environment,the activity will be authorized within the 45-day PCN period. The authorization will include the
necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation proposal that wouldt
reduce the adverse effects on the aquatic environment to the minimal level. When conceptual mitigation is included,or
a mitigation plan is required under item(2)above,no work in waters of the US will occur until the District Engineer
has approved a specific mitigation plan.
(e) Agency Coordination: The District Engineer will consider any comments from Federal and state
agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for
mitigation to reduce the project's adverse environmental effects to a minimal level. For activities requiring notification
to the District Engineer that result in the loss of greater than 1/2-acre of waters of the US,the District Engineer will
provide immediately(e.g.,via facsimile transmission,overnight mail,or other expeditious manner)a copy to the
appropriate Federal or state offices(USFWS,state natural resource or water quality agency,EPA,State Historic
Preservation Officer(SHPO),and,if appropriate,the NMFS). With the exception of NWP 37,these agencies will then
have 10 calendar days from the date the material is transmitted to telephone or fax the District Engineer notice that they
intend to provide substantive,site-specific comments. If so contacted by an agency,the District Engineer will wait an
additional 15 calendar days before making a decision on the notification. The District Engineer will fully consider
agency comments received within the specified time frame,but will provide no response to the resource agency,except
as provided below. The District Engineer will indicate in the administrative record associated with each notification
that the resource agencies'concerns were considered. As required by section 305(b)(4)(13)of the Magnuson-Stevens
Fishery Conservation and Management Act,the District Engineer will provide a response to NMFS within 30 days of ,
receipt of any Essential Fish Habitat conservation recommendations. Applicants are encouraged to provide the Corps
multiple copies of notifications to expedite agency notification.
(f) Wetland Delineations: Wetland delineations must be prepared in accordance with the current method ,
required by the Corps(For NWP 29 see paragraph(b)(9)(iii)for parcels less than(1/4-acre in size). The permittee may
ask the Corps to delineate the special aquatic site. There may be some delay if the Corps does the delineation.
Furthermore,the 45-day period will not start until the wetland delineation has been completed and submitted to the
Corps,where appropriate.
14. Compliance Certification. Every permittee who has received NWP verification from the Corps will submit
a signed certification regarding the completed work and any required mitigation. The certification will be forwarded by
the Corps with the authorization letter and will include:
(a) A statement that the authorized work was done in accordance with the Corps authorization,including any
general or specific conditions;
(b) A statement that any required mitigation was completed in accordance with the permit conditions;and
(c) The signature of the permittee certifying the completion of the work and mitigation.
15. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is
prohibited,except when the acreage loss of waters of the US authorized by the NWPs does not exceed the acreage limit
of the NWP with the highest specified acreage limit(e.g.if a road crossing over tidal waters is constructed under
NWP 14,with associated bank stabilization authorized by NWP 13,the maximum acreage loss of waters of the US for
the total project cannot exceed 1/3-acre).
16. Water Supply Intakes. No activity,including structures and work in navigable waters of the US or
discharges of dredged or fill material,may occur in the proximity of a public water supply intake except where the
activity is for repair of the public water supply intake structures or adjacent bank stabilization.
17. Shellfish Beds. No activity,including structures and work in navigable waters of the US or discharges of '
dredged or fill material,may occur in areas of concentrated shellfish populations,unless the activity is directly related
to a shellfish harvesting activity authorized by NWP 4.
8
18. Suitable Material. No activity,including structures and work in navigable waters of the US or discharges of
dredged or fill material,may consist of unsuitable material(e.g.,trash,debris,car bodies,asphalt,etc.)and material
used for construction or discharged must be free from toxic pollutants in toxic amounts(see section 307 of the CWA).
19. Mitigation. The District Engineer will consider the factors discussed below when determining the
acceptability of appropriate and practicable mitigation necessary to offset adverse effects on the aquatic environment
that are more than minimal.
(a) The project must be designed and constructed to avoid and minimize adverse effects to waters of the US
to the maximum extent practicable at the project site(i.e.,on site).
r
(b) Mitigation in all its forms(avoiding,minimizing,rectifying,reducing or compensating)will be required
to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal.
(c) Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland impacts
requiring a PCN,unless the District Engineer determines in writing that some other form of mitigation would be more
R environmentally appropriate and provides a project-specific waiver of this requirement. Consistent with National
policy,the District Engineer will establish a preference for restoration of wetlands as compensatory mitigation,with
preservation used only in exceptional circumstances.
(d) Compensatory mitigation(i.e.,replacement or substitution of aquatic resources for those impacted)will
not be used to increase the acreage losses allowed by the acreage limits of some of the NWPs. For example, 1/4-acre of
wetlands cannot be created to change a 3/4-acre loss of wetlands to a 1/2-acre loss associated with NWP 39
verification. However, 1/2-acre of created wetlands can be used to reduce the impacts of a 1/2-acre loss of wetlands to
the minimum impact level in order to meet the minimal impact requirement associated with NWPs.
(e) To be practicable,the mitigation must be available and capable of being done considering costs,existing
technology,and logistics in light of the overall project purposes. Examples of mitigation that may be appropriate and
practicable include,but are not limited to: reducing the size of the project;establishing and maintaining wetland or
upland vegetated buffers to protect open waters such as streams;and replacing losses of aquatic resource functions and
' values by creating,restoring,enhancing,or preserving similar functions and values,preferably in the same watershed.
(0 Compensatory mitigation plans for projects in or near streams or other open waters will normally include
a requirement for the establishment,maintenance,and legal protection(e.g.,easements,deed restrictions)of vegetated
buffers to open waters. In many cases,vegetated buffers will be the only compensatory mitigation required. Vegetated
buffers should consist of native species. The width of the vegetated buffers required will address documented water
quality or aquatic habitat loss concerns. Normally,the vegetated buffer will be 25 to 50 feet wide on each side of the
stream,but the District Engineers may require slightly wider vegetated buffers to address documented water quality or
habitat loss concerns. Where both wetlands and open waters exist on the project site,the Corps will determine the
appropriate compensatory mitigation(e.g.,stream buffers or wetlands compensation)based on what is best for the
aquatic environment on a watershed basis. In cases where vegetated buffers are determined to be the most appropriate
form of compensatory mitigation,the District Engineer may waive or reduce the requirement to provide wetland
compensatory mitigation for wetland impacts.
(g) Compensatory mitigation proposals submitted with the"notification"may be either conceptual or
detailed. If conceptual plans are approved under the verification,then the Corps will condition the verification to
require detailed plans be submitted and approved by the Corps prior to construction of the authorized activity in waters
of the US.
(h) Permittees may propose the use of mitigation banks,in-lieu fee arrangements or separate activity-specific
compensatory mitigation. In all cases that require compensatory mitigation,the mitigation provisions will specify the
party responsible for accomplishing and/or complying with the mitigation plan.
�r
9
20. Spawning Areas. Activities,including structures and work in navigable waters of the US or discharges of
dredged or fill material,in spawning areas during spawning seasons must be avoided to the maximum extent
practicable. Activities that result in the physical destruction(e.g.,excavate,fill,or smother downstream by substantial
turbidity)of an important spawning area are not authorized.
21. Management of Water Flows. To the maximum extent practicable,the activity must be designed to
maintain preconstruction downstream flow conditions(e.g.,location,capacity,and flow rates). Furthermore,the
activity must not permanently restrict or impede the passage of normal or expected high flows(unless the primary
purpose of the fill is to impound waters)and the structure or discharge of dredged or fill material must withstand '
expected high flows. The activity must,to the maximum extent practicable,provide for retaining excess flows from the
site,provide for maintaining surface flow rates from the site similar to preconstruction conditions,and provide for not
increasing water flows from the project site,relocating water,or redirecting water flow beyond preconstruction
conditions. Stream channelizing will be reduced to the minimal amount necessary,and the activity must,to the
maximum extent practicable,reduce adverse effects such as flooding or erosion downstream and upstream of the
project site,unless the activity is part of a larger system designed to manage water flows. In most cases, it will not be a
requirement to conduct detailed studies and monitoring of water flow. This condition is only applicable to projects that
have the potential to affect waterflows. While appropriate measures must be taken,it is not necessary to conduct
detailed studies to identify such measures or require monitoring to ensure their effectiveness. Normally,the Corps will
defer to state and local authorities regarding management of water flow.
22. Adverse Effects From Impoundments. If the activity creates an impoundment of water,adverse effects to
the aquatic system due to the acceleration of the passage of water,and/or the restricting its flow shall be minimized to
the maximum extent practicable. This includes structures and work in navigable waters of the US,or discharges of
dredged or fill material.
•
23. Waterfowl Breeding Areas. Activities,including structures and work in navigable waters of the US or
discharges of dredged or fill material,into breeding areas for migratory waterfowl must be avoided to the maximum
extent practicable. ON
24. Removal of Temporary Fills. Any temporary fills must be removed in their entirety and the affected areas '
returned to their preexisting elevation.
25. Designated Critical Resource Waters. Critical resource waters include,NOAA-designated marine
sanctuaries,National Estuarine Research Reserves,National Wild and Scenic Rivers,critical habitat for Federally listed '
threatened and endangered species,coral reefs,state natural heritage sites,and outstanding national resource waters or
other waters officially designated by a state as having particular environmental or ecological significance and identified
by the District Engineer after notice and opportunity for public comment. The District Engineer may also designate '
additional critical resource waters after notice and opportunity for comment.
(a) Except as noted below,discharges of dredged or fill material into waters of the US are not authorized by
NWPs 7, 12, 14, 16, 17,21,29,31,35,39,40,42,43,and 44 for any activity within,or directly affecting,critical
resource waters,including wetlands adjacent to such waters. Discharges of dredged or fill materials into waters of the
US may be authorized by the above NWPs in National Wild and Scenic Rivers if the activity complies with General
Condition 7. Further, such discharges may be authorized in designated critical habitat for Federally listed threatened or
endangered species if the activity complies with General Condition 11 and the USFWS or the NMFS has concurred in
a determination of compliance with this condition.
(b) For NWPs 3,8, 10, 13, 15, 18, 19,22,23,25,27,28,30,33,34,36,37,and 38,notification is required in
accordance with General Condition 13,for any activity proposed in the designated critical resource waters including
wetlands adjacent to those waters. The District Engineer may authorize activities under these NWPs only after it is
determined that the impacts to the critical resource waters will be no more than minimal.
26. Fills Within 100-Year Floodplains. For purposes of this General Condition, 100-year floodplains will be
identified through the existing Federal Emergency Management Agency's(FEMA)Flood Insurance Rate Maps or
FEMA-approved local floodplain maps. ,
10 ,
(a) Discharges in Floodplain;Below Headwaters. Discharges of dredged or fill material into waters of the
US within the mapped 100-year floodplain,below headwaters(i.e.,5 cfs),resulting in permanent above-grade fills,are
not authorized by NWPs 39,40,42,43,and 44.
(b) Discharges in Floodway;Above Headwaters. Discharges of dredged or fill material into waters of the US
within the FEMA or locally mapped floodway,resulting in permanent above-grade fills,are not authorized by NWPs
39,40,42,and 44.
(c) The permittee must comply with any applicable FEMA-approved state or local floodplain management
requirements.
27. Construction Period. For activities that have not been verified by the Corps and the project was commenced
or under contract to commence by the expiration date of the NWP(or modification or revocation date),the work must
be completed within 12-months after such date(including any modification that affects the project). For activities that
have been verified and the project was commenced or under contract to commence within the verification period,the
work must be completed by the date determined by the Corps. For projects that have been verified by the Corps,an
extension of a Corps approved completion date maybe requested. This request must be submitted at least one month
before the previously approved completion date.
G. CORPS REGIONAL GENERAL CONDITIONS FOR ALL NWPS
1. Mature Forested and Bog and Bog-like Wetlands. The use of NWPs is specifically prohibited in mature
forested wetlands or bog and bog-like wetlands or just these components of a wetland system(as defined in the
Definition section of this Public Notice),except for projects provided coverage under the following NWPs:
NWP 3(i,ii) — Maintenance
NWP 20 — Oil Spill Cleanup
NWP 32 — Completed Enforcement Actions
NWP 38 — Cleanup of Hazardous and Toxic Waste
NWP 40(a) — USDA program participant
NOTE: NWP regulations do not allow the regional conditioning of NWP 40(a).
2. Access. You must allow representatives from this office to inspect the authorized activity at any time deemed
necessary to ensure that it is being,or has been,accomplished in accordance with the terms and conditions of your
permit.
3. Commencement Bay. An individual permit is required in the Commencement Bay Study Area(CBSA)for
activities which would have qualified for the following NWPs:
NWP 12 — Utility Line Activities(substations and access roads)
NWP 13 — Bank Stabilization
NWP 14 — Linear Transportation Crossings
NWP 23 — Approved Categorical Exclusions
NWP 29 — Single-Family Housing
NWP 39 — Residential,Commercial,and Institutional Developments
NWP 40 — Agricultural Activities
..r NWP 41 — Reshaping Existing Drainage Ditches
NWP 42 — Recreational Facilities
NWP 43 — Stormwater Management Facilities
The CBSA is located near the southern end of Puget Sound's main basin at Tacoma,Pierce County,Washington. The
CBSA extends from Brown's Point around the bay to Point Defiance and includes the commercial waterways,
wetlands,and any other jurisdictional waters. From Point Defiance,the line runs southeast to State Route 7(Pacific
11
Avenue),then south to the centerline of I-5;then east(northbound lanes)along I-5 to the Puyallup River. The
boundary extends 200 feet on either side of the Puyallup River southeast to the Clark Creek Road(Melroy)Bridge.
From the Puyallup River,the boundary extends east along I-5 to 70th Avenue E. The line then returns to Brown's
Point to the northwest,following the 100-foot contour elevation above sea level located east of Hylebos Creek and
Marine View Drive.
4. Mill Creek Special Area Management Plan(SAMP). Within the boundaries of the(SAMP),the following ,
NWPs can be used only in those areas designated as"Developable Wetlands":
NWP 14 — Linear Transportation Crossings '
NWP 23 — Approved Categorical Exclusions
NWP 29 — Single-Family Housing
NWP 33 — Temporary Construction,Access and Dewatering
NWP 39 — Residential,Commercial,and Institutional Developments
NWP 40— Agricultural Activities
NWP 41 — Reshaping Existing Drainage Ditches
NWP 42 — Recreational Facilities
NWP 43 — Stormwater Management Facilities
Until the SAMP is approved,the users of these NWPs listed above(except NWP 40a.)must notify the District
Engineer in accordance with General Condition 13 for any acreage or volume proposed. Once the SAM?is approved,
the"Notification"limits will be as specified in the individual NWPs.
Mitigation requirements for these projects must either be onsite or within the areas designated as"Preferred Mitigation
Sites". Mitigation plans must comply with the requirements found within the Mill Creek Special Area Management
Plan,King County,Washington,dated April 2000.
An individual permit is required for all proposals in"Developable Wetlands"that would have qualified for NWPs other
than those listed above.
NWP 27,Stream Restoration and Enhancement Activities,can be used within the SAMP,but must comply with the
requirements found within the Mill Creek Special Area Management Plan,King County,Washington.
The Mill Creek SAMP applies to all areas and tributaries drained by Mill Creek(Auburn),Mullen Slough,Midway
Creek,Auburn Creek,and the area bounded by 4th Street Northeast in Auburn on the south,and the Ordinary High
Water mark of the Green River on the east and north.
5. Prohibited Work Times for Bald Eagle Protection. For compliance with National General Condition 11,
the following construction activity prohibitions apply to protect bald eagles,listed as threatened under the Endangered
Species Act:
(a) No construction activity authorized under a NWP shall occur within 1/4 mile of an occupied bald eagle r
nest,nocturnal roost site,or wintering concentration area,within the following seasonal work prohibition times.
(b) No construction activity authorized under a NWP shall occur within 1/2 mile BY LINE OF SIGHT of an '
occupied bald eagle nest or nocturnal roost site,within the following seasonal work prohibition times:
Work prohibition times: '
(1) Nesting between January 1 and August 15 each year.
(2) Wintering areas between November 1 and March 31 each year. '
Exceptions to these prohibited work times can be made by request to the Corps and approved by the U.S.Fish and
Wildlife Service(USFWS).
12 ,
am
Contact the USFWS to determine if a bald eagle nest,nocturnal roost,or wintering concentration occurs near your
proposed project:
... West of Cascades: Olympia Office—(360)753-9440
East of Cascades: Ephrata—(509)754-8580 or Spokane—(509)893-8002
Mainstem of the Columbia River downstream from McNary Dam: Portland—(503)231-6179
H. ADDITIONAL LIMITATIONS ON THE USE OF NWPs
1. District Engineers have authority to determine if an activity complies with the terms and conditions of an
NWP.
2. NWPs do not obviate the need to obtain other Federal,state,or local permits,approvals,or authorizations
required by law.
' 3. NWPs do not grant any property rights or exclusive privileges.
4. NWPs do not authorize any injury to the property or rights of others.
5. NWPs do not authorize interference with any existing or proposed Federal project.
6. If future operations by the United States require the removal,relocation,or other alteration of the work
herein authorized,or if,in the opinion of the Secretary of the Army or his authorized representative,said
structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters,you
will be required,upon due notice from the U.S Army Corps of Engineers,to remove,relocate,or alter the
structural work or obstructions caused thereby,without expense to the United States. No claim shall be
made against the United States on account of any such removal or alteration.
I. FURTHER INFORMATION
Further information about the U.S.Army Corps of Engineers regulatory program,including nationwide permits,may
also be accessed on our Internet page: hitp.11www.nws.usace.army.mil (select"Regulatory/Permits").
fir.
L
13
SURVEY CONTROL AND
MONUMENTS
I
l �Y
ti o
Q
N�
F
C ITY O RENTON
SURVEY CONTROL NETWORK
Vertical Control
3rd Order, 1st Class
North American Vertical Datum 1988 Meters
Horizontal Control
2nd Order, 1st Class
North American Datum 1983/1991 Meters
V Printing January 1995
2°d Printing January 1997
Revised& Reprinted May 2000
1
rr
�r
TS_SERVER//SYS2\MAPS\83m\control\scn.doc Title 2 May,2000
TABLE OF CONTENTS
SECTION I
SURVEY CONTROL NETWORK DESCRIPTION.................................. i
SURVEYING STANDARDS ............................................................1-11-1
MONUMENT CASE& COVER STANDARD PLAN.......................H031
SECTION II
MAPS, DESCRIPTIONS&VALUES
SectionIndex Map............................................................................... Index
Section Township Range Page
13 T23N R4E WM..................................................................F2
14 T23N R4E WM ................................................................. Fl
24 T23N R4E WM..................................................................G2
25 T23N R4E WM..................................................................H2
36 T23N R4E WM...................................................................I2
5 T22N R5E WM...................................................................J4
6 T22N R5E WM.................................................................. J5
3 T24N R5E WM..................................................................D6
4 T23N R5E WM..................................................................D5
5 T23N R5E WM..................................................................D4
7 T23N R5E WM..................................................................E3
8 T23N R5E WM..................................................................E4
1 9 T23N R5E WM.................................................................. 5
10 T23N R5E WM..................................................................E
11 T23N R5E WM..................................................................E7
14 T23N R5E WM..................................................................F7
15 T23N R5E WM..................................................................F6
16 T23N R5E WM..................................................................F5
17 T23N R5E WM..................................................................F4
18 T23N R5E WM..................................................................F3
19 T23N R5E WM...........................................................•......G3
20 T23N R5E WM..................................................................G4
21 T23N R5E WM..................................................................G5
22 T23N R5E WM..................................................................G6
29 T23N R5E WM..................................................................H4
30 T23N R5E WM..................................................................H3
31 T23N R5E WM...................................................................I3
32 T23N R5E WM...................................................................I4
29 T24N R5E WM..................................................................B4
31 T24N R5E WM..................................................................C3
32 T24N R5E WM..................................................................C4
TS_SERVER//SYS2VvIAPSN83m\control\scn.doc Table of Contents 2 May 2000
ir.
CITY OF RENTON
SURVEY CONTROL NETWORK
The City of Renton Survey Control Network is the result of a three year project by the
Technical Services Section of the Planning & Technical Services Division of the
Planning/Building/Public Works Department and several private surveying firms working
for the city. The purpose of this network is to provide an accessible common datum for
all public and private projects within the city. Thus facilitating city wide infrastructure
management and analysis and assuring compatibility between the various utility systems
and system projects.
This project started in 1992 with the formation of a Horizontal and Vertical Control
Network Committee to prepare a plan for the development and maintenance of a Survey
Control Network for the City. The committee members were:
Robert Anderson PLS; Bush, Roed & Hitchings, Inc.,
Carrie Davis; Technical Services Section(Recorder),
i Abdoul Gafour; Utility Systems Division,
Arneta Henninger; Plan Review Section, Development Services Division,
Jae Lee; Transportation Systems Division,
Robert Mac Onie; Technical Services Section(Chairman),
Jon Warren PLS; Dodds Engineers, Inc.,
Dennis Wegenast; National Geodetic Survey.
The committee developed the standards, specifications and phasing for all ensuing work.
All survey work meets the requirements specified by the Federal Geodetic Control
Committee in Standards and Specifications for Geodetic Control Networks dated September
1984. The project was split into three phases: 1) monument recovery, 2) horizontal
control and 3) vertical control. The monument recovery project was performed by Dodds
Engineers, Inc., under the direction of Jon Warren PLS in 1992 and early 1993. This
project identified existing Public Land Survey System comer monuments and other
monuments (NGS, C&GS, King County, City of Bellevue, major intersections and those
located near current and proposed capital improvement projects) important to the
development of a survey control network. In most cases, street centerline monuments
.. were selected for both horizontal and vertical control due to stability and maintenance
considerations.
The second and third phases ran concurrently during 1993 & 1994. The horizontal
control phase was executed by Bush, Roed & Hitchings, under the direction of Robert
Anderson PLS, using Global Positioning Systems (GPS) technology per the Federal
Geodetic Control Subcommittee Standards for GPS control surveys as defined in
Q Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning
Techniques dated August 1, 1989. This phase established NAD 1983/1991, Washington
State Plane, 2nd Order, I st Class, northing and easting values for 122 monuments in and
TS_SERVER//SYS2\M"S\83m\conVol scn.doc i 2 May 2000
rr
around the City. our NAD 1983/1991 National Geodetic Survey M
ty� y (NGS) high precision
geodetic network (HPGN) monuments (BROWN, PT B 1962, HAFF and MUD MTN)
controlled the GPS survey. All coordinates show are "Washington Coordinate System of
1983/1991,North Zone."
The vertical control phase was performed by Triad Associates, under the direction of
Brad Freeman PLS, using a Wild NA2000 automatic auto reading level and Star*Lev
adjustment software. This phase established NAVD 1988, 3rd Order, 1st Class,
elevations on 190 monuments in and around the City with 70 of these being horizontal. Mr
control monuments as well. The leveling project was divided into seven primary
interdependent loops connected at a minimum of two points with common benchmarks.
Additional legs were run across the primary loops tying into two benchmarks at both
ends. A total of 15 NGS benchmarks were part of the network, four of which were held
in the final adjustment (NGS Archive Numbers SY0232, SY0162, SY0163 and SY0617)
and provided substantial agreement(less than or equal to 5mm) with 5 others.
The City, in 1995, will have reference points set for all Survey Control Network street
centerline monuments not currently referenced. Over the next several years monuments
in need of upgrade will be reset as part of an ongoing maintenance program or where
capital improvement projects would likely disturb them.
As an adjunct to the Survey Control Network the city has developed the enclosed
Surveying Standards. Al Hebrank of Hebrank & Associates developed the first draft of
these standards which were modified to require the use of the Survey Control Network
for all public and private development projects within the city and define the
responsibilities of the surveyor in the establishment of new monuments and their r
associated records. The standards have been reviewed by at least ten licensed surveyors
for completeness and suitability.
The City of Renton and its urban growth area lie between latitudes 47° 25' North to the
south and 47° 32' 30" North to the north. In most cases the combined scale factor
(elevation and grid scale) throughout this area can be treated as equal to 1.0000000.
Table 1. shows the grid scale factors for each minute of latitude in the Renton area
identified above.
Please note that the relative accuracy for the grid scale factors is approximately 1 in
60,000 at 470 25' N to the south and 1 in 111,000 at 47° 33' N to the north and thus for,
most survey work will have no impact on surveys covering less than 1.5 miles.
�r►
r
a
TS_SERVER//SYS2\MAPS\83m\controNcn.doc it 2 May 2000
TABLE 1.
LAMBERT CONFORMAL CONIC PROJECTION TABLE
Washington Coordinate System of 1983/1991,North Zone for Renton
ITabular. Grid
Latitude Radius Difference Scale
for 1" of Lat. Factor
470 25' 5807452.516 30.88355 1.00001659
470 26' 5805599.504 30.88353 1.00001310
470 27' 5803746.492 30.88352 1.00000970
470 28' 5801893.480 30.88351 1.00000638
470 29' 5800040.470 30.88350 1.00000315
470 30' 5798187.460 30.88349 1.00000000
470 31' 5796334.450 30.88349 0.99999693
470 32' 5794481.441 30.88349 0.99999395
470 33' 5792628.431 30.88349 0.99999105
The range of elevation in Renton is between 0 and 200 meters (0 and 656 feet). Table 2
shows the scale factor due to elevation.
TABLE 2.
SEA LEVEL REDUCTION TABLE
Renton
Elevation Sea Level
Feet Factor
Sea Level 1.0000000
500 0.9999761
1000 0.9999522
The worst case relative accuracy for an elevation of 650 feet with an interpolated scale
factor of 0.99996893 is approximately 1 in 32,000. When combined with the worst case
grid scale factor of 0.99999195 it yields a combined factor of 0.99995998 for a relative
accuracy of approximately 1 in 25,000.
It should be noted that Washington state uses the US survey foot and the conversion
between feet and meters is 3937/1200 or 3.28083333 feet per meter.
i.
An analysis of the differences between NGVD 1929 and NAVD 1988 elevations in and
around Renton yields a conversion factor of+1.092 meters going from NGVD 1929 to
NAVD 1988.
The information in this document has been extensively reviewed but there is always the
possibility that some particulars of the monument locations, descriptions or values are
either misleading or incorrect. If any such errors are found please contact the City of
Renton's Mapping Supervisor at -7969. This document will be updated on an
ongoing basis as monuments are upgraded, added or as corrections are made.
>l�r
TS_SERVER//SYS2\MAPS\83m\controi\scn.doc tit 2 May 2000
0
m C a
U W 0 vni
� z < � i
d
00 < a
a�i AEA„ a � o �
0
Z
J r
O
W
Y E
v'
? IL Of-C 2
v Z<W
O
5
>j O
z►—`n< N
O W 2 c1c L—i Q w O[1--LLJ
Z QW Z cx
N Its ` •+ ( \ \ � (1 F- Cl C O(-� W
yT•1\I 1 r\ ...� jV[ C 2 N
J 1 1 r Q N N
p� z G
co o
Q sv_ �, o .Q La
LL-
oC _
W U
1 K < G N W 0 C Y W
'�• 3 Q22QKd
W Z CU W W V1_-1
• •a > O U>W Q
W Z
2 IAJ
T CO W 0
E
0 d
V V Co
V 2 QW'Y Z--F-l7
-W3Z LAJ N2 W Z1N�0
O L.7 W C C L,
2
cc S Z
G QOO1-W
O U U 2 K U N
V)
I C/�WWOW2 W^�
I -..• -_ F-
O•—SOCSOwO
N••-.1-1-Q 3 U kn
L..1
F-
2 ••-• N f'1 Q
F3 1S T23N R5E SE L4
+11002
i J 39
j
\2432
138- 1576 161 134 1274$228`4 --�", 11276
12 78 - -� `�� --
} +2285
i
{ x1760 f� +1Z,7�3,
+2283
f j ,a251
V �
J♦25�
yti
1+ /
!�/ \b96
�
10a1i___--- 1+0 E V
j 724 t
-
+ ``-
_._
a
1511 _
- 49 `2198/ j` r+
+
•' ' Z
H t976
i
1856
8 ,56 64
8
it ,-• �--- �-,l ; .-� - -- - � ---
._'--
i
i
�+^y,tT �' ' i 1597 1
� S l.. 244 1 i � � � 1
m' � u.�..�._..� +772 1
i66; _ +65 1319 +67
47 p
19 MN R5E SE L4 LEGEND
40 CITY OF RENTON 1111
® Horizontal & Vertical
SURVEY CONTROL NETWORK 2222
MONUMENTS & BENCHMARKS ® Horizontal only
•® TECHNICAL SERVICES 3333
� PLANNING/BUILDING/PUBLIC WORKS ® Vertical Only
�p 02/14/00
4°° Monument
® 450 900 --- Renton City Limits
G3
1:54M 19 T23N R5E NE 1/4
SECTION 19 T23N R5E W.M.
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
476
Location: Top of 1/2" iron pin in concrete monument in case 15' east of centerline
intersection of Shattuck Avenue and South 15th Street.
Monument: 1/2 IN IRON PIN IN CONC MON IN CASE
NORTHING: 52799.569 EASTING: 396025.653 ELEVATION: 40.495
659
Location: Found a 1/8" bronze pin and concrete plug in 2" inside diameter steel pipe
down 0.5' in a monument case at the constructed intersection of S Puget
Drive& Benson Drive S. This mark is an alternate to the quarter corner to
sections 19 &20, T23N, R5E.
Monument: 1/8 IN BRONZE PIN & CONC PLUG IN 2 IN STEEL PIPE, IN CASE, DN. 0.5'
NORTHING: 52798.357 EASTING: 396377.308 ELEVATION: 26.055
754
Location: Found a 1/2" brass plug with a punch mark grouted in on easterly side of a
4"x4"concrete post monument down 0.6' in a monument case at the
constructed intersection of SW 7th Street& Seneca Avenue SE.
Monument: 1/2 IN BRASS PLUG W/PUNCH ON CONC MON, IN CASE, DN. 0.6'
NORTHING: 53620.647 EASTING: 395016.102 ELEVATION: 6.801
G3-2
18 T23N R5E NE 1/4
Mr
1149
9 c
54---2658 s 2-nd 6,73
26 ---94-gtJ1P_1142
----2655 151
88 94 2nd
1 '4 1 L
26 ++1146 +67 +655
--322+- -2566+1-11541�66 644-_- ;-581 1 "'1 +2:
-114 265-7-
4
8
1089
+ + - -
6
-T
32t
S n4j
-q49
+ +1006 L
0 + + 1136--2_2io
+ 1138 1.137+ + --j 1135
580 0
+ + +1134 +1T
-23
P14
-3rct -77
....... 2500— +317
+318
+ --78
499
+
L
+
-9 t
I - 4
8M +984 +1189 +11
I r + 11t4'+++++ +1198 +119
'?54
;-4-J ......]6
+
L654
,3 655
0 r
L---j
+4005
z 194 = j:
010
'1004 ------
+1
30
+ 1506+ +1505
-- m �+244 +150
299 1+ +297 -7 77
-i.........
4[, - -------- . .
loop+ .....-3.� 1 4
61 n
12791 +331 +246 +296 +245fi* 508+
J
[77j 2328'
+
3
�3
+
393
60
.3
",24,3e
2
+576 +61 +34 1274*Q-
§-- 1276
—+.1278
+2285
0+;�
A+
%" , +228.3
G3 • 19 T23N RM NE 1/4
LEGEND
CITY OF RENTON 1111
SURVEY CONTROL NETWORK ®
222 0 Hbrizontcl & Vwflccd
MONUMENTS & BENCHMARKS 6 HorUmtd Only
TECHNICAL SERVICES 3333
WORKS Q Verticcd Orly
02/14/00 -+!"' Mom went
0 450 900 --- Renton aty Units F3
18 T23N R5E SE 1/4
l
SECTION 18 T23N R5E W.M.
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters '
60 N 1/4 Corner 19 1'23N R5E ,
Location: Found 1/8" pin in concrete monument case at intersection of Hardie Ave SW
and SW 7th St.
Monument: 1/8 IN BRASS PIN IN CONC. 0.4' BELOW RIM OF MON. CASE
NORTHING: 53611.676 EASTING: 395635.050 ELEVATION:
63
Location: Set brass disc stamped 804/BRH123 per 2 each 2 foot reference points in the
right west bound lane of S Grady Way west of the intersection with Williams
d Ave S
Monument: BRASS DISC IN MONUMENT CASE
NORTHING: 53638.518 EASTING: 396486.958 ELEVATION:
205
Location: Found a concrete monument in a monument case at the intersection of
Burnett Avenue S. and S. 2nd Street.
Monument: CONC MON, IN CASE
NORTHING: 54429.257 EASTING: 396408.155 ELEVATION:
F3-1
SECTION 18 T23N R5E W.M.
I28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
1898
ILocation: Found 1.5" R.R. spike with punch mark in road surface at intersection of
Shattuck Ave S. and S. 6th St.
Monument: R.R. SPIKE WITH PUNCH MK.
NORTHING: 53756.917 EASTING: 395983.750 ELEVATION:
i 1919
Location: Chiseled square at centerline top of stairway and north end of cul-de-sac on
1 Thomas Avenue S. across the street from 13208 Renton Avenue South.
Monument: CHISELED SQ @ CL TOP STAIRWAY
NORTHING: EASTING: ELEVATION: 72.130
1920
Location: Found 3" brass disk stamped "King County Survey monument EN-61 1973" in
sidewalk on the west side of Rainier Avenue South. Located north side of
southerly driveway to building at 604 Rainier Avenue South.
i Monument: BRASS DISC
NORTHING: EASTING: ELEVATION: 8.494
1939
Location: Top of Lead &tack set in concrete monument at intersection of Williams
Avenue S. and S. Riverside drive.
•
Monument: LEAD&TACK SET IN CONC MON
NORTHING: EASTING: ELEVATION: 11.383
F3-5
TRAFFIC CONTROL
INFORMATION
CITY OF RENTON
TRANSPORTATION SYSTEMS—TRAFFIC OPERATIONS
TRAFFIC CONTROL PLAN
CONSTRUCTION COMPANY: APPL. DATE:
ADDRESS: PERMIT :
rr.
PHONE : ( )
CONSTRUCTION SUPERINTENDENT: MOB./CEL. : ( )
w PROJECT NAME: FAX
PROJECT LOCATION: N/E/S/W OF:
WORK TIME: APPROVED BY:
WORK DATE: APPROVAL DATE:
NOTES: 1) WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON UNIFORM TRAFFIC
CONTROL DEVICES (MUTCD).
2) CALL 911 (USING A LOCAL PHONE) OR 253-852-2121 (USING A CELL PHONE), FIRE, AND POLICE
DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY.
3) CALL METRO TRANSIT CONTROL CENTER AT (206) 684-2732 AT LEAST TWENTY—FOUR (24) HOURS
BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE.
4) THIS PLAN BUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK.
5) APPROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS.
6) ANY VEHICLE AND/OR EQUIPMENT TO BE USED FOR WORK WITHIN THE CITY RIGHT OF WAY MUST
DISPLAY A COMPANY LOGO (ANY LEGALLY ACCEPTABLE SIGN SHOWING A COMPANY NAME, ADDRESS,
AND TELEPHONE NUMBER) AT A CONSPICUOUS PLACE ON THE VEHICLE OR EQUIPMENT.
r..
COMMENTS:
SKETCH I
—NORTH-
..
OMCE COPY T-
I have been informed of my responsibilities for traffic control and CONTRACTOR
agree to comply with all traffic regulations of the City of Renton. DEV' SERMCF' INSPEcnoN K. KITfRICK/
DU. SMMCE. PLAN REWEW
SIGNATURE: DATE: POJCE KATIE MCCUNCY
FIRE JIM GRAY/STA. Ill
1 2 -{ 2 , .
I, representing
agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic
control plan and obtain City approval of that plan. That plan shall be implemented for all
street and lane closures, and the plan shall be performed in compliance with the Manual on
Uniform Traffic Control Devices. I shall notify emergency services twenty-four (24) hours
' before any street or lane closures. I understand any lane or street closures not in
conformance with the approved traffic control plan and/or without notification of emergency
services may result in my receiving a citation for violation of R.C.W. 47.36.200 through
47.36.220, 9A.36.050 Reckless Endangerment, and other applicable State and City codes.
I certify I am responsible for the project and the responsible party to be cited for violation of
R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other
applicable State and City codes.
NAME:
D.O.B.:
HOME ADDRESS:
M WORK ADDRESS:
WORK PHONE: HOME PHONE:
COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR:
i.
WASHINGTON STATE DRIVERS LICENSE NUMBER:
CATraffic OpmdonsUraffic Control PhnVcpfona1.doc
CITY OF RENTON
DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS
R114 R114
ROAD CLOSED ROAD CLOSED
TO TO
THRU TRAFFIC T1iRU TRAFFIC
TYPE 111-1 TYPE III-1A TYPE III-16
R114 R114
+ k, %L ROAD CLOSED ROAD CLOSED
TO TO
THRU TRAFFIC THRU TRAFFIC
Lil DETOUR DETOUR
w14 m 1wIMdo(U
TYPE 11I-2 TYPE III-2A TYPE III-213
R112 8112 IM
4 ROAD ROAD ROAD
CLOSED
iu CLOSED. CLOSED
L 1w
DEraxz DErouR
wion W10M
ri.. TYPE 1113 TYPE IIM TYPE III-B
DE�Otm DEMUR
mm ) mom
ROAD
CLOSED
DErouR
R11-2 M4-8a
APPROVED BY:
TYPE 111, R11-2, R11-4, M4-10 (R)/(L), M4-9 (R)/(L) DATE: 06/22/00
SHEET: 1.0
C:\Tram opwcUons\TCP\TY'E-ai dw9
!� O
Fp
.. ; Ocw N LO
czQ >
C5
c in O
0 m
m 0 U
o
C)- 0' a
CIO °
LU
U
z C:
19 0 0
`l) 0 00UO
O
~ I 0
� 0 �w ULLz I Oc a>
rvoo
0 LL m m0 c �
rW � U = a � =
i N p c
�! z a P U o
O o m
Q I > 0
L-6
CN
U °
�n Q
Q -- x c.: X _p
X O
ui
N
p LL- Q L Q � x c O
O O
UOO5 X � < � w X ao0 m
1L/ o'0 o c CJ Q= ao0 c
Q U ";T c 0 0
O Y ry
m 5
x U
0
O O U co
W o z � W � o U � Z 'x
w ° m 04 Y NO
0
0 c m
.� �U—i c) Q OD X 2 O O CO
U = � x _! � = x o oo O
QpQ � o pQ ° c0 m
—' `0 0 c �c
U � 0 m
J m
0
mz U a) O °O 0)
w j bo _ w 0D � N X _p
.. QN iii x _> pUp ao � C9 � xc Zry Xg W `° 600
U o � ; Q X0 0 LL- z o oc o
z � O 0 Y co
m O 0 CD U m
M m
r
r
Z �
00 oa ..O
O ba Ao e^
L Em 4Y- t 4 0O� -
P E L-
tD
4 1 E
C m4 E 4 O A�
H
O O _ E E:V 4 O v N O ZJ U
E O D t 4 C
cm L m4¢
on L L, m
O j mm No o Y
„ F N t z >
c- V-o -Now uLi 4 ° Q <v Z
O- - J o -. D
P O P �"-
O 'M N E Q O
L f 4 O O N
Y
ow L> 7 4
O 4 4 a
- C
0 c
E O C L 'F'f O O ajc m m L
QO
4 L
I N m m 0o o-V
L 0--m-C E 0 L.0
0 4 -L tN P_r V m O 4 C L a O L m N
=N
m t>L a 0p0 OE 7
°r 0
>E
O -0 0
N O 0
4
n U3 E P-- O
C>
L 4
> 4
4 O L D 4 s-PD C D
O C 4 l C a
3C U - C
O
Em L o L a o
N L 4 m O 3 O J O CN N - �- O
N 3+ C -V4 a C C 4 N 40 CO O 3
i- O m L O L C > L O
L 4 C O 44 -• OC 4 0 o ¢s
C U m GL Lac a N u
T U L L O 3 ¢ct
' D C m V m 0 O U D m 0 u
O 47m C E Et-- O�c L 3 iW
O L P m O L
N 4 L
t 4 m�L-m
D> w o �<
vi E o
w o
O ^
2 •-• N n v �O i0 -
a O
� 3 a
O
o
0
3 {
Pl
1 }
oo
i
m o S
os o
°
r 6
y
� U Q N o 0
eS N c
0
Dc
y /` me
�y u-0
H+ _00S '00!_ w
D O
Ol
0S L N
\f c
C\ O a C
0 IV
U C
O
- U-
P r-m
C
0 C
0OJ N C O O
u C w t m
} ` O U O L
Y o 4
O L
TD
2 4 U Q c a
aW � P -L
a N w
Lco V O P
-3 P
T
F-O'f
0 N
� v
'
CD z Q 0 J J ,YI z N
o
U a� G i� W Z w
o w z x
M. = m O
ot)z d N a y s s
O --� w 0 n y e
a o x wo J, Zw
o m O L W a w > a
7 o m o v V Z o
o wx Za <a o W
"s
V, owa ,
W co W LL'o ~ 3 LLJ
LU' m cr Ei C:) F j H '1►'
U QQ U
J a V13 ww Z U.
J x �.._, . W
Q (r W 7 � �0
2 W 2-- ZOw
a �x owx N M N ¢a« - N
vi a
0 V1 ..¢r-- gg [
V) F- UlW F--..O p �o ov+ o0o d $
Z w In o
W
co
'14 Y W U Uz Zwa W U Q
¢ � y
QQ .-, ZO O w
�o > w E Q w Q H < W <
VI w O J E •w
w o Ow OVIO a O
0 of a E o 0
w0 O t/IQ UWZ VI w yVl o° oP <
UVI Z x OUO
U� W Z� •-•U� W o u F o
a7 OQVI w
V) JO X �W QJ� w > UU g 3
w W 2 w VI O x w o o z=
O -. m w o f ° o °o N
0
w o z¢ z 0
o o w u r N o -
N N val w ~
°
w
w VI ~
3
O O Q O
X \ n O O a Lj
I I N c m d c cm
o a I O /
CD
O P N
O ;
z � N O QI V m Q N
U m r� w
h O V O m OS
2
Q O
O Z(YQ '1 U
Ln L m¢ Vl T Q 3 2 l0 Q
V) V V 0 p 0 0 0 Z ♦ W O¢ O^
L « O CLO
O O O
o ¢ o ol^c a o o �o vlwHZax; o '- ao
Z D ¢ c m m C ti WaN z JVI, V(r ��O ¢w
C7 O 0 0 0 0 C P n Q]d J W
1!W l L L L L n 3 ie C O W O ^JZ4_ O
(n 7 L ] ] L m ] - C O � x f-JW N ;a aZ
WNJS
CL ar
OZCL o
0z w
.=ln a200 ¢
w "r U( C)z v
w z \ f/
1-Z W 0 0 0 �( ¢
Owz�o V1 � p O
J-WV OX/ F J CL 0 W =a° (r-oz
OW- z
WO O
v a 0 4-2 p
DO�'9 a X.
of S v1. cIr
Z D G N In W
O zx U
N4 O G 2w;UT
J 2 0 B
ZU 'O
O O V1J0 O U
2w HF-Q "W J
x Z M x x
�
N m 3a wzw O f. Z
3 WIX O z OU
16 Q d O
N c U cr
N N¢ " bJ�d ♦ wo ~I w f- w W=~
cn
a Q
O ¢]
o z a Op Q > O
CL Z O 3 a ) >w
W O OQ W J 0 (D w F-
c:1 �w v1
a ox x
s Lil w J CL 3 X
O Y w a— W
0 o s N •\. \ a cr W
\\/O/ wo O 3 a 1
a
o I
1
1
1
1
1
1
1
� SITE PHOTOS
1
1
1
1
1
1
1
1
1
i
Renton Village Storm System Project Page 1
Triton i
Thriftway
S Renton Village PL,
0
1 �i ; 17:Z
Thriftway ON
� m
l.t3fllCCtlg SW '�_
144"` Manhole Itowatd outfall
Renton Village Storm System Project Page 2
Thriftway
WW
xta lam �tll tat ztt em ms
Im¢�
S Renton
{
' Village PL
Sewer M H
1
144" M H TO n
te
Looking E 02 198 2007
1 u'
t►,
Laak_ing �
Thru Parking Lot > > ' 7 200
1
w
1
� � 17
Renton Village Storm System Project Page 3
Existing Outfalli
Look
s
a
r
-- STANDARD DETAILS
r
r
os
err
CITY OF RENTON 1
DEPARTMENT OF PLANNING, BUILDING&PUBLIC WORKS J
w.
2"
N
4"
N PROJECT NAME------------------ 2-
jSMMATMSTW 4"
6[11E BY: CITY OF 61 1ftRY SYSTEMS 3_.
CITY C
T. ( N 3'
�! CTOIf�
3
�TO S 3 11 CFE "
8.
4'-0"x8'-0"xt/2" EXTERIOR PLYWOOD
12' (SMOOTH BOTH SIDES, ABX)
} 2"x4" DIAGONAL BRACE
a DOUGLAS FIR STD. OR
z a BETTER
0
Ckf
0
I w
> 4"x4"x14'-0"
4 m VERTICAL POST
TREATED (TYP.)
0
I
i7
NOTES:
1• PAINTING. THE FACE AND EDGES OF THE 1/2 INCH PLYWOOD
SIGN BOARD SHALL HAVE ONE PRIME COAT AND TWO COATS
OF EXTERIOR ENAMEL THE POSTS, BRACES AND BACK OF SIGN
BOARD SHALL HAVE ONE COAT OF PRIMER AND EXTERIOR
rw► ENAMEL THE BACKGROUND COLOR IS WHfTE.
2• LETTER TYPES. THE LETTER TYPE SHALL BE SOLID HELVETICA
MEDIUM EXCEPT THE LOGO WHICH WILL BE PROVIDED 8Y
THE CfTY. ALL LETTERS AND NUMBERS WILL BE BLACK.
3. LETTER SIZE 4' LETTERS ARE 1/2' WIDE; 3" LETTERS ARE 3/8" WIDE;
2" LETTERS ARE 1/4' WIDE.
APPROVED BY:
PROJECT SIGN DETAIL DATE: 04/10/06 1
SHEET: 1.0 J
>t
N
O
r
z
U
o
g
o Q Em�
y z s w a Q O
A a rn Emma �x N V fn 3:Z
o r c N Sao
E c oEm
m mEEE �_ H n N e
me°C m� w o o o -
0
�Ezra
J�> $ �
° $
y
Z zav m a
n W e Re-� mom°. ® s o�C
LLJ
j m m N��T Z aJ0 . 1n YO y
m e m m E 3 m u �� v0_i 0 a
m °
�0m E°Qff y'"J
0) Q
W
co dd 4� a
m $a m= EY o hN Z ti
w m. E-•
W 0 t°
F- Z H•k LL
0
Z
LLJ
w
z
w
N a
w
�2 Z
~ 0 ~
O yp yp
fN W ♦♦ 5 N eD U?� mm Y op O E 0, < N 0 <Q O N rp U m N
O U m Q
Z
C7 �Z
O
� WV
WZ� NN
QO WZ
00 �W
0 HSS
W Q O W
O
Z
Z w
sK O }a} Z
QNQO m F" U
mZ O ZU S O 0
U s r z b z
VO mo g f w O ui
N LL,
------------ Qa a�
W
U �.•. yF ..
r: w r: N
77
�.' a �• .
o ('dl l)
ow zt
0
z
�(b W
Lou
1' W
mU
ow 0
z
xv►v.ez r. w g o
rr "NIW.YZ
L
Y:v a Q N
I
w
�j
oLL
s
rr
J
z
it > OW
d _
+•0 zOa •OE 3 O
cr
o W JNS
n .l p
4'
�r a, L u a t f.� Tn p V�Y
t az L o N
O. O N O E
'o L •^N c N XVYI ,b „6 p �� m
a) 0LE+ N L
0
> y•_•� _ W a� r �4 z
+� O - lutes X •3 ~
Q
L �+-4)C Z U a
a -0100 O L �
O O O L N O 1 0
Lv -w L.
'0 a C O ut X L Q
~ a)E ttAA N -O _
Vc- it
Vt+ O O O }
CL L't-10 L C L
i C U (A.0 c 4- 0 0
O.O O+O t 0 E } g
10 a).- O n O L
(D -1- U a) O
L L a C - a) - -
v o a 00 ^4- (n a) v 8
+ m v C
i O L 4-0)04- a 10 " g
v'o u+CO - o _
T a C •-C as 8
L a .- o c o w F
O- N O n•- •- U N ,-
+ O a+
N V - D- a)O O d 2
O+ L C W
0.(n o-0 a) C 0�
L
00 +V-C N ->+ O
L- 00-(1 O. tn0 .41 - -
Ln n_ a U L OiL O a E L v
W D N
~ W t
(L
O E O
z N n v L W z
0 F-
-
v NIH N av
D Z z
v , L
Z N Z �- N
O m
O Q r
w u > 0- m
C)
0 Of u z
fi ., a a 0
11 N m N Q_ ('� N I N W
L O W " p
i- u NIH H Q
J a „/19 „Z/i6 (A m
T
V o z p z Z v) I
� O Q
F- p N m
-7 Z -
F-
Q
L
L
W L
t v
� C >
v N O vi V1
UUU L
O al L v
'F 2 C > t >
E2 y y0 Nv0 [0
t 0 U U U U U U Q
a o•'
N
L.0L Ef f
E
O t t 0 + O
m ; „ZI 0-
NO 00 p
i
Off+ Oft ~
go CIO
co
m m •-
U o
z
~
_ - v
N tf)
o0 c U U
oa oaz 0)
m v y~ 00
V V Q
U
EDGE OF PAVEMENT,
EDGE OF CURB & GUTTER
LANE LINE STANDARD VEHICLE WHEEL PATH OR CENTER OF LANE LINE
7' 8"
3' 4.5' 3'
MIN. 1 MIN. 1 MIN.
MIN.l �MIN.
2" CLASS `B' 6" CRUSHED SURFACING
TOP COURSE
ACP CLASS*
CRUSHED ROCK, FLOWABLE FILL
OR AS REQUIRED BY ENGINEER
2" SAWCUT AND REMOVE
OR GRIND, SEAL WITH
AR4000W
MIN.
*MINIMUM ACP CLASS 'E' or 'B' SHALL BE:
PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS
AND INDUSTRIAL ACCESS STREETS — 6" ACP CLASS 'E' or 'B'
RESIDENTIAL ACCESS STREETS — 2" ACP CLASS 'E' or `B'
LANE WIDTH OVERLAY FOR
FLEXIBLE PAVEMENT 0 N LY (NTS) DWG NAME: HR-05
i
6.5' MIN.
1' 1' 2.5' �{ 1' 1'
MIN IMIN MIN I MIN MIN
.................. .
....................... .
2" CLASS 'B'
ACP CLASS* 6" CRUSHED SURFACING TOP COURSE
FOR MINIMUM STANDARDS SEE ,
DWG# HR-05, SP PAGE: H032A
CRUSHED ROCK, PLOWABLE FILL
OR AS REQUIRED BY ENGINEER
DWG NAME: HR-23 (NTS)
TYPICAL PATCH FOR FLEXIBLE PAVEMENT
PERPENDICULAR TO ROAD CENTERLINE (NTS)
rn
00
0
gaw U) m
o n -I w
0
m N 0 Q
o ° v� j0 o v
°uTi NO E x'N c,0-.; o -c
C 01 V) DV.0y0 L c°"U a aO OS�-t n c N N C o
W F0-
,
' O V: O c a O o ;L: O .a NO NN
O c- 0 Pz c Q
o m D T O M
O n o � C -
Q(n'
p
N O O O M C m N 'O m U N.L.. N° O Q_F F E_
° O U '��O D•N'O C C4 Q U V] N
'E' C C I a m
N SQL 3V E Ny No 4�
v w
m 3ovoao 0'3-°%nod `o -> �
E ° 12;- NoJn" =I Q
00' U o�NN0 JOB':=O'"'O W OD .4
O O
cLLO .a,20`L LCDN D° ` Z
v...+ a0
°C V�.C I N"C p,v Q- `u p 3 p
O V
L ° °c�LV�c'>NC ° °N ma _a
C O N. N
N m V-~O m 0.``n N y C � N
N
N( 0 0-C°O N O N J y°-D°
C C T J TL m v v
at0 N N._,-oN N l�
O�o 0-C o N O pw co,•. J...NN...-N
O-a "c 7D. E N °°TV C 7 C c d
aE `O- QLN.�0 3���omNOm—> d
O'cU �`..N mr 3 N V O y J N mo- PO•
CC NEC m N.N..J pyL°c=¢cN
.N N E O�m O"N O N C O a¢L'aD m
00� ..Nn`yc NOCCCO�jONOn --�T
>> c o 3 av J'- - o- 3 o
00� ON-oJocmvcNNc °3y •3E
0'D=.0-0 D'-N N c
C N c N O uz�D°J u-p.o C 'E O O` M
-� °C •• m-J.�N O N O L N N N n>V a L
M M y - N r D N m N J D N° N
O - O
-
N N>
o N N o
¢¢N N mONLm OLL aN.a�FF N NLN
C mr.+C¢ m3 nu+a 3D �i�•
CWO O Z
>¢¢ 0
(n
IN
to
O
0 a 00
c c N
i0w rn o n
c rn o
w c m
c c c'u n W
N N
o Jon <
T _
U
N C - 0I.=
J J c m O�TJ C N¢ 'CO 00
O C W
O N N
r
0,.S v a O E N m N ^m v v E >
¢ ^-n^, ..) I .- m o
) V) ri
N
cD vN N NN
N -E
O j N rn m m H O O D T o«u O O N °
o O.W _ _
y0 OM C U`NU In UL OD CNC ° O C� NV N 00 V V a
D M J-N Emovc a° o >¢ m: n M M M
zr:
N� 3 NV)N. C \0-
.r'(V uOM•-UN•.0 O v � �M� CO N a0 C
m m O U T T 0^N° O N O N N 40 C `O V) O'O M N M .- In M
LmNv�0j _ONO° OO=V �Uo. V)o W i¢ -O!n -C -
U O.-O OYON 0, N E N 0 v O`er Z O c0 v
c0 N a M n I I v v v o J m Eo N g rn 0 L o ='00¢ > a \\
- N o_ o 0 o a N N,E w= E o ° J\._ o cn M
O O-J a0 C Q m¢ °� C v O'nN P in
°U m O'�ut YLL� a` ac �N y I �` N o' (V R
c L'.° N o+N on I v u N o o a '-o o"
Z Vio ..aciN wN o�yD '^may\o .cL ° o\ v r I
a o JC .�-.¢.�..¢ L =�c�MLn u C Nan ON Od
O OM co
NNE°D.N. m�m� N'joop�^^� WU c .CU O LW M m [O
...
J 0 -
O N Na N I \M v o� � o_ yOTO1]U� 2 . \
O= 00 0C�
c co v U r°r u-O CV UNI\ -0 O 0 0 0 0 0 0 0 00
3 p v N nl.0 -N c -h n Z x aN > 3 u c 0 0 0 O N M O �!J O ? [O M iA
In C m a y 0' m O N J N 00 O (O 0) N N 0) 00
L y .J'N C N O n..h 0 N C N n;O J OWN is O Q L0 O r- V 1 N M t0 �n O N O a C)
m o c o x° ¢v¢av ro E�r z¢ 'a o O m� tea¢ . a cli ffi � N M V v n c0 0) N
N Q�m� ofE�ov\ �� � T� ovnyo o.y'v� ova
low mC O Lr F-N yr N COr uN OC Cyr 3j� N
3°a Ea 3 a a_°aLnn o� 1�SQ »uV) �Uz< �a°� 'm� N o 0 0 0 n o o n o 0 0 0 0
O O O O n In in N 0 0 0 0 0
N M ? U O
M "t 10 40 O N a t0 CO N M
aw In
CD
\\ \%\ %
0 `x§ G
!/ \\) /vi eU � § \
E <
0< \ . , , _ \ § 2e It \\§w e B o§ 7\
Imo \°( ) �� §\
ao
u<_j} , \ \( $= a
\ <u G § /
_ e /
0.� \P)} \ ®
\%k V) a *� \
/{p 2
\<\ (\\\ ( § §
_ # ° ° � + /
mow° & § /
�(� \§\/ } / !
/j2§
y
}// °Or\ ! i
\\e }§$ E 0 » ~
b 4 2
\}) . }\�\ \ _ /
» exam 9 \ <
If
_
3 /U/' °\k/ ~
/ / (§$8 56/o / 0 } E /
! k-m^ m ƒ &
® 0 3§fs ±\®m ! °E
_ / z K g� a>;3 LL w w 8 ) \ /
< < J)=/ I: ® \\ f
m ± #622 u § t ( f © ®
z zm * u > oo j
e ` � T/x( « = u a z z
0 o f//u 3: w0 w 0 z g >
_ u < / ~ 3
d Cl) z zI
f & / / ®
C) / LL so 2
0
5 4 G /
u a�s GN&NVI 2
G u
@ � �
< %
\ e \
e z \
@ z <
/ / \_ �% R / z
% Do f\ z z
u< u e� eg u g <
« » 2 E u
/\y E /ƒ ® 0z ~
nLj %% ~ � R
ƒ zƒ ) o u ®
0- \ \/ < 0
_ / \ \ / g< ® ƒ0 z 0 e 2 / a o = &
Z 00 a / e /
< g e Z o e \
\ a ---- e / } 3 \ •
/ < \/ \
X3 u§ & � w
cy-
N zo (
/ o & #
_ ee ��
N
CN
cr¢ C)
'r
N � K W
\ m W FW-W h k,
121- p-
W Um w
WW
ZFO
xw U 00
W�o ti M <t9
O g
QI
z
WV1
Vm W1r 0� ♦ M�
F v z
tAW w u o w o a Fn U
U �-
oa _
L �
O
W
Jm
COX d
W
Z a
„b-,[ ?u
-i ca Q� °°W
m Y m
O F- �« r U w a OL
O U =W 0+- W
WZ OH � 1-o .+
-n I
LL
Q U La
c Z W z
WZ I•• .o mp
O lnU „Z I ' UZ N
�r „b O7Z z ti ZQ >
> =W „9 '�. O
„y oI OU -. Um
i + D D_ S •
H O
° C zU = 3
r N P E 'a 9 ,I' w
W 0
W
L a U N w
L L ?,
D L ic
x 1
7 O
C 00 N
-i��l - '0 CL
CO- W \ QO W cr
L /71 CL
Z
I� u-v o o < U_ f Z% W2
m
9 ° _ MW
D: ..
c
W►-+
W _ Um
CL c o o+ *• Q m
�°n°i m o - m
U
r d W c0 W
C n ~ °° J
v W o0 2
°o ci
t ►.�
o I iv U '« W
D:
I W - O
W U W
r
m
N L o M Q
u o W m
W U
m c °o
o+
m >
LU
°
a
/
- / E
§ 0
_ z
\ z /
\ \ ' ' \ z j\
03
/ j \ /}
/ ao )
\ /\ [ \/ M
z
/ / / /
\ / \ + �� z
/ /
w e ~
z
\ \ ^
G �
/ / I %
0 0
z
:D
U a . ,.
4 / , . {
z 4 f
ƒ
z 7 ,
+ D i \
/ / \ ,
\
©
5
/ / i
\ I >
, / \
/ i 2
» � 2 a 0 LJ
\_ / «o
\9 \ ®n
u_ o
<0 ®/ƒ
i\®i \®®
/o<o / \\uu
/%%% En
e # e
_ Q o
rn �
s mN L CL U. o 0
4' o } Z F Q
CL
0 cc
c
a a SO
E z 4 :
15 0 0
CL
'O �f Sy x J G m 0 F
m E
3 �� ao
M °m 3� o ° za, Q- o
N E � m Q m C V 1 W =ZJ EY7
aW O � W Q'Q
Ti 3 c N a w r r_.-._� t 2-11
N N 0 �m 0 E °�� r`< y S� Omm Sty
QO D$ UV co m °°FW g.0
i r r v v C <Wd f g
z 3 ya
r .0 W
>
< w g :
€ I
°
c
> m o
m
m _ a
a w
r O � � W �
Z� Y
z WOp 2km LL•3 rw
0Fm �0, a� NSw
Wm= Pz v;,0yo
w fzw
V m W
jW W W W W W W _Q UU SUN
m LL LL LL W W LL LL LL LL °
g o W
1- W O W ro
Z Q
� O
Y Z Z
i. 0 O
O H
U U
W W
n' N tu N
u
z
z z
O
Oy �um� U
BULL W
w W Z
�� W
W
OR U
U p
Q Z N Om
Op w WOW
00 a °:M Vam
.-- W O W
�� w.z
.......... .z
.i Y^ b
3= 'mw
W
O 0 nos
H =� s
w
QZ W
M CL
1 7 Ww } m
Cu¢ H S Z
°6 d O
wm a W
r oz
a
�U �� _ o I za
o di z z U Y ao ► �
n� I Zm w
OW Wp W mz
OOm I mw W�j FK
z
U i r NO
OW �W
HrM3as m v
N
�w Q A'8
W w
m • N F
`a J el V W
f
W
V
1
t
1
1
MANUFACTURER DETAILS,
INFORMATION
4w
II
II
CALPICO MODEL M-SERIES
GALVANIZED CASING
INSULATOR
Model M-6 x Model M-8 * Model M-12 SPECIFICATIONS
Band
➢ Bands are 14 gauge, hot rolled,pickled,and 14 gauge galvanized
oiled carbon steel. carbon Steel
➢ Runners are abrasion resistant,and are 6-,8-,&12"
attached mechanically with bolts and the wide
bolt heads are TIG welded to the band. Bolts,Nuts,&r
Washers
.. ➢ Bolting flanges are provided for extra • cadmium plated
strength. Steel
➢ An extra heavy duty vinyl liner assures • 516"diameter
double insulation. InsulatPg Liner
➢ Skids are available in polyethylene &t . .090"durometer
phenolic.
•. 1%max.water
+� absorption
• overlapping
Avadahlein three hand width s1zc& edges
Runners
ow o MODEL M-6 -6"wide band . 1.25",1.50"
• MODEL M-8 - 8"wide band wide:
• MODEL M-12 - 12" wide band . LDPE
3"-16"carrierpipe requires M-6 • 17,400 psi tensile
16%18"-36"carrier pipe requires M-8 strength
38"and above requires M-12 . 25,000 psi
Centered&Restruned,Centered&Non-Restrained,Non- flexural strength
Centered&Restrained,Non-Centered&Non-Restrained . 17,800 psi
available
compressive
strength
Typical Spacing: GENERAL-13'length of carrier pipe: 2 spacers per stick. 18'-20' • 2.00"wide:
length: 3 spacers per stick. Note:(Pipe with a tendency to bow, may require 3 per 13' • HDPE
or 4 per I8'-20'.) SOME APPLICATIONS,AND LARGE DIAMETER PIPE MAY • 22,000 psi
REQUIRE ADDITIONAL SPACERS. Consult Factory. Install I'-11/2'from the end of p
'w each joint&r typically every 8'-10'thereafter,or per engineer specifications. tensile strength
• 32,000 psi
BAND: ASTMA36 flexural strength
RISER: ASTMA36 25,000 psi
"' LINER: ASTMD149
compression
RUNNERS- ASTMD638 strength
• 100 Rockwell
aw hardness
Risers
1387San Mateo Ave.;So. San Francisco, CA 94080
• 10 gauge steel on
risers when used
""'
650588-2241, 1-800-998-91.15, 650 873-6952 fax
r Model W
Calpico Model W End Seals are a split wrap-around style.
This model is preferred berme the seal can be applied after
the pipe is pulled through the casing, and ensures a better fit
because it can be adjusted to variables in coating thidmesss of
pipe. Pernanent adhesive, butyl mastic strips, bond the two
eased edges into one wit seal. Just press each
exposed edge together. These end seals are made of 1/9'
thick fleAble coal tar reinforced with fiberglass provicing an
extra tough waterproof menixane. Provided with two stain
less steel bands and darrps. Not recorrr mnded for use under
pressure. For pressure applications, use Calpico Pipe Linz M^_ i
Model C
Calpico Model C End Seals are a searrless,slip-on boot style.
They are made from 1/8'thick synthetic neoprene rubber and
cone provided with two stainless steel bands and damps.
This type of end seal is applied while pulling the carrier though
the casing. This model is designed for easy installation and
will also fit any carrier-casing con biriation Where unusual lat-
eral movement can be expected.
Model V
Calpico Model V Special End Seals are a split wrap-around
style. They are made of 1/8' Styrene Butadiene Rubber t ---
(SBR) and corn provided with two stainless steel bards and
dam.
i
rir
Pd Specifications:
• Thickness: 70 mil
• Tensile,reinforcement
only(psi): 2400
• Elongation,ultimatxe
Failure of tar mass: 500%min.
• Permeance—Perms: 0.002
• Puncture Resistance(Ibs):
225 avg.
• Pliability: passes
Also avail. in Wife Buna-N.
Grade 304 Stainless Steel bands are standard.
Two?"bands are furnished with each end seal
and can be tightened easily to tenure a tight
seal. No special tools required. Bands are a
non-magnetic worm gear mechanism.
-�
• Durometer-60+/-5 uti. ;N!II
• Average Tensile-1
• Average Elongation-350%
• Temperature limits: -20°F to+212° F
• Color: Black
• Finish: Smooth
• Polymer Content: 20%
• Specific Gravity: 1
• Tensile Strength,psi: 1450
• Elongation,%: 250%
• Hardness,Duro A 70+1-5
• Heat Resistance: ASTM D 573
70 HRS @ 212° F(100°C)
+/- 30%max change in Tensile Str.
-25%max
+10 points change in hardness.
• Compression Set: ASTM D 385
D385 method-solid
22 hrs @ 158°F 50%
CONSTRUCTION PLANS
( See Separate Full Size Plans, 22" x 34")
-
i
s
s
r--1
O0 5
0
� 4
1 1 1 1 I I I I
I I I I I I I I L p
1 1 1 1 1 1 1 1
I I I I I I I I L o
1 1 1 1 I I I I a c
I I I I I I I I
1' 1' Y ice' v `-' W
W W i
fa A Ll G 1 1 1 QI C [L
1 1 1 1 I I I I
1 I I I 1 I I I tr d y c
wG
1 1 1 1 I I 1 1
}
1 1 1 1 I I I I -
I U3 C
I I I I I I 11 DhOg G W
I I I I I I I I Q °
1 1 I I Lq RI W 4p � U
T J J T
fA P9 W W w
T
Q
J
W J_
J �
MI 1081` I o 0
o
w a z
J w
J
_ .. m
z C3�
Q VX Z
CrL w.o
z
m J° �O�� 0 v ao
CL ZO O1 OW w N Z
W
CD U w
Q s
?w m o v'a 5; U5T ai M it n c c
z
O
W w o
O N
Oui LLI N
Ld
CC
W xRetvt
T s aev s
N ¢a
O / 1 S eAY rana.nremaN m
10
:11 CK
s aer,
°
LU
a W I vas Z1.11
A, o
Y
z ,Q
0 ~ s Y U
LU
cc
o �
J
>- w �
o
J �
w
z W
J
O U
° _
ko -
Z
W i
w 1
0.
Ia 1 as EL
1 o J1. U
1 z
N
1
w w 6 F- O�
Z �
r U °
Z
3 °
1 I!
'I w
J s
/ l J
d
�w
Z BE
�brta¢oR °Nl� 8 O o
y
m y yw
Y r as y
d'68 YRp4
i LL'-LZ-dMS
wrr wlm . OMW_r .. . i....0 dmwwmr NOON" WANNE fir "Onvr •' NUNN. ..Il...r
� _
Oj
w n pN
}t�
° N WOOp z aw.
Z U W N N
F W Q 0 L)a0 w�3 wtx N Fw `J`z r no
r aaw Zvioa °� a cai3�°poi z W
D 0 W La SOW
aogF I ? d zg0c
0z 0° Nw? a °SS a0 3 Uo�aopaZ°UZj ¢ w
�i Uwye 6 vs w I. w W-F- OKWMW6u
2 U O W N3FOW Q Q W SO(50z°Fm ' :Zt O CL LLJ Li 3m)` �dV) �`�� �m 3m� -i 5� W N
W o F,3O0VN gg
N N31? 'z� aa-Z VS3 a1-? 3 �a �EU°LL CC
0->W0 i i i i Za
N W��wS+1 o w w2.a_U KO a N 3 U J O700ZUZWOF-W i i i i N LU
U
Jm �N )Q, aU N 5 z d ^mUZ20>�w
G�J pV1 FjNtnFO2 ¢z2Z�
U aX- mJJF- QOR 3N oiEw WU1aXN° zZNUO i i i i
Z Q ��° S° 1�.0� N3zm��(0 ZQUz 3 �NW41����OW�r
�_ yo Fa °n WZaZ
In 0 i i i i w a
O ZF°-� oZ ° U�_� wo CS�mow���zWZd.a
U u � x zw� mN
oV G c V�Qz�z°o
wZ NENp° 3�u m
P $ �12
U W m S Ow VW aQ Oo O °Z z0 ° °� F ZO �
w a w r w r m r
LFi
z N 7 p w0UJz � 16Lj W Um° z O�W , �N� C = Fw
Q m N }Z
Cww Zw� C.)13
Z O _W
W =6VM Wm
Z On U mmNN
U�
W s
't 5
a
i
m 0-
° a o
U C7
0 l�
o o o ° o
z z m z z z w
w 3= a° ° ' w m �
= c=i C�7 {yJ� o > cYi $d z �y`' 0 i Y m y °
F- 0 R r F- _ w W J
n S U m o > e a m °�' .o o Y ° N z� ° ° z w &
p o a 3 > > m w s cwi �n w 0 CL � 00 M Y �>ay � � c=i a
D W a °a ? 5 m 3 c� m vO-i wi w m °n C� z 7d m o o cw�
Z tl1 {a3 (.1 m
i Oa N im
W 0 a
W
J d
O p
m al
x
Z p a ¢ tt ® s ® �- a p © a d ® ® a m+
F
V)
X
W
°w
o
z z
W w C` o
p 11 z} ° w w o w
z w Q LZ�i';1 U a v ^ ° ° W^ J_
z Q � 0. 41 W > z N O 4: (Z� ~Q LL
5 W w V� ~ ° 0 N w wi v W W
°_ O �` t°n N ; ° � W z ��` w Z V) z z V) pwp. €€ > j
a m L i m ° N N � 3 z z
° o r N w w wo a z ° ° > _ > = i
aQ. •� J v v a o o w °w °w °w_ Z� z _ �'' m cW.� a.
m Z C7 C5 m U a. z z 0 K a' K K F a ° U fi fi F- o.
a (n ° o o ° w w , o o > > > a VS o o C ° o
3 z ° �`N)N Va- o w W U ca U m U a a. r U m m m m 3 c� N �n
Z Wmwo =Wm 6w�a�aA zOW05 8 s � 0
x
o °ado=B°a'zic�-�°d`tt FpO �O_F ° W
z
:G Q 4 ma m �zE
ivoxaoZQZaV)iV)i{-
Q Q'd:n:d'NNNNLiNNN(n VSNN(n�r W W
5 N
J C 3 w N
p o CL
Wow\J U4. w ya.W
m mmmc'NNNNv)cnNNN(Nf)NN� MU-F-��F>33� O
LO
Q m �
G y
TI
C'
x
W I
w
z
0 0 a < w v
ad z a w rm z m WOiW
° n. w z z °a z ' °
o z a wm N cFi o zd a c}i
Na r 0 z �L n N a s
Wo m a 01=
Oj wa _ Z
m E `�
N cwt z z ° zmN° ° (Luz W0 ri z Fv 8�� � W cLIU!°RZ 0IQ-
w pom a m N WaW W),w c�
Z N 4I� 4r Ei 6 O=& F 00-06 �J�`iiW_�)'')O" tL Z a-1� NN_ )z�[]W MU Wr 000 z
o Fm r c9 C� �j�a °0ZW=, ��iiLLJW C9 p o C� °W °o ZZZZ�° ]Q��Z- Q OZwo ow� NzO z
O W __ m zy°�0=w 7°a�W Z0� Z J NZ F3 ZW W Wa¢ WF �° LLO_0Q Wr °°_n O
_ z Z-�o �r z z°zzFz�mmFzN m�v3zcw� wQ° �-'��NU�WU>»�C=9N UZZ � zSwN�°oz5000�w000 � s
Q7�=wW 9 3 Ur O_ m U a�r 3_ -r
> a� d��d�mmmm�c°�cc3c�UC°��mc°x°x°°vc°�c°Svc°�c�i�v00000 °w �wwww°a� �'��� c�=zz``Oa� ���°zzzooaaaaaaaaaaoaa�a
4v
Ld
J /� gp ° 0 a U w mm SS w Y oI
Q Q6`6aJ7a`2 `4mmmm C3UU UUUUU OaUU°UUUU�O O$oonwW W wwwWW ri��'w°t°i 68 Ca 82�WZZ JJ`J` MMM��zz OOada.Cwa O. aaa a'K� '�d• r,ia ,o4�0g �'U
9 Y4
L LLZ-LZ-dMS
m
O 5
� � a M
O
00 n I-
l lJ U
W
x� S Qd❑� 1❑g-Ib'1 �x ox cc
S Qb❑� 1❑S�dl w
m
t; a
Y w
NM 33 ` O v
W w o
cr
CO
Li r
Z
0
LD
— z
.i cc
a °
_W
z - °0 3
U�
w a
co
,u,-I o
cr-
'T LLJ
EL
CC
44 O
F.,
I I��yI ET 4J Z z
V�l
0
00^ � m s ti u
—xmaN m
1b'HS
Q.
¢ w
cfl
O�
----
I � �
U -
m
I �
Z Z U Z
N m0 Q
? O
U U W W O
> K
Z
° ° d U O
O
LO N w Z J
r
Z N w = LL O N
O O
00 Z O F-W
CY a al OW
O W z LL 3
® ® z°
p Y
iD in i0 S ¢U U p Z O OW • U O O
O O cD 3 Z LL w m " ° N a H
p v\i ° LL ° LL N O Z W U o
3 0 z .. 3 I I >z w
a w o O w w
J 3w za � ° o �� , i OL'i N
d \W U} , Z C.7 w a.Z Z ¢ i I Zw
J Z Z w NN V¢- Cl :- 1¢- N OU d W�N ..:1�•:+ W 1 I Q=} W
d aU z W J Q __�w_ K 1 J F-
Q Ng coo 0. 0 0 0 0 o z < ~wm o O T a +" az
O Z m m s r° z z z z z z U m Q a U K A A A A zO M WQ
° Oz JN 0� O O p O O z n-Q LL I I I NNz O
a! a1 r O U U U U U 7
2 U U w N O O O p O O \ U O N QN O�U Z_ Z A I ON= N]
z0< 6z a1 aim y a! 3 YQg O Q �N m O O w i =w0 ID Of 0 w a a vi 03 �w �� U m zxmC) JU rn Z O -t a a- z zLLJ
° ¢ ¢ ¢O °w ¢ ¢ w r3-J, �� QO.- YW YW O N
(� a a� L) rJ r ro �z r a Z ONmF..N\O F-� �> X > o i r= w�
- p C \d \ \ \Z \ \¢ W�2'r Ih 0 Nd 0 1 QI- }.
J K \N J J J LL 3 J J J 2 ik N Of z~ Z O]U Z O Cf O C' �7
iv ivr 3 aw Q1= a0 Q ¢N Z �O w 3 m 30 I...=-
V r p LLo z a z S z 3 z z �: wJO�mU� QS~ co N i i h-~2w
W O LLI m J U W Q O M W W� W Z N
N m N J Q O U s O m- O U N N U 0 U W> I- 1 I I I }a m N
¢J Qa z3 a� ¢ ¢� w�- ¢ as a ¢ K m¢Jmmg N X z 11 z I Q4 ¢
U¢ Ur 5 sLL s N m m s qk U U� F-JO.'Z�d' > �. ZN W J J m m m m Cc)�
W ?LL ?o �O �3 [J7a a� �N z z`r UZOVO ZOO Z W W�{,� O� ON }�IWdW O=
o� off` w°w ww ro w� w� w wo 0 oN U�� NZ Q mJ Z Z m >VO> ~LLj Nd V d n n nO n V 2 sal > 7 ON O ZO Oo N OD W OU W NmWN J
S m m w=
zm m L. ¢
Z n v°i m ° uO1i m a O Q Z O Z O Z m O O O
O W M M M M N N N N r t2 m r-W 0 W N w N N
W NJz = z K I-
O U 0
0 w V W Z W Y U
W
° N 0 0 O j O 0
CD co N 0 aN z
F 0 0 0
p p U
O o m . . 0 m m o d Z
s
a t2 M r
FW �i
v d' .} m I� N M F Z.
N M M m N M O m N (t�0( �O�ry OY
O N N N i
a a a a v g g M M n
r
af
r,
s
z �O`JS s yPA k
r
z °0 0 0 0 0 0 0 0
G LLZ-LZ-dMS
(m. vm. err &MEN~ ...... W.... a..... '�. .� Ir..r. ammoo r ammulm "mm" 1 err vmmw l "mom rrrr
L'i Z 0_ IWI.� Q W O k
U' J W J O W Z Z Q N Fa--Iii Z O f~!-7�>O , S w p p z DO \ I a
�o w pap owa z N v pzN o 1Z x °� = z a Zz o =a � °
�z a Uwa c~i � a NJ� a npa Wo° a3 �� a 1-w-� c I
J� �vo �mw J oNO �wo J Jp w0 O0 Q � dZ �s U
Cn ¢a o 3oz oo ' ¢ �� a �3� _ < zaoU W Y�°w
W wo =Uw o Q V_ w �p� w spa o °ociz �= a poz pw p °w wo ai aw J ' U
f- C7 �Z� z Za h JQ W UU U) J N Z3 Z ° pU w ZN > i W
J Z- ¢ Z U l Q W -� z a L d J - ,Q O-� W m rw-Q ¢w a W �' I
a z w a a o Q z z w J a vl
Z 3W' = z J W 3 �zV) �zU7 j U -> a �z� }} O rz Z W Z W W Ul p d I CC
W r0 (n HQZ wv� � (n>z W V1r KWJ LL, tf1 FJ- = O-O OC9 > J a> ZO a ti v w v d
OX W w e 0 O Q w Q m Qyy ma {. Q 0 0U p W a a W 0 0 0 Q~ W > O H =F- a' a A nd. q W
Z W O I- 0. p U) W Z=li U J Z=�+-U Z U ~X p U~¢ W J O w0 L, UN li.l0 4J X~ o
> W J� a > Fa-HF-' Q F¢-f�-H )" W m W X�'J °� m U� �w p Z W p R I I }
�� o Jao � � w aoZm QoW o ozx om0z n U oow z� Lo0r z I I o
oz r J� _ z¢zr r z¢zm o zz a ox~ paw = >a 0 0 ¢
❑ wa o!Z �N SOH p ? p3 U r U ap m w a U 3 w I I I r2 2
C a:m a0 Wz ¢ z 3 z-w> U °-'3 3�-cn �m r '2 Z: Y� JF- f I I a
L J= JU J pZ a O> J W JWJ w J i -j LJ -J K ?� Q ZaQ UIm ~d' a O Q WQ:. U
2 ao ¢p Qz� � a aa_ a3a � a ¢3r�a� a � w� = a o� o Oda Oa vi �� xzz w I fn z
O cM U N� N aX4 W tj v=a =i mC'n v=i v= v= _! 0 Z V m V OU rm W W U� O =o W apQ a0� i 1 W d
cn a Q:Z a NL`.10 0` 2 D:Q aZa p 0' 0'Za° a� OU W a K WZ 0_Z O� ao 1 KF- O� 0' WK v) 0 U0 I I I O
Otj 00 Owoa a ?� OQ ODOw o 000N O� 00� oa=�LLi ap Dx o�� �� �� w�N Qpr0 w w w w g
Z a U ¢ Lo p Z O W < K p a Z H 0:�v)O Q a X O x w p Li w >0'w w 0:I. >
O� O� OwWa a= 1- 0� 0w02 O 0w0= 01= Wx0 O��-w� Ow pna. OwOS Ow xO �¢¢ m O¢0 O
0x �p L) CL U np o n � nUr v c� nom v3 n wo o na�� �� Ja Up n os aU a �3a 0 0> n Z
cc
N N *" n
Ln
W
OC Lo z> °Ln U O 3
o O LID ¢O
W Zw W
all to Z V1 .,.. _. ..: .............._, chi'...co ¢a ww \
Lij U)
cc CD
d J J U
U = O N N O m
N O o0 0'Ww JJ O rn
_ O W Z_ ((�� ............ .. ...... ... .......... ......<.�,. �. y c
pp U Z-j 1 ...i Z H ■' 'c
c
OX
d' aa. N a
F-Cr LIJ
J Zt�3
-� OJO NK O
Q
L)C) ..................i ........ .... R
V ......,....
a o Z
z :Z
a
°
MATCHLWE-STA 12+60 S 1 3HS 33S
09+Z1 NOI1V1S 3NIIHJiVh
°
ti 1 I 3
\ ..............
\ 3....
of w I I N
°z _ °�aZ I
..... ... ......,....
oN d/Z H�I7 U 8o\ap a°-o
..
..3 Z.�.-.....
.i.:.......5:°:i:....:Li 0..................W..YWQQO W d....'.....N.y F a Q F...-...............L`.,!L.:..i....,........,.Y mr.i...
00
...,°a..'.,..�_..
6.o g...
0 CL
R.a 0 3 l mw N a
.�...,_.,..N..P...
.........I i...L....I..I
..��....
..............,..........N.W.°.....I
..i..
i..
Z.O....r....
..p.;
...I.................._....uV ra...z..n.a..,
...,.°N....J o..N....
\.................l...�.,..../.i.''.
....
..,.............,.
.........,..,.....,..,,....,,...,..
.......,:.......
..
..
a.
t
Tb o
+
z
o Z3
LU
<�N`:N N oQ m v J w o a 3a o o m in
�a a r z
o o
... .......
V)
o N\j 0\
' \ .......Z.
Z o
it 0
sm f zw o .,..........
mJ w O
C
2 05 ......... ......
x o
27 m : w
w2
�m m ...........30
m o OHCOM 'y U
rc 2 Q
0.
29.Q2 U O
15.76 2 ..........
28.51 ......,
z U
X �
LU
LO O
W.0 ZX C)i Z $a
Q � ( � -F u-)° o~ c °
z w azw a3o. a 0 z
8
8
d'dy4ts p4o4a�
L LLZ-LZ-dMS
w.... ...r.. rr. .r... �. .�... �. ..... rrr •rr .�... �r�rr r_. ...r. .�..�. ..r ....r� i..r wi..r
J w O W O 8
U J w J o Z U C7 J h N O I""_ >z W > In 0 O
F-o w °a° o2Wa F7 z N U o?N o � ° LnLL F- ¢ °ZZ z ° \ �y
N Z a- U w z ♦- C H N O W W d L4 1- O Q W w a U W W W ¢O �-Ld�jm U W w nlZ'_I N w�J U a z ppz F- zr �U ¢ w �..�
O U° o°�W J ONZ O~z0 ° J p W O~O o ¢W°W az o O 3� Z
�Z a' W Z Z Z Z J Z S a o W ¢- w ¢F- Z ��U W N>° f J w w 0, U K I `
Wl<111 o o¢ o0N i
i
O r ti
gig
ClJ W
$ I cc
�gar W
I I I I
}
m ��
Q s�°� a p Z; Z
L�N�� 8 r LS 0 x= — U I 1 I I Z
Clg F W 1 I I
cn
a SE,
� v N q
- a s
q LU II LU
za I $ �o g a J ~ \ Z
'� O ;
25 v w
ti II W €'p-p x U�
. 8 I,I W . j m
$ I I a
w
11 Zaa w W s
J t
.,J ���FFFQQQ �
_
q
'Z-
8 y a 8
G{S r 131iU Zv
�i�ij7 apf 4I ✓ ZZ ZZ
UL
m
N U
Zpppp g all
m d
F J xPi lu °'`i � F
= m �SGJ
co
ES P� HIR
C6
gi
AL R
r1��c�pp
O�' Ro S N � � W �7
� �►
8U Wg X
Yin
< I
v Z W ui
cn
rx
ZI r t4 'p Z ' I N z (y� Z �-I
LD
ZpW W II
OCR• !
-aF Jm �j Q M
-----_ W
S� s � g
z
AAW $ a
RE
xg
X q €juX �es� <��
C4
,g
0
CL
LU
z
$ � �
c D z d ,�
21 CD
yy W �ZZ W
N W a U LLI iV 0 X o
Z I a �0 v <= O Z -I
J 4gg7 g 4D�1 II
wi Z N n O \
U
I � L4 Z o
m W �
MI
am �pmm `ta♦a�a. 4�y�9 �U�
a �a�S
L LLZ-LZ-dMS
Q� womomw rwm..r ..®r +rOMMl. 40000wr UNNN.r 1+..... arr ...-. I�ri� ..... .....I. WANNOW +purr ..... °..�.r
Q
Z� W x U U
K U X aZIW- D W no ti
-O m Z = U> zm J� w�J°z N� •
J
zc� ~ z w= o°z ~ o ?�� x Ow wma a ¢ a o z n r-I "\
O F- Q w I UW U U O �!-Z c? }° v
Z X N W=O U U Z¢ cp O'� z 1...0 0 O D 1- lil
O - X J W X I J V1 °f- U J a' Y d' Z Y J
�U M W O N J_O_ z W 0 3 M I J p N J U a W w r
a} �z W o 3V O Z_ Imo I 3,, awo Lo � mn v
�<S ma �� wm J >m� W 3xp BUJ wU U Jj 11g (d.11) LLI f-
QQ W a ~o o O w F-J g w Z w 83AOO •,c p U
QW ` � c~i 1 Z� Z �N wO a >ma z �OWm Op_a 3 � O wzw a �a W
�+J c�3 za" xQ 3 J 3 o z �/� a v D m a¢ NO O -3
-> ° J h- �W V) F-Q V J �] U'li N O S N
zo x o Z = Uza� ° a� W zYz ro 3 ()a � t fi a
VV =� o o U wz = UO wz U �aa w U o c�a- w w z Un Uo
TO w¢ a °v ~z z �z g� Z Xoao� v >o O N3Z 3� z ° °m o ¢ w
�m vw�> o wg I Nov o} N m�oQ w �a Z >Zg zp w i I 1I Z Z Z
0 O> >Y UQ z a o0 �J (!Im >3W w Z >Z Z wow W O I a
O N= -IU > z 3 w oo U o } O v of
Yo >==W a oW Z a> �� z ¢�av �N E_ �aa as z ep�
V> ox wmNO ° LE = ��O V)u wZOZ w U ati� oa M W p z z U,
Z O J O ¢ '7 Z W J U 1 a c o Q J O W Z N a w W a ° _ 3/- F' a' O p `s
III mm CD r_\- w z� ° ¢w �m o z, cc z a wa w W
�Q z3 ZWMj �W X,Uw >m W Wx z SON ~ ¢F- w3 a rjj U' u
W= �Z g?�� z �� O�x Zm °z� ¢o oz � owa Z >p3Q0 Q °� 30 o r W U 3
N O gU I-e ¢XU J °W �+Z W Z_ O U N J w U V� J
7' O O O 1- N a(O W L'-W Z w J f> S W W (n- W U w y�j W Z `-Q a O Z Z �
Oa ow No3� Iw o Qo I No3 w� �o°�� Qxy a�Z- BOO 3� paw " mo s z
FO _o m w > z -z mr� JF 0U zaJV o nwU �waz ¢ o wz zip M �z J O
W wN NW Ya ¢J °FL- O W� U= OX U d O G2 =ZZ� 3 O� ZN `2"zm �� ¢ Z
m~ 0, J oa oox N ZMz _J~ F m NQ n N ?3N N °a Nw3 +I- _�J x V W
CL cc
LLI Z z3 LLI Znm>i �¢ 30 t- axJ 3Z 03 3�>JO ¢UZ xIKJ XwVI �w OKO aU
O O O N Z F 3 Z F W Z 3 J V Z Z= <x +Z m Z a F O W w Z Z w J K O
JZ N�� JS J 7 O I Z a'U W J J�Z J� �J O N� Q Ma K �I O W Q U "'4
(,
J¢ ? QQ U}r U �J 4 o X Y V!N Irt--`-ll! ���W� _i
H V) S Z W r V)Z F-j 2 J }}N W VI N S U S S Q w W Z Z K V- S O W J X
V)V) N V) J F 02D a W Za WO
?LIJ UO DU ?N ZU a aZ> U.- wM ZF-Z VIN d3 QzU UV)m3 �QO Km °
c6 ci ° 0 0 0 L.-z Y
OO
a i i ~W a'
o; N Q O Y 1 1 I \
It mJ U rl rn
tN0 lrj Z a N}a}'' > I I I U
x 3 z Q v d I I I I7
w w w l m z �°w a o. m v d v
X 2 W r\i�. a a
xx xvg NZN
5 S W 2
oF=him ZO b °U J z � w Z
*6 10 r .�j �= O
L�lv Ad , ->
\ 1 °
M
„g O � I I I I
s2 1� 1- J^ wwww
3 A ..b M W
_ , X X
M
Z w X
N O U)
Co L'}i
V cc: a X
XXI
Z
a 41 I —I pJ
Ir
} n
O 3
Cn O Vc-
ss coq
II
=N N wN�Nt ;N hm w m N rn IW W�
\ L.M 9-y •QO-
J a p w0 N N S d d
�,i•c..11�l''I' i�X>w 0 W 00
Z Of
0 0 *
J~
U°O
ID fU
O O
° Z
U w ' U n
N m z
Z O
m = N O
O W O 0 F-�
Z W z M
< Mm O
z
OJ3 N ,ZV Q W TT M°
�N
Q z a
m I w z z O
z
62 S o
fif w
o>
W O
ZW
O� e MLZ
i N
Ta I Ua w r
� II r �
3 w >N
O
W W Z z N W X
V1 K W X N W
LLI J
6 O
O a
, O N
m
* W
3 N ^'O
.on.
00 xmo
vIx
Z o ui!a1 oz
O Q N w >J m
i s �N Q N�aJ
9 ' °Z N J N
3 `7SiZ I J O X N lyl
Q2 Q N°
O
N z
N
N
w
�^n c� U Q
%w�w� 9Z / O 2� �_ vazi
II 3 W-w Z O v
z
Vl Fr
v -H IL yy
o
N � e
a 1
aN� �Row r
f�
� � 1
X68 p¢oa
L lLZ-LZ-dMS
W...t. wow.. 1Y.... .I�.. ..... il.... ...... vw"Dur NOMMOW UNNOW ro"D1. "MMUM rW wo"Wo 000000 "Down. "Mom IMMMW ''i...1�►
�q o zw
m m Z
H S N-
Y K WZ N YNK'WO W3aj- � �ZQ~Z W��\
Z OJ�� Qma ZHp WC W ¢°�_M =?zN
CEO �QUU �a.�¢ZUKU l o �a QCAW IV-2�¢ W
QO 's Q, ZOOF-Z,- Z� K}�U0 �v�U N� a �s � I o
FW ,~ a3z ° NZdvi0KI� z oz� Vo-Z m ? �,? a d
0 3 3 wK j- 3wwx¢ aw ¢WZ J B z z= W
Z gp pZW° W ZOp�amNZ X �J KKY N¢JZ aUy¢ cc W
W NQU K > ZJ¢KU JNp w KJ Z�Q D]30 t �rwg Z N
U O O U K K
O za Z»Y U =ZZQOxrop U U� OUwa ¢Z? % zmr? W a
N� fK ;1 I JZOO�N�-U a �J w =wH �?� e�e ��a� LU vwi i i z
X W 3 J J O F-'W U)O J F- (n o O w 0 ¢ i LC Of
w W XKZ W Q�ONYw F-J JQ }d mZ II--aZ a pa y 1-- 1 I O CL
M W p p Um-Kwm1,Q O U F- }O- w O Nz a Wp,Om Q F- ❑
Q W °O LL,,j) J¢K F- Z° m r W pU m ma3 2 a- O m I I I N O
F- �� >QK W N p�wz�V~�w w a¢ a opz �Qw rmav I- z
W NS O U 0, W�¢S )ZO� Q �y Q -W K WzO =¢ZwJ = K a a G a OC
KN KZUd Q K <UK- a K K zF- z c5 U=�ma I` i J
J N J K K J m J U w N d F N N m m N}N u}a W U p Z JJ Q V1 W Z Q. I 1
Q J J F J J V Z N J W V C7 z K W Q J p J �O1Z� U J a2�m�
Q K ¢KZ K Q J_ QZ_QK W I K Q Z Z}} K�J W Kw aK SN O-� 4 HU-�U ¢ 2 1 I Z
SQ =V10 O 2Q 2KgW ZU J F-I- U ¢ Q F--W S aJaJ �a ¢ Y JQWJZ I I I
0 N V)Lo ) Nn Lo �z¢�xo z0QQ z zoo" Inw°-� aaw < aam=a i
Q K 0 K ° K p K°(n Q x O F_•CR Q L�.J 3 R) Q r H-o VI-W =wa,NJ ❑ I I Z
O pN O� z O Op JM UK�K� a. dm Z Z-y.UZ wp¢} ❑odZ j oym o� ° ¢O��w EL u li W
Ua UZWr�¢ Up UW¢K(7d N=KO W WJ K=4}QK ~ <F-SaIn F- UWIO.I NO JZpw=� I Rl
a K s w"'K Q m�Z Z W Z K U K K- J ¢ J W Z U Q a O Q Z z!- OV a (%1 a V j a l i 1 1
�U F�Ut,a �O �Nn�1=F0 w �� ¢ a(nK mw a=¢.Z a �UW va t � nz LLJ
OJ 0005 O� O�K�-X Li pF=N W WO IL N JO> OXx ENO o�I^ O O O
UQ c.)F-UCD U(n UpUxw0m3? K KK ? ¢UOr-wr- "a���a 10�� 1D� " z
o (� c �c o� o
O a
z=co rn`N II 6w o,w w) vz a<r NNN m U.a iIor'm O wl I m z r n �J_
�z
-d ;a
of w w 1-1-1. a
QN wzcano a�12w O
U U IIff ycy� W ^n rod v
W U V UU m `IU >
�aU�� I i FO s - `rp
m- aaa � N �Z � Jy I FF I rn
6. 'C
i 1 Ad „8
I I \ 3> a
I I \
MATCHLINE-STA 12+60
"
R c4
i
S
\F-
o o°mw
N
z
w Ina zw \ •.E• ':Op ;
K \ I
a F'
as �� ti Nrm vz°w i a\- d I =czi ~no
N Z9 Z U \ t:'�'..':�.':::..': K !r J yy W Z
K Z a'. \ Nil II ¢N W` i1� H-� N Na \ Ka
O Q �il ... II w w m II z U a I,-I m\ I a cL
U O a Ljoy } ('..(.'.. =iyl 3 3 U w j Y w _ ` \ z
V1 a W U K�O m U U rS \� `� N
z O ~ .'•..C.':. I:'I...\.'.,..,• W w N N \ SZ W
.I;
\ as O ':':w:'•.•., z\n zw I \\\\ w
z
2 O6 z. •o.., \ JI 3 w w \ \ O
4,1y =wwzz I \\\\ z
/ 2zB m v � roX \ \
N
D1_Z
P 2 cn D1-3 �• ///
w
II p2_7 ` D3-3 \ NN vUi a ,•, C•.
jA
.11.5,76 N II
24.2 _... Z
w w w
-
Mo ro
\ 4`A D3-2 ayo \ ,
D3-2A =ww�}}z��vl • r
25 51
+
w �w N3www al r
o
zz
o w o Z
QwwUw I J W Z kyI3 w
I�1 W wI�W E On I_d.1V� r Z_
o o
O o
VIdO NO N[O to_w
N N V
Z< II II
<^wwN Q
mIj Z N Z�Oi Oi
U
agddN V< ON mryWW NNYa
U K ad }O M 0 =W tl
W T U Z-
> 1�N_
II U1�mro
Ina z 8�
oll
e'
l lLZ-LZ-dMS �`
Itirer ereern� Fr...i w.■�. .e... w...r rer..r. ...... ear ..ir trot +r..r ....r r...r erweei ..e.r erg turn a .r
QF
x J rw Z w w�, O
Fa0� O_ YW = Q Zx ZaOJU°OZaZ 4IJ0- a W Waz
CUOJ:A % z3 r � NN'6 UoN Vl Zz JwZ rz �U °ON�+{�I'7d' ONNO OOZ y Oe € WVOW N °Z� °OO O Umd.a?m (� U.IOa Ua O{t1Wq�, 2N ZN
� _ � m 3?ry z - °7d � wyw �_ a r> ws
Z oP'� ? 3? w09' o WWZ w 8a s �ocxn�7dm7d¢� z
Z a a °wcnzltiW�ii yya�Wxwm o o�$�
a o p- w p rn Smo ° zwt�o�o �: zc�� zy z_a U
m r �� JJ� w mrm °mmoOpai� zowg- x° YYFr�� � � z o ~o w
O 9a'�m m j1Q-O fl2 o 2&W JWC mp U °a.WWUI+'' C7? "'S She Zx 2, (� I a
I w00_. ° 0_Np� W Wrjox FC9 Z mm OYd �'`'-�N OOgQO Zd '� 2gZQ _U 0_
% 7d. rwzxpyd zro�tz m Od° m q cn
zo omo c�z °��.._ox o3° o°rp J ��uJz °
O z z > J Gi op 'd`- ox� o z ¢Ili - z f-�' p, o o^zoN 2w ,� w a
�i �n Mz9dm amz w w-z >° z0� 00$ J ��r of 98
U) pZW U W O �y?I O-Inm °�nJO OY� ZZ� °�- OF= N 0. �, J 0_-
W 2C9 w Oa J O_ r M J 2 07 ZXN Q �KZa aN �WNw
v� 0 °w = CyU K p04J to Z- _ wc� 0 � b �nz U
£C (yA Li c°n yzY�[�w3°o o �tI�I�o�YU Fammo .�6oa � 1- mz�o �= w a W. ��y ��
W W OZZE t; OWNUI sl-wOQC�Q N 3 r 8 �,y O °_� SU-' �p�•Sa-'W�� •T.LIJ �In Flo "U U U T aC
W Ram 35� &F�:.� � � mzYwa Z�LIzg �'oo�ZBNp? cL ?p�o�3 �x�il N
M Uoi c� o au o vlzx gam° w p �n c� , o
F- °o xop N`J` ozom�?�4'nF�'pW��o o� rn C.D z r m � oz rU Gi gppo��zzl1 ZZ w
O Fa W0 Z ma 79OZZ 81-1i°UU r JNZ - ZOl1-- aJ} I jQQ�N2 ¢Y WZ-+ M W
Y NZ Or lnV1XNOZUr��j QI ��+'��ji1W�,>Y °a O °77.,,~U��a ONZO�g��UCXJ�O �00� �p� � t
ix 0 m ME Z 002 � C.�m� F�FQ3zNWmqjD;t a-m x oNOm0z02U�V1�� +`JNZ NSUO_ ��O ZV > U
LU d O N � Z
r7 W
= m
U
U
<o
Y �
�� ry z 8
SEE] dfZS
V� �. �ro m� � >`�' YI .0-•T• QR �r,�,$.• �� N ��dj l ���e �N� ay y0 � t0
G
00
163 a
NIN 2!
ay r 3
r r, N w W y C \
� O
zo
- - ' tp s
Y W b ? �. Y
CA
ML
d
.1 N
t i NIW W Yd LLJ
x J J r-9 p
6 ^ 1�4.
(CCJ77
tL
W w pro
1 i i m
�p �• q I 1 I 1
'NIW
0 _1 O O N� �� O Ly7y Wig
~ I _ 6 W UJ cn
W
co
Z
to U� a- 9 - o
0-,£ 3E }
d } N z
F- In
b
� tz-
AIIA6
rA
� w
z
o" o
{y� O
�7 � ZCZ �
y r
d
�m� 8 0
`-- / Z
MO'Li � p a c
Lij
� z Z < z
m I Z Op �
x �zz
r z m?a
Y CL
Wy
r
6- � Yd��Bty y�o440
L LLZ-LZ-dMS
r +w
wmllr w�lr.r r woo" %Now" Ir.rr ..�..+Y "woo* I�iw ....r ■
0
�
CL
zo
IL
_ o
W
Q W Cd d Gj Ogg
- J a (jj ' �gid ir a: r 1' a o 0 0 0 ~
Z Q 1Q rir G Si J �n h=r �� x m'S33 3x ° p ° ° J J¢
Q �o O a U
U r F= g W
U Z Q ci > w
(n J ? z Z 0 Z
m N � � o
Ui
_ 3
Q m �� .. _
CEO r5 ee ee Wus z ° g
f-- < $ C7 C7F r'r�W<
F- �W H Sal 3
w
J F- vS dada�d�fi�uml >vf < �^�i' l!—,4 �<g o yN F UC
�3 O W Z g ��J���ssssssz0Z0 C.��d aa���S�S�S�Zli0RV-) b'
tl C� W Z W
z F-
�, o J g
3m 0 U g
E9 U z L n
W J O O WWUi h i
in 3O °1O��1ai d� �O gdi
� W 1�m s 8i36 H 5oa2sasa ilJMww8VW4 z9U G
z g A t�mm 5YY U
N° 00 0••
? O U Z
_Z_ a
OW 3 aC¢ `O W N a
0 115 w
FO so w<
J3
z
a r,
M_ {{//3p=°Z m c�
yr OU
U-
§,Z= <=m KV
g o° 0 LL o -z z
O YN wU S�
z Z F a
10.w w �N3Z <<Z�Z9w� zo
,111 p N O F VI pyO d a m U W
p N J p~p Z pZ r Z a m K
�� VIN W O mNw zZ L
Z NzfV°AU �g� v19 KS
v1 O ME �z O
pa<wo oa m-5 o°
QPJJ4 iP. ZUO Z rw Nz
�ZOw��w maJ zOri
ai¢U Z mm Zaa O Vi *<-z
(n Nl3w
000 2�1=3 W � om
LLJ
�wmw aq •I� �_m a
pp y y Z z
m :l,V) E N O m m'2 =0
~ °O Za JJ N° U vfF
O 2 N N ;; m Oz W� z_W r V p p
z WZ< x xm w F,alil -
°M m 1 W m
ry
U z ^ n�
° o �' o
F F ZW
U Q a FZ^FO6 w ? x
a z a vi 8oi'�>ra m >-
q 0
Q �m �� °� a o 0 Zz wo< r>O W:<,pp 6")
�pww Uo in p1, r O J JW ZIYZ�N¢2 FO< Ej
ry W w az� ° < Zo o-:�armoN ja 1
�Jq 'Jw �a o 8i U W"'Z �:z y`'�z1w
W mF<-VI ��° p pw F0 ° 3 wmO WOK pri:�O9m 21- p Z
U Nto Q a z�a= 3 z a Waaw Z °'af�a aN< �¢
$�SFw o m �'mwa z c� r oN U
Cz O 1y/~Z? Vwl wj < z CG UZ� . m ° �O pOJr O VIJ LL
I z $ mWa- ��a O� ZW?�� N Q mZf<.,a Um O .NZW U W� N
UQR < Fvf �IFZ wW� x ? 3�9;� °zQ oo N Q z boo maNw
8 zz < ? 1 LTS� wldaa<z�c<i v vri paco << -Z :V%
N���w Ma oWmS owwz < <U zWrs�a on a°acU °w a iyNrUJr QpF-
aao � wU w°� a o�ovf u <2 <0z za� (L a m� ° o?r° �a o �a3�aaSN�r �a�a
,z �N ?acm-noO �ZNSCZ w ZoZw VIA§-ai Q � a3�Z O� N m�y mYop°• 3v�iww�
FS C) O� K9a�Z WZjQ N Olz9 Q�V�?�� p Q WwZF Zq iO��VQO� KOJ
3WU�z CCp Z<a.QQ O`s-w w x< ffiaP�a 3Z1<- < m W�viri' 33�� mO3�O�mJaa W� aoW 6r ,
Emw z..° Ow q OF5. W j dY m <� d 2 W WK6 0' UON aNU aC VI�Z8
Fa°O r FZ 1'00 Oa Z�Ua'YNr O UZp NS U �0rpw ZZ WT U. Q
ZZ O �g ZU Z D: l� a qrw
JJO O� U �> jjW W V) rJ ZZ W Wmyy��a O: O- ,�, 2
<Z U C U 10 K F N° w R 9 W O a 0°p 0 m Z O C 0 9< w Q Z m p> $°F< p F Z<N 5
< r wwF• < UUZy W fJ ZZ F(n z a w 0U Z- U _ pw p O¢r
�Jm¢a� <° wO�t�¢ ��FZO w ��Wy1 mOLL a�UQ F on <6 S�r=ir �� 00 �1^lizwwy OZ 11,
pNOao
�=l _1' p�OWw NwUV O> wrzF-f.7 C�Z U wWm Ofd � 0Z,�< �w m V N
xa�� az �� `FJ`wo a���' ZW o�=F:Z F az= 6< owa io N°i,~p�o�y°off 0o�. vaz<i1-0¢3 tLw
=W W �O =([/ZZ�Z��UO }°~�W .J F �mFCCNQm m* N Wm m W NO f=/I o(<9�rQrp;�I�ZU OwO Ww Npj iLE.2 N�
Z>� � KU as°WOZwZ aama� < qWV WmwZ -6 OZ N W�7ZNJ U4 as � O�'V UaawJ ��n l7 wax W g
<w L5 wp[Oi >+Z UV1 �aO ¢ 8 w wz� aC�zz d� w0 OU - aa ¢ �' ? dip -wo< rn
w Qm1.10 F N� �W NZC'_S �� (3�f-Si 1aC w �rZ[CQ J- p py 1� K UaC z
�. op9 acr�w ��g �ww Zac>ww<5 o z wow ao ° °ZmZ-�rw mm .,¢a 4 = s
z5 ow �j o p, o oO pu a wU° i� �p ¢z �Fr�z�_N ut•• W W w
F J�W am LO) 6<m 0Z=Na F .p-,N FJS�°JpaC Fo a $ r ..��_# 4 m
UY< O z U' US S U O ° , r<p r< X<IY= WHOF- �m 6•.3 v1 °N 1 iyy
Upfn f/fJ U oz a <.'o viatF as g- •� 4
qN $N QV17W Wtnw_p WfnW Q_p W N °a �Z r.� zJ pW WZOydY <1w� W pt
J Z < CC 1 > J CC 1�r,1 U 2 Q.W U a 1 Z U z O 7t' Vl p m 1 V 2 �7 6 F- a °
Q } O Z ZWW �° <m� W (1)rw < N��ZOOS v) �U ZO <q f'J' Z zlaJ <� NOZJV w , rr 7o T\f N
p� r• F s° w m zFZ ?z of z F UN U a� °w �Olz, ,�m,� W �nZFx� r
47 �¢ �J F U�zKrQ y�jWrOm q_WN rwwR'Z ww¢¢ <r� Z \W » F-� < J� W U WUQ ¢U�U r f �ws � � zryry>
=U` CCU ~Q VI CTJ U ZNUw UJaU' 20¢.0 0:a. JwUZ CCU JO rm m 1' ' U'_O K p3 O Z P -wx ❑d,
WZ°W < W-Zu<W W_apY = Q 1 °¢ QN N aQ oa Ooq << WYF 7p r0
OF Y1� �� O WU�' U'VIKOa Q�iax N� Mix aK ri- az aJ 0Z ow ZW UIOZV) �'� CC¢Z�CC�_U
U O W� UUU_� z �a Y UUC1 a� w UJ WO zO m wFJ UOW_ONE
WQ�rw wci SwS Z WOZm wwwU< KU:t Wpp wZwa 0H Li Wa fn O w NJ U)Z2 z I XUZM
�N mz cn Q? F-wF 1,,80 iF<L,w<< !1(Mon wa'o �OU°Owa'�3 N°UN°N N°U VOf C7� dN am °a wol=z w3 vOU l.<. OU NQ�Q°v=ia V'p� Ygog`v Li
L LLZ-LZ-dMS
*NNW" aft"aw wr.r %No~ amomw wrrr M...ri 3...r wmol. one~ W.M" wwm "=ago wi m wwr rr....3 ..r..w on""
n
IIVM 1J eels r--I * ^
J
I I X U I O I
d
W
a
j m W
_c* }10 0
F N W
p, F 11 r 9
cc :D
O n O W
Q F= w
U
I N I Z p
LLJ LU W o
z
z w
LL z
\ ; I
°� �OF
•�
� q�
m
CL
10 .S•;�t < I Z X00 O
C/)
<U
=a s
r� ` se3
m \
m \
.4 FF� cs
i c�`5 °m� as
,0-
aS] N N N <
J t.'XVW .9-.6) S3RI1'A
o �7T
0S
CL
Cp
Rio W ol
cc n c
\ o : w CE
do
IL
•a10
ty p��+o
6 "� < I QC O �C W
SU� UOr �m� cSOy
O
Z
< I
m
"
o- o
> •
LU
U
LIJ
——————— -- _ \ �\\\ w to
Z M3Alno 1j €
.i Oil o
?� p4oQE0
L LLZ-LZ-dMS
+�..r.. Ir.... wwwr ""a~ ""..r ommm r ...rr ..no. Irrw.W irl r wrr ammomw •Ammer "now" ww.r "Mmom .....MI IWOMOM 1
o
< w
W w(< ~ Y Z Z W O W =
vi S~ �� w ~ O� UQ Y�
a r-� O �O ¢ui} w UQ LJ. W O�..t W OLn
LL Li
O ¢O v~iJ? w a3 oLg° O �U a F- wm ¢� ¢ wN0
U O Z �Z °Z CJ pNli
N= �?� _(n a¢ zaN a cnY z W NO oW z °a L-
z zx °Ya C.DY w o� o o °� z� 4 U
OU aO� oao mZ zN po� �"" L):L z z °K H3 YOW U
U W C a F- Z Y Q 43 �..7° Q ZQH Z N� w �'U� W
� o w°Q °Q W CL F. z zz ri J z- z oli a°w
W a gN� pQN �a �o �Qa �� �¢ = wz °pia �a axe
F- x�>z �aw °o W o °� Q° °U N o° vwo �� ms °NO Q a
Q>ZC) ]U c�~ =z WoC) J w° °� w rn ���OW ao Qoa
Z F a0ZO oaa Wo ~}az mc�aZ G <� vw�~ Wz �� °gam U>caiWW oW o°= N cn
mQ Wiz USN m� w<x NZWY Z oD OOH �Y Jz QZO� Q7" f-U Wa LWi�IU-
Q U1W �- wx O XU SOW wU7 >d i O
V)C) Cd 23? Ot z?°' OZma m } a pa QU Zp} ^�Z °� F'J
W x oQm� w�m �m x�0 �m(xnU �"� ¢�. d0 QQ Y� O�O �OH�3 oWY OLrK 0 W cr
N Za�JO Oa¢ UJ U�Z NgUZ O ZQ COS aU J° F-FJU ~QOON p ��ia aa. dl v dl v� fn
p(r Ja,=S xOZ Y= SHY �Q.zp Z QH W�(r �IWi QU Z U li mp¢W W m� OQ W ¢ 6 d 6 d W O Nd
4 UwWOUZ }�Q X,0 �wnU Q V~ ~mom <� nLW � jW }N Om~ WW U N q q a a
W apZ "o Qz� ax ¢JO] a~ li W W W Z pf- ¢ ¢ 0- J� wZ¢
LYW OZwf- MOp pw w �°Zp xX map a X� Z �° t�0 32 mew '
Q Z �a Zp Ur OUN ZQ° ZZY Oa }QU -W O� C7 ¢N WO F- }UU a
o��og� boo dew awa o0QCwj Q <0 aVx1� ~z a° N <E,zx�a�o ��ac� f O
O W W J O~.H z W Q°LLI L li.z(Z-n W Z n w Z a> w Z x W W J U p z w U N�o a Q O a x N L.W..
xxl-woo xXw IoW x3" x�o0 �' oa ��p �w om xalQ-2K°wzU �oK� LLi
Q
-H¢YmU HI-Z QUm I-O¢ I-(nZa Q U� ¢¢U am UO 4. HLn Nm I-LI ¢Ual-
3 W L U
W m Pl W
Z
0 /
LL
F a
No
0Z Y
�� 3
� u
Lu Q ~W
W
m
el0 �1 a
a
<
o J 444
0.
z ui Z
Y
a .7 O m
W
LL Z Z 3
O ow~ O
U w
Z C)
UWL, Z m a d m
F '/� - Z Om ON m
w Q r a
Lw- w?2
W a JiO a
0 O 7
X W
m
Op0
�Fo
a�
Za=
oU¢3
r
x
J O
W
U
O o
m
3
Q Z
EP
z
O
U
Z
Y
cr
a
a
0 0
' �J m •
� m V
183Aino X09 M3N
CD
O
[4[40 CC Q
Z U
w Q
w
�Z
O?
W ~LZ Z
LO m °0 O
r
Z
f- � O�
W Q w Z 71x^ R u
to
y8 p4oQw
l LLZ-LZ-dMS
smm . r...r �rrr rr�wr wrr.r. r..... ...r.. �..... %wou" amowr worm" WMISOMW ummusr "won" "Immow "MINOW VWA . "OWN" vwmmmw