Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract 4/21/2008
h Rodarte Cnstruction, Inc.
17 E Valley Way E
WA
, k
Aubur n, 98092
874
,+,tom" a Y £ #` '-.�a-v.V.r + $ , ,i„y, .t''€ *rke�,tea, Imo, ✓a `4: srtA x? h"�." y',.ru#� i .x+ .? rr
,d",- k +46�` � S' � r ai" w ,ar xC �>a r '�^s '� a'r`" .� € `: 't✓'°+, �.%.+{ � �
.'."�'
Yz ' "`� 3'� .,"a` i",",,`'x ��'xr;.'S?c 5 .,;x't r a`%',; "T,, KS + .r �-, -E;a saa,k.:: t,.- ' fi ay r -:.s �.
Y, $ce sk`s. r ��2} a r _ j 'sf ,�.. ,F ?`t� '{ 4w fi .+
x cis. 11qy..r vk
.s1 s'i
+y. VMS 4 3'm+
PC
A�
a
t.i
ry
`} ��b+:-rid x x * 3✓t , * r ~F.r r` h e,tr .. :r+` s
y
z k ��
„ ;R+,
wSr s may` 2
W',r. r r
hr,��� � +a u�wF ; r�.:, ,y{';�A�'
�r }`�'� 4.k#r' 1 2v - 'evet .'sT .r t ✓e'`f t-Y' '4 } ;Y `j�Nt,'a�Yi Y�>��ro+.
��.�
,4*� .`
E�,,Y �„ �'c ix a✓a g r,} a�r�� �� '�� "a �it� s 4 �, � " $sr,���� �'
� t
y..
-�iR
p•' �.a
60K,rf
�,- x'` �*'++,.
{�
a-m`' r
r x"
�.r.: , Ly k„� �..«�„ +F, k <',- y5 t �` ✓,�a'. '^J?n * ktr s r;
``.v A, g= r r y r t €
S s r v{ �: 'MS.�`,�
t`
Emma
_;A; 5w-3h ,t t byes 7 }
�'w.v ta�,,.�45 k`V...g ',' �P
��.Y+#x� 5.^.����.�� 'e' r�t.£"�„b y "''� }x# �-y t
� 1 ,
a
r d.. t n a e
r xa
Ed 4' >rr tea e fi + x
z M,1 �. a +.. '¢.i,hN "r5 k E c r s< - 1 ''
3 J + U 3 ak y 3 fr w ^} "
lie,t� y do w 't
r ; 1.
a 1i.Yr f ^�` y a° er -k=; �,�,,yw a,� a,f 'i -Y.� �`,;r'�,'>"`�`sk'.
•a r.-r
PF
77 a y
MOW.:S r a 'x
,w-+=F r z r 'r "*re `r x.
>x �`'rya
'a ar`.� t,�a,"�" 3~• � 4`u §t t Y' - � • x, ,.ws7.,��& � a x-,'-h, 'rye •* � x .� 5
_p
.•
RODAFUE
CONSTRUCTION INC. P.O. Box 1875,Auburn WA 98071-1875
RODARTE CONSTRUCTION, INC.
Contact list for:
RIPLEY LANE N. STORM SYSTEM
IMPROVEMENT PROJECT SWP-27-3375 (CAG-08-033)
CONTACT OFFICE CELL PHONE HOME PHONE
Responsible Officer:
JR Rodarte, Vice President 253-939-0532 253-632-2724 360-802-2153
HOME ADDRESS:
�. 27607 SE 392nd St
Enumclaw, WA 98022
Superintendent:
Jerry Rodarte, Sr. 253-939-0532 253-335-7191 360-802-6559
HOME ADDRESS:
o.. 41926 212TH AVE SE
Enumclaw, WA 98022
Bonding Agent:
Ken Frick 253-267-0890 206-714-9137
OFFICE ADDRESS:
Terril Lewis &Wilke
3720 Olympic Blvd. W
University Place, WA 98466
•� (253)939-0532• FAX(253)939-0557• RODARI.225D9
r
"r.
o� CITY OF RENTON BUSINESS LICENSE Expiration Date
* ?� Licensing Division 6130/2008
1055 South Grady Way
�;ONFro� Renton, WA 98055 Issued Date: License#
`(425)430-6851 6/4/2007 BL.029683
BusinE ss Location
Bili'ing Cade: ocl_a
' rr 17 E VALLEY WAY E
AUBUR'� ,WA 98092 Licensee has made application for a City of
Renton business license in accordance.with the
provisions of'Title V, Business Regulations
w. Chapter 1, Code of General Ordinances of the
City of Renton and agrees to comply with all the
RODARTE CONSTRUCTION INC requirements of said ordinance. Licensee shall
PO SOX 1875 further comply with all other City Code
AUBURN, WA 98071 Ordinances, State Laws and`Regulations
applicable to the business activity licensed. Post
this License at place of business.
.r
r
rr
REGISTERED AS PROVIDED BY LAW AS
CONST CONT GENERAL ;
■r REGIST. #" EXP. DATE N,
CCOl RODARI*225D9 0 6/01/2008
EFFECTIVE DATE 03/29/1978 .
"flw
RODARTE CONSTRUCTION INC p
PO BOX 1875 p
AUBURN WA 98071-1875
irr
1)ctach A id I)i,hlav('citificate -- --
ar
s
err
rr
art
aU
s
w CERTIFIED COPY
unanimously passed, it was
RESOLVED that Brad Deakins as Controller, be authorized to sign
contracts,contract bids,bid bonds,and checks on all demand deposit
accounts on behalf of the company; and be it
RESOLVED FURTHER,that Brad Deakins be authroized to transfer
funds between all accounts with financial institutions, and to make
advances on lines of credit for the company. SAMPLE SIGNATURE:
The next item for consideration was electing Frank C. Rodarte, Jr. as an officer of the
corporation. Upon a motion duly made, seconded and unanimously passed, it was
+ RESOLVED that Frank C.Rodarte,Jr.be elected to the office of vice
president of the corporation and that he continue to serve as General
Manager; and be it
RESOLVED FURTHER, that he be authorized to sign contracts,
contract bids, bid bonds, checks, and any other documents that need
to be executed for the corporation. SAMPLE SIGNATURE:
The chairman called for further business, and there being inotne7thh!Te meeting was umed.
Shirley Rodart e, ecrefary
ATTEST:
"f Frank Rodarte, Sr., President
It is hereby Certified and Witnessed that this is a true and accurate copy of the Corporate
Minutes and Resolutions of Rodarte Construction, Inc.
r
40 Signed this Zq day of
.p `
► 101
V
A��T��4�q � Notary P c in and for the S to of Washington
�°,y�n/ N Residing at a1410 a V V1
,pjltG► .may My commission expires C;
MINUTES OF THE ANNUAL MEETING
OF THE BOARD OF DIRECTORS OF
RODARTE CONSTRUCTION, INC.
A Washington Corporation
The annual meeting of the Board of Directors of RODARTE CONSTRUCTION,INC., was
°.. called to order on the 9th day of February, 2002, at 11:15 a.m. and was held at Rodarte
Construction, Inc., 17 East Valley Highway, Auburn, Washington 95002. Present were all of the
directors,Frank Rodarte, Sr. and Shirley Rodarte. Also present by invitation was Frank Rodarte,Jr.
The meeting was called to order by Chairman Frank Rodarte, Sr.
The first item brought before the Board of Directors was the election of officers for the
.w
coming fiscal year. Upon motion duly made, seconded, and unanimously passed, the following
resolutions were adopted:
RESOLVED,that Frank Rodarte, Sr. be, and he hereby is, elected to
occupy the office of president; and be it
.. RESOLVED, that Shirley Rodarte be, and she hereby is elected to
occupy the office of vice president; and be it
RESOLVED FURTHER, that Frank Rodarte,Jr. be and he hereby is
elected to occupy the office of vice president; and be it
,,. RESOLVED FURTHER that Shirley Rodarte be, and she hereby is,
elected to occupy the offices of secretary and treasurer.
�. The next item of business was a review of the corporate affairs and actions of the corporate
officers since the last meeting of the Board of Directors. After discussion and upon motion duly
made, seconded, and unanimously passed, it was
RESOLVED, that the prior actions and conduct of the officers of the
corporation are deemed to be in the best interest of the corporation;
that the decisions having been made are within the authority granted
to the officers; that the decisions having been made appear to be
sound business judgments and are hereby ratified and approved by
this Board.
The chairman then reviewed and discussed other business activities since the last meeting.
The chairman noted that there was a major purchase made on October 15, 2001of a Hamm Roller
"ism
for $34,888.00.
The chairman noted that in May, 2001 the company moved its office to the new location at
INN 17 East Valley Highway in Auburn, Washington. The property is owned by Frank and Shirley
Rodarte and is leased to Rodarte Construction,Inc. The new location provides a recently remodeled,
larger office and a larger shop building along with six acres of space which provides a much greater
space for company operations.
It was noted that the new real estate was originally in unincorporated Pierce County. The
previous owner operated a construction company for many years in this location before selling the
.� property to the Rodartes. In 2000, after Frank and Shirley Rodarte purchased it, the City of Auburn
annexed this part of Pierce County. Pierce County had previously authorized site use for a
construction yard, shop and office. However, the City of Auburn has raised questions as to the
validity of"grandfathering" the property as a construction yard. Ownership feels continuing use for
this purpose is valid. No further action has been proposed by the City of Auburn at this time.
f
The chairman then reviewed and discussed the business opportunities for the corporation for
.. the coming year.
The chairman noted that Lydia Hodgkinson, Office Manager has left the company as of
November, 2001 to pursue other interests. Brad Deakins was rehired as corporate Controller after
"' an eighteenth month leave. After discussion and upon a motion duly made, seconded and
40
wo
IN CORPORATE RESOLUTION
Resolved that
John Ells, Estimator
Whose signature appears below is hereby authorized,directed and empowered for and on behalf of the corporation and in its name to execute Construction Project Bid Documents,Bid Bonds,and all other Bid Related Documents for and on behalf of
Rodarte Construction,Inc. as may be required.
Authorized Signatures:
-' John Ells
low
It is Further Resolved that
Bradley Deakins
wr
Whose signature appears below is hereby authorized,directed and empowered for and on behalf of the corporation and in its
name to execute in the capacity of Assistant Corporate Secretary, in the absence of Shirley D.Rodarte, Corporate Secretary,
rr all Construction Project Bid Documents, Bid Bonds,Certifications,or Affidavits and all other Corporate Documents for and
on behalf of Rodarte Construction,Inc.as may be required.
Authorized Signatures:
Bradley De ns
rir
I, Frank Rodarte President of Rodarte Construction,Inc. do hereby certify that the resolution appearing above
is a full,true and correct copy of a resolution of the Board of Directors of said company which was duly and regularly called
.. and held in all respects as required by law and that the signatures appearing on the above mentioned copy of said resolutions
are the genuine signatures of the persons mentioned in said resolution and authorized to act on behalf of said company as set
forth in said resolution.
I further certify that said resolution had not been amended or revoked and is still in full force and effect.
IN WITNESS WHEREOF,I have hereunto set my hand as such Officer of said corporation and affix the corporate seal of
do said corporation this 3rd day of April ,2008.
Frank Rodarte,President
Acknowledged
On this 3rd day of_ April 2008,before me the undersigned,a Notary Public in and for the State of Washington,
s duly commissioned and sworn,personally appeared Frank Rodarte,Sr., John Ells,and Bradley Deakins to me known to
be the individual(s)described in and who executed the foregoing instrument,and acknowledged to me that they signed
and sealed the said instrument as their free and voluntary act and deed,for the uses and purposes therein mentioned.
�+ Witness my hand and official seal affixed the day and year in this certificate above written.
rr Signed
Notary Public in and for he State of Washin t n
NMResiding at Auburn,Washington
My Commission expires: 10/03/2011
ar
CITY OF RENTON
RENTON, WASHINGTON
• CONTRACT DOCUMENTS
for the
Ripley Lane North Storm System Improvement Project
PROJECT NO. SWP-27-3375
March 2008
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
�• PLANS
�.p J. ST
a��oF WASy�
Q'tiQ'
rrr
y
orr A90,c�FGI EF`�
a��� �Q
`S'/0 ALEN
r �C IRES 10/18/'Zvv j I
CITY OF RENTON
1055 South Grady Way
Renton, WA 98057
a.
® Printed on Recycled Paper
CITY OF RENTON
Ripley Lane North Storm System Improvement Project
SWP-27-3375
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
*I -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 (not required for this project)
2—Contract Section
-:-Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement(Contracts other than Federal -Aid FHWA)
❖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
Survey Control Network, Surveying Standards, and Monuments
Traffic Control Information
Permit Information
Geotechnical Information
Site Photos
Standard Details
Construction Plans (reduced I 1 x 17)
Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President
and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person
has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be
attached to the bid document.
aw * Submit with Bid
** Submit with Bid or within 24 hours of bid
❖ Submit after Notice of Award
CITY OF RENTON
Planning/Building/Public Works Department
1055 South Grady Way
Renton,Washington 98057
ap
02_Contents.D00
rr
..r
.. 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:
�r
(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
err 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.
r
(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
rrr 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.
err
CONCURRED IN by the City Council of the City of RENTON, Washington,this 7thday of October, 1996.
rr CITY OF RENTON: RENTON CITY COUNCIL:
arr '
Mayor Council President
Attest:
City Clerl
`r
err
03_SUMRY.D00
iW
CITY OF RENTON
SUMMARY OFAMERI'CANS WITH DISABILP1'ZES ACT POLICY
ADOPTED BYRESOLU77ONNO. 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
or. 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 non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WI I H HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs.
(3) AMERICANS WrM 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
�.r be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
err
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.
+rr
CONCURRED 1N by the City Council of the City of Renton, Washington,
.rr this 4th day of October 1993.
CrrYQW RENTON RENTON CITY COUNCIL:
Mayor cil President
rr
Attest:
City Clerk
..
CITY OF RENTON
Ripley Lane N. Storm System Improvement Project
we SWP-27-3375
ou SCOPE OF WORK
go The work involved under the terns 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:
.r • Installing approximately 770 LF of new 36-inch storm pipe with 290 LF of 45-inch diameter
steel casing,
.r • Install approximately 100 feet of open channel with 5 log weir and plunge pools, and landscaping
along the disturbed areas of the slope and landing,
• Install approximately 145 LF of 12-inch pvc sanitary sewer pipe with one 48-inch outside drop
manhole,
• Install one 10' x 28' concrete vault structure with four 36-inch HDPE pipe inlets and one 60-inch
r concrete outlet pipe,
• Install approximately 95 feet of 12-inch DI water pipe including all isolation valves, deadmans
and other appurtenances,
• Remove 146 LF of existing 12-inch PVC sanitary sewer pipe and a drop manhole,
• Plug existing 24-inch CMP pipe,
0 Install TESC access entrances and roadways,
• Install permanent concrete access driveway,
• Clear grass, shrubs, and wooded areas for pipe and channel installation,
• Sawcut and remove asphalt for trenching across road,
• Trench patch and overlay,
• Install guardrail and fencing,
• Restoring cleared areas,
• Hydroseed, fertilize,mulch.
+�r+
The estimated project cost is between $1,000,000 to $1,700,000.
.. A total of 100 working days is allowed for completion of the project.
Any contractor connected with this project shall comply with all Federal, State, County, and City
codes and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document.
04a SCOPE.DOC\
Aw
rr.
PROJECT LOCATION MAPS:
RIPLEY LANE NORTH STORM SYSTEM IMPROVEMENT PROJECT
rru
SE 73st(�I
a 9 rSi n
."'SE 72t1d$r°
ve
fia
SE 76th'SU,
r� r
. F
"SSE M
«, 2
� � . ..
'
Sys"- x�
SE 86th St
�X )s Ltd
3 ?
m" 01 "5�-::.1A .SSD.fGa,it#7 tR�z%£Y1�.�J if'�lF✓t7
VICINITY MAP-ZOOMED IN:
PROJECT
SITE
S t SE,64d)Si _ ......
tti c6Y
a sc"68th it �Al
• Y"5".. + 'Yi r i #J tk'S .Skt t5, 'i"#+j....�
r hfef^f
im
E l
`3 'd 1,'�,k33 �\N E y y i�' z. "' '✓ !'L+"5'k Yelsx4` �, "r'
4 4'jw
!:w Z'
St
VICINITY MAP-ZOOMED OUT:
PROJECT
SITE
rw
4O cf)
cz c\?
a�
LA�, KE
7 WASHINGTON
7 E7
PROJECT
T SITE
I o� th
ti
NE 48 t,
tiw
0 500 1000 PROJECT LOCATION:
as
RIPLEY LANE N. (GYPSY
DRAINAGE)FLOOD
1 : 500 IMPROVEMENT PROJECT
ow
r
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.
+rr
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.
r
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
sra
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.
rr
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.
rr
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
rw 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
00 to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
s
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.
MW
Revised:04/06 b11
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
+r
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive
bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be
considered responsive for award. The total price of all schedules will be used to determine the
successful low responsive bidder.
rr
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
wr
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
w
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
.r 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.
rr Revised:04/06 bh
.r
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.
■r
1. WSDOT "2006 Standard Specifications for Road, Bridge and Municipal Construction"
hereinafter referred to by the abbreviated title "Standard Specifications."
+r
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.
srr
❑ 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?
■
it
+rr
r
Revised:04/06 bh
" E X A M P L E SCHEDULE OF PRICES
rrr 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.
r
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
r" 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 in the"Sales Tax" column (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.
rrr 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)
+r
1. 1 Erosion Control
r Lump Sum $ Nine hundred dollars $ 900.00 $ 900.00
2. 200 Clear Fence Line
wr.
Linear Foot $ One dollar and twentv cents $ 1.20 $ 240.00
3. 150 Topsoil
Cubic Yard $ Three dollars $ 3.00 $ 450.00
err
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
wr
Subtotal $ 5,315.35
+rr
8.8% Sales Tax $ 467.75
r TOTAL $ 5,783.10
w
06-Example Sched Prices.doc
+qrr
ow
CAG-08-033
W CITY OF RENTON
CALL FOR BIDS
Ripley Lane North Storm System Improvement Project
rr
wn
Sealed bids will be received until 3:00 p.m., Tuesday, April 15, 2008, at the City Clerk's office, 7"
floor, and will be opened and publicly read in conference room#511 on the 50'floor,Renton City Hall,
1055 South Grady Way, Renton WA 98057, for the Ripley Lane North (Gypsy Drainage) Flood
Improvement Project.
The work is to be performed within 100 working days from the date of commencement under this
contract shall include, but not be limited to: Installing approximately 770 LF of new 36-inch HDPE
storm pipe with 290 LF of 45-inch diameter steel casing. Installing approximately 100 feet of open
channel with 5 log weir and plunge pools. Landscaping along the disturbed areas of the slope and
landing. Installing approximately 145 LF of 12-inch pvc sanitary sewer pipe with one 48-inch outside
drop manhole. Installing one 10' x 28' concrete vault structure with four 36-inch HDPE pipe inlets
and one 60-inch concrete outlet pipe. Installing approximately 95 feet of 12-inch DI water pipe
including all isolation valves, deadmans and other appurtenances. Removing 146 LF of existing 12-
inch PVC sanitary sewer pipe and a drop manhole. Plugging the existing 24-inch CMP pipe.
Installing TESC access entrances and roadways. Clearing grass, shrubs, and wooded areas for pipe
and channel installation. Saw cutting and removing asphalt for trenching activities across road.
Trench patching and overlaying the excavated portions of the roadway. Installing guardrail and
r.+ fencing. Restoring cleared areas with plantings and hydroseeding, fertilizing, and mulching disturbed
areas.
The estimated project cost is $1,200,000 to $1,700,000.
r:
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 March 25, 2008. Plans, specifications, addenda, and the plan holders
list for this project are available on-line through Builders Exchange of Washington, Inc., at
htip://www.bxwa.com. Click on"bxwa.com"; "Posted Projects", "Public Works", "City of Renton",
"Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder," in order to receive
automatic email notification of future addenda and to be placed on the"Bidders List.")
Questions about the project shall be addressed to, Steve Lee, City of Renton, 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.
,r The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply.
_Tkt�"_
wr Michele Neumann, Deputy City Clerk
Published:
Daily Journal of Commerce March 25, 2008
Daily Journal of Commerce March 31, 2008
Daily Journal of Commerce April 7, 2008
�r
�r
I - BID SECTION
Ripley Lane North Storm System Improvement Project
SWP-27-3375
The following documents must be submitted for the bid at the time noted, and must be executed
by the Contractor, President and Vice President or Secretary if corporation by-laws permit.
All pages must be signed. In the event another person has been duly authorized to execute
contracts, a copy of the corporation minutes establishing this authority must be attached to the bid
document.
*1 --Bid Section Cover Sheet (this page)
do *Combined Affidavit& Certificate Form: Non-Collusion, Anti-Trust Claims,
and Minimum Wage Form
*Bid Bond Form
do *Proposal
*Schedule of Prices
*Acknowledgement of Addenda
"Subcontractors Subcontractors List
* Submit with Bid
Submit with Bid or within 24 hours of bid
23 Bidder's Checklist
,rr
E( 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
ar
bid opening time.
U" Have you submitted,as part of your bid, all documents marked in the index as "Submit With Bid"?
3"' Has bid bond or certified check been enclosed?
53"' Is the amount of the bid guaranty at least 5 percent of the total amount of bid?
ar
51"" Has the proposal been signed?
Have you bid on ALL ITEMS and ALL SCHEDULES?
UY" Have you submitted the Subcontractors List(If required)
U" Have you reviewed the Prevailing Wage Requirements?
C� Have you certified receipt of addenda, if any?
�r
ar
67e-Sid Instructions.DOCI
s
CITY OF RENTON
■n Combined Affidavit and Certification form:
Non-Collusion,Anti-Trust,and Minimum Wage
(Non-Federal Aid)
r
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
r" further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to
put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner
sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust 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
Ripley Lane North Storm Sstem Improvement Project (SWP#27-3375)
Name of Project
Name of Bidder's Firm
�C
.r ''`V�l.i�• � Signaturc"6f-A�thorized Representative of Bidder
Subscribed and sworn to before me on this��? day of ��, , 200 .
rr
Notary Pub n and for the St e of Washington
do
N Notary (Print) \-- ,-'
p� My appointment expires. _ 1
w
CITY OF RENTON
Ripley Lane North Storm System Improvement Project
SWP-27-3375
PROPOSAL
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.)
Printed Name:
dW Signature:
prVIVC
Address:
`91307
Names of Members of Partnership:
OR
Name of President of Corporation �C 1� C 21 1 OAJ-P Sr
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
10 PROP.DOO
ar
CITY OF RENTON
Ripley Lane North Storm System Improvement Project, SWP-27-3375
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.
wr
ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
wr
1 - 1 Contractor Supplied Surveying
sL �d
Lump Sum $ trC'&r raec,vs�tNP t+._rr++� ✓//c=� $ YaC�l:C� $
2- 1 SPCC Plan
Lump Sum $�iV VVk ASP 6 dd S r��f1(��rpQZ _ $ $ J __
3- 1 Property Restoration (�
Lump Sum A A0< n0 Ce06 $ $ 10, OUGCx�
err
4- 3 Utility Potholing 0b
Each $SIX h1,Mred �KI (16 lag, M � $ � $ �
5- 1 Mobilization
Lump Sum $° urd((A A h�fiun tyw"nd $ 3 °" $
u urs no cen
+�
6- 1 Traffic Control
Lump Sum $S-3( 1 '1"ln t.t"Y r\r{ AdI&K Vt0 fPn $ $ ` 000
7 - 6 Soil Sampling and Analysis
Each $S�it( t n&—ed a� a r►uo ao $ $
V\ 5
8 - 1 Clearing and Gry�bbin
Lump Sum $ar�nAnU1C�Y�C1 c���la�s h� r _In $ a�,oco $ wJ0W'�
9- 45 Sawcutting
s
Linear Foot $y\\he (A 6)W-f;, V\�_ (_���`� $ `� � $ OS 00
10 75 Remove Asphalt Concrete/Cement
Pavement r. 00
•■ Square Yard $ �\�-±en 6(AVA1S n0 lkS $ $
11 60 Cold Mix
Ton $one V" 'r)(U C� 1 CWt(f_V S 1�1 $ 1 CYO $
12 2 Ripley Lane Roadway Detours
Each $�h(tlnu _�',"a 1-\ &M ,An11rits $ &�M $ 13 000
4W nf0 (V-VA-r->
13 1,600 Channel Excavation Including Haul
Cubic Yard $�LQe,� t � �k- ci �Sa n
t,4I(Lu Cen1�, $ 2i5 °�' $ \U,C�()b
• 14 135 Gravel Borrow Including Haul
Ton $ku)Q-,o A,r, -VA\uts �n 0 c �iA $ $ a-] ��'
40 15 90 Stream Gravel Including Haul
Ton $ C--1 jlP - 1 6 ob t.YS VN cl L-e A:7 $ 5b $
I lb-5ched Prices.doc
ar
40
16 50 Unsuitable Foundation Excavation Incl.
Haul
am Cubic Yard $ �Rw±x,1 �,yz: dal lra,�S Vt 6 ( e y 1-c, $ to 5 .pc) $ a .10
17 200 Structure Excavation Class B Incl. Haul
40 Cubic Yard $.�i L- drl I curs yr b ( -e�h, $ � °D $
18 500 Contaminated Structure Excavation Class
B Incl. Haul
r Ton $iL- V � eAd 14Ys n c eA.s $ C)D $ CD
19 1 Shoring or Extra Excavation Class B
as Lump Sum $r,..z- �_�.,1� A,.. . .cwr s $
20 15 Controlled Density Fill
Cubic Yard $ 1mYee h�nClr� rl AV r., 47 (Cc, $ ?)C- -T
.r
21 60 Crushed Surfacing
Ton $ :ha )L't4 6101-ass UG (WIS $ cu $ \X00
so
22 35 HMA CL V PG 58-22
Ton $ V-\L ryyad ),ol(as nb lend $ aCO.CL, $ `1 WD u�
r 23 20 HMA CL '/z' PG 58-22
Ton $}-� �)u.r)dr e6 "1 111 V-f' M l rl 5 $ cv $ x wo c°
do 24 1 Outlet Structure
Lump Sum $Tw. � :=rFZy N $ � 0 c.:>
25 481 36 inch Diameter HDPE (DR21)Storm
4" Drain Pipe _
Linear Foot $ "rwz :.,..on.�,n r�.,en,r riv¢ o< .,_A2s re.dnr$ A.2'��~ $
.r 26 53 Abandon Existing 24-inch Storm Drain
Pipe
Linear Foot $ eLayl fen ct 6 11 a rs hn l Pf1 4-� $
27 1 Temporary Stormwater Diversion
Lump Sum $ 1 c" = $ i L' 01,1C-
do 28 290 Railroad Crossing Casing, 45-inch DIA.
Linear Foot $ 9 0l- ,C.'C>CJ
29 916 Testing Sewer Pipe
�+ Linear Foot $ R-Fk?r1 jull4ti-, _nrp (ends $ 15 .oD $
30 1 Manhole 4 -inch DIA.
Each $ re_e -prii -! rMV1 -�,vP htcn're $ 3`j� e� $ "'�C�)bb
h W CRIIAS
31 1 Drop Manhole Co ne lion
Each Sor1c°�1L1F1.RA �y 1 jurlA A C S, $ 1 cx� �v $ y` )W coo yl
32 1 Remove Existing Manhole
Each $ � hAun&oA n;AI �1 riotC c' $ aa5.� $ aa�Pb
s
33 1,400 Trench Excavation Incl. Haul
Cubic Yard $�L�hl1ti5 Y�Q e ��} $ 1`j. $
IIb-Sched Priees.doe
alr
w
34 950 Contaminated Trench Excavation Incl.
Haul
Ton $ <--ro w 1 aP (lcAlrm oo c $ $
35 500 Foundation Material
r Ton $ 1(A K n o CerrK $� $ MOD
36 76 Ductile Iron Pipe for Water Main, 12-inch
Dia.
Linear Foot $nm )3\AjX1fed man CAolIWS no $ $
37 2 Blowoff Assembly
Each $ OTY 13k, Lrerl d"I I'(. Q(t $ PD
no ce.n S
38 2 Gate Valve, 12-inch
Each $ -ire[' c,► C )(1 fs Y16 CfrYs $ $
ar
39 1 Comb. Air Release/Air Vacuum
Assembly, 2-inch �y�
Each $-�tY,�Lbof iii nd-Rt-ye hunct"d r(d)Jccf-, $ t rib, $ q5w a)
no C eels
40 1 Remove Existing Hydrant C cb
Each $l=ive � , ndfeti �i,C44) rl larc nocef S $� $
a�rr
41 1 Hydrant Assembly
Each $RkA/-f-h6 cYin(f -v.e h�-Y1r )rlcll W $ $
v Cen
•
42 145 PVC Sanitary Sewer Pipe, 12-inch DIA
Linear Foot $ C1Ci1t{, 6611OU's vin [pry}S $ $
43 1 Temporary Sanitary Sewer Diversion
Lump Sum ui►ur nu r (A is $ Sup•Q) $ Gnoo.lb
44 100 Remove Existing 12-inch Sanitary Sewer eo
Linear Foot $ Le\y a CU UL(s vin (P n4-> $ t o $ � ( •�
45 45 Abandon Existing 12-inch Sanitary Sewer
�+ Pipe
Linear Foot $_ �a,u+een c1cs►l&AS nu jams $ \'� �` $ 1-0
d" 46 145 Television Inspection O
Linear Foot $:bayQe (I(jjIar-� n.0 /pn $ $
47 1 Temp. Relocate Existing 6-inch side sewer ^� M
• Lump Sum $ C" �c%4<,anr( rlcllG <_ 1'10 ( eA� $ �W $ C)W.�
48 28 PVC Sanitary Side Sewer Pipe, 6-inch
DIA.
Linear Foot $ (IL61 IufS c) C -e_Yl�� $ 50'w $ 1 dQ-(Z5
49 1 Erosion /Water Pollution Control
Lump Sum $ �JkA -!3 -tV►LA S(cnrl hQ ce1IS$ 5 $ c ({1
50 230 Stabilized Construction Entrance
Linear Foot $ �tf\,I ('Qnks $ LA' $ Lo,3�•�
51 5,000 Seeding, Fertilizing and Mulching
C
Square Yard $ W, F, 'r:7
s-
11 b-Sched Prices.doc
aAr
52 1 DeWatering
Lump Sum $ _-fi-�u�Aland Aollay��. ho renk $ sh.at.c'c�' $ c ) wo �
53 75 Beam Guardrail Type 1
Linear Foot $ due rrvYVn>+_ t+.•-.�2•r vv c cSyv i? $ 1
54 1 Beam Guardrail Anchor Type 1 As
Each $(Jw..�-7-4+ $ IcJ i!t.7 $ l C✓c_y3 '
55 125 Chain Link Construction Fence
Linear Foot $_T__ __--r $
ar
56 75 Chain Link Fence, Type 1
Linear Foot $T, =� Q._v s Mti�_L-.. s $ 32-
"" 57 1 Double 20 FT Chain-Link Gate
Each $r�C � . .ter ,i��� t �,. izc,.:, $ 12-co
58 160 Light Loose Riprap
Ton $ S t x�Q & laws h ('P.12 S $ � $ -A l�C •w
59 320 Quarry Spalls
Ton $ Aan'4 d'ollcs<' no (:eaA-S $ 0.Lb $ \21 .i..t7
60 1 PSIPE (Plant Sel. Including Plan
Establishment)
Lump Sum $ h\Y\e A"u%.oca.A &1 \cw 5 nnceflis $0'W.� $ C,=.10
61 350 Cement Concrete Driveway
Square Yard $ \aA h,m ho\\Cg vac, c e(N $ a • $ —1 �'
62 300 Paint Line Zs L
Linear Foot $ ; t?c> — q2s tw;wgy F>� �1sT_S $ D $
63 225 Gravity Block Wall
Square Foot $ kjDc.n�,A c\c,11c:L5 nc, end- $ n
64 5 Log Weirs
Each $�x�t kyaoiL &W>$_l!?
►yo c e l
65 1 Minor Changes
Lump Sum $ Twenty Thousand Dollars $20,000.00 $20.000.00
�r
State Sales Tax Rule 171 Applies to this Project
�J Ub
TOTAL $ La-I
.r
arr
ow
llb-Sched Prices.doc
r
CITY OF RENTON
40
Ripley Lane North Storm System Improvement Project
40
SWP-27-3375
40 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
NO._ �� DATE:
NO. DATE: S
NO. DATE:
NO. DATE:
NO. DATE:
�
SIGNED-
-TV-
TITLE:
NAME OF COMPANY: 1�c
ADDRESS: k - ew
CITY/STATE/ZIP: V 0 , A7(-
au
TELEPHONE: ?� 1'1-7 C1 7
40
�r
MW
SUBCONTRACTOR LIST
go Ripley Lane North Storm System Improvement Project
SWP-27-3375
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 $1,000,000:
it
A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the
contract price.
L
Name Title: , F ' < t L'�Lij 4--
.r
Signature•
B. The following subcontractor(s) subcontract xceeds 10 percent of the contract price: (list
subcontractor and bid item)
Bid Item (s)
Subcontractor Name CA—IV
Address i ..,�
Phone No. ( jZ s t7-2.zt Y, State Contractor's License No. :A ON 7-A F,L CS 5 iN c
.rr Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
.. Subcontractor Name
Address
w. Phone No. State Contractor's License No.
Bid Item(s)
dw
Subcontractor Name
Address
Phone No. State Contractor's License No.
hafile syslswo-surface water projectslswp-27-surface water projects(cip)127-3375 ripley lane north-gypsy creek flooding project11100-design-
planning11109 specs%12_sub.doc Revised 712002
atr
rr
.r
BID BOND FORM
,. Herewith find deposit in the foam of s certified check, casbiefs check, cash, or rid bond in the
attt0unt of$ _5jL of rota I id which amount is not less than five percent of the total bid.
�" Sigaahue
Know AlI Men by'rhase Presents:
That we, Rodarte Construction, Inc. as Principal, and
revelers C sue an ure )Surety, are bald and fmly bound unto the City of Banton,
Qf, iAthe sum of 5% of rotal Bid Amount Dollars,
for the payment of which the Principal and the Surety bind tbemselves, 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
Ritrlcy Lane Nod S$ L4!!Rm ImvMyemeut xoiero ffGVP' -7-3375) according to the terns
,■, of the prwposal or bid made by the Principal therefor, and the Principal shall duly rttslce and enter
into a.wMmut with the Obligee in accordance with the terms of said proposal or bid and award and
shall give bond for the faltbl'ul performance thereof, with Surety oz Sureties approved by ft
Obligee; at if the Principal shall, in case of failttre to do so,pay and forfeit to tltc Obligee the perW
mtnowat of the deposit specified in the call for bids, them this obligation shall be mull and void;
otherwise it shall be ead retrain in full force and effect and the Surety shall forthwith pay and forfeit
to the Obligee, as pe=4 and liquidated damages,the amount of this bond_
SIGNED, SR&L} W AND DATED THIS 15th DAY OF April
wr Principal
Z-
5urety Kenneth J . Frick
Attorney- a-Fact
Received return of deposit in the sure of S
09 am$b.noc,
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
AA. POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
so 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
i11
Attorney-In Fact No. 218701 Certificate No. 002098952
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
Donna S.Martinez,Kenneth J. Frick,and Alex B. Hodge
of the City of Yakima State of Washington
� Y ,their true and lawful Attorney(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 permitted in any actions or proceedings allowed by law.
14th
IN WITNF�g VN%#FOF,the Comp pave caused this instrument to be signed and their corporate seals to be hereto affixed,this
day of
Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
r1 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
O�SU,��rsTY �FlAE�6y fF G "j�NSU7"'tiu PTV 4N0 �3+1RR II,,''TYI4_
4.. P 9 J s FQACONN.r�B N
o€ G.'f ,�'.S8ALj3€ dOi
all
+M State of Connecticut
By:
City of Hartford ss. Georg Thompson, enior ice President
14th December 2007
ills On this the day of ,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
to 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.
6�0 At In Witness Whereof,I hereunto set my hand and official seal.My Commission expires the 30th day of June,2011. Marie C.Teueault.Notary Public
58440-5-07 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 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 1i1
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 ofAmerica,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 r day of 20
Kori M.Johann Assistant Secretary
IWt
G q Y 6 �N..NS °j 1NSU p� Np SifR TY
I.SU $URFT
SEAL
F10.E ixuq � ✓^.•r.^.,, tY q �
p2yO��f` � 1F a� 'IP @:OP PMR r• M1•Ct, G,9 '(/ G 4� f0
5 6' [ WCOAtbRItTfU z �(� q)f:,m IW IGOaPORgTt,,„� uP �
m; f t I; -.- :n; a HARTFORD, a H4RTFOR0.;!
Z c1982 0 1977 1951 m 1927 t �, �.seAL•io% o• ,'s° o '"'
�6."NEL�aa � t�� �1a�. # � �vy2 0' 'L'••. •Q'r 's 6•. ,a s ai ��' � yl
1,"�`
To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.tFavelersbond.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.
6k
i
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Win
rr Addendum 1
CITY OF RENTON
Ripley Lane North Storm System Improvement Project
ADDENDUM NO. 1
Date Issued: April 9, 2008 Date of Bid Opening: Unchanged
NOTICE TO ALL PLAN HOLDERS
do
The Bid Documents for the project are modified as described below.
Bidders shall incorporate this Addendum into the Bid Documents.
rr 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 and specifications with the
following attached drawings and specifications:
1.) Bid Item 28 (in Schedule of Prices) changes from: "Railroad Crossing Casing 45-Inch
Diameter"to "Railroad Crossing Casing 48-Inch Diameter."
+� 2.) Section 1-09.14(1) Basic Bid
Delete Item 28 and replace with the following:
28 Railroad Crossing Casing 48-In. Diam. (LF)
Payment for the Railroad Crossing Casing, 48-In. Diam. Casing, will include
compensation for all excavation, jacking pits, jacking/boring/tunneling of 48-In.
Diam. Casing, and furnish 36-In. diam. HDPE storm drain carrier pipe in the casing,
including casing spacers, end seals, link seals, and all appurtenances as required for a
complete installation.
3.) 7-04.1 Description
Delete Subsection title " Furnishing and Jacking 45-Inch Diam. Steel Casing" and replace
with the following:
"Furnishing and Jacking 48-Inch Diam. Steel Casing"
ar 4.) 7-04.2 Materials
Change the first sentence of this section from "The 45-inch diameter steel casing material and
specifications shall conform to ASTM A53 or ASTM A252"to
llf-Addm-1 Notice-STLv01-080409.DOC\
Addendum 1
"The 48-Inch Diameter steel casing material and specifications shall conform to
ASTM A53 or ASTM A252."
5.) 7-04.3 Construction Requirements
Change the second paragraph to read as follows:
rr The final location of the four 48-inch casings shall be within a 0.2 foot vertical and
0.3 foot horizontal tolerance of the plan dimensions.
6.) 7-04.4 Payment
Delete"Railroad Crossing Casing 45-In. Diam.", per linear foot and replace with:
to
" Railroad Crossing Casing 48-In. Diam.", per linear foot will be made on a linear
foot basis.
Delete the first sentence of 5th paragraph of Section 7-04.5 and replace with the following:
Payment for " Railroad Crossing Casing 48-In. Diam.", per linear foot will be made
on a linear foot basis.
7.)Drawing G-6 CONSTRUCTION SEQUENCING NOTES
Delete * Note: "THE CONTRACTOR SHALL SCHEDULE HIS WORK ACTIVITIES,
WEST OF BNSF, SO THAT NO CONSTRUCTION ACTIVITY OCCURS BETWEEN
AUGUST 4 AND SEPTEMBER 1, 2008" and adhere to the no work construction dates
specified in section 1-07.23 (3)of the Special Provisions.
Section 1-07.23(3)states the following must be observed:
"Any construction activity on Ripley Lane Storm Improvements project will not be
allowed on July 31, August 6, and August 13, 2008. Ripley Lane shall also be
returned to normal operation (two-lane)during this period."
8.) Clarfication changes on Drawings C1,DT3,and DT5 (See on following sheet within
40 ADDENDUM#1).
9.) Signed BNSF crossing permit,agreement,and protocols shall be followed when
40 working within BNSF right-of-ways.
40 The Contractor shall adhere to the attached fully executed BNSF-City Agreement when
working within BNSF properties. Proper BNSF notification protocols, safety procedures, etc.
shall be followed during the duration of this project.
ar
+rr
llf-Addm-1 Notice-STLv0 1-080409,DOC\
ur
to Addendum 1
Steve Lee, PE, Project Manager, Surface Water Utility Ph# 425-430-7205
err
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
.r
SIGNED:
TITLE:
NAME OF COMPANY:
r
ar
�r
..
A.
do
do
I lf-Addm-l Notice-STLOI-080409.DOC\
19 t
A World of Real Estate Knowledge
r
April 4, 2008
Tracking #07-35061
Mr. Steve Lee
City of Renton
1055 S. Grady Way
Renton, Washington 98057
Dear Mr. Lee:
Enclosed please find one (1) fully executed Agreement for your file. A copy of the
executed Agreement must be available upon request at the job site allowing
4. authorization to do the work. Please contact Mr. Paul Farley Jr, Roadmaster at
telephone (206) 625-6462, five (5) days in advance of entry and BEFORE YOU DIG,
CALL 1-800-533-2891. If you need additional information please contact me at (817)
as 230-2631.
Sincerely,
Tanita Thomas
.r
Associate Contract Specialist
Enclosure
cc: Paul Farley Jr, BNSF, 2454 S Occidental Ave Seattle, WA 98134
s
3017 Lou Merck Prive,suite 100
Fort Worth,Texas 76131-28Ch3
The Staubach Company
Fa
4r (817) 2.30-2600 x(817` 306-8765 pr<wides g101M1 coverage through
www.staubach.con PTZ Staubacb Tie Leung.
it
as
r
do
ar
40
40
SM
AM
RA/L DYA Y
as To Report Stalled Vehicles or
Other Crossing Emergencies
Call 1-800-832-5452
Your Location is on the
DOT sign at the crossing
.r
do
r
w
i
.w
4W Law Department Approved Tracking#07-35061
PIPELINE LICENSE
ar
THIS LICENSE ("License"), made as of the 4th day of April, 2008 ("Effective Date") by
and between BNSF RAILWAY COMPANY, a Delaware corporation ("Licensor") and CITY OF
RENTON, a Washington corporation ("Licensee").
NOW THEREFORE, in consideration of the mutual covenants contained herein, the
parties agree to the following:
GENERAL
do 1. Licensor hereby grants Licensee a non-exclusive license, subject to all rights, interests,
and estates of third parties, including, without limitation, any leases, use rights,
easements, liens, or other encumbrances, and upon the terms and conditions set forth
below, to construct and maintain, in strict accordance with the drawings and
specifications approved by Licensor as part of Licensee's application process (the
"Drawings and Specifications"), One (1) Pipeline(s), Thirty-Six (36) inches in diameter
inside a Forty-Five (45) inch STEEL casing ("PIPELINE"), across or along the rail
corridor of Licensor at or near the station of Redmond, County of King, State of WA, Line
Segment 0405, Mile Post 6.48, as shown on the attached Drawing No. 1-42518, dated
November 19, 2007 Revised: February 25, 2008, attached hereto as Exhibit "A" and
made a part hereof("Premises").
2. Licensee shall not disturb any improvements of Licensor or Licensor's existing lessees,
Licensees, easement beneficiaries or lien holders, if any, or interfere with the use of
such improvements.
3. Licensee shall use the Premises solely for construction and maintenance of a PIPELINE
in accordance with the Drawings and Specifications carrying STORM WATER.
Licensee shall not use the PIPELINE to carry any other commodity or use the Premises
for any other purpose.
Licensee covenants that it will not handle or transport "hazardous waste" or "hazardous
"" substances", as "hazardous waste" and "hazardous substances" may now or in the
future be defined by any federal, state, or local governmental agency or body through
the PIPELINE on Licensor's property. Licensee agrees periodically to furnish Licensor
so with proof, satisfactory to Licensor that Licensee is in such compliance. Should Licensee
not comply fully with the above-stated obligations of this Section, notwithstanding
anything contained in any other provision hereof, Licensor may, at its option, terminate
do this License by serving five (5) days' notice of termination upon Licensee. Upon
termination, Licensee shall remove the PIPELINE and restore Licensor's property as
herein elsewhere provided.
.r
4. In case of the eviction of Licensee by anyone owning or claiming title to or any interest in
the Premises, or by the abandonment by Licensor of the affected rail corridor, Licensor
as shall not be liable to refund Licensee any compensation paid hereunder, except for the
pro-rata part of any recurring charge paid in advance, or for any damage Licensee
sustains in connection therewith.
Im 5. Any contractors or subcontractors performing work on the PIPELINE or entering the
Premises on behalf of Licensee shall be deemed servants and agents of Licensee for
Form 424; Rev.04/26/05
-1 -
Law Department Approved Tracking#07-35061
�r
., TERM
6. This License shall commence on the Effective Date and shall continue for a period of
4W twenty-five (25) years, subject to prior termination as hereinafter described.
COMPENSATION
7. (a) Licensee shall pay Licensor, prior to the Effective Date, the sum of Two
Thousand Five Hundred and No/100 Dollars ($2500) as compensation for the
use of the Premises.
(b) Licensee agrees to reimburse Licensor(within thirty (30) days after receipt of bills
therefor) for all costs and expenses incurred by Licensor in connection with
Licensee's use of the Premises or the presence, construction and maintenance
of the PIPELINE, including but not limited to the furnishing of Licensor's Flagman
and any vehicle rental costs incurred. The cost of flagger services provided by
+r the Railway, when deemed necessary by the Railway's representative, will be
borne by the Licensee. The estimated cost for one (1) flagger is $600.00 for an
eight (8) hour basic day with time and one-half or double time for overtime, rest
days and holidays. The estimated cost for each flagger includes vacation
allowance, paid holidays, Railway and unemployment insurance, public liability
and property damage insurance, health and welfare benefits, transportation,
meals, lodging and supervision. Negotiations for Railway labor or collective
bargaining agreements and rate changes authorized by appropriate Federal
authorities may increase actual or estimated flagging rates. The flagging rate in
effect at the time of performance by the Contractor hereunder will be used to
calculate the actual costs of flagging pursuant to this paragraph.
(c) All invoices are due thirty (30) days after the date of invoice. In the event that
Licensee shall fail to pay any monies due to Licensor within thirty (30) days after
the invoice date, then Licensee shall pay interest on such unpaid sum from thirty
(30) days after its invoice date to the date of payment by Licensee at an annual
rate equal to (i) the greater of (a) for the period January 1 through June 30, the
prime rate last published in The Wall Street Journal in the preceding December
plus two and one-half percent (2 1/2%), and for the period July 1 through
December 31, the prime rate last published in The Wall Street Journal in the
preceding June plus two and one-half percent (2 1/2%), or (b) twelve percent
(12%), or (ii) the maximum rate permitted by law, whichever is less.
COMPLIANCE WITH LAWS
8. (a) Licensee shall observe and comply with any and all laws, statutes, regulations,
ordinances, orders, covenants, restrictions, or decisions of any court of
competent jurisdiction ("Legal Requirements") relating to the construction,
maintenance, and use of the PIPELINE and the use of the Premises.
(b) Prior to entering the Premises, Licensee shall and shall cause its contractor to
comply with all Licensor's applicable safety rules and regulations. Prior to
commencing any work on the Premises, Licensee shall complete and shall
require its contractor to complete the safety-training program at the following
.ri Form 424;Rev. 04/26/05
-2 -
Law Department Approved Tracking#07-35061
go Internet Website "http://www.contractororientation.com". This training must be
do completed no more than one year in advance of Licensee's entry on the
Premises.
dr DEFINITION OF COST AND EXPENSE
9. For the purpose of this License, "cost' or"costs" "expense" or"expenses" includes, but is
49 not limited to, actual labor and material costs including all assignable additives, and
material and supply costs at current value where used.
RIGHT OF LICENSOR TO USE
dw
10. Licensor excepts and reserves the right, to be exercised by Licensor and any other
.r parties who may obtain written permission or authority from Licensor:
(a) to maintain, renew, use, operate, change, modify and relocate any existing pipe,
power, communication lines and appurtenances and other facilities or structures
of like character upon, over, under or across the Premises;
(b) to construct, maintain, renew, use, operate, change, modify and relocate any
.r tracks or additional facilities or structures upon, over, under or across the
Premises; or
(c) to use the Premises in any manner as the Licensor in its sole discretion deems
appropriate, provided Licensor uses all commercially reasonable efforts to avoid
material interference with the use of the Premises by Licensee for the purpose
�r
specified in Section 3 above.
LICENSEE'S OPERATIONS
11. (a) Licensee shall notify Licensor's Roadmaster at 2454 S Occidental Ave South
Seattle, WA, (206) 625-6462, at least five (5) business days prior to installation of
the PIPELINE and prior to entering the Premises for any subsequent
maintenance thereon.
(b) In performing the work described in Section 3, Licensee shall use only public
roadways to cross from one side of Licensor's tracks to the other.
12. (a) Under no conditions shall Licensee be permitted to conduct any tests,
investigations or any other activity using mechanized equipment and/or
machinery, or place or store any mechanized equipment, tools or other materials,
within twenty-five (25) feet of the centerline of any railroad track on the Premises
unless Licensee has obtained prior written approval from Licensor. Licensee
shall, at its sole cost and expense, perform all activities on and about the
Premises in such a manner as not at any time to be a source of danger to or
interference with the existence or use of present or future tracks, roadbed or
property of Licensor, or the safe operation and activities of Licensor. If ordered
to cease using the Premises at any time by Licensor's personnel due to any
hazardous condition, Licensee shall immediately do so. Notwithstanding the
foregoing right of Licensor, the parties agree that Licensor has no duty or
obligation to monitor Licensee's use of the Premises to determine the safe nature
.r Form 424;Rev.04/26/05
-3 -
.r
Law Department Approved Tracking#07-35061
thereof, it being solely Licensee's responsibility to ensure that Licensee's use of
.r the Premises is safe. Neither the exercise nor the failure by Licensor to exercise
any rights granted in this Section will alter the liability allocation provided by this
License.
yrr
(b) Licensee shall, at its sole cost and expense, construct and maintain the
PIPELINE in such a manner and of such material that it will not at any time be a
source of danger to or interference with the existence or use of present or future
tracks, roadbed or property of Licensor, or the safe operation and activities of
Licensor. Licensor may direct one of its field engineers to observe or inspect the
construction and/or maintenance of the PIPELINE at any time for compliance
with the Drawings and Specifications. If ordered at any time to halt construction
or maintenance of the PIPELINE by Licensor's personnel due to non-compliance
with the same or any other hazardous condition, Licensee shall immediately do
so. Notwithstanding the foregoing right of Licensor, the parties agree that
Licensor has no duty or obligation to observe or inspect, or to halt work on, the
PIPELINE, it being solely Licensee's responsibility to ensure that the PIPELINE is
constructed in strict accordance with the Drawings and Specifications and in a
safe and workmanlike manner in compliance with all terms hereof. Neither the
exercise nor the failure by Licensor to exercise any right granted by this Section
.r will alter in any way the liability allocation provided by this License. If at any time
Licensee shall, in the sole judgment of Licensor, fail to properly perform its
obligations under this Section, Licensor may, at its option and at Licensee's sole
do expense, arrange for the performance of such work as it deems necessary for
the safety of its operations and activities. Licensee shall promptly reimburse
Licensor for all costs and expenses of such work, upon receipt of an invoice for
the same. Licensor's failure to perform any obligations of Licensee shall not alter
the liability allocation hereunder.
13. During the construction and any subsequent maintenance performed on the PIPELINE,
"' Licensee shall perform such work in a manner to preclude damage to the property of
Licensor, and preclude interference with the operation of its railroad. The construction of
the PIPELINE shall be completed within one (1) year of the Effective Date. Upon
do completion of the construction of the PIPELINE and after performing any subsequent
maintenance thereon, Licensee shall, at Licensee's own cost and expense, restore
Licensor's Premises to their former state as of the Effective Date of this License.
do
14. If at any time during the term of this License, Licensor shall desire the use of its rail
corridor in such a manner as would, in Licensor's reasonable opinion, be interfered with
an by the PIPELINE, Licensee shall, at its sole expense, within thirty (30) days after
receiving written notice from Licensor to such effect, make such changes in the
PIPELINE as in the sole discretion of Licensor may be necessary to avoid interference
with the proposed use of Licensor's rail corridor, including, without limitation, the
relocation of the existing or the construction of a new PIPELINE(s).
15. (a) Prior to Licensee conducting any boring work on or about any portion of the
Premises, Licensee shall explore the proposed location for such work with hand
tools to a depth of at least three (3) feet below the surface of the ground
to determine whether pipelines or other structures exist below the surface,
"` provided, however, that in lieu of the foregoing, the Licensee shall have the right
to use suitable detection equipment or other generally accepted industry practice
ar Form 424; Rev.04/26/05
-4 -
Law Department Approved Tracking#07-35061
(etc., consulting with the Underground Services Association) to determine the
.r existence or location of pipelines and other subsurface structures prior to drilling
or excavating with mechanized equipment. Upon Licensee's written request,
which shall be made thirty (30) business days in advance of Licensee's
requested construction of the PIPELINE, Licensor will provide Licensee any
information that Licensor has in the possession of its Engineering Department
concerning the existence and approximate location of Licensor's underground
utilities and pipelines at or near the vicinity of the proposed PIPELINE. Prior to
conducting any such boring work, the Licensee will review all such material.
Licensor does not warrant the accuracy or completeness of information relating
to subsurface conditions and Licensee's operations will be subject at all times to
' the liability provisions herein.
(b) For all bores greater than 26-inch diameter and at a depth less than 10.0 feet
below bottom of rail, a soil investigation will need to be performed by the
Licensee and reviewed by Licensor prior to construction. This study is to
determine if granular material is present, and to prevent subsidence during the
+• installation process. If the investigation determines in Licensor's reasonable
opinion that granular material is present, Licensor may select a new location for
Licensee's use, or may require Licensee to furnish for Licensor's review and
approval, in its sole discretion a remedial plan to deal with the granular material.
Once Licensor has approved any such remedial plan in writing, Licensee shall, at
its sole cost and expense, carry out the approved plan in accordance with all
terms thereof and hereof.
16. Any open hole, boring or well constructed on the Premises by Licensee shall be safely
covered and secured at all times when Licensee is not working in the actual vicinity
thereof. Following completion of that portion of the work, all holes or borings constructed
on the Premises by Licensee shall be:
(a) filled in to surrounding ground level with compacted bentonite grout; or
(b) otherwise secured or retired in accordance with any applicable Legal
Requirement. No excavated materials may remain on Licensor's property for
more than ten (10) days, but must be properly disposed of by Licensee in
accordance with applicable Legal Requirements.
17. Upon termination of this License, Licensee shall, at its sole cost and expense:
®„ (a) remove the PIPELINE and all appurtenances thereto, or, at the sole discretion of
the Licensor, fill and cap or otherwise appropriately decommission the PIPELINE
with a method satisfactory to Licensor;
wr
(b) report and restore any damage to the Premises arising from, growing out of, or
connected with Licensee's use of the Premises;
'o (c) remedy any unsafe conditions on the Premises created or aggravated by
Licensee; and
"" (d) leave the Premises in the condition which existed as of the Effective Date of this
License.
do Form 424;Rev.04/26/05
-5 -
40
Law Department Approved Tracking#07-35061
.r
18. Licensee's on-site supervisions shall retain/maintain a fully executed copy of this
License at all times while on the Premises.
�r
LIABILITY
19. (a) TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND
SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND
AND HOLD HARMLESS LICENSOR AND LICENSOR'S AFFILIATED
COMPANIES, PARTNERS, SUCCESSORS, ASSIGNS, LEGAL
REPRESENTATIVES, OFFICERS, DIRECTORS, SHAREHOLDERS,
EMPLOYEES AND AGENTS (COLLECTIVELY, "INDEMNITEES") FOR, FROM
AND AGAINST ANY AND ALL CLAIMS, LIABILITIES, FINES, PENALTIES,
COSTS, DAMAGES, LOSSES, LIENS, CAUSES OF ACTION, SUITS,
1' DEMANDS, JUDGMENTS AND EXPENSES (INCLUDING, WITHOUT
LIMITATION, COURT COSTS, ATTORNEYS' FEES AND COSTS OF
INVESTIGATION, REMOVAL AND REMEDIATION AND GOVERNMENTAL
err OVERSIGHT COSTS) ENVIRONMENTAL OR OTHERWISE (COLLECTIVELY
"LIABILITIES") OF ANY NATURE, KIND OR DESCRIPTION OF ANY PERSON
OR ENTITY DIRECTLY OR INDIRECTLY ARISING OUT OF, RESULTING
FROM OR RELATED TO (IN WHOLE OR IN PART):
(i) THIS LICENSE, INCLUDING, WITHOUT LIMITATION, ITS
ENVIRONMENTAL PROVISIONS,
(ii) ANY RIGHTS OR INTERESTS GRANTED PURSUANT TO THIS
LICENSE,
(iii) LICENSEE'S OCCUPATION AND USE OF THE PREMISES,
(iv) THE ENVIRONMENTAL CONDITION AND STATUS OF THE
PREMISES CAUSED BY OR CONTRIBUTED BY LICENSEE, OR
'W (v) ANY ACT OR OMISSION OF LICENSEE OR LICENSEE'S
OFFICERS, AGENTS, INVITEES, EMPLOYEES, OR CONTRACTORS,
OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF
•+ THEM, OR ANYONE THEY CONTROL OR EXERCISE CONTROL
OVER,
„r, EVEN IF SUCH LIABILITIES ARISE FROM OR ARE ATTRIBUTED TO, IN
WHOLE OR IN PART, ANY NEGLIGENCE OF ANY INDEMNITEE. THE ONLY
LIABILITIES WITH RESPECT TO WHICH LICENSEE'S OBLIGATION TO
INDEMNIFY THE INDEMNITEES DOES NOT APPLY ARE LIABILITIES TO
THE EXTENT PROXIMATELY CAUSED BY THE GROSS NEGLIGENCE OR
WILLFUL MISCONDUCT OF AN INDEMNITEE.
(b) FURTHER, TO THE FULLEST EXTENT PERMITTED BY LAW,
NOTWITHSTANDING THE LIMITATION IN SECTION 19(a), LICENSEE
SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, NOW AND FOREVER
WAIVE ANY AND ALL CLAIMS, REGARDLESS WHETHER BASED ON THE
STRICT LIABILITY, NEGLIGENCE OR OTHERWISE, THAT RAILROAD IS AN
Form 424;Rev.04/26/05
-6 -
Law Department Approved Tracking#07-35061
.r
"OWNER", "OPERATOR", "ARRANGER", OR "TRANSPORTER" WITH
RESPECT TO THE PIPELINE FOR THE PURPOSES OF CERCLA OR OTHER
ENVIRONMENTAL LAWS. LICENSEE WILL INDEMNIFY, DEFEND AND
HOLD THE INDEMNITEES HARMLESS FROM ANY AND ALL SUCH CLAIMS
REGARDLESS OF THE NEGLIGENCE OF THE INDEMNITEES. LICENSEE
FURTHER AGREES THAT THE USE OF THE PREMISES AS
CONTEMPLATED BY THIS LICENSE SHALL NOT IN ANY WAY SUBJECT
LICENSOR TO CLAIMS THAT LICENSOR IS OTHER THAN A COMMON
CARRIER FOR PURPOSES OF ENVIRONMENTAL LAWS AND EXPRESSLY
AGREES TO INDEMNIFY, DEFEND, AND HOLD THE INDEMNITEES
HARMLESS FOR ANY AND ALL SUCH CLAIMS. IN NO EVENT SHALL
"' LICENSOR BE RESPONSIBLE FOR THE ENVIRONMENTAL CONDITION OF
THE PREMISES.
err (c) TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE FURTHER
AGREES, AND SHALL CAUSE ITS CONTRACTOR TO AGREE,
REGARDLESS OF ANY NEGLIGENCE OR ALLEGED NEGLIGENCE OF ANY
INDEMNITEE, TO INDEMNIFY, AND HOLD HARMLESS THE INDEMNITEES
AGAINST AND ASSUME THE DEFENSE OF ANY LIABILITIES ASSERTED
AGAINST OR SUFFERED BY ANY INDEMNITEE UNDER OR RELATED TO
THE FEDERAL EMPLOYERS' LIABILITY ACT ("FELA") WHENEVER
EMPLOYEES OF LICENSEE OR ANY OF ITS AGENTS, INVITEES, OR
CONTRACTORS CLAIM OR ALLEGE THAT THEY ARE EMPLOYEES OF
ANY INDEMNITEE OR OTHERWISE. THIS INDEMNITY SHALL ALSO
EXTEND, ON THE SAME BASIS, TO FELA CLAIMS BASED ON ACTUAL OR
ALLEGED VIOLATIONS OF ANY FEDERAL, STATE OR LOCAL LAWS OR
REGULATIONS, INCLUDING BUT NOT LIMITED TO THE SAFETY
on APPLIANCE ACT, THE BOILER INSPECTION ACT, THE OCCUPATIONAL
HEALTH AND SAFETY ACT, THE RESOURCE CONSERVATION AND
RECOVERY ACT, AND ANY SIMILAR STATE OR FEDERAL STATUTE.
do
(d) Upon written notice from Licensor, Licensee agrees to assume the defense of
any lawsuit or other proceeding brought against any Indemnitee by any entity,
+w relating to any matter covered by this License for which Licensee has an
obligation to assume liability for and/or save and hold harmless any Indemnitee.
Licensee shall pay all costs incident to such defense, including, but not limited to,
40 attorneys' fees, investigators' fees, litigation and appeal expenses, settlement
payments, and amounts paid in satisfaction of judgments.
do PERSONAL PROPERTY WAIVER
20. ALL PERSONAL PROPERTY, INCLUDING, BUT NOT LIMITED TO, FIXTURES,
do EQUIPMENT, OR RELATED MATERIALS UPON THE PREMISES WILL BE AT THE
RISK OF LICENSEE ONLY, AND NO INDEMNITEE WILL BE LIABLE FOR ANY
DAMAGE THERETO OR THEFT THEREOF, WHETHER OR NOT DUE IN WHOLE OR
IN PART TO THE NEGLIGENCE OF ANY INDEMNITEE.
INSURANCE
21. Licensee shall, at its sole cost and expense, procure and maintain during the life of this
Agreement the following insurance coverage:
r
Form 424;Rev.04/26/05
-7-
wr
Law Department Approved Tracking#07-35061
A. Commercial General Liability Insurance. This insurance shall contain broad form
contractual liability with a combined single limit of a minimum of$5,000,000 each
occurrence and an aggregate limit of at least $10,000,000. Coverage must be
purchased on a post 1998 ISO occurrence or equivalent and include coverage
for, but not limited to, the following:
♦ Bodily Injury and Property Damage
♦ Personal Injury and Advertising Injury
♦ Fire legal liability
♦ Products and completed operations
rr
This policy shall also contain the following endorsements, which shall be indicated on
the certificate of insurance:
♦ The employee and workers compensation related exclusions in the above
policy shall not apply with respect to claims related to railroad employees.
♦ The definition of insured contract shall be amended to remove any exclusion
or other limitation for any work being done within 50 feet of railroad property.
♦ Any exclusions related to the explosion, collapse and underground hazards
shall be removed.
No other endorsements limiting coverage may be included on the policy.
s
B. Business Automobile Insurance. This insurance shall contain a combined single
limit of at least $1,000,000 per occurrence, and include coverage for, but not
limited to the following:
♦ Bodily injury and property damage
♦ Any and all vehicles owned, used or hired
r
C. Workers Compensation and Employers Liability Insurance. This insurance shall
include coverage for, but not limited to:
♦ Licensee's statutory liability under the worker's compensation laws of the
state(s) in which the work is to be performed. If optional under State law, the
insurance must cover all employees anyway.
♦ Employers' Liability (Part B) with limits of at least $500,000 each accident,
$500,000 by disease policy limit, $500,000 by disease each employee.
D. Railroad Protective Liability Insurance. This insurance shall name only the
Licensor as the Insured with coverage of at least $5,000,000 per occurrence and
$10,000,000 in the aggregate. The coverage obtained under this policy shall
only be effective during the initial installation and/or construction of the
PIPELINE. THE CONSTRUCTION OF THE PIPELINE SHALL BE
COMPLETED WITHIN ONE (1) YEAR OF THE EFFECTIVE DATE. If further
maintenance of the PIPELINE is needed at a later date, an additional Railroad
Protective Liability Insurance Policy shall be required. The policy shall be issued
on a standard ISO form CG 00 35 10 93 and include the following:
♦ Endorsed to include the Pollution Exclusion Amendment (ISO form CG 28 31
" 10 93)
♦ Endorsed to include the Limited Seepage and Pollution Endorsement.
♦ Endorsed to include Evacuation Expense Coverage Endorsement.
♦ No other endorsements restricting coverage may be added.
+� Form 424; Rev. 04/26/05
-8-
Law Department Approved Tracking#07-35061
ar
♦ The original policy must be provided to the Licensor prior to performing any
.. work or services under this Agreement.
In lieu of providing a Railroad Protective Liability Policy, Licensee may participate in
Licensor's Blanket Railroad Protective Liability Insurance Policy available to Licensee or
its contractor. The limits of coverage are the same as above. The cost is $1000.
o, 1 elect to participate in Licensor's Blanket Policy;
❑ I elect not to participate in Licensor's Blanket Policy.
do Where allowable by law, all policies (applying to coverage listed above) shall contain no
exclusion for punitive damages and certificates of insurance shall reflect that no
exclusion exists.
Licensee agrees to waive its right of recovery against Licensor for all claims and suits
against Licensor. In addition, its insurers, through policy endorsement, waive their right
of subrogation against Licensor for all claims and suits. The certificate of insurance
must reflect waiver of subrogation endorsement. Licensee further waives its right of
recovery, and its insurers also waive their right of subrogation against Licensor for loss
of its owned or leased property or property under its care, custody, or control.
Licensee's insurance policies through policy endorsement must include wording which
states that the policy shall be primary and non-contributing with respect to any insurance
carried by Licensor. The certificate of insurance must reflect that the above wording is
included in evidenced policies.
r` All policy(ies) required above (excluding Workers Compensation, Contractor's Pollution
Legal Liability and if applicable, Railroad Protective) shall include a severability of
interest endorsement and shall name Licensor and Staubach Global Services - RR, Inc.
as an additional insured with respect to work performed under this agreement.
Severability of interest and naming Licensor and Staubach Global Services - RR, Inc. as
additional insureds shall be indicated on the certificate of insurance.
Licensee is not allowed to self-insure without the prior written consent of Licensor. If
granted by Licensor, any deductible, self-insured retention or other financial
responsibility for claims shall be covered directly by Licensee in lieu of insurance. Any
and all Licensor liabilities that would otherwise, in accordance with the provisions of this
Agreement, be covered by Licensee's insurance will be covered as if Licensee elected
40 not to include a deductible, self-insured retention, or other financial responsibility for
claims.
40 Prior to commencing the Work, Licensee shall furnish to Licensor an acceptable
certificate(s) of insurance including an original signature of the authorized representative
evidencing the required coverage, endorsements, and amendments. The policy(ies)
shall contain a provision that obligates the insurance company(ies) issuing such
policy(ies) to notify Licensor in writing at least 30 days prior to any cancellation, non-
renewal, substitution or material alteration. This cancellation provision shall be indicated
on the certificate of insurance. In the event of a claim or lawsuit involving Railroad
arising out of this agreement, Licensee will make available any required policy covering
such claim or lawsuit.
�r Form 424;Rev.04/26/05
-9 -
Law Department Approved Tracking#07-35061
or
Any insurance policy shall be written by a reputable insurance company acceptable to
Licensor or with a current Best's Guide Rating of A- and Class VII or better, and
authorized to do business in the state(s) in which the service is to be provided.
Licensee represents that this License has been thoroughly reviewed by Licensee's
insurance agent(s)/broker(s), who have been instructed by Licensee to procure the
insurance coverage required by this Agreement. Allocated Loss Expense shall be in
addition to all policy limits for coverages referenced above.
Not more frequently than once every five years, Licensor may reasonably modify the
required insurance coverage to reflect then-current risk management practices in the
railroad industry and underwriting practices in the insurance industry.
+ If any portion of the operation is to be subcontracted by Licensee, Licensee shall require
that the subcontractor shall provide and maintain insurance coverages as set forth
herein, naming Licensor as an additional insured, and shall require that the
subcontractor shall release, defend and indemnify Licensor to the same extent and
under the same terms and conditions as Licensee is required to release, defend and
indemnify Licensor herein.
.r
Failure to provide evidence as required by this section shall entitle, but not require,
Licensor to terminate this License immediately. Acceptance of a certificate that does not
comply with this section shall not operate as a waiver of Licensee's obligations
hereunder.
The fact that insurance (including, without limitation, self-insurance) is obtained by
Licensee shall not be deemed to release or diminish the liability of Licensee including,
without limitation, liability under the indemnity provisions of this License. Damages
recoverable by Licensor shall not be limited by the amount of the required insurance
+r coverage.
For purposes of this section, Licensor shall mean "Burlington Northern Santa Fe
.. Corporation", "BNSF Railway Company" and the subsidiaries, successors, assigns and
affiliates of each.
ENVIRONMENTAL
22. (a) Licensee shall strictly comply with all federal, state and local environmental laws
40 and regulations in its use of the Premises, including, but not limited to, the
Resource Conservation and Recovery Act, as amended (RCRA), the Clean
Water Act, the Oil Pollution Act, the Hazardous Materials Transportation Act,
CERCLA (collectively referred to as the "Environmental Laws"). Licensee shall
not maintain a treatment, storage, transfer or disposal facility, or underground
storage tank, as defined by Environmental Laws on the Premises. Licensee shall
not release or suffer the release of oil or hazardous substances, as defined by
do Environmental Laws on or about the Premises.
do (b) Licensee shall give Licensor immediate notice to Licensor's Resource Operations
Center at (800) 832-5452 of any release of hazardous substances on or from the
Premises, violation of Environmental Laws, or inspection or inquiry by
r
Form 424; Rev.04/26/05
-lo -
go
Law Department Approved Tracking#07-35061
air
governmental authorities charged with enforcing Environmental Laws with
respect to Licensee's use of the Premises. Licensee shall use the best efforts to
promptly respond to any release on or from the Premises. Licensee also shall
give Licensor immediate notice of all measures undertaken on behalf of Licensee
to investigate, remediate, respond to or otherwise cure such release or violation.
(c) In the event that Licensor has notice from Licensee or otherwise of a release or
violation of Environmental Laws arising in any way with respect to the PIPELINE
which occurred or may occur during the term of this License, Licensor may
require Licensee, at Licensee's sole risk and expense, to take timely measures to
investigate, remediate, respond to or otherwise cure such release or violation
affecting the Premises or Licensor's right-of-way.
(d) Licensee shall promptly report to Licensor in writing any conditions or activities
upon the Premises known to Licensee which create a risk of harm to persons,
property or the environment and shall take whatever action is necessary to
prevent injury to persons or property arising out of such conditions or activities;
rr provided, however, that Licensee's reporting to Licensor shall not relieve
Licensee of any obligation whatsoever imposed on it by this License. Licensee
shall promptly respond to Licensor's request for information regarding said
,o conditions or activities.
ALTERATIONS
23. Licensee may not make any alterations to the Premises or permanently affix anything to
the Premises or any buildings or other structures adjacent to the Premises without
Licensor's prior written consent.
r
NO WARRANTIES
+■ 24. LICENSOR'S DUTIES AND WARRANTIES ARE LIMITED TO THOSE EXPRESSLY
STATED IN THIS LICENSE AND SHALL NOT INCLUDE ANY IMPLIED DUTIES OR
IMPLIED WARRANTIES, NOW OR IN THE FUTURE. NO REPRESENTATIONS OR
.r WARRANTIES HAVE BEEN MADE BY LICENSOR OTHER THAN THOSE
CONTAINED IN THIS LICENSE. LICENSEE HEREBY WAIVES ANY AND ALL
WARRANTIES, EXPRESS OR IMPLIED, WITH RESPECT TO THE PREMISES OR
WHICH MAY EXIST BY OPERATION OF LAW OR IN EQUITY, INCLUDING,
WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY, HABITABILITY
OR FITNESS FOR A PARTICULAR PURPOSE.
QUIET ENJOYMENT
25. LICENSOR DOES NOT WARRANT ITS TITLE TO THE PROPERTY NOR
UNDERTAKE TO DEFEND LICENSEE IN THE PEACEABLE POSSESSION OR USE
THEREOF. NO COVENANT OF QUIET ENJOYMENT IS MADE.
DEFAULT
26. If default shall be made in any of the covenants or agreements of Licensee contained in
this document, or in case of any assignment or transfer of this License by operation of
law, Licensor may, at its option, terminate this License by serving five (5) days' notice in
Form 424; Rev.04/26/05
-11 -
r
Law Department Approved Tracking#07-35061
writing upon Licensee. Any waiver by Licensor of any default or defaults shall not
constitute a waiver of the right to terminate this License for any subsequent default or
defaults, nor shall any such waiver in any way affect Licensor's ability to enforce any
Section of this License. The remedy set forth in this Section 26 shall be in addition to,
r
and not in limitation of, any other remedies that Licensor may have at law or in equity.
LIENS AND CHARGES
27. Licensee shall promptly pay and discharge any and all liens arising out of any
construction, alterations or repairs done, suffered or permitted to be done by Licensee
on Premises. Licensor is hereby authorized to post any notices or take any other action
upon or with respect to Premises that is or may be permitted by law to prevent the
attachment of any such liens to Premises; provided, however, that failure of Licensor to
take any such action shall not relieve Licensee of any obligation or liability under this
.rr Section 27 or any other Section of this License. Licensee shall pay when due any taxes,
assessments or other charges (collectively, "Taxes") levied or assessed upon the
Improvements by any governmental or quasi-governmental body or any Taxes levied or
„ assessed against Licensor or the Premises that are attributable to the Improvements.
TERMINATION
28. This License may be terminated by Licensor, at any time, by serving thirty (30) days'
written notice of termination upon Licensee. This License may be terminated by
' Licensee upon execution of Licensors Mutual Termination Letter Agreement then in
effect. Upon expiration of the time specified in such notice, this License and all rights of
Licensee shall absolutely cease.
29. If Licensee fails to surrender to Licensor the Premises, upon any termination of this
License, all liabilities and obligations of Licensee hereunder shall continue in effect until
the Premises are surrendered. Termination shall not release Licensee from any liability
or obligation, whether of indemnity or otherwise, resulting from any events happening
prior to the date of termination.
.. ASSIGNMENT
30. Neither Licensee, nor the heirs, legal representatives, successors, or assigns of
Licensee, nor any subsequent assignee, shall assign or transfer this License or any
interest herein, without the prior written consent and approval of Licensor, which may be
withheld in Licensor's sole discretion.
NOTICES
31. Any notice required or permitted to be given hereunder by one party to the other shall be
in writing and the same shall be given and shall be deemed to have been served and
given if (i) placed in the United States mail, certified, return receipt requested, or (ii)
deposited into the custody of a nationally recognized overnight delivery service,
addressed to the party to be notified at the address for such party specified below, or to
such other address as the party to be notified may designate by giving the other party no
less than thirty (30) days' advance written notice of such change in address.
If to Licensor: Staubach Global Services - RR, Inc.
Form 424;Rev.04/26/05
-12 -
Law Department Approved Tracking#07-35061
3017 Lou Menk Drive, Suite 100
Fort Worth, TX 76131-2800
Attn- Licenses/Permits
with a copy to: BNSF Railway Company
2500 Lou Menk Dr. —A0133
Fort Worth, TX 76131
Attn: Manager— Land Revenue Management
If to Licensee: City of Renton
1055 S. Grady Way
"o Renton, Washington 98057
SURVIVAL
.r
32. Neither termination nor expiration will release either party from any liability or obligation
under this License, whether of indemnity or otherwise, resulting from any acts, omissions
or events happening prior to the date of termination or expiration, or, if later, the date
when the PIPELINE and improvements are removed and the Premises are restored to
its condition as of the Effective Date.
RECORDATION
33. It is understood and agreed that this License shall not be placed on public record.
APPLICABLE LAW
34. All questions concerning the interpretation or application of provisions of this License
shall be decided according to the substantive laws of the State of Texas without regard to
conflicts of law provisions.
SEVERABILITY
35. To the maximum extent possible, each provision of this License shall be interpreted in
such manner as to be effective and valid under applicable law, but if any provision of this
License shall be prohibited by, or held to be invalid under, applicable law, such provision
shall be ineffective solely to the extent of such prohibition or invalidity, and this shall not
invalidate the remainder of such provision or any other provision of this License.
.r
INTEGRATION
36. This License is the full and complete agreement between Licensor and Licensee with
respect to all matters relating to Licensee's use of the Premises, and supersedes any
" and all other agreements between the parties hereto relating to Licensee's use of the
Premises as described herein. However, nothing herein is intended to terminate any
surviving obligation of Licensee or Licensee's obligation to defend and hold Licensor
harmless in any prior written agreement between the parties.
rr
wr
Form 424;Rev. 04/26/05
-13 -
Law Department Approved Tracking#07-35061
+r
MISCELLANEOUS
37. In the event that Licensee consists of two or more parties, all the covenants and
agreements of Licensee herein contained shall be the joint and several covenants and
agreements of such parties.
38. The waiver by Licensor of the breach of any provision herein by Licensee shall in no way
impair the right of Licensor to enforce that provision for any subsequent breach thereof.
Staubach Global Services — RR, Inc. is acting as representative for BNSF Railway
Company.
IN WITNESS WHEREOF, this License has been duly executed, in duplicate, by the
parties hereto as of the day and year first above written.
do
BNSF RAILWAY COMPANY
w+ Staubach Global Services - RR, Inc., its Attorney in
Fact
3017 Lou Menk Drive, Suite 100
10 Fort Wh, TX 76131-2800
r L
d �
By: _
.w
Ed Darter
Title: Vice President- National Accounts
to
CITY OF RENTON
1055 S. Grady Way
do R nton, Washington 98057
By: A .
as Title: P b i o ini trator
r
M
rr
s
r
arr
Form 424; Rev.04/26/05
-14 -
TRACKING NO.07-35061
EXHIBIT "A"
ATTACHED TO CONTRACT BETWEEN
BNSF RAILWAY COMPANY
r AND
co
CITY OF RENTON
L�
„ SCALE: 1 IN.= 1 00 FT. SECTION: 29 Of
NORTHWEST DIV. WA-08A TOWNSHIP: 24E a
WOODINVILLE SUBDIV. L.S. 0405 RANGE: 5E MF
+ DATE 11/19/2007 02 MERIDIAN: WILLM
REV. DATE 02/25/2008
� a4nf v'tJ4 F r p i7 It � Q' 7
�. ES 930-1-4� =,
PROPERTY_ LINE
aw
dov
'_ �, 9�!"7 _ .YOHOMISH JC~7.-^WE T
- _
PROPERTY LINE
�r
DESCRIPTION OF PIPELINE
do PIPELINE SHOWN BOLD
CARRIER CASING CARRIER CASING
PIPE PIPE PIPE PIPE
as SIZE: 36" 45 " LENGTH ON R/W: 100' 55 '
CONTENTS: STORM WATER WORKING PRESSURE: GRAVITY
PIPE MATERIAL: HDPE STEEL BURY: BASE/RAIL TO TOP OF CASING 13. 5'
of SPECIFICATION / GRADE: DR-211 GR-8 BURY: NATURAL GROUND _1
WALL THICKNESS: 1 . 714 0. 625 BURY: ROADWAY DITCHES 3
COATING: N/A N/A CATHODIC PROTECTION N/A
•
VENTS: NUMBER __0 SIZE — HEIGHT OF VENT ABOVE GROUND —
NOTE: CASING TO BE JACKED OR DRY BORED ONLY
AT REDMOND
COUNTY OF K I NG STATE OF WA KLC
IIRAWINf; Nn. 1-42r,1R
# �4�cy3ctad Lc) o �.
w w ° °_ O
p Z m W M 1 o L)
z woad woroa N
F-Om 3SQp W 00 N Ovj mHOVwz� 1 $fr
wwoz Uwa x� zp oop rooW,° z
�wQ a mH C� WOE ZO FcDUU JJmwwdwo0M N V
a z NFU 2 N w o o ¢z O o w o m 3 N W
JU O Y ZmN Omw N^ p�m H H QmU V7NZ( ''3^: J
�OSW ma 30�¢ E �v wo�cpi 03='vf paw OOr-� VJ C
x UU/- JU 0.q PO=
W Uw JZ3 (n U
In m o = a- W¢V< 1-6> N 4¢~ w wy w w m O Z 0 Z Z
wm" Z vi wvi W g
~a Zw I^(n z�Vw � In¢ w 1-U x zm2pN3
Uowcn I 03o V� n� ¢w oUOZ Iw.omd-UlJmw W G.
J 3� w�cl O�z ���zU �N c~i��3 z 3zN��o�U� p W
oww w r=te �z UQ�o ow x�S wOwxU U o cc
U¢UO >¢wU�o �� n NN �nwlnWnJ �m� n� W
W wZvl Way UIn=�JU z z �� z�z� xz�FZOZwz� - fn
X Z O—w O¢O O_ o O o— w O W Z O O W 2 0 0
W �aom a3 wmvnmcn U U wlnU L)o EL UD_'O U Uw3 U� W
N M 7 In t0 y O
N F-
Q
u N p
H
m
co o Z
z c3 ww g
m M Zam w
�o �Q/7z11 M
°r ooUw Ix
z
O H N
�c +OC)w O
w w N<O?
Z
N Z3133HS 335 OI+Z VIS 3N1 l HOIVW
'-— ^�_ M
MAI 3SN8 °_ M/8 JSN8
_.
c� a r
Q�So O-��jjw D T
_ ..._ _ 3lld '7_ N3J £lO2lDddflS °o
u u DT�SS VI g9� m
--e�z-
c3 W
aa
'
11 r9ZE N m
t
aZOWY ,..... ��' W � N I � �
O N.. O U
'x M N a Q N � W Z I Q 7 I a LLI
s o
¢ d -. JInO ! � I Ja pp d.
�w®o m- °--°- .. _..1 _.__.. .R. ._� _ w
Lj
�Z� II o w -._. _ ._.. _ ;r,.. - a tL N N vii 1 m w r $
�w ®w w ,w U... N { n OFO I -
N U X J
O No p d W JO F. Lj
_.
0
o_ m n � � o
M w wu� �vNi o S0 o , ® I �Zm
Ci
z z�`' z min
a
a ID J W Q Z w FU--
_..
Y a � zm n� �iiw l ��� o n`'`•�
ow
Q it W I m ! Z>w O In x Z
® e
r
W
�� a - i(n ( o u) ° v
ro m jz I
o
... a _ m W v z Y
�,�.JSNB r ., �.._ j._r I_t.�.---�' ...{ IO '' S ��N
t -
i
7
l l t ! I
~ � f
N
i
i
+ z
\ z
N n 8'0£ * a
r
r
d � S
_ + t
14 -77
_. ,. .. W
¢ • V.._..._._.. a 4i
O O O
`a
N _ N
w ' 4 :W
- .�... U.- fn W .M .-.0•C ^ O O
a'S� ,fin m DO __ 222 >
co <4 +N >oo Z w I _ Nx �pf:'`" °N m0 ww J II II ��� m
(~n W ww w.. ^ O N N O m Nam O
N N ¢ I Q J O �Z I m U M UFO w
N W w N W W w x!O W ?Z II I O>
W - .. .Y= v) i_o Z,w _ �cn 0o m_wi�m LLj
l•£ l•£ o } ±�o �o
--�_� M x>m- -
14 l Y._ _. ...> - .., w I z Y o
_____
u � (Qn
._.x. --x--- , H I .-M V
N ( ` I
3
.z,
I
'T
-^ - - - 7 __.. lid 9M0 33S __.o o N o
...... ... ,
_ I -
p - - . 8oL -11S 131If10 �'a
._.. .� . 4S„9£ X3 - j I z wj 3 96+0^V1S r_ j ca U
x S ..- I---- -- : --( - • O Vii; i5 w
mo —Lj
KO i w (r i M p 1.0 O m
y en LO wo N—
x N W W II II U U - co;
9T U _ U (O M SOW_W Z� m t
p•1 Z - D,r + - _..__ I XI Ir f- i
- m t0 � ;' r - Q :D- _.. l m 104 w
a, ol V)
Lb LIj
x D
z z rn o I °o S o 1
J� .
ww / Z ow
avwi Wzw /� ,N w ;mc-vEn m j
O r
M J i tp S O
r
uj
Z w 5 uoq m
w J ,. J i 2 w o m O .-
a a• �o;��n w °
Z� Qp .•- 2 2.-. m - a�'p0 a a cMS e
.rpN� QU p ¢ O� x '1 O m1¢wU m o6go
U Zo r o ^ ice' m Worw
ion Q or,o m o2rn(� m i !
fA oow LLI ¢ �mrO U I
w o __- w U In U ¢• r� U� __ 1
UNQ ... ._` NMWzW Itl D oz(1)
lr h i i
�N
N
� 1
ti
7�J�Y S
GLEE-LZ-dMS 103roUd 1N3W3AONdW1 W31SAS WHOIS 'N 3NVI A31dR1
3WVN iDYOad
3wvH3�rf
# Wo
OZ j
0 �w0 ZJ W
In Z� ZJU OQ .y
U mw p~Z ¢U(n 0: J
ui
N JJW Q�0 V6.Z I-
Q U <SQ: w U Z
30__ �` <z�w O O
W W o � owe �n3 v 0
9 pM-H waw a U
c� O JZ+1 c�U)CL f g w
Z N m w o
U y Q
O N N
� J
0 Q
M O
N Uo N W
O
J Z
C) W
J _O �--1 W Z
LD W 3 M I I
u� J o w0 �j 3 M Z o LU
w I- J z a_
II w N w/Q o• O U
Z ? O 00 N J O \
y U I
Z) n
Y
Z iJ 3
J I-
3` � z
3w U�
U Ov r
w c
U
w Q QQ m m
0 m N
IA
Lj
w a
U
Z
v O
UNOR
W
Z J 4
o °
U. Y
Z O
V® kphp
pQw� 3 O
V U 2gY
a < 3
N
N W
N Z_
O Oo g W
a N ,L-£ o V M O N Jo Hid 30 NIW ,Z z
w ° x w �o N ®i rr ao w
N ` Q Op J~Z M W J Y
N $ L p W � '
r C = °w0 = I Z
.5Em7 a I p
> � Q O 0 OI Z J J� �pM \ O m~ o w
pp 3Q c3 a, JWy� a I f o a
U II ?� O H N OIA J>�0
\ CO o J W o �Wvw
CO �W u 3p z oo
p �w m
tZ Z.41
ONISS080
03NOVr /03808 N1038 I vl o
9£+1 V1S 41 w �� ° V o
,q rn 30 N Z
N CNN w R.
�T� z
o
J� N
w N
Y V 0 w (,
Z < O QZ
a. w
CX
W ON U
oz U Z �_ > W. Z w
U U
p 0 Q N
cn
no
p
0
3 J U Z m O O J Z
Z
W Z J
: 3 PD a `2
U N� ")m �0,
J? U
(Z_
r Q
^D O ct W Z w C
ui
■ a O J Y N U Q L
co]�
O U
m
o
M
NIW ,S =
I i M O 0
eD JD Z
W
l d w U U U
p U
z o '
0� fJ J J J a m
• N
N N y U n D M U 00 cx j mom
ZOMU 0 Q 3 =O LJ 2 w
of Li
ip0 pppp LLI O OV O ZUON a O a o 0 0
M W_m d [L J fi U ~Z W < N X W
I D II 10 00 3r-- �a N WOZM Z r--�
(r M2wM LL W d OJz m W = pW
z C� J o z W J w UwwD- D QQ �
w hzQ z ?� Q U oZ o o0 In J ao 1
z ,,,y W II v m o �-MOId O W n z o 00 0 o 0 I
O Q 0 \ t` a OJ O z = 3 =
0
p O
io U w I U l
O W I p < Z m m m m
z Z I w O
0
N U cr
U
y ---------- �
o t5 N z
U W w
Z W
Z
Q N O O U
CL C, ' U a oo� �0
° <X=�5 v D oo
c�
o Q��<a moa "oX i.i W �•�
J _ Q, ZFNY W O,KO J
w r o�aoo \i o = II II L
O N vw w oo�Wa
¢a
0
oa co � °
z CL mil 0 V)gGJ YZQ U 3 N N ,x m�aj�w.� �
wW mX V O=W
tp� �I oD W O<HO
0, MOwa d0w 3m
•r �0 � `�I R° � LL'Ni
N o
am O�m� Z $ �.
SL££-LZ-dMS 103f OUd 1N3W3AOUdW1 W31SAS W21O1S 'N 3NVI A31dIU
3WVN i33rodd
Wl I•Irrr 6� W� ilmr NOWAwr rr mmmw r aww� wwww www o WMIRWO Olwwo www wwr "NOON UNINO wwww wwrrW
p V
9 w W (�
Lj O
w ` d
W
W M
Z
Z
w a ~
U
r U
aQr z m g N
?per ` ;p r W O
ppz0- M° }oa4 IC-4 Z Z J w y Z
m m W 0 Z a I Z O 0 Q V N Q
p m< g to } H Vi J
Waa�¢c�� a W d w w Q W
~O z Lx, °w w IL rn W O z O w<� > N W
Z j2Um O Z
J x�JW�N Z W
W H W � 4Z
W JU~w� J
z <�o� w /j u
L p° ` w
w U-)
Dog
z
CL O a o
L�
°0 }
w
p p�3 0
N J
� Z J 2 :<- A \CL
00 N�¢ (n
wN H 01 W Q�
W uj Q <N�<m z~ o
a
w - F Ow
Nou-,
�� UmW W J ??Q '�Q'i II P$
m m m N 4'
O W W M 4
wz C Iw a owQWO y
aFKZOZ m o0 N"'°'Z
=OD z
p op Lj U) Z ui j�wzo�n $
H V)-Y Y S p H Q`1 Z W H
W W j K a Z Q U 2' W w X Q U li}W T
Z
p `,v4;
Y a
uo
U.
a
�l%li{lt:t�l'ii J a p W Q
co
CL
;r�yti'};itp'J m Zl'T
uj
, Z
`r7,} Rn Q Z O ~U W= 0
LL
O
ED
a a v o D N V)
LU
a z a m W o ui co-
a
.,.f 5•;�r�.�. 0 m O Z
D 4 J a
"`Q,:y Y1V�:fA J. - �'IiDI 'IiD Imo- ~ m
Z
O
�i
� z
w °
_ � N
w
w W OU
z
i a Z
V
I o Moo w a
W I in J g-) Z^ U
Sz I 0O UO0. Z O m
Z.
W z
Lo-w I 2 N O J W w m Z O
d'5 Vi W W' a0 w
W
d� YYN N m� _
N
0z l wo �� vim°. III-1I
II
a
o p HEEL,
T L
W
N m J -I
o
+ +— -
a Io
� Q O m
a I I I ll Z�
U
0 � p I l
+ co 0 w w
D'
ona
w I ZaZ o a � Z o - yvwiZ o
oC x 0 I ii N w -I ,, ll Y a 0. 0 - i
O I iD w I -1L 3 U H II i i
X I °° a N U II N _ > V .� - 2 z W N
w I a io W \ C) Q W \ - I -I'I_ Q \
CL U) w a y fn I w� fn
I J
O p a l ll�
I L, 1Tw
oW II
I c� �! +
+ - - + III 11=
W I n -will
III-II .�
o I ? m m /
U I OR mow }
LI)N ZJ
I Z p_W Z M X
I O Y~W W J n W U Z "
oLL
I 'o Zmo2g�oNoNw ��
I w �°FVV)g"�Z
S
NZ QQ O N OI.-IOxW JI s R?LL,
mK UJ7QCLa 1-U<O
H W N 2 Z Q V N O•�)
GLEE-LZ-dMS 1o3mHd 1N3W3A0HdWl W31SAS WHO1S 'N 3NVI A31diN
36VN lo3road
som110 atmew o r rlommr OWKW l oulmow smoRmo srn1f MINNOW somi mosoo wommoo �wnlf
tw Addendum 2
to CITY OF RENTON
Ripley Lane North Storm System Improvement Project
ADDENDUM NO. 2
Date Issued: April 11, 2008 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
do form in the Bid Document, or by signing this Addendum, and submitting either form with the bid.
THE BID DOCUMENTS ARE MODIFED AS FOLLOWS:
,r
The City is providing clarification to the existing construction plans and specifications with the
following attached drawings and/or specifications:
r
1.) Supplemental Seahawk project site soil information.
to
++w
Steve tee, PE, Project Manager, Surface Water Utility Ph#425-430-7205
to
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
r►
SIGNED:
as
TITLE:
AW NAME OF COMPANY:
aw
40
1Ig-Addm-2 Notice-STLO1-080411.DOC\
r
FIELD MOISTURE
F- (% DRY WT)(ASTM D 22161
`j w
w a >- SOIL DESCRIPTION
U 0 O
w j u I w w A DRY DENSITY (LB/CU FT)
Z J }
=
D jJ Q F- N tL N
O
z z J SURFACE COVER: Gravelly sand 10 20 30 40
r ? Lu ly Z 0 O v 0 w/grass cover
90 100 110 120
I
Moist Loose Gray Fine to medium SAND (SP)
to ossible FILL
I °
- -- - Very
S 5 Wet Loose Lenses of or- ;
+ 5 ganic PEAT (Pt ' 1
w/wood chips
do
S 2 ;
as 0
1
Lenses of sand-
organic PEAT j I ! lj I
as - - - - - - - - (-Et L
J '
lS 8 (Fine to medium silty SAND (SM)
15
i I I : II I I wI li
S 4 I . 1 H..;' ! i ; I
20—
Dense 1 '
Grades to fine I ! I H i .1 1 '.
S 31 11 clayey SAND (SC) 1 ; 1 i I ! • i
25 I'. ) -- - - - - - - � � 1 I I 11 .
•� � Ijj i li I " ; ! -
S 36 I I II II I I 1
I
Very
-• 1
Dense
S R -2•� n-e n vl-dium—Clayey SAND (SC) " - ; j ) ! j I ,
35 [cemented
10 Elevation : 20.9 Data Drilled : 13 Nov. 1974i
Equipment Used : Hollow Stem Auger ?H2 I Port Quendall
Water Level : Elev. 18.6 (22 Nov. 1978) 1 PROJECT NO. S12212.B0
!-7 STANDARD SPLIT SPOON SAMPLE
do L iASTM D 15861 R- > THAN 100 BLOW/FT
i Log of Boring B-19
© BULK SAMPLE
OTHIN WALL TUBE SAMPLE - NA NO RECOVERY
(ASTM D 1587) • SFT N-VALUE !ASTM D 15861 11/78
17 �
• FIELD MOISTURE
1- (X DRY WT)IASTM D 2216)
Uj
a V JO SOIL DESCRIPTION
w W A DRY DENSITY (LB/CU FT)
Z (w Q
z z JO c SURFACE COVER: • 10 20 30 40
' o (4 Z V v = 90 100 110 120
Wet
Very Gray Fine to medium clayey SAND, (SC) ,
Dense ` .i cemented
S R
' 40 Boring terminated @ 39.5' ill it
Observation well installed @
elev. +0-."5 - I I
An Il 111 ! 111 IIH 1111 1
l I '
I I I � i ! III II
IIH l 111111i. ii '. il l
III 1 11111 Ill
( 1 .
i I II
fill II
� ) Ij • • I
! ; I
IIII ; Ili Ii
INYilll , I 1
IllililiM
ii
i
do Elevation : Date Drilled
Equipment Used : I�H
:sHILL Port Quendall
VYater Level
0 PROJECT NO. 512212.BO
STANDARD SPLIT SPOON SAMPLE I ,
Ii( (ASTM D 1566) Rs > THAN 1DO BLOW/FT Log of Boring B-19
t �8 BULK SAMPLE Continued
+rP
[I]THIN WALL TUBE SAMPLE - NR NO RECOVERY
(A.STM D 15871 • SPT N-VALUE (ASTM D 15866)
/4-7
rr -
cl:
CL
L'i m 0
U.
CL
NL
U 2— CL
ks
00
QI-
a, C)
\\LuCD
"IICII
LLj--
CD
Aw_-j Ln
-71
00 c o
z
CD
"now ww� NOON" swoo wommoo emommw oftwomw wmmm� UNW" *Pmmw Imms" owsaw mmwm am" "Mmow
04
A
O 01, 0) w
D
cr.
CL
75
< z
LU
L,J� <
-Y -Y
IL
00 X,
cn v A
oc
Ui
cc
La
00
Z:D
91 6 le"�a
^. `O v o /
cc
yy
oQ rm
— I �
24
CN
ve
4S
x Z�
Ln
VJa
GOWAN& w OVAMOW "I"oow MONNAW momow "now wom� woram mono
Li
—j J a
o J z
0 Q N57W41'W
W C .64 0 210 4.0649' a J IT
J U w - O W
LJ
(A'p (Y \ 0 z -i 0- �pc. z
CC) v+ _J- g o
u° w E OvOo N Li
a C()J cn< ucN z
W L (TN W c, ° a - O
� o6 \ �
v::DW ova w L 5 \6
h0 �p I a z
h9 h6 p a z
NN U
w < zin I
a
� w a � w a U
N
z z o o � o J 1 6 = a
O � Z O V) d w z 0. h 0. °1 I
h� 5
\ CD 0 CD
Y wC-D 0 0 6 I
z >- > as ocn zz oti
Q hh
o Q z w L'i g -j O y 0
z = o z w a JO w� p
J 5� a
w a a o o O x J o 0 Z
O cn � _ � � 7 a ww o0 0
w a m v w ri ` m �o v� q
J -
Q
T 0 0
a �
I, w }
a l
Of J o
A Z) V d)
AS p� LL u N
0 P Q
0� 30 w Z U
c"o AA 2 z w
H } < w w
m
i � o
2 W <
( CD H a
O hA I 0 w Ao I
Z a ° a
Z
�l v J W 3p 3o d_ 30 �o I
/ Q a
I'
q
o
rr
z _j 0
0 0
O 0 a
y 0
O �ti a
%J
tih QGQ
QGQ ZO�Q1N OgS a I.
JLOEQ�� Q 1 A t- O° QGQ QGQ z z a I'
W Op I � � `LOOQZN Ooh D 10�Q`� \h
cQ I
Qa,� QGQ 6 j W
D \\ 00 130Qtt� 0� I- a
F- a
LLI
QGQ \\ QGQ I.L
S \ GQ
pE,Q Q 0. GQ L
�6 QZN �h5 0 °O
V/�O'/^� IL a
Q GO QGQ 0 QGQ P a
GQ GQ QGQ GQ O ° /
P Q 0 Q h S�ti QGQ
— �O�Q�� 6'S.� g00Q.\� 96 900Pt� ti �OGQ�t� � ZO�Pt� 0a _-T •S --
q
'
W
p p o o p Qda' a
a
s�aiX wool !l - zoff "SO uo/, ,0,9)/0/d lloysioura .iasn dOd .Inol(07 6Mpg ON00-dOd 6856! 6856! -H aLd
Mnrr ft r Or %"now W6 W r rrrr war .ter ammew woos" ummom r•r own" sawma 9Jrw rnrdL
W "
J
n J Z 210.61 M67V6'41'W
V7 OW LJ
J W Old- } O to LLI
m Z J y
(A ID Oda. Z
c _
Li E 0000
u a cn<uN " z LL
Q a O
LLi
clf
0 F-
a
Q U-) 0 5� 56 I" U LU
N z
w ID V
p �t x
w a �= w n ♦ 5ID a
z z zoo o _j 5h
H
O w w z N w w w
I
U W z o a wz � 0
\ Y J m Z O m0— Li
z Q w o cn zz
J °
O Q z � � N -J O Ir
5� a
w W Q O O mO X J U �cl Z p
J a m 2 aim �o 0o
al W
H
\� O Q U
/ A� 6 e• LL m vwi
�l° ♦ ° a LLI Z J w
Q > �S
0 0. Q � Q
Q
LU
In
/ Al I
ui
�6 F— �o
LU
F- a
o "
z Ow
Z CL I o 0
o
I 0
v 0
h Z Cj
W
ao- 00 pE zz "
♦ I
F-
�e
\o0e��
ma
2 W
= 0. I
U) CL
OOe OOe �QP�5 OF- APP 6p0 .APP�g0 P� 0 � � a I
o05 eP I
P �
,R)
100_00_
J'14'W 100.01' 0 v
a ' W
6��Q�� �`' Q�� �e oo`' �e�� �e 566° �QP�o� ti �Q�� 11� �o�Q�� ti� Q��'� a • W
� o
"
s7aiX tuoll !! - COOd S0 uo/ PaJJ% //Uys�oua .iasn yydl :7no(07 6Mpg�N07-Hbdl 68561 16BS61�H aLy
rrr 6twa'r � ■�ws r mw r "Womw rdo wMrrr UNNOW rr wrmr sum" rr•ew �6Y
Z O N
Pr`uject\ Co LL o
Noh��o r M v o u.
CL' 0
( N
a 0
N
U9t
!�` W (0 O ?
,;z m� a z�C1 0
r' O X �m
Co
W
CD
LU
I �s w
= Z
ti m ■ r1 r Y Q p
CL 3 W E z t5
l
z�
U) (n
f I T- I i ro
LO
�'
U
j 0 _
r
m W
1 Z � e-
U; m �
CL
ti
o 0
CL
jr 1 02 3
LL w V rncl
Co N o O o 30 IY
N r a> Z � m O
r
m���
Ca
CL
-.-sn j o,dmcp
" =moo
i
fin ' s d
J
o-, �' a u
a^ m a
erg` Co mom
(( I
J
F)t0 0'O C '�f0
i
o n ocGl c v
,C 2 m oc ca LL C. L
m
�0 i Q N m Q
Ca
CL
�-
,
a m N
O
< MO) �
.11; iii" . .. I i • 1 1 I l b� C�- �m�� N`-
r W o is °.Q U E c p d
_ _ D"
g m m a g m M°) g m a) a�i
e� > 8->
ED V)i T� N � EEc mE�� a� EroN
e- �
M C1 `22c moos voo�
l (.
a N N W � a>N cacc -r- CL
CL d, w moos ma�� m¢ u_
LL
\�V� � �,.J• ��`������ t 1'�m � I : j � � i I '
\ .h� �• p� I �,. i 1 � l - T-
�-
:� m �. m Li.
_ m W
r-- ----�
N I N
N a
cV I . 1
a, I t-- I o
a C/)
r
--J
L, J
I
i
�.
N. i ro
W N mo co mom o
0 8 c=sQ
\ti, Z
J c-' are c m.000
\\ .�N •N N .Chomp U CN
i y Cu f11 N W N N
poX CO X OXro�mo�
� a Na CL E m.
Ca
T it
e- m
_ a.
h
OVS:u1601 900Z-cZ-80:ele4 6Mp Z0 6iJ c00-9Z90Z-t-Lncoo-9Z90Z1L lzv:eweuelld
!Yr�
4 fo� w� lowm rr MINNOW +1� "Insoo "M..,W 4rr/o IrlOSSO lr Owosso nroo rrr ammom unnom "mow
2 — CONTRACT SECTION
INFORMATION ONLY
Ripley Lane N. Storm System Improvement Project
SWP-27-3375
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
12c-Contract Section.DOC\
POND TO THE CITY��F RENTON
W KNOW ALL MEN BY THESE PRESENTS: #105091864
That we,the undersigned Rodarte Construction , Inc .
Travelers Casualty and Surety
as principal, and Company of America corporation organized and existing
under the laws of the State of C T as a surety corporation, and qualified
under the Laws of the State of VtWashington to become surety upon bonds of contractors Nvith tttuniciaal
corporations, as surety are Jointly nd severally held and fmly bound to the City of Rent!�n. itt the
penal sum of$ 1 , 4 7 5 , 8 7 4 . 0�or the payment of which sum on detnand 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 Auburn-----, .Vasliirag-ton,this CO_ day of 200 8.
Nevertheless,the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Nblic Works Construction Contract C'..A.G-08-033
providing for construction of RIPLEY LANE NORTH ST[-R.M SYSTEM 11.9TROVEMEZIT
P CT fSWP27-3375)th.e principal. is required to fi:rriish a bond for the faith�perfvrtaance of
the contract. and
VVREREAS, 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 Nthfully perform will of the provisions of said wntraot in
the manner and within the time therein set forth, or within such extensions of time as may be ranted
under said contract, and shall pay ala. laborers, mechanics, subcontractors and materialtxsen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the
carrying on of said work, and shall bold said City of Renton harmless frora 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 expewe by reason of failure of performance as specified in
the contract or from. defects appearing or developing in the material or workmansliip 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 tbjs obligation shall be void; but otherwise it shall be and remain uo Ml
force and effect.
Travelers Casualty and Surety
Rodarte Construction, Inc. Company of America
Principal Surety `7
Si$°ai=-5 cT�v ' -j Signature Kenneth J . Frick
Attorney-in-Fact
Title Title
' WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
.A POWER OF ATTORNEY
TRAVELERSJ 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. 218701 Certificate No. 002098956
' 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
Donna S.Martinez,Kenneth J. Frick,and Alex B.Hodge
' Yakima Washington
of the City of ,State of ,their true and lawful Attorneys)-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 permitted in any actions or proceedings allowed by law.
14th
' IN WITN"§C1'Mb§F0F,the Compgbry7have caused this instrument to be signed and their corporate seals to be hereto affixed,this
day of
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
amour
TY I�(p'- SINfTy .a`w FiRE 6°�wa \�M IllgG p+1•ry...... Jp��v ANDS 0!p nfr
�r`�,,..........N A.4: z L �°"u,+�vm�� 4� C
O4v. P rZORPORAT'S fQ:. ..(+s: ti 9 3` �
lF c 1977 RICDRPDRg1ED�' m �t f; RPORA t:: y \' a INC
1 9 8 2 O :m e H4RTFCRO, rS `'�
t CONN.
u
qq , F SEAL,i
CO N.
i .R' �oar�W� •,,,°��,"�` 1s.twH,,,r �! � " ` •�", �1�Arrdt�
' State of Connecticut By:
City of Hartford ss. Georg Thompson, enior ice President
14th December 2007
On this the day of ,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.
' p,TET
In Witness Whereof,I hereunto set my hand and official seal. C V�Vn� ►
My Commission expires the 30th day of June,2011. p�L1G # Marie C.Tetreault,Notary Public
58440-5-07 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 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 Attomeys-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 Attomeys-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 day of 20
Kori M.Johans Assistant Secretary '
GI.SUA TY SURFjy F\RE 6 Y,M IN 1NSU 1Y 4N SU�rn TY
yr�- S t q P ° RFr Fy
<�. V"�oxc�v � Jr ,y �\;.......,G,➢ JP..........9 gJ b q�.` �� �O
O�'y�y°AfJ� V.� G * G� � �P4v f�ON P°R '7 4:' ..,•LO'�y °P ({p \ F
�-� • Ci n 9pn INCORPORATED�' g z' �'� w A>F m Wi•6°RPORATP�I � � �i���
Z 198 o � 1977 F 1927 �- t �{ a: __ .ns W NARTFORD, NAarFOrv, � Lass
b y� � i T• OF NEW �„R "„�E S....��f °}r... ..:��a �y! ���s t ._v 1�A1Ndc '
To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.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
,Sy CITY OF RENTON
� O
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
r
hereby confirms and declares that
(Name of contractor/subcontractor/consultant)
' 1. It is the policy of to offer e q ual
(Name of contractor/subcontractor/consultant)
' opportunity to all qualified employees and applicants for employment without regard to
the race, creed,color, sex, national origin, age, disability or veteran status.
' II. 1zo�P�P- cati's-Cam',►-�.Tt©N _complies with all applicable
Pp
(Name of contractor/subcontractor/consultant)
' federal, state and local laws governing non-discrimination in employment.
' 111. When applicable, k N'--. will seek out and
(Name of contractor/subcontractor/consultant)
negotiate with minority and women contractors for the award of subcontracts.
SV--- ?--Q0eV-A"c
' Print Agent/Representative's Name
Print Agent/Representative's Title
Agent/Representative's Signature
Lj 2'-t (�
' Date Signed
r
r
r.
Q ADATA_CenterTorms\C i ty\Contracts\B i dS pecs\14_FAIR.DOC\
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this &— day of , 2008
by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of
Washington, hereinafter referred to as "CITY" and �opp,�s. CUNS-ce�.�-cT�ON� ANC ,
hereinafter referred to as "CONTRACTOR."
' WITNESSETH:
' 1) The Contractor shall within the time stipulated, (to-wit: within 100 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-27-3375 for improvement by construction and installation
of:
Ripley Lane North Storm System Improvement Project
Work as described in"Scope of Work"dated March 2008 ,attached hereto.
All the foregoing shall be timely performed, furnished, constructed, installed and completed
in strict conformity with the plans and specifications, including any and all addenda issued
by the City and all other documents hereinafter enumerated, and in full compliance with all
applicable codes, ordinances and regulations of the City of Renton and any other
governmental authority having jurisdiction thereover. It is further agreed and stipulated that
' all of said labor, materials, appliances, machines, tools, equipment and services shall be
furnished and the construction installation performed and completed to the satisfaction and
the approval of the City's Public Works Director as being in such conformity with the plans,
' specifications and all requirements of or arising under the Contract. The Contractor agrees
to use recycled materials whenever practicable.
' 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of
this agreement, consists of the following documents, all of which are component parts of
said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if
' hereto attached.
a) This Agreement
b) Instruction to Bidders
' c) Bid Proposal
d) Specifications
e) Maps and Plans
' f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
' i) Technical Specifications, if any
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, 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,
' HAFile Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3375 Ripley Lane North - Gypsy Creek
Flooding Project\11111esign-Planning\ m Specs\15a-CONTRACT-NEW-6-15-07.doc
trr
its agents, officers and employees, and involves those actions covered by RCW 4.24.115,
this indemnity provision with respect to claims or suits based upon such concurrent
negligence shall be valid and enforceable only to the extent of the Contractor's negligence
or the negligence of the Contractor's agents or employees.
Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the contractor
and the city, its officers, officials, employees and volunteers, the contractor's liability
hereunder shall be only to the extent of the contractor's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitute the
contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely
for the purposes of this indemnification. This waiver has been mutually negotiated by the
parties. The provisions of this section shall survive the expiration or termination of this
agreement.
6) Any notice from one party to the other party under the Contract shall be in writing and shall
be dated and signed by the party giving such notice or by its duly authorized representative
of such party. Any such notice as heretofore specified shall be given by personal delivery
thereof or by depositing same in the United States mail, postage prepaid, certified or
registered mail.
' 7) The Contractor shall commence performance of the Contract no later than 10 calendar days
after Contract final execution, and shall complete the full performance of the Contract not
later than 100 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.
1 HAFile Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3375 Ripley Lane North - Gypsy Creek
Flooding Project\1100-Design-Planning\l 109 FinalSpecs\15a-CONTRACT-NEW-6-15-07.doc
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.
s
s
.r
r
s
r
r
HAFile Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3375 Ripley Lane North - Gypsy Creek
Flooding Project\1100-Design-Planning\1109 Specs\15a-CONTRACT-NEW-6-15-07.doc
r
s
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 $1,475,874.00
numbers
One Million Four Hundred Seventy Five Eight Hundred Seventy Four Dollars
written words
• plus Washington State Sales Tax (if applicable). Payments will be made to Contractor as
specified in the "Special Provisions" of this Contract.
,. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and
attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year
first above-written.
r
CONTRACTOR LOF TON
President/Partner/Owner VkcE %p Mayor Denis Law
do ATTEST
T /1
Secretary Bonnie I. Walton City Clerk
dba
rn Firm Name
check one
❑ Individual ❑ Partnership ® Corporation Incorporated in vo,N(4-�cjt'
.. 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.
+r
Q:\DATA_Center\Forms\City\Contracts\B idSpecs\15_othr.doc
ow
INSURANCE INFORMATION
and REQUIREMENTS
II�� rl DATE(MM/DD/YYYY)
A P, CERTIFICATE OF LIABILITY INSURANCE 04/25/2008
PROLUCER (� 9)248-3515 FAX (509)248-3673 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Terri! , Lew4 s and Wilke Insurance Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P 0 Box 1789 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
112 S 4th Street
Yakima, WA 98907 INSURERS AFFORDING COVERAGE NAIC#
INSURED Rodarte Construction, Inc. INSURER A. Ohio Casualty Group PIV
P 0 Box 1875 INSURER B:
Auburn, WA 98071-1871 INSURER C:
INSURER D:
INSURER E: R4 0N;
COVERAGES 1°.TY SYS,ECvIS
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,
NSR DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
DATE IMM/DDtYY) DATE(MMIDDfYY)
GENERAL LIABILITY BKW53356003 06/20/2007 06/20/2008 EACH OCCURRENCE $ 1,000,000
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,000
P F.CLAIMS MADE � OCCUR MED EXP(Any one person) $ 5,000
T A PERSONAL&ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000
POLICY X PRO-
JECT X LOC
AUTOMOBILE LIABILITY BAW53356003 0612012007 06/20/2008
COMBINED SINGLE LIMIT $
X ANY AUTO (Ea accident) 1,000,000
ALL OWNED AUTOS BODILY INJURY $
A SCHEDULED AUTOS (Per person)
X HIRED AUTOS
BODILY INJURY $
X NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO EA ACC $
OTHER THAN
AUTO ONLY: AGG $
EXCESS/UMBRELLA LIABILITY US053356003 06/20/2007 06/20/2008 EACH OCCURRENCE $ 4,000,000
X OCCUR ❑ CLAIMS MADE AGGREGATE $ 4,000,000
A $
DEDUCTIBLE $
RETENTION $ $
ST TH-
TOP GAP BKW53356003 06/20/2007 06/20/2008 A OER COMPENSATION AND WC TORY EMPLOYERS'LIABILITY
A ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000
OFFICER/MEMBER EXCLUDED?
E.L.DISEASE-EA EMPLOYEE $
If yes,describe under
SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
roject - Ripley Lane North Storm System Improvement Project SWP27-3375
ity of Renton is named as an additional insured per form CG 8407 1203
lanket primary non-contributory additional insured and waiver of subrogation applies
ber policy form CG84071203 attached
10 day written cancellation notice for non-payment of premium
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL
City of Renton 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Planning/Building/Public Works BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
1055 South Grady Way OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES.
Renton, WA 98055 AUTHORIZED REPRESENTATIVE
Kenneth Frick/DONNA ��.�/� r
4CORD 25(2001/08) ©ACORD CORPORATION 1988
l
1
IMPORTANT '
If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). ,
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement.A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s). '
DISCLAIMER '
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
t
ACORD 25(2001/08)
r COMMERCIAL GENERAL LIABILITY
CG 84 07 12 03
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
GENERAL LIABILITY
- MASTER PAKo
RIG MEDICAL PAYMENTS EXTENSION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
INDEX
SUBJECT PAGE
BLANKET ADDITIONAL INSURED (OWNERS, LESSEES, CONTRACTORS OR LESSORS) 2
FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3
NON-OWNED WATERCRAFT 4
SUPPLEMENTARY PAYMENTS (BAIL BONDS) 4
PERSONAL AND ADVERTISING INJURY- ELECTRONIC PUBLICATION EXTENSION 5
AGGREGATE LIMITS (PER LOCATION) 5
AGGREGATE LIMITS (PER PROJECT) 5
VOLUNTARY PROPERTY DAMAGE COVERAGE 6
OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE 6
NEWLY FORMED OR ACQUIRED ORGANIZATIONS 7
DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7
BODILY INJURY (MENTAL ANGUISH) 8
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 8
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 1 of 8
810 Z abed £OOZ '•oul 'sallJadoJd OSI o EO Z I. LO 1V8 JO '
uolsslwJad sl! yl!m '•oul 'aoilp soolnJaS aoueJnsul 10 leualew pajgGuAdoo sapnloul
•paJnsui leuop ppe ayl to aoua6ll6au
alos ayl woJ1 6ulllnsaJ Al!I!gell ayl of Aldde 1ou saop paJnsui leuoll!ppe ayl papinoid aoueJnsu! ayl •0
'Aollod slyl Japun algel!ene aoue.insul to sl!w!I ayl of uojl!ppe u!
lou pue to anlsnloul aJe sl!w!! asayl •ssal aJe Janayolym 'Aollod slyl to aoue.insul 10 s4!w!q - III uol;oaS
ui paullap pue Aollod slyl to suolleJeloaa ayl ui palels se aoueansui to sl!w!1 ayl Jo ltioweeJ6e uallpm
Jo loeJluoo uallpm a ui payloads asoyl a.ie paansui leuo1l!ppe ayl of algeolidde aoueansui to sl!w!I a41 'g
•loafoad awes ayllo lied se ledloulad a Jot suolleaado 6ulwaolJad u! pa6e6ua Jol
-oe.iluoogns Jo JoloeJluoo Jayloue ueyl Jaylo uollezlue6Jo Jo uos.iad Aue Aq asn papualu!
sll of lnd uaaq sey saspe a6ewep Jo Ainfui a41 yolym 10 1no ,Tom .inoA,, to uo!lJod ley! (Z)
Jo 'pajoldwoo
uaaq aney suolleaado paJanoo ayl aJaym al!s ayl le (s)paansul leuojllppe ayl to 11eyaq
uo Jo Aq pawaolJad aaam (sJledej Jo aoueualuleLU 'aolnaas ueyl Jay10) loafo.id ayl uo
'�JOm yons yllm uojloauuoo ui paysluanl luawdlnba ao sl.ied 'sleualew 6ulpnlou! 'lJom 11y (L)
.r
:Jade 6ulJJn000 „a6ewep Alaadoad„ Jo „AJnfu!Al!po8„ •q
•sall!nlloe 6uuaaul6uaJo lea nloal!yoae 'uolloadsul 'AJoslnJadnS (Z) ••
PUB 'suO1jeoij1o@ds pue s6ulmeap Jo saapao 86ueyo'sJapJO plall'sAanans 'slJodaJ 'suol
-uldo 's6ulmeap dogs 'sdew anoadde Jo aaedaad of 6u!I!e1 Jo '6ulnoadde '6upedaad ayl (L)
:6ulpnloui saolnJas
leuolssaloJd /pue Japuej of aanl!el Jo 10 6uu9pu9J s,JOAanrns Jo s,Jaaul6u9 's,loal!yoae ue 10
lno 6ulspe sluawAed AnjuawaiddnS ayl Japun a6eJ9nO0 asualap Jo A11l!gelq AJnful 6u1sjlJan
-PV pue leuosaad - g a6eaano0 '�il!i!ge!i a6ewea A:padoJd pue lunful f.!lpog - b abeJano3 •e
:ol Aldde lou saop anoge •Z•d•L ui paansui leuoll!ppe ay1 pep!noJd aoueansui ay i
•paJnsu! leyl Jol pawolJad suolleJado 6ulo6uo.JnoA A.q Lied u! Jo aloynn u! pasneD •Z
Jo 'Adn000 Jo 'aseel 'luaJ
'umo no%leyl 'luaweeibe uall!Jm Jo loeJluoo uelllJm e ui pacIposap se 'Alaadoad IeaJ 10 lno bulspV 'L
:Al!!!ge!! of loadsaJ yllm paansui leuo1l!ppe ue Aluo s! uollezlue6Jo Jo uos.iad ayl d
:smollol se pel!w!1 si paansui leuoll!ppe ayl pap!noad eouemsu! ayl
„•%Jnfu!
6ulsllJanpe pue leuosaad„ Jo '„a6ewep Alaadoad,, „'Ainfui /,I!poq„ ay1 of JolJd palnoaxa pue Aollod sly!
10 wJal ayl 6uunp an!.loalla 6ulwooeq Jo loalla u! AlluaJJno aq lsnw luawaa J6e uallpm Jo ,o9Jluoo uallpm ab
ayl •luaweeift uallum Jo 1oeJluoo uallpm e u! Aollod slyl uo paansui leuolllppe ue se auJeu of paimbei aae
no% woym uollezlue6Jo Jo uosaad Aue paJnsu! ue se apnloui of papuawe s! II uoljoas - painsul ud sl oyM
(uolslnoad AJolnq!JlUO:)-uoN/AJewlJd e sapnloul)
(sJOSSaj Jo sJOloeJluOD 'saassal 'sJ8um0) a3linSNl gdN011laat/IDIN` IS 1
•D. As respects the coverage provided to the additional insured under this endorsement, Section IV -
Conditions is amended as follows:
1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim, or Suit:
An additional insured under this endorsement will as soon, as practicable:
a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit"
under this insurance to us;
b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have
insurance available to the additional insured; and
c. Agree to make available any other insurance which the additional insured has for a loss
we cover under this Coverage Part.
r 2. The following is added to Condition 3. Legal Action Against Us:
We have no duty to defend or indemnify an additional insured under this endorsement until we
receive written notice of a claim or "suit" from the additional insured.
3. The following is added to Paragraph a.,Primary Insurance of Condition 4. Other Insurance:
r
If the additional insured's policy has an Other Insurance provision making its policy excess, and a
Named Insured has agreed in a written contract or written agreement to provide the additional
insured coverage on a primary and noncontributory basis, this policy shall be primary and we will
• not seek contribution from the additional insured's policy for damages we cover.
4. The following is added to Paragraph b., Excess Insurance of Condition 4. Other Insurance:
r
Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage provided
hereunder shall be excess over any other valid and collectible insurance available to the additional
insured whether primary, excess, contingent or on any other basic. In the event an additional
insured has other coverage available for an "occurrence" by virtue of also being an additional
insured on other policies,this insurance is excess over those other policies.
2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT
If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the
+� following applies:
A. The last paragraph of 2. Exclusions of Section I -Coverage A is replaced by the following:
If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not
apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to
you or temporarily occupied by you with permission of the owner. A separate limit of insurance
applies to this coverage as described in-Section III Limits of Insurance.
s
s
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 3 of 8
g 10 t, abed EOOZ ''oul 's@lljadOld OSI o £0 ZL LO 'R JO
•uolssiw.ied sll 4llnn '•oui 'aolllO saolAaas aoueansul to lelaalew palg6laAdoo sapnloul
'OOOI$Ol 05Z$ woal p@5uego sl •q-1, gdea6eJed ul spuoq Ileq to lsoo eql aol llwll a41 '
:uolslnoad 8 pue y sa6ea8no0-sluawLed AaeluawalddnS eql ul
S1N3WAdd Aatl1N3W31ddflS "ti
.'a6aego a aol Aliedad ao suosaad Aaaeo of pasn 6ulaq ION (q)
pue '6uol Joel Lg uegl ssa-1 (e) r,
:sl legl umo lou op no%lleaoaalenn y (Z)
:6ulnnollol aql Aq peoeldaa sl b a6eaan00-l uolloaS to uoisnl3x3 '•Z gdea6eaed to (Z)•6 gdea6eaedgnS
I=IVHO831b'M a3NM0-NON •£
•aoaol le6nllaluao Aq pasneo 6ulls.inq ao ainldna -t,
ao 'Ioaluoo,inoA aapun paleaado ao 'nog(Aq paseal '
ao paumo saulganl weals ao saul6ua weals 'sadld weals 'saalloq weals to uolsoldx3 -£
'sadid aalenn to 6unsanq ao aanldnU -Z '
'saalnn ao saouelidde 'saolnap '
leouloele sganlslp legl 6ulo.ie leolaloala 6ulpnloul lua.iano leolaloale paleaaua6 Lllelolllljf/ L
:6uimollol aql to Aue apnloul lou seop „uolsoldx3„
-@vole Allnea6 Aq pallnsaa
@neq pinonn uegl aaglanl suolleool of slagap to 6u1aalle3s aql 10 aouapina pue leualew 10 glaOJ
6ullsinq a 'aslou a Aq paluedw000e aanssaad 6ulpuedxa to asealaa ueppns a sueaw „uolsoldx3„
:suolllulJa4 -A uolloaS Ol pappe sl uolllu[J@p 6ulm01101 aql •3
.'„loealuoo paansul„ ue lou sl aaunno eql to uolsslwaad eql gllnn no%Aq
paldn000 Alueaodwal ao not of peluaa al!gm saslwaad of 96eleal aal>lulads ao „uolsoldxa„
15uiulg6ll 'eall Aq sa6ewep aol .uolleziue6ao .io uosaad Aue sal.11uwapul legl saslwaad
10 aseal e aol loealuoo aql to uollaod legs 'aanamON •saslwaad to @seal aql aol loealuoo y e
:sueaw! ,Ioe.luoo paansul„ •6
:6ulmollol �►
aql Aq peoeidaa sl suolllul}aa -A uolloaS ul ,Ioealuoo paansul„ to uolllullap aql JO -e•g gdea6eaed •0
'a@unno eql to uolsslwaed eql ql!m noA Aq paldn000�(lueaodwal
ao no%of paluaa saslwaad aol aoueansul a6e1ea1 aali uladS ao uolsoldx3 '6ululg6l-1 'aal3 sl legl (L)
:6ulMol101
aql Aq paoeldaa sl (suol41lpuo0 - Pal uolloaS) aoueansul aagl0 -tp uolllpuo0 to (q)(L)q gdea6eaed -0 `
•luaploui ab"eal aalluuds
ao „uolsoldxa„ '6ululg6ll '@all auo /pue to lno 6ulslae aaumo aql to uolssluaaad aql gllnn noA
Aq paldn000 Allaeaodwal ao no%of paluaa saslwaad of „a6ewep Alaadoad„ to asneoaq sabewep
aOl d 96BJBAOO aapun /red lllM am isow aql sl Aollod s141 to uolloas se6ae40 pue sllwll
to AiewwnS aql ul unnogs liwig no,& o1 palua�l saslwaad of a6eweQ agl 'anoge •g of loefgnS g
:6uimollo1 aql Aq paoelda.i sl aoueansul}O sliwig - III uolloaS to -g gdea6eaed '8
5., PERSONAL AND ADVERTISING INJURY- ELECTRONIC PUBLICATION EXTENSION
Paragraphs 14.b., d. and e. of Section V- Definitions are replaced by the following:
b. Malicious prosecution or abuse of process;
d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a
person or organization or disparages a person's or organization's goods, products or services;
e. Oral, written, televised, videotaped or electronic publication of material that violates a person's
right of privacy;
The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V- Definitions:
h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person,
but only is such discrimination or humiliation is:
r
(1) Not done intentionally by or at the direction of:
(a) An insured; or
(b) Any "executive officer" director, stockholder, partner or member of the insured; and
(2) Not directly or indirectly related to the employment, prospective employment or termination
of employment of any person or persons by any insured.
Subparagraphs b. and c. of 2., Exclusions of Section I - Coverage B - Personal And Advertising Injury
"" Liability are replaced by the following:
b. Material Published With Knowledge Of Falsity
a
"Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic
publication of material, if done by or at the direction of the insured with knowledge of its falsity;
.r
c. Material Published Prior To Policy Period
i
"Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic
publication of material whose first publication took place before the beginning of the policy pe-
riod;
" 6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION)
The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your
+• "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner.
"Location" means premises involving the same or connecting lots, or premises whose connection is
r interrupted only by a street, roadway,waterway or right-of-way of a railroad.
7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT)
The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your
projects away from premises owned by or rented to you,
.r
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 5 of 8
S}o g 06ed EOOZ Maul 'sallaadoad OSI o EO Z6 Lt) VS JO
uolsslwaad sll yllm '•oul 'GOIIJO saolnaaS aoueansul to lcualew paly6la4doo sapnloul
•sa61eyo peayaano ao lljoad bulpnloxe
'lsoo lenloe anoA le olaaayl saledaa ao; Aaesseoeu slelaalew pue aogel ayl ysluanl ao Alaadoad ayl
aoeldaa 'sn Aq polsenbaa 11 'Ileys noA 'luawasaopua slyl Aq paaanoo „abewep Aliadoad„ Jo Juana ay; ui -3
•09Z$ ueulaaleaa6 sl 1111 Aldde lleys oplonpap leul 'algllonpap „96ewep Alaadoad„
e suleluoo papelle sl luawasaopua slyl yolym of Aollod aul 11 'OSZ$ spaaoxa „a6ewep Alaadoad„
to lunowe ayl Illun ,aouaaan000,, euo Aue ul „a5ewep Alaadoad„ aol Aed lou lllm aM - algllonpaa •0 '
•ll o;payoelle sluawasaopue ao Aollod ayl ul papinoad sllwli
aaylo Aue of uolllppe ul lou pue to anlsnloul aae •6 uol;oaS slyl aapun papinoad aoueansul 10 s;iwl-1 a41 '
'000"9Z$to llwll ale6aa6be lenuue ue sl „a5ewep Alaadoad„ to asneoaq
•6 uolloaS slyl aapun paaanoo sa6ewep Ile to wns ayl aol Aed lllm am lsow au1 •„aouaaan000„ pea
aol 000"9$ sl •6 uoiloaS slul aapun „a6ewep Alaadoad„ aol Aed lllm am lsow a41 - aoueansul }o sllwlq •0
'„paezey
suolleaado palaldwoo-slonpoad„ ay; to lno 6ulsue ao Aq pasneo Alaadoad to „a6ewep Alaadoad„ •t,
ao Tuplelaapun luenbasgns
e woal 6ulllnsaa pue >laom ay; to uollaldwoo ao lonpoad ayl to Aaanllap jade noA Aq Alloaalp
pasneo sl „65ewep Alaadoad„ aul ssalun 'noA.Aq pallddns ao plos 'paanloelnuew lonpoad Auy (q)
ao 'lleyaq anoA uo saaylo Aq ao noA Aq auop Alloaaaooul ao Alanlloalap�laom anoA to Auy (e)
:5uloeldaa ao 6ulaledaa to lsoo aul £
.'llsueal ul allym Alaadoad to „a6ewep Alaadoad„ Z
'noA Aq pasn ao paleaado 'peseal 'paluaa 'paumo saslwaad le A:pedoad to „95ewep Alaadoad, •L
:ol Aldde lou lleus aoueansul slyl
suoisnlox3 'e
•molaq "3 pUe•O
' 3 `•e suopoas of loafgns sl a6eaano0 s141 •suolleaado ssaulsnq anoA to lno sasue „a5ewep Alaadoad„ _
ayl ll loaluoo leolsAgd 5ulsloaaxe aae „saaAoldwa,, anoA ao noA yolym JOAO saaulo to Alaadoad lean
ao loaluoo ao Apolsno 'aaeo ,saaAojdwa,, anoA ao anoA ul allym saaulo to Alaadoad leuosaad of „abewep
Alaadoad„ to asneoaq sa6ewep se Aed of pale6llgo Alle6al awooeq noA leg4 swns asoyl Aed lllm aM •d
29VU3AO'01OHiN00 SO AQOlSnO "3bb'O S3SIW3bd dd0 •6
•elgllonpap slid to lunowe aul Aq peonpaa •�
eq lou lleys anoge palels a6eaanoo to llwll ay1 •95ewe0 Al.iadoad AaelunlOA of Aldde lleys algllonpap ayi
'algllonpap Allllgell a6ewep Alaadoad e yllm uellpm sl payoelle sl luawasaopua slid yolum of Aollod ayl lj
•a6ea2noo slyl of Aldde suolsnloxe Aollod aaylo aul to auoN
,abeaols ao aledaa 'aolnaas 'ales aol saslwaad anoA uo Alaadwd £
ao .'saaylo woal aseal ao luaa 'Adn000 'umo noA Alaadoad •Z
'„olne„ Aue lo asn ayllo lno 5ulslae a6ewe0 G
:ol Aldde lou S80p 85eaan00 slyl ••
•llaul ao
uopooalsge 'aoueaeaddeslp ueaw lou saop „ssog„ •uopnalsap ao 96ewep papualulun sueaw „sso�„
`.
'Aaollaaal 96eaanoo ayl ul eoeld a�el lsnw ,aouaaan000,, a41
•polaad Aollod ayl 6ulanp an000 lsnw ,ssol,, ayl ,-@ouaaan000,, yoea Opg$ sl a6eaanoo slyl aol Aed lllm am
lsow au1 •suolleaado ssaulsnq anoA Aq pasneo saaylo to Alaadoad of ,ssol,, aol Aed Illm am 'lsenbaa anoA ld ob
3E)V83A00 3E)VVVVa Ala3dOUd AHVlNnlOA 'E
+ . 10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS
A. Paragraph 4. of Section 11 -Who Is An Insured, is deleted and replaced by the following:
+
4. any business entity acquired by you or incorporated or organized by you under the laws of any
individual state of the United States of America over which you maintain majority ownership
interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a
.r Named Insured if there is no similar insurance available to that entity. However:
a. Coverage under this provision applies only until the expiration of the policy period in which
" the entity was acquired or incorporated or organized by you.
b. . Coverage A does not apply to "bodily injury" or "property damage" that occurred before the
+r entity was acquired or incorporated or organized by you.
c. Coverage B does not apply to "personal and advertising injury" arising out of an offense
s committed before the entity was acquired or incorporated or organized by you.
d. Records and descriptions of operations must be maintained by the first Named Insured.
B. This Section 10. does not apply to newly formed or acquired organizations if coverage is excluded
either by provisions of the Coverage Part or by other endorsements attached to it.
11. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT
A. The requirement in Section IV-Conditions Paragraph 2.a. that you must see to it that we are notified of
.. an "occurrence" applies only when the "occurrence" is known to:
1. You, if you are an individual;
,o 2. A partner, if you are a partnership;
3. A member or manager, if you are a limited liability company;
4. An executive officer or designee, if you are a corporation;
'" 5. A trustee, if you are a trust; or
6. A designee, if you are any other type of organization.
+f B. The requirements in Section IV - Conditions Paragraph 2.b. that you must see to it that we receive
written notice of a claim or "suit" will not be considered breached unless the breach occurs after such
claim or "suit" is known to.
1. You, if you are an individual;
2. A partner, if you are a partnership;
s 3. A member or manager if you are a limited liability company;
4. An executive officer or designee, if you are a corporation.
5. A trustee, if you are a trust; or
6. A designee, if you are any other type of organization.
Knowledge of an "occurrence," claim or "suit" by the agent, servant or "employee" of any insured shall
.. not in itself constitute knowledge of the insured unless an officer or designee shall have received notice
from its agent, servant or "employee".
.r
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 7 of 8
810 g abed EOOZ Foul 'salijadoad OSI o CO ZL LO b8 n3 rs
•uoisslwjad s1l gJIM '•oul 'aolJJO sadlAaag eoueansul jo lepalew palg6laAdoo sapnloul
s
�r
i
s
•pabuegoun ulewai Aollod jnoA}o suol;lpuoo pue swJai Jaq;o lid
quawaaj6e aqj ul paweu lou euoAue Iljauaq of Alioaalpul ao Apoajip ajeaado 1ou llegs luawaaa6e slgl
•sn wojj}uaw9a.i6e slgl ule;go of no%saalnbai leg1 joealuoo
uallpm e aapun �aom waojaad no% wogm aol uollezlue6ao jo uosiad Aue ;sule6e jg6p ino aoaolue jou
IIIM @M -Aollod slgl Aq paJanoo A.inful ue jol algell auoAue woal s;uaw4ed .ino Janooaj 01 ig6lJ aqj aneq am
r
S83HIO lSNI` DV A133AO03H d0 S1H9lH dO H3dSNdal dO'd3AIVAA '£L
•awll Aue le asagl jo Aue woj} bulllnsa.i q}eap jo gsln6ue
leluaw 6ulpnloul 'uosjad a Aq peule}sns aseaslp ao ssaujols 'Aanful Alipoq sueaw ,Ajnfui Allpo8 '£
:6ulnnollol eqj Aq paoeldaj sl suoi}iui}aQ -A u01138S aql ul ,Ajnful Allpoq„ jo uollluljap aql}o •£ gdea6eJed OL
Aaflf NI AlloOS 7L
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/DDNY LIMITED
GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 50,000
w CLAIMS MADE X❑ OCCUR MED EXP(Any one person) $ 5,000
PERSONAL&ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GENL AGGREGATE LIMIT APPLIES PER:
IiIo ❑ 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)
(PROPER T)DAMAGE
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 $
Its ❑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 ❑ ADDITIONAL INSURED;INSURER LETTER: CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE
w• City of Renton THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MAIL
Attn: 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO
1055 South Grady Way THE LEFT.
Renton, WA. 98055 AUTHORIZED REPRESENTATIVE
Vr.
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)
• Proof of Workers' Compensation coverage (provide the number)
• $1,000,000 Professional Liability (if specified in contract)
e
Requirements unique to the City of Renton:
q Y
• 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)
aw
ark
It
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 II) 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
CITY OF RENTON
CONSTRUCTION CONTRACTS
INSURANCE AND RELATED REQUIREMENTS
MINIMUM INSURANCE COVERAGES AND REQUIREMENTS
The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring
such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that
may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR)shall assess
its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages.
l
Coverages
(1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include:
• Premises and Operations
• Explosion,Collapse and Underground Hazards
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense
coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
(2) Automobile Liability including all
• Owned Vehicles
• Non-Owned Vehicles
• Hired Vehicles
(3) Workers'Compensation
• Statutory Benefits(Coverage A)-Show WA L&I Number
(4) Umbrella Liability
• Excess of Commercial General Liability and Automobile Liability. Coverage should be as
broad as primary.
(5) Professional Liability - (whenever the work under this Contract includes Professional Liability,
including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering
wrongful acts, errors and/or omissions of the(CONTRACTOR)for damage sustained by reason of or in
the course of operations under this Contract.
(6) Pollution Liability the City may require this coverage whenever work under this Contract involves
pollution risk to the environment. This coverage is to include sudden and gradual coverage for third
party liability including defense costs and completed operations.
16-Insurance Forms.doc\
�r
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
�u Stop Gap Liability $ 1,000,000
(`u *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
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)
Pollution Liability(If required) To apply on a per project basis
Per Loss $ 1,000,000
Aggregate $ 1,000,000
16-Insurance Forms.doc\
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.
3) Severability of Interest Clause(Cross Liability)
4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days Jr
prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF
RENTON by certified mail.
me
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. 1W
The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for
two(2)years after completion of the project.
16-Insurance Forms.doc\
- PREVAILING MINIMUM
- HOURLY WAGE RATES
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Ref: Pay Estimate No.
Project RIPLEY LANE NORTH STORM SYSTEM IMPROVEMENT PROJECT
SWP-27-3375 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:
18_Cert-Prevai ling-Wages-C ity.doe\
Department of Labor and Industries STATEMENT OF INTENT TO
Prevailing Wage `r''T"'`•.
(360)902-5335 T PAY PREVAILING WAGES
www.Ini.wa.gov/frradesLicensing/PrevailingWage
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 10 working days for processing. Contract Awarding Agency(public agency-not federal or private)
• Once approved your form will be postcd online at the above website.
APPROVED 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
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 I ❑ 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
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
Contractor Registration No. UBI Title Signature
Industrial Insurance Account Number
Email address Phone number For L&I Use Only
Check Number: ❑ S25 or $
Issued By:
Y
APPROVED: Department of Labor and Industries
By
Industrial Statistician
F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency.
Canary copy—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.
Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage
occupation listings.
Owner/Operators: If the work will be 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 300/6 of the company are not considered
to be owner/operators and must be paid prevailing wage.)
All work subcontracted: If all work will be performed by
subcontractors, check the appropriate box on the form.
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
will actually provide 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.
Estimated number of workers Missing
Total Dollar Amount of Your Contract Missing—Enter"time and materials"if applicable. The exact dollar
amount will be required on the Affidavit of Wages Paid form.
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—Intent must be signed by an authorized representative.
Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they
must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and
Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360)
902-5323 to verify registration. 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 Intent 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 Intent 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 Intent to the organization provided on the front of this form. Make a copy for your records.
A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00.
Prevailing wage rates are available on the Internet at www.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 98504-4835 For questions call (360) 902-5335
F700-029-000 statement of intent to pay prevailing wages—backer 12-04
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540 �Y
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 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEYLEVEL $36.24 1H 5D
BOILERMAKERS
JOURNEYLEVEL $33.32 1
BRICK AND MARBLE MASONS
JOURNEYLEVEL $43.75 1M 5A
CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $16.67 1
CARPENTERS
ACOUSTICAL WORKER $43.91 1M 5D
BRIDGE,DOCK AND WARF CARPENTERS $43.75 1M 5D
CARPENTER $43.75 1M 5D
CREOSOTED MATERIAL $43.85 IM 5D
DRYWALL APPLICATOR $43.79 1M 5D
FLOOR FINISHER $43.75 1M 5D
FLOOR LAYER $43.75 1M 5D
FLOOR SANDER $43.75 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $44.75 1M 5D
PILEDRIVERS, DRIVING, PULLING,PLACING COLLARS AND WELDING $43.95 1M 5D
SAWFILER $43.75 1M 5D
SHINGLER $43.75 1M 5D
STATIONARY POWER SAW OPERATOR $43.75 1M 5D
STATIONARY WOODWORKING TOOLS $43.75 1M 5D
CEMENT MASONS
JOURNEY LEVEL $44.58 1M 5D `
DIVERS&TENDERS
DIVER $85.75 1M 5D 8A
DIVER TENDER $44.22 IM 5D
DREDGE WORKERS
ASSISTANT ENGINEER $44.59 IT 5D 8L
ASSISTANT MATE(DECKHAND) $44.08 IT 5D 8L
BOATMEN $44.59 IT 5D 8L
ENGINEER WELDER $44.64 IT 5D 8L
LEVERMAN, HYDRAULIC $46.21 IT 5D 8L
MAINTENANCE $44.08 IT 5D 8L
MATES $44.59 IT 5D 8L
OILER $44.21 IT 5D 8L
DRYWALL TAPERS
JOURNEYLEVEL $43.59 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $18.69 1
Page 1
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ft Classification WAGE Code Code Code
ELECTRICIANS-INSIDE
CABLE SPLICER $55.05 1E 5A
CABLE SPLICER(TUNNEL) $58.86 1E 5A
CERTIFIED WELDER $53.16 1E 5A
CERTIFIED WELDER(TUNNEL) $57.15 1E 5A
CONSTRUCTION STOCK PERSON $28.83 1E 5A
JOURNEY LEVEL $51.25 1E 5A
JOURNEY LEVEL(TUNNEL) $55.05 1 E 5A
ELECTRICIANS-MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
' ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $56.53 4A 5A
CERTIFIED LINE WELDER $51.64 4A 5A
GROUNDPERSON $37.15 4A 5A
HEAD GROUNDPERSON 4A 5A
$39.19
HEAVY LINE EQUIPMENT OPERATOR $51.64 4A 5A
JACKHAMMER OPERATOR $39.19 4A 5A
JOURNEY LEVEL LINEPERSON $51.64 4A 5A
LINE EQUIPMENT OPERATOR $43.83 4A 5A
POLE SPRAYER $51.64 4A 5A
POWDERPERSON $39.19 4A 5A
' ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1
ELEVATOR CONSTRUCTORS
MECHANIC $60.85 4A 6Q
' MECHANIC IN CHARGE $66.25 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13.15 2K 5B
FENCE ERECTORS
FENCE ERECTOR $18.71 1
FENCE LABORER $12.77 1
FLAGGERS
JOURNEY LEVEL $31.01 1H 5D
GLAZIERS
JOURNEY LEVEL $43.76 1H 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $46.59 is 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $33.65 1
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $36.75 1H 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.24 1
INLAND BOATMEN
CAPTAIN $38.87 1K 5B
COOK $32.73 1K 5B
DECKHAND $32.42 1K 5B
ENGINEER/DECKHAND $35.20 1K 5B
MATE, LAUNCH OPERATOR $36.85 1K 5B
Page 2
KING COUNTY
Effective 03-02-08
(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 $31.49 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $24.91 1
TECHNICIAN $19.33 1
TV TRUCK OPERATOR $20.45 1
INSULATION APPLICATORS
JOURNEY LEVEL $43.75 1M 5D
IRONWORKERS
JOURNEY LEVEL $47.92 10 5A 1d
LABORERS
ASPHALT RAKER $36.75 1H 5D
BALLAST REGULATOR MACHINE $36.24 1H 5D
BATCH WEIGHMAN $31.01 1H 5D
BRUSH CUTTER $36.24 1H 5D
BRUSH HOG FEEDER $36.24 1H 5D
BURNERS $36.24 1H 5D
CARPENTER TENDER $36.24 1H 5D
CASSION WORKER $37.20 1H 5D
CEMENT DUMPER/PAVING $36.75 1H 5D
CEMENT FINISHER TENDER $36.24 1H 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1H 5D
CHIPPING GUN(OVER 30 LBS) $36.75 1H 5D
CHIPPING GUN(UNDER 30 LBS) $36.24 1H 5D
CHOKER SETTER $36.24 1H 5D
CHUCK TENDER $36.24 1 H 5D ,
CLEAN-UP LABORER $36.24 1H 5D
CONCRETE DUMPER/CHUTE OPERATOR $36.75 1H 5D
CONCRETE FORM STRIPPER $36.24 1 H 5D
CONCRETE SAW OPERATOR $36.75 1H 5D '
CRUSHERFEEDER $31.01 1H 5D
CURING LABORER $36.24 1H 5D
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $36.24 1H 5D
DITCH DIGGER $36.24 1H 5D
DIVER $37.20 1H 5D W
DRILL OPERATOR(HYDRAULIC,DIAMOND) $36.75 1H 5D
DRILL OPERATOR,AIRTRAC $37.20 1H 5D
DUMPMAN $36.24 1 H 5D
EPDXY TECHNICIAN $36.24 1H 5D
EROSION CONTROL WORKER $36.24 1H 5D
FALLER/BUCKER,CHAIN SAW $36.75 1H 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $28.45 1 H 5D
construction debris cleanup)
FINE GRADERS $36.24 1H 5D
FIRE WATCH $31.01 1H 5D
FORM SETTER $36.24 1 H 5D
GABION BASKET BUILDER $36.24 1H 5D
GENERAL LABORER $36.24 1 H 5D '
GRADE CHECKER&TRANSIT PERSON $36.75 1 H 5D
GRINDERS $36.24 1H 5D
GROUT MACHINE TENDER $36.24 1 H 5D
Page 3
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
GUARDRAIL ERECTOR $36.24 1H 5D
HAZARDOUS WASTE WORKER LEVEL A $37.20 1H 5D
HAZARDOUS WASTE WORKER LEVEL B $36.75 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $36.24 1H 5D
HIGH SCALER $37,20 1H 5D
HOD CARRIER/MORTARMAN $36.75 1H 5D
JACKHAMMER $36.75 1H 5D
LASER BEAM OPERATOR $36.75 1H 5D
' MANHOLE BUILDER-MUDMAN $36.75 1H 5D
MATERIAL YARDMAN $36.24 1H 5D
MINER $37,20 1H 5D
' NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $36.75 1H 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $36.75 1H 5D
PILOT CAR $31.01 1 H 5D
PIPE POT TENDER $36.75 1 H 5D
PIPE RELINER(NOT INSERT TYPE) $36.75 1H 5D
PIPELAYER&CAULKER $36.75 1H 5D
' PIPELAYER&CAULKER(LEAD) $37,20 1 H 5D
PIPEWRAPPER $36.75 1H 5D
POT TENDER $36.24 1H 5D
POWDERMAN $37,20 1H 5D
POWDERMAN HELPER $36.24 1H 5D
POWERJACKS $36.75 1H 5D
RAILROAD SPIKE PULLER(POWER) $36.75 1H 5D
RE-TIMBERMAN $37.20 1H 5D
RIPRAP MAN $36.24 1H 5D
RODDER $36.75 1H 5D
SCAFFOLD ERECTOR $36.24 1H 5D
' SCALE PERSON $36.24 1H 5D
SIGNALMAN $36.24 1H 5D
SLOPER(OVER 20") $36.75 1H 51D
SLOPER SPRAYMAN $36.24 1H 5D
SPREADER(CLARY POWER OR SIMILAR TYPES) $36.75 1H 5D
SPREADER(CONCRETE) $36.75 1H 5D
STAKE HOPPER $36.24 1H 5D
STOCKPILER $36.24 1H 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $36.75 1H 5D
TAMPER(MULTIPLE&SELF PROPELLED) $36.75 1H 5D
TOOLROOM MAN AT JOB SITE) $36.24 1H 5D
TOPPER-TAILER $36.24 1H 5D
TRACK LABORER $36.24 1H 5D
TRACK LINER(POWER) $36.75 1H 5D
' TRUCK SPOTTER $36.24 1H 5D
TUGGER OPERATOR $36.75 1H 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $36.24 1H 5D
VIBRATOR $36.75 1H 5D
VINYL SEAMER $36.24 1H 5D
WELDER $36.24 1H 5D
WELL-POINT LABORER $36.75 1H 5D
Page 4
KING COUNTY ~
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LABORERS-UNDERGROUND SEWER&WATER
GENERALLABORER $36.24 1H 5D
PIPE LAYER $36.75 1H 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1
r
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1
LANDSCAPING OR PLANTING LABORERS $17.87 1
LATHERS
JOURNEY LEVEL $43.79 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 $9.40 1
TOOL MAINTENANCE $11.56 1
UTILITY PERSON $11.56 1
WELDER $11.56 1 '
PAINTERS
JOURNEY LEVEL $33.94 2B 5A
PLASTERERS
JOURNEY LEVEL $43.10 1R 5B '
PLAYGROUND&PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
PLUMBERS&PIPEFITTERS '
JOURNEY LEVEL $57.34 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $42.14 IT 5D 8L '
BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $44.92 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $45.41 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $45.96 IT 5D 8L
ATTACHMENTS)
BACKHOES, (75 HP&UNDER) $44.50 IT 5D 8L
BACKHOES, (OVER 75 HP) $44.92 IT 5D 8L
BARRIER MACHINE(ZIPPER) $44.92 IT 5D 8L
BATCH PLANT OPERATOR,CONCRETE $44.92 IT 5D 8L
BELT LOADERS(ELEVATING TYPE) $44.50 IT 5D 8L
BOBCAT(SKID STEER) $42.14 IT 5D 8L
BROOMS $42.14 IT 5D 8L '
BUMP CUTTER $44.92 IT 5D 8L
CABLEWAYS $45.41 IT 5D 8L
CHIPPER $44.92 IT 5D 8L
COMPRESSORS $42.14 IT 5D 8L ,
CONCRETE FINISH MACHINE-LASER SCREED $42.14 IT 5D 8L
CONCRETE PUMPS $44.50 IT 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 1T 5D 8L
i
Page 5
I
r
KING COUNTY
Effective 03-02-08
r (See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CONVEYORS $44.50 IT 5D 8L
CRANES, THRU 19 TONS,WITH ATTACHMENTS $44.50 IT 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $44.92 1 T 5D 8L
CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $45.41 IT 5D 8L
WITH ATACHMENTS)
CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $45.96 IT 5D 8L
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $46.53 IT 5D 8L
WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $42.14 1T 5D 8L
CRANES,A-FRAME,OVER 10 TON $44.50 1T 5D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $47.09 IT 5D 8L
ATTACHMENTS
CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $44.92 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $45.41 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $45.96 IT 5D 8L
' CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $45.96 IT 5D 8L
CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $46.53 IT 5D 8L
CRUSHERS $44,92 IT 5D 8L
DECK ENGINEER/DECK WINCHES(POWER) $44.92 IT 5D 8L
DERRICK,BUILDING $45.41 IT 5D 8L
DOZERS,D-9&UNDER $44.50 IT 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $44.50 1 T 5D 8L
DRILLING MACHINE $44,92 IT 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $42.14 1 T 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $44.50 IT 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 1T 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $44.50 1T 5D 8L
FORK LIFTS, (UNDER 3000 LBS) $42.14 IT 5D 8L
GRADE ENGINEER $44.50 IT 5D 8L
GRADECHECKER AND STAKEMAN $42.14 IT 5D 8L
' GUARDRAIL PUNCH $44.92 IT 5D 8L
HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $44.50 IT 5D 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $44.50 IT 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $44.92 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $42.14 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $44.50 IT 5D 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $45.41 IT 5D 8L
LOADERS,OVERHEAD(8 YD&OVER) $45.96 IT 5D 8L
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $44.92 IT 5D 8L
LOCOMOTIVES,ALL $44.92 IT 5D 8L
MECHANICS,ALL $45.41 IT 5D 8L
MIXERS,ASPHALT PLANT $44.92 IT 5D 8L
MOTOR PATROL GRADER(FINISHING) $44.92 IT 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $44.50 IT 5D 8L
' MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $45.41 IT 5D 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 IT 5D 8L
OPERATOR
PAVEMENT BREAKER $42.14 IT 5D 8L
' PILEDRIVER(OTHER THAN CRANE MOUNT) $44,92 IT 5D 8L
PLANT OILER(ASPHALT,CRUSHER) $44.50 IT 5D 8L
POSTHOLE DIGGER,MECHANICAL $42.14 IT 5D 8L
POWER PLANT $42.14 IT 5D 8L
Page 6
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
PUMPS,WATER $42.14 IT 5D 8L
QUAD 9,D-10,AND HD-41 $45.41 IT 5D 8L '
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 1T 5D 8L
EQUIP
RIGGER AND BELLMAN $42.14 IT 5D 8L
ROLLAGON $45.41 IT 5D 8L '
ROLLER,OTHER THAN PLANT ROAD MIX $42.14 IT 5D 8L
ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $44.50 IT 5D 8L
ROTO-MILL,ROTO-GRINDER $44.92 IT 5D 8L
SAWS,CONCRETE $44.50 IT 5D 8L '
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $44.92 IT 5D 8L
OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $45.41 IT 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRY ALL $44.50 IT 5D 8L
SCREED MAN $44.92 IT 5D 8L
SHOTCRETE GUNITE $42.14 IT 5D 8L
SLIPFORM PAVERS $45.41 IT 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $44.92 IT 5D 8L
SUBGRADE TRIMMER $44.92 IT 5D 8L
TOWER BUCKET ELEVATORS $44.50 IT 5D 8L
TRACTORS,(75 HP&UNDER) $44.50 IT 5D 8L
TRACTORS,(OVER 75 HP) $44.92 IT 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $44.92 IT 5D 8L
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $45.41 IT 5D 8L
TRENCHING MACHINES $44.50 IT 5D 8L 11/
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $44.50 IT 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $44.92 IT 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $44.92 IT 5D 8L
WHEEL TRACTORS,FARMALL TYPE $42.14 IT 5D 8L
YO YO PAY DOZER $44.92 IT 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $37.61 4A 5A
SPRAY PERSON $35.73 4A 5A '
TREE EQUIPMENT OPERATOR $36.19 4A 5A
TREE TRIMMER $33.68 4A 5A
TREE TRIMMER GROUNDPERSON $25.43 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $55.41 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 $43.59 1E 5P ,
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $31.99 1 H 5G ,
Page 7
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
r Classification WAGE Code Code Code
RESIDENTIAL INSULATION APPLICATORS
JOURNEYLEVEL $17.60 1
RESIDENTIAL LABORERS
JOURNEYLEVEL $18.12 1
RESIDENTIAL PAINTERS
JOURNEYLEVEL $18.36 1
RESIDENTIAL PLUMBERS&PIPEFITTERS
JOURNEYLEVEL $22.95 1
RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS
�Il
JOURNEYLEVEL $55.41 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $19.48 1
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEYLEVEL $36.08 16 5A
RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEYLEVEL $31.01 1B 5C
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEYLEVEL $26.30 1
RESIDENTIAL TERRAZZO/TILE SETTERS
JOURNEYLEVEL $41.96 1 M 5A
ROOFERS
JOURNEYLEVEL $36.78 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $39.78 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $51.97 1E 6L
SHIPBUILDING&SHIP REPAIR
BOILERMAKER $31.46 1H 6W
CARPENTER $30.74 1B 6X
ELECTRICIAN $30.37 113 6X
' HEAT&FROST INSULATOR $46.59 is 5J
LABORER $29.26 1B 6X
MACHINIST $30.29 1B 6X
OPERATOR $30.22 1B 6X
PAINTER $32.34 1B 6X
PIEFITTER $30.22 113 6X
RIGGER $30.33 16 6X
SANDBLASTER $30.22 16 6X
SHEET METAL $30.48 113 6X
SHIPFITTER $30.32 1B 6X
TRUCKER $30.17 1B 6X
WAREHOUSE $30.20 1 B 6X
WELDER/BURNER $30.32 16 6X
SIGN MAKERS&INSTALLERS(ELECTRICAL)
SIGN INSTALLER $22.92 1
SIGN MAKER $21.36 1
SIGN MAKERS&INSTALLERS(NON-ELECTRICAL)
SIGN INSTALLER $27.28 1
' SIGN MAKER $33.25 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $36.08 1 B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEYLEVEL $12.44 1 5S
Page 8
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $55.64 1X 5C
STAGE RIGGING MECHANICS(NON STRUCTURAL) so
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 r
TELEPHONE LINE CONSTRUCTION-OUTSIDE
CABLE SPLICER $30.66 2B 5A
HOLE DIGGER/GROUND PERSON $17.19 2B 5A
INSTALLER(REPAIRER) $29.41 2B 5A so
JOURNEY LEVEL TELEPHONE LINEPERSON $28.53 2B 5A
SPECIAL APPARATUS INSTALLER 1 $30.66 2B 5A
SPECIAL APPARATUS INSTALLER II $30.05 2B 5A me
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $30.66 2B 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $28.53 2B 5A
TELEVISION GROUND PERSON $16.31 2B 5A
TELEVISION LINEPERSON/INSTALLER $21.68 2B 5A
TELEVISION SYSTEM TECHNICIAN $35.78 2B 5A
TELEVISION TECHNICIAN $23.19 2B 5A
TREE TRIMMER $28.53 2B 5A
TERRAZZO WORKERS&TILE SETTERS
JOURNEY LEVEL $41.96 1M 5A
TILE,MARBLE&TERRAZZO FINISHERS '
FINISHER $35.79 1 B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $36.40 1K 5A
TRUCK DRIVERS ,
ASPHALT MIX(TO 16 YARDS) $41.19 1T 5D 8L
ASPHALT MIX(OVER 16 YARDS) $41.90 1T 5D 8L
DUMP TRUCK $41.19 1T 5D 8L
DUMP TRUCK&TRAILER $41.90 1T 5D 8L
OTHER TRUCKS $41.90 1T 5D 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS '
IRRIGATION PUMP INSTALLER $17.71 1
OILER $12.97 1
WELL DRILLER $18.00 1
Page 9 '
1
lrr.
BENEFIT CODE KEY-EFFECTIVE 08-31-07
' 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.
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
1 OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE- EIGHT(8) HOUR WORKWEEK DAY OR A FOUR-TEN (10)
HOUR WORKWEEK DAY AND THE FIRST EIGHT(8)HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
' (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
' RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
J. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
' HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
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.
O. 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 08-31-07 '
-2-
1. 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. WORK PERFORMED IN EXCESS OF EIGHT(8)HOURS OF STRAIGHT TIME PER DAY,OR TEN(10)HOURS OF STRAIGHT
TIME PER DAY WHEN FOUR TEN(10)HOUR SHIFTS ARE ESTABLISHED,OR FORTY(40)HOURS OF STRAIGHT TIME
PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS
SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS(12)
IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE
DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK
SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME ,
SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL
ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS
HAD A BREAK OF EIGHT(8)HOURS OR MORE..
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.
BENEFIT CODE KEY-EFFECTIVE 08-31-07
-3-
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.
2. 1. 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
' 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
THE HOLIDAY PAY.
M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
' O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
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.
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.
' HOLIDAY CODES
5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
' D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
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
THANKSGIVING DAY,AND CHRISTMAS(6).
1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY(6).
J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). -
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).
r
BENEFIT CODE KEY-EFFECTIVE 08-31-07 ,
-4-
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).
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). ,
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).
1. 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).
r
BENEFIT CODE KEY-EFFECTIVE 08-31-07
-5-
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).
NOTE CODES
8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVER&RAATE 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 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75,
LEVEL B:$0.50,AND LEVEL C:$0.25.
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B:$1.00,
LEVELS C&D:$0.50.
' N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00,
LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25.
9. A. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO I 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%x HOURS WORKED
GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 15%7 HOURS WORKED
1 C.
- ENVIRONMENTAL
- REGULATION LISTING
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
aw Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor
should be sure his operations are in compliance with Regulation I,particularly Section 9.02 (outdoor
fires), Section 9.04 (particulate matter-- dust), and Section 9.15 (preventing particulate matter from
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.
r
H:\DTVISION-S\UTILrMI S\WA7ERVLICK\Springbrook Springs\BIDSPEC.DOGbh
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME ■r
Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County
Department of Public Works will obtain.)
WASHINGTON STATE DEPARTMENT OF ECOLOGY
r
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.
■s
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). -
.r
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
W.A.C. 508-12-220: Requires permit to use ground water.
m
W.A.C. 508-12-260: Requires permit to construct reservoir for water storage.
W.A.C. 508-12-280: Requires permit to construct storage dam.
W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public
Works secures one for design. Contractor secures one for his operation(false work design, etc.)
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for
recreational purposes or yard debris disposal. Also 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.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 r
bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department
of Public Works will obtain.) ,
H.I DIVISION.S\tJTILrM-SIWATER\RICKISpringbrook Springs\BIDSPEC.DOCIM
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 Iaw requiring burning permits.
1W
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 permits to any persons or corporation desiring to improve any navigable river
at their own expense and risk upon approval of the plans and specifications.
Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat 816)• Authorizes the
r 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 a roved 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 in 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, land fills, gravel pits, dumping,
quarrying and mining operations except on County right-of-way. Review by Building and Land
Development Division.
H:\DIVISION.SNLn'lL nE.S\NVATER\RICK\Springbrook Springs\BIDSPEC.DOGbh
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 M
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.
■r
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. to
R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water
of the State consistent with public health and public enjoyment thereof, the propagation and
protection of wildlife, birds,game, fish, and other aquatic life, and the industrial.development of the
state, and to that end require the use of all known available and reasonable methods by industries
and others to prevent and control the pollution of the waters of the State of Washington. It is .�
unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic
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 �r
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 aw
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 IUTILnM.S\WATER\RICK\Springbrook Springs\BIDSPEC_DOGbh
w
Iir
r
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
r. 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
r 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
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 = fi(PF1) + f2(PF2) +-..+ f(PFD)
Yf.'
8
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
r, 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
l� 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 Re/ease 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,
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
rTEST2 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: .r
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
performance of the work shown on the critical path of the
and time) e p
11 satisfactory
Y p
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
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. i
17 it
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 0 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 9 Delays caused by nonapproval of drawings or plans as provided in Section
10 1-05.3;
11
12 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)B.
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.
r. 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. .r
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 2'/2 inches nor more than
kb 33 3 inches in diameter.
34
r 35 d) The Contractor shall control drilling operations by the use of the proper
r• 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.
r 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
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
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 112 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 o) 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 '
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
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
i., 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
Y. 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
r..
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
r 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 11/2-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
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 R 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
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: :s
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
kr 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
r 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.
w 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
r 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 ±114 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 '/2 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
w. 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
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". so
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
F. 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:
1
TEST2 29
I �
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
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
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
25 shall discontinue excavation and timber lagging installation operations until the CDF and
66 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
r.
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
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
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 p laced 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
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.
1P 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 1/4 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
IP 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
ir.
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 posts, 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 M
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
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
1
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-
r 31 insulated 6 AWG stranded copper conductor.
Iks 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 skip with ski 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
Ir. 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
2 revised to read:
3
Mils thickness Feet of 4" line/gallon Square feet/gallon
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
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
r,. 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
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 T59 100 400
Storage Stability 1 day % T 59 --- 1 r
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 59n0fe 1 0 3
Residue T 59 note 1 65 ---
Test on the Residue From
Distillation
Penetration @771F T 49 100 250
Torsional Recovery % note z 18 ---
TEST2 42
or
Toughness/Tenacity in-lbs note 3 50/25 ---
1
2 note (Distillation modified to use 300 grams of emulsion heated to 350°F ± 9°F 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 77°F,
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
bw 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 CP or Type SP. 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:
I� 6
r,. 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
91i 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
n„ 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 r
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
Jib 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
1 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 260.1 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:
r 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".
23
24 SECTION 9-28, SIGNING MATERIALS AND FABRICATION
25 August 7, 2006
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 r►
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 '/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
1k 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
1 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 1/4 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 orA193, type 304 or 316
30
r
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
j 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 lb 115 lb min. 250 lb 160 lb min.
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
r
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
Method
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 I min. 0.3 sec" min.
4
5 Table 3: Geotextile for separation or soil stabilization.
6
Geotextile ASTM Geotextile Pro ert y Requirements'
Property Test Separation Soil Stabilization
Method2 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 Breaking D 4632 220 lb min. 140 lb min. 270 lb min. 180 lb min.
TEST2 62
r
+� 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 lb min. 79 lb 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 Re uirements
Property Test Permanent Erosion Control Ditch Linin
MethodZ Moderate High
Survivability Survivability
Woven Non- Woven Non- Woven Non-
woven I 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 D 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 lb 310 lb
Resistance min. min. min. min. min. min.
Tear D 4533 80 lb 50 lb 112 lb 79 lb 80 lb 50 lb
Strength, min. mina min. min. min. min.
in machine
and
x-machine
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 MethodZ Class A Class B Class C r
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. �Il
Permittivity
2
3 Table 6: Geotextile for temporary silt fence.
4
Geotextile Property ASTM Geotextile Pro ert y Requirements'
Test Unsupported Supported Between
r
MethodZ Between Posts Posts with Wire or
Polymeric 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, so
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 ert
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
MethodZ
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, w
in machine and
x-machine direction
Grab Failure Strain, D 4632 < 50% ?50%
in machine and
x-machine direction
Seam Breaking D 463234 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
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
yr 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).
i
TEST2 65
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 Tai 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 sg. yd.
Temporary or Permanent Geosynthetic All quantities
Retaining 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
1
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
W 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 T,,,t shall be greater than or equal to TU,t 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
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
' TEST2 69
h..
..
r
SPECIAL PROVISIONS
1w
..
ow
up
..
1W
of CERTIFICATION
No The technical material and data contained in this document were prepared under the supervision and
direction of the undersigned, whose seal, as a professional engineer licensed to practice as such, is affixed
below.
1W
in
to
s
-i 13y y yY
` , tJ
n �
_ ' '.. .tom SP{ ✓
n
Prepared by Ricki V. Hermes, P.E.
op
Checked by Milton K. Odo, P.E.
4
,��� 715
Approved by David B. Roberts, P.E.
1r
r.
Mr.
City of Renton 558-1779-029
Ripley Lane Storm System Improvement Project SWP-27-3375 March 2008
r
City of Renton
SPECIAL PROVISIONS
1-01 DEFINITIONS AND TERMS...................................................................................... 1
1-01.1 General ........................................................................................................................ 1
1-01.3 Definitions.................................................................................................................... 1
ow
1-02 BID PROCEDURES AND CONDITIONS................................................................3
1-02.6 Preparation of Proposal............................................................................................3
1-02.6(1) Proprietary Information.......................................................................................3
1-02.12 Public Opening of Proposals.............................. .......3
..............................................
1-03 AWARD AND EXECUTION OF CONTRACT.........................................................3
.w
1-03.1 Consideration of Bids................................................................................................3
1-03.2 Award of Contract.....................................................................................................3 ..
1-03.3 Execution of Contract ...............................................................................................4
1-04 SCOPE OF THE WORK............................................................................................. 4
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, M„
andAddenda............................................................................................................................ 4
1-04.3 Contractor-Discovered Discrepancies......................................................................4
1-04.4 Changes....................................................................................................................... 5
ow
1-04.4(1) Minor Changes...................................................................................................... 5
1-04.6 Variation in Estimated Quantities............................................................................ 5
1-04.8 Progress Estimates and Payments............................................................................ 5
1-04.11 Final Cleanup •.•• 5
.......................................................................................................
1-05 CONTROL OF WORK................................................................................................ 6
MW
1-05.4 Conformity With and Deviations from Plans and Stakes......................................6
1-05.4(3) Contractor Supplied Surveying........................................................................... 7
r
C:\PMX\OutlookjTemp\20aNEW-Special Provs-2006-DCO2.docI
.r
1-05.4(4) Contractor Provided As-Built Information........................................................7
1-05.7 Removal of Defective and Unauthorized Work......................................................8
1-05.10 Guarantees ...............................................................................................................8
1-05.11 Final Inspection........................................................................................................ 9
1-05.11(1) Substantial Completion Date.............................................................................9
1-05.11(2) Final Inspection Date............................................................
1-05.11(3) Operational Testing........................................................................................... 10
1-05.12 Final Acceptance.................................................................................................... 10
•• 1-05.14 Cooperation with Other Contractors .................................................................. 10
1-05.18 Contractor's Daily Diary...................................................................................... 10
1-06 CONTROL OF MATERIAL......................................................................................11
1-06.1 Approval of Materials Prior to Use.........................................................................11
1-06.2(1) Samples and Tests for Acceptance.....................................................................11
aw 1-06.2(2) Statistical Evaluation of Materials for Acceptance...........................................11
aw
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC................ 12
1-07.1 Laws to be Observed............................................................................................... 12
1-07.5 Environmental Regulations (Project SWP-27- ). ........... 12
.............................
1-07.6 Permits and Licenses............................................................................................... 12
1-07.9(5) Required Documents .......................................................................................... 12
1-07.11(11) City of Renton Affidavit of Compliance........................................................ 13
1-07.12 Federal Agency Inspection.................................................................................... 13
1-07.13(1) General............................................................................................................... 13
UW 1-07.14 Responsibility for Damage (Project SWP-27-3375).......................................... 13
1-07.15 Temporary Water Pollution/Erosion Control..................................................... 13
ow
1-07.16(1) Private/Public Property.................................................................................... 14
aw
CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCO2.docI
I
W
1-07.16(5) Payment............................................................................................................. 15
1-07.17 Utilities and Similar Facilities .............................................................................. 15
r
1-07.17(1) Interruption of Services.................................................................................... 16
1-07.18 Public Liability and Property Damage Insurance.............................................. 17
1-07.18(1) General............................................................................................................... 17
1-07.18(2) Coverages............................................................................ 17 '.
...............................
1-07.18(3) Limits ................................................................................................................. 19
1-07.18(4) Evidence of Insurance: ...................................................................................... 20
1-07.18(5) Relations with Railroad....................................................................................20 ..
1-07.22 Use of Explosives....................................................................................................22
1-07.23(1) Construction Under Traffic..............................................................................22
1-07.23(3) Construction Restrictions.................................................................................23
1-07.24 Rights-of-Way........................................................................................................23
..r
1-08 PROSECUTION AND PROGRESS.........................................................................24
1-08.0 Preliminary Matters................................................................................................ 24
1-08.0(1) Preconstruction Conference...............................................................................24
1-08.1 Subcontracting ...........25
1-08.1(2) Hours of Work.....................................................................................................25
1-08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees ......26
1-08.2 Assignment...............................................................................................................26
1-08.3 Progress Schedule....................................................................................................26
1-08.4 Prosecution of the Work..........................................................................................27
1-08.5 Time For Completion ..............................................................................................27 �.
1-08.6 Suspension of Work.................................................................................................28
1-08.9 Liquidated Damages................................................................................................28
ow
CAPMX\0utlookjTemp\20a NEW-Special Provs-2006-DCO2.doc I
err
..
ar 1-08.11 Contractor's Plant and Equipment...................................................................... 29
1-08.12 Attention to Work..................................................................................................29
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities.....................................................................................29
1-09.3 Scope of Payment.....................................................................................................30
.. 1-09.7 Mobilization .............................................................................................................31
1-09.9 Payments...................................................................................................................31
1-09.9(1) Retainage .............................................................................................................31
.. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts....32
1-09.9(3) Final Payment.......................................................................................................33
1-09.11(2) Claims.................................................................................................................34
.. 1-09.11(3) Time Limitations and Jurisdiction.................................................................. 34
1-09.13(3)B Procedures to Pursue Arbitration........................................................................... 34
" 1-09.14 Payment Schedule Project SWP-27-3375
1-09.14(1) Basic Bid ............................................................................................................35
1-10 TEMPORARY TRAFFIC CONTROL .................................................................... 49
1-10.1 General 49
.....................................................................................................................
1-10.2(1)B Traffic Control Supervisor....................................................................................... 50
1-10.2(2) Traffic Control Plans.......................................................................................... 51
aw 1-10.3 Traffic Control Labor and Procedures and Devices............................................. 51
1-10.3(3) Traffic Control devices ....................................................................................... 51
O
1-10.4 Measurement............................................................................................................ 51
1-10.5 Payment.................................................................................................................... 51
1-11 RENTON SURVEYING STANDARDS ................................................................... 52
1-11.1(1) Responsibility for Surveys.................................................................................. 52
C:\PMX\Outlook1Temp\20aNEW-Special Provs-2006-DCO2.docI iv
w.
1-11.1(2) Survey Datum and Precision.............................................................................. 52
1-11.1(3) Subdivision Information..................................................................................... 53
1-11.1(4) Field Notes............................................................................................................ 53
1-11.1(5) Corners and Monuments....................................................................................53
1-11.1(6) Control or Base Line Survey..............................................................................53
1-11.1(7) Precision Levels .............. 54 ow
.....................................................................................
1-11.1(8) Radial and Station -- Offset Topography.......................................................... 54
1-11.1(9) Radial Topography.............................................................................................. 54
1-11.1(10) Station--Offset Topography..............................................................................54 ,y
1-11.1(11) As-Built Survey..................................................................................................55
1-11.1(12) Monument Setting and Referencing................................................................55
1-11.2 Materials................................................................................................................... 56 .r
1-11.2(1) Property/Lot Corners ......................................................................................... 56
1-12 SOIL SAMPLING AND ANALYSIS
1-12.1 Description ............................................................................................................... 56
1-12.4 Measurement............................................................................................................ 56
1-12.5 Payment.................................................................................................................... 56
2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP..................................... 57
r
2-01.1 Description ............................................................................................................... 57
2-01.2 Disposal of Usable Material and Debris................................................................ 57 •r
2-01.4 Measurement............................................................................................................57
2-01.5 Payment....................................................................................................................57
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS........................................ 57
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs..................................................57
2-02.3(4)A Saw Cutting(Project No. SWP )................................................................. 58
C:\PNLX\0utlookJTemp\20a NEW-Special Provs-2006-DCW2.doc 1 v
ow
Mw
.. 2-02.4 Measurement............................................................................................................ 58
2-02.5 Payment.................................................................................................................... 58
am
2-03 ROADWAY EXCAVATION AND EMBANKMENT..............................................59
ww 2-03.3 Construction Requirements.................................................................................... 59
2-03.4 Measurement............................................................................................................59
r. 2-03.5 Payment............................................................................... 60
.....................................
2-04 HAUL........................................................................................................................... 60
2-04.5 Payment.................................................................................................................... 60
2-06 SUBGRADE PREPARATION ......................................61
............................................
2-06.5 Measurement and Payment.................................................................................... 61
w
2-09 STRUCTURE EXCAVATION .................................................................................. 61
aw 2-09.1 Description ............................................................................................................... 61
2-09.3(1)D Disposal of Excavated Material.............................................................................. 61
Im 2-09.3(5) Contaminated Structure Excavation Class B Incl. Haul................................. 61
..
2-09.4 Measurement............................................................................................................ 61
2-09.5 Payment.................................................................................................................... 62
5-04 HOT MIX ASPHALT........................................
5-04.3(7)A Mix Design............................................................................................................... 63
war
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture................................................. 63
.. 5-04.5(1)A Price Adjustments for Quality of HMA.................................................................... 63
5-04.5(1)A Price Adjustments for Quality of HMA Compaction ............................................... 64
aw
5-06 TRENCH RESTORATION AND OVERLAY(moved from 8-20.3).....................65
6-02 CONCRETE STRUCTURES.................................................................................... 70
6-02.3 Construction Requirements.................................................................................... 70
6-02.3(1) Classification of Structural Concrete............. 70
...................................................
CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 vi
Uw
r
6-02.3(2) Proportioning Materials..................................................................................... 70
6-02.3(2)A Contractor Mix Design............................................................................................ 70
6-02.3(2)B Commercial Concrete.............................................................................................. 70 •
6-02.3(3) Admixtures........................................................................................................... 70
sw
6-02.3(4) Ready-Mix Concrete........................................................................................... 70
6-02.3(4)C Consistency ............................................................................................................. 70
6-02.3(17) Falsework and Formwork................................................................................ 71
6-02.3(17)0 Early Concrete Test Cylinder Breaks.................................................................. 71 Mw
6-02.3(24) Reinforcement................................................................................................... 71
6-02.5 Payment.................................................................................................................... 71 so
6-03 STEEL STRUCTURES.............................................................................................. 71
ow
6-03.1 Description............................................................................................................... 71
6-03.2 Materials................................................................................................................... 71 ow
6-03.3 Construction Requirements.................................................................................... 72
6-03.3(7) Shop Plans..................................................................... .......... 72
.............................
6-03.5 Payment.................................................................................................................... 72
..
6-05 PILING........................................................................................................................ 72
6-05.1 Description ............................................................................................................... 72 .r
6-05.3 Construction Requirements.................................................................................... 72
6-05.3(8) Pile Tips and Shoes ............................................................................................. 72 w►
6-05.3(9) Pile Driving Equipment...................................................................................... 72
•
6-05.3(9)B Pile Driving Equipment Minimum Requirements................................................... 72
6-05.3(10) Test Piles............................................................................................................. 72 "w
6-05.5 Payment.................................................................................................................... 72
6-07 PAINTING .... 73 w'
..............................................................................................................
7-04 STORM SEWERS...................................................................................................... 74
7-04.1 Description ............................................................................................................... 74
•
C:TN1X\0utlookjTemp\20a NEW-Special Provs-2006-DCO2.doc I vii
w
7-04.2 Materials................................................................................................................... 75
7-04.2(2) Temporary Stormwater Diversion..................................................................... 75
7-04.3 Construction Requirements.................................................................................... 75
r.
7-04.3(4) Abandon Existing 24-In. Diam. Storm Drain Pipe .......................................... 76
7-04.4 Measurement............................................................................................................ 76
7-04.5 Payment............................ .... 76
....................................................................................
7-05 MANHOLES, INLETS, CATCH BASINS,AND DRYWELLS ............................ 77
7-05.3 Construction Requirements.................................................................................... 77
.. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade............................................. 77
7-05.3(2) Abandon Existing Manholes.............................................................................. 78
>.
7-05.3(3) Connections to Existing Manholes .................................................................... 78
7-05.3(5) Manhole Coatings............................................................................................... 79
7-05.3(6) Removal of Sanitary Sewer Manhole................................................................ 79
aw 7-05.4 Measurement............................................................................................................ 79
r,
7-05.5 Payment....................................................................................................................80
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS........................................80
ow7-08.3(1)A Trenches .................................................................................................................. 80
7-08.3(1)C Bedding the Pipe ..................................................................................................... 80
r.
7-08.3(2)A Survey Line and Grade............................................................................................ 81
o. 7-08.3(2)B Pipe Laying—General............................................................................................. 81
7-08.3(2)E Rubber Gasketed Joints........................................................................................... 81
7-08.3(2)H Sewer Line Connections ......................................................................................... 82
7-08.3(2)J Placing PVC Pipe..................................................................................................... 82
7-08.4 Measurement............................................................................................................82
o. 7-08.5 Payment..................................................................... ...........................................82
up
C:\PMX\0utlook1Temp\20a NEW-Special Provs-2006-DCO2.doc1 viii
VW
w
7-09 WATER MAINS.......................................................................................................... 83
7-09.3(15)A Ductile Iron Pipe ................................................................................................... 83
7-09.3(15)B Polyvinyl Chloride (PVC)Pipe(4 inches and Over)............................................ 83 ow
7-09.3(17) Laying Ductile Iron Pipe with Polyethylene Encasement............................. 83
.rr
7-09.3(19)A Connections to Existing Mains.............................................................................. 83
7-09.3(21) Concrete Thrust Blocking................................................................................ 84
7-09.3(23) Hydrostatic Pressure Test................................................................................. 84
7-09.3(24)A Flushing and"Poly-Pigging" .•••.•••• 86 .r
7-09.3(24)D Dry Calcium Hypochlorite.................................................................................... 86
7-09.3(24)K Retention Period................................................................. ............. 86
......................
7-09.3(24)N Final Flushing and Testing.................................................................................... 86
..r
7-09.3(25) Joint Restraint Systems.................................................................................... 86
7-09.4 Measurement............................................................................................................ 88 .�
7-09.5 Payment.................................................................................................................... 88
7-12 VALVES FOR WATER MAINS................................................................................ 88
7-12.3(1) Installation of Valve Marker Post...................................................................... 88
7-12.5 Payment.................................................................................................................... 89
7-14 HYDRANTS................................................................................................................ 89
7-14.3(7) Remove Existing Hydrant..................................................................................89
7-14.4 Measurement............................................................................................................ 89
7-14.5 Payment.................................................................................................................... 89
7-17 SANITARY SEWERS................................................................................................ 90
7-17.2 Materials................................................................................................................... 90
7-17.3(1) Protection of Existing Sewerage Facilities........................................................ 90
7-17.3(2)H Television Inspection............................................................................................... 90 ..r
7-17.3(2)I Temporary Sanitary Sewer Diversion....................................................................... 90
r
7-17.4 Measurement............................................................................................................91
C:\PMX\OutlookjTemp\20aNEW-Special Provs-2006-13Cv02.doc1 ix
wr
VW
7-17.5 Payment.................................................................................................................... 91
8-02 ROADSIDE RESTORATION................................................................................... 93
8-02.1 Description ............................................................................................................... 93
8-02.3(1) Responsibility During Construction..................................................................93
8-02.4 Measurement............................................................................................................ 93
"" 8-02.5 Payment.................................................................................................................... 94
8-05 DEWATERING........................................................................................................... 94
ow
8-05.1 General.................................................................................................................... 94
ow 8-05.1(1) Design...................................................................................................................94
8-05.1(2) Damages............................................................................................................... 95
8-05.1(3) Equipment........................................................................................................... 95
,w 8-05.1(4) Maintaining Excavation in Dewatering Condition.......................................... 95
8-05.1(6) Discharge Piping and Electrical Service Corridors.........................................96
w
8-05.1(7) Discharge Location .............................................................................................96
8-05.1(8) Maintaining Groundwater Control in Excavation........................................... 96
8-05.1(9) Duration of Dewatering...................................................................................... 96
ow 8-05.1(10) System Removal ......• 97
.........................................................................................
8-05.5 Payment.................................................................................................................... 97
aw
8-14 CEMENT CONCRETE SIDEWALKS.................................................................... 97
aw 8-14.1 Description ...............................................................................................................97
8-14.2 Materials................................................................................................................... 97
r..
8-14.3(3) Placing and Finishing Concrete......................................................................... 97
1W 8-14.4 Measurement............................................................................................................ 97
8-14.5 Payment.................................................................................................................... 98
am
wr
C:\PMX\OutlookjTemp\20aNEW-Special Provs-2006-DCO2.doc1 X
Vr.
w
8-22 PAVEMENT MARKING...........................................................................................98 sw
8-22.1 Description............................................................................................................... 98
8-22.3(5) Installation Instructions ...... 99 'w
................................................................................
8-23 TEMPORARY PAVEMENT MARKINGS.............................................................. 99
..
8-23.5 Payment.................................................................................................................... 99
9-03 AGGREGATES ........................................................................................................ 100
9-03.3 Stream Gravel........................................................................................................ 100
9-03.8(2) HMA Test Requirements.................................................................................. 100
9-03.8(7) HMA Tolerances and Adjustments.................................................................. 100 :
9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS........................... 101
9-05.16 Grate Inlets and Drop Inlets............................................................................... 101
9-05.21 High Density Polyethylene Pipe (HDPE) (Project SWP-27-_ ............ 101
9-06 STRUCTURAL STEEL AND RELATED MATERIALS..................................... 104
9-06.1 Structural Carbon Steel
........................................................................................ 104
9-06.4 Carbon Steel Bar Grating..................................................................................... 104
9-08 PAINTS...................................................................................................................... 104
9-08.8 Manhole Coating System Products...................................................................... 104
9-08.8(1) Coating Systems Specification......................................................................... 104
9-14 EROSION CONTROL AND ROADSIDE PLANTING....................................... 104
9-14.2(1) Hydroseed Bid Item (Project SWP-27- ).............................................. 104 ..
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES.............................. 106
Mw
9-23.9 Fly Ash.................................................................................................................... 106
9-30 WATER DISTRIBUTION MATERIALS.............................................................. 106 aff
9-30.1(1) Ductile Iron Pipe............................................................................................... 106
ow
9-30.3(1) Gate Valves (3 inches to 16 inches).................................................................. 106
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 xi
rrr
..
Ow 9-30.3(5) Valve Marker Posts........................................................................................... 107
9-30.3(7) Combination Air Release/Air Vacuum Valves................................................ 107
Ow
%w
or
WN
aw
f.
Mw
Im
Ow
fw
or
r
r
ff
fir
C:\PMX\OutlookjTemp\20aNEW-Special Provs-2006-DCO2.docI xii
Ow
DIVISION 1
GENERAL REQUIREMENTS
1-01 DEFINITIONS AND TERMS 1W
1-01.1 General
Section 1-01.1 is supplemented with: ow
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 r
contracts administered by the City of Renton.
1-01.3 Definitions ..
Section 1-01.3 is revised and supplemented by the following:
Act of God
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A ow
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. No
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the construction
program for the Contracting Agency. •o
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
.r
Bid Opening Date: The date on which the Contracting Agency publicly opens and reads bids.
Award Date: The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the work.
Contract Execution Date: The date the Contracting Agency officially binds the agency to the
Contract. ..�
Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract
time begins.
.r
Contract Completion Date: The date by which the work is contractually required to be
completed.
we
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.
.r
ow
CAPMX\0utlookjTemp\20aNEW-Special Provs-2006-DCv02.docI 1
rr
Engineer
`� The City Engineer or duly authorized representative, or an authorized member of a licensed
consulting firm retained by Owner for the construction engineering of a specific public works project.
r 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.
°1 Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on
recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed
.. substitution.
The responsibility and cost of furnishing necessary evidence, demonstrations, or other information
required to obtain the approval of alternative materials or processes by the Owner shall be entirely
+r 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.
s.
Plans
The contract plans and/or standard plans which show location, character, and dimensions of
prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be
No 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 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
an Means "furnish and install"as specified and shown in the Plans.
Secretary, Secretary of Transportation
2. The chief executive officer of the Department and other authorized representatives. The chief
executive officer to the Department shall also refer to the Department of Planning/Building/Public
Works Administrator.
ow Shop Drawings
Same as "Working Drawings"defined in the Standard Specifications.
UW 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
'r Contractor shall include all costs of doing this work within the bid prices.
State
off The state of Washington acting through its representatives. The State shall also refer to The City of
Renton and its authorized representatives where applicable.
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 2
3
Supplemental Drawings and Instructions
Additional instructions by Engineer at request of Contractor by means of drawings or documents
necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and
instructions are consistent with the Contract Documents.
Utility
Public or private fixed improvement for the transportation of fluids, gases, power, signals, or
communications and shall be understood to include tracks, overhead and underground wires, cables,
pipelines, conduits, ducts, sewers, or storm drains. .w
1-02 BID PROCEDURES AND CONDITIONS
r
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: 9W
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 ow
shall prevail.
1-02.6(1) Proprietary Information
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, .N
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 .rr
been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in
fact, so exempt.
1-02.12 Public Opening of Proposals ow
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 reserves the right however to award all or
any schedule of a bid to the lowest bidder at its discretion. s r
1-03.2 Award of Contract
Section 1-03.2 is supplemented with the following:
(******) ■r
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 .W
Contractor shall be determined by the Contracting Agency.
s
C:\PMX\0utlookjTemp\20a NEW-Special Provs-2006-DCO2.docl 3
r
r
1-03.3 Execution of Contract
Section 1-03.3 is revised and supplemented as follows:
Within 10 calendar days after receipt from the City of the forms and documents required to be
completed by the Contractor, the successful bidder shall return the signed Contracting Agency-
prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as
required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the
successful bidder shall provide any pre-award information the Contracting Agency may require under
Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor
aw 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.
o" If the bidder experiences circumstances beyond their control that prevents return of the contract
documents within 10 calendar days after the award date, the Contracting Agency may grant up to a
maximum of 10 additional calendar days for return of the documents, provided the Contracting
ow 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
on 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
re activities.
1-04 SCOPE OF THE WORK
"W 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications,
and Addenda
Revise the second paragraph to read:
ON (******)
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):
or 1. Addenda,
2. Proposal Form,
3. Special Provisions,
Im 4. Contract Plans,
5. Amendments to Division 1-99 APWA Supplement
6. Amendments to the Standard Specifications,
7. Division 1-99 APWA Supplement
aw 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction
9. Contracting Agency's Standard Plans (if any)
10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
Im Section 1-04.3 is a new section:
(******)
1-04.3 Contractor-Discovered Discrepancies
Im Upon receipt of award of contract, Contractor shall carefully study and compare all the components
of the Contract Documents and other instructions, and check and verify all field measurements.
Contractor shall, prior to ordering material or performing work, report in writing to Engineer any
a.
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 4
%W
error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If
Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy
between the Plans and the physical condition of the locality as represented in the Plans, or any such
errors or omissions in respect to design or mode of construction in the Plans or in the layout as given
by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing,
and Engineer will promptly check the same. Any work done after such discovery, until correction of
Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be
done at Contractor's risk. If extra work is involved, the procedure shall be as provided in
Section 1-04.4 of the Standard Specifications. .rr
1-04.4 Changes
1-04.4(1) Minor Changes
Section 1-04.4(1) is revised as follows:
rr
Payments or credits for changes amounting to $20,000 or less may be made under the bid item
"Minor Change".At the discretion of the Contracting Agency, this procedure for Minor Changes may
be used in lieu of the more formal procedure outlined in the Section 1-04.The last two paragraphs are to
replaced with the following:
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. ,r
1-04.6 Variation in Estimated Quantities
Section 1-04.6 is supplemented as follows:
(******) w
Because of the variable quantities that may be required for "Gravel Borrow Incl. Haul", "Unsuitable
Foundation Excavation, Incl. Haul", "Channel Excavation Incl. Haul", "Structure Excavation Class B
Incl. Haul", "Contaminated Structure Excavation Class B Incl. Haul", "Trench Excavation Incl. sw
Haul", "Contaminated Trench Excavation Incl. Haul", and "Foundation Material", the provision of
this section shall not apply to these items. The Engineer is given complete discretion as to the need
and requirement for the use of these materials on the project. .n
1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented as follows:
(******) ■r
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 r
unless another specific method of calculating lump sum payments is provided elsewhere in the
specifications.
1-04.11 Final Cleanup
Section 1-04.11 is supplemented as follows:
(******)
All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the
engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in
salvaging and delivering such items shall be considered incidental to the project and no compensation
will be made.
ow
The lump sum contract price for "Finish and Cleanup" 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 pay
item and no further compensation shall be made. Ow
wr
C:\PMX\OutlookJTemp\20a NEW-Special Provs-2006-DCW2.doc 1 5
we
r
1-05 CONTROL OF WORK
aw
1-05.4 Conformity With and Deviations from Plans and Stakes
Section 1-05.4 is supplemented with the following:
IM
If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey
work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 and elsewhere in
these specifications as being provided by the Engineer. All costs for this survey work shall be
VW 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 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.
,r„ 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.
ow
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.
am Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work
allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control
points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the
error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum
points used to determine any variation from a straight line or grade. Any such variation shall, upon
discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for
any error in alignment or grade.
s
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 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 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.
IM
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.
IM 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.
..
�r
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 6
4r
1-05.4(3) Contractor Supplied Surveying
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 1-11.
The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and
omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a
manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the
satisfaction of the Engineer before the survey work may be continued.
The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to
protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's
intent to remove any survey stakes and/or points before physically removing them.
The surveyor shall be responsible for maintaining As-Built records for the project. The Contractor
shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for r
the project.
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
"Contractor Supplied Surveying".
1-05.4(4) Contractor Provided As-Built Information
Section 1-05.4(4)is a new section:
It shall be the contractors responsibility to record the location prior to the backfilling of the trenches,
by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed
during his work as covered under this project.
It shall be the contractor's responsibility to have his surveyor locate by centerline station, offset and
elevation each major item of work done under this contract per the survey standard of 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.
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 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.
All costs for as-built work shall be included in the contract item "Contractor Supplied Surveying",
lump sum.
5
C:\PMX\0utlook1Temp\20a NEW-Special Provs-2006-DCO2.doc 1 7
Nr
an
,r 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.
r If Contractor does not remove such condemned work and materials and commence re-execution of
the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in
the Standard Specifications. In that case, Owner may store removed material.
If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date
of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar
days' written notice, sell such materials at public or private sale, and deduct all costs and expenses
incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the
net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the
amount of any deficiency from any funds otherwise due Contractor.
1-05.10 Guarantees
Section 1-05.10 is supplemented as follows:
If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or
unauthorized Work is discovered,the Contractor shall promptly, upon written order by the
Contracting Agency, return and in accordance with the Engineer's instructions, either correct such
Work, of if such Work has been rejected by the Engineer, remove it from the Project Site and replace
it with non-defective and authorized Work, all without cost to the Contracting Agency. If the
Contractor does not promptly comply with the written order to correct defective and/or unauthorized
rs 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 1-05.8 "Owners Right to
Correct Defective and/or Unauthorized Work."
r.
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
•p 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
°i 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
aw Contractor in the hands of the Contracting Agency.
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 formal
contract is entered into for such materials.
VM
•
C:\PMX\OutlookITemp\2OaNEW-SpeciaI Provs-2006-DCO2.docl 8
r.
1-05.11 Final Inspection Ud
1-05.11(1) Substantial Completion Date
Section 1-05.11(1)is a new section:
(******)
When the Contractor considers the work to be substantially complete, the Contractor shall so notify
the Engineer and request the Engineer establish the Substantial Completion Date. To be considered
substantially complete the following conditions must be met:
1. The Contracting Agency must have full and unrestricted use and benefit of the facilities
both from the operational and safety standpoint.
Only minor incidental work, replacement of temporary substitute facilities, or
2. 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.
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
Section 1-05.11(2) is a new section:
When the Contractor considers the Work physically complete and ready for Final Inspection, the
Contractor,by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer 1
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, rake
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.
!
C:\PMX\0utlookjTemp\20a NEW-Special Provs-2006-DCO2.doc1 9
No
aw 1-05.11(3) Operational Testing
Section 1-05.11(3) is a new section:
r. Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3
working days'notice of the time for each test and inspection. If the inspection is by another authority
than Engineer, Contractor shall give Engineer a minimum of 3 working days'notice of the date fixed
for such inspection. Required certificates of inspection by other authority than Engineer shall be
secured by Contractor.
1-05.12 Final Acceptance
The third and fourth sentences in paragraph l are deleted and replaced with:
The Final Acceptance date shall be that date in which the Renton City Council formally approves
a. acceptance of the Contract.
1-05.14 Cooperation with Other Contractors
Oe Section 1-05.14 is supplemented as follows:
Contractor shall afford Owner and other contractors working in the area reasonable opportunity for
�. the introduction and storage of their materials and the execution of their respective work and shall
properly connect and coordinate Contractor's work with theirs.
Other utilities, districts, agencies, and contractors who may be working within the project area are:
a.
1. Puget Sound Energy(gas and electric)
2. AT&T Broadband
V. 3. QWest Communications
4. City of Renton (water, sewer, transportation)
5. Private contractors employed by adjacent property owners.
..
1-05.18 Contractor's Daily Diary
Section 1-05.18 is a new section:
"' Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this
Work. This Diary will be created by pen entries in a hard-bound diary book of the type that is
commonly available through commercial outlets. The Diary must contain the Project and Number; if
the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept
and maintained by Contractor's designated project superintendent(s). Entries must be made on a
daily basis and must accurately represent all of the project activities on each day.
r At a minimum, the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions, including changes throughout the day.
3. A complete description of work accomplished during the day with adequate references to
the Plans and Contract Provisions so that the reader can easily and accurately identify said
work in the Plans. Identify location/description of photographs or videos taken that day.
rr. 4. An entry for each and every changed condition, dispute or potential dispute, incident,
accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or
any third party in any manner.
5. Listing of any materials received and stored on- or off-site by Contractor for future
installation, to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day.
r.
CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 10
�r
8. Listing of the number of Contractor's employees working during each day by category of .�
employment.
9. Listing of Contractor's equipment working on the site during each day. Idle equipment on
the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake-out, and all other services furnished by or
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. MW
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
'p
Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page numbers.
15. Each page must be signed and dated by Contractor's official representative on the project.
wr
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 so
Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any
potential claims or disputes that might arise during this Contract. Failure of Contractor to
maintain this Diary in the manner described above will constitute a waiver of any such claims o,
or disputes by Contractor.
Engineer or other Owner's representative on the job site will also complete a Daily Construction
Report. •+�
1-06 CONTROL OF MATERIAL
w
1-06.1 Approval of Materials Prior to Use
Section 1-06.1 is supplemented as follows:
The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall
include the quantity,manufacturer, and model number, if applicable, of materials and equipment to be
installed under the Contract. This list will be checked by Engineer as to conformity with the Contract
Documents. Engineer will review the lists within 10 working days, noting required corrections. +�+
Contractor shall make required corrections and file 2 corrected copies with Engineer within one week
after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve
Contractor from responsibility for suitability for the intended purpose, nor for deviations from the ..
Contract Documents.
1-06.2(1) Samples and Tests for Acceptance as
Section 1-06.2(1) is supplemented a follows:
The finished Work shall be in accordance with approved samples. Approval of samples by Engineer
'w
does not relieve Contractor of responsibility for performance of the Work in accordance with the
Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance "'
Section 1-06.02(2) is supplemented by adding the following:
Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of
Renton.
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.docl 11
r
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.
r.
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.
r 1-07.5 Environmental Regulations (Project SWP-27-3375)
Section 1-07.5 is supplemented as follows:
The Contractor shall comply with all construction related provisions of the RPA and other permits
obtained by the City.
The Contractor shall be responsible for making any changes required by the agencies,and payment of
any fines, for violations of any construction related provisions. The City will not make additional
compensation for any changes or fines due to the Contractors violations.
+. 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
°i inspection and review.
Contractor shall be required to comply with all conditions of the permits, easements, and rights of
u. 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.
Perimits, 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.
"W
1-07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
+r. (******)
Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower
tier subcontractors, regardless of project's funding source.
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 12
or
1-07.11(11) City of Renton Affidavit of Compliance WM
Section 1-07.11(11) is a new section:
Each Contractor, Subcontractor, Consultant,and or Supplier shall complete and submit a copy of the
"City of Renton Fair Practices Policy Affidavit of Compliance." A copy of this document will be ""'
bound in the bid documents.
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 amended,
are less restrictive than Washington State Law,then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor
insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates
which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract
requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier
subcontracts, together with the wage rates. The Contractor shall also ensure that this section,
REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and
lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will
be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates,
and this Special Provision. �s
1-07.13(1) General
Section 1-07.13(1) is supplemented as follows:
(******) .w
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.
it
1-07.14 Responsibility for Damage (Project SWP-27-3375)
Section 1-07.14 is supplemented by adding the following:
(******) .W
All references to the "State,""Commission," "Secretary""Department," and "officers and employees
of the State" shall read "Contracting Agency."
to
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. '!
air
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCv02.doc1 13
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
r. 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
w 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
aw 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
r. open for more than 48 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
r" 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
w removed with the earth surrounding their roots wrapped in burlap and replanted in their
original positions within 48 hours.
All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material
of equal quality at no additional cost to the Contracting Agency. In the event that it is
necessary to trench through any lawn area, the sod shall be carefully cut and rolled and
replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping
or other means, of all earth and debris.
The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes
used by side sewer contractors for all work, including excavation and backfill, on easements
,. or rights-of-way which have lawn areas. All fences, markers, mailboxes, or other temporary
obstacles shall be removed by the contractor and immediately replace, after the trench is
backfilled, in their original position. The contractor shall notify the Contracting Agency and
property Owner at least 24 hours in advance of any work done on easements or rights-of-way.
Damage to existing structures outside of easement areas that may result from dewatering
and/or other construction activity under this contract shall be restored to their original
„r condition or better. The original condition shall be established by photographs taken and/or
inspection made prior to construction. All such work shall be done to the satisfaction of the
property Owners and the Contracting Agency at the expense of the contractor.
CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCW2.doc1 14
D. Streets. The contractor will assume all responsibility of restoration of the surface of all
streets(traveled ways)used by him if damaged.
Asphalt concrete pavement or bituminous surfacing outside the project area that is disturbed
by the work shall be restored to its original condition. Asphalt pavement restoration shall
comply with the provisions of Section 5-04(Hot Mix Asphalt)of the Standard Specifications.
1
All other surfaces disturbed by the project shall be promptly replaced or relocated to original
or better than condition.
The Contractor shall restore all disturbed landscaping in conformance with Section 8-02
(Roadside Restoration).
In the event the Contractor does not have labor or material immediately available to make
necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting
Agency will make the necessary repairs and the cost of such repairs shall be paid by the
contractor.
The Contractor is responsible for identifying and documenting any damage that is pre-
existing or caused by others. Restoration of excavation in City streets shall be done in
accordance with the City of Renton Trench Restoration Requirements, which is available at
the Public Works Department Customer Services counter on the 6th floor, Renton City Hall,
1055 South Grady Way.
1-07.16(5) Payment
Section 1-07.16(5)is supplemented with the following:
Payment will be made for the following bid items:
"Property Restoration",per lump sum.
The lump sum contract price for "Property Restoration" shall include all costs to restore areas of the
Seahawk property, west of BNSF rights-of-way, which the Engineer has directed the Contractor to
work, including but not limited to, area preparation, topsoil placement, gravel placement, , and all
work to restore areas disturbed by construction to existing or better conditions or as shown on the w1
plan drawings. Any disturbed areas beyond the limits of work directed by the Engineer shall be
restored at the Contractor's expense.
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented by adding:
Existing utilities indicated in the Plans have been plotted from the best information available to
Engineer. Information and data shown or indicated in the Contract Documents with respect to
existing underground utilities or services at or contiguous to the project site are based on information
and data furnished to Owner and Engineer by owners of such underground facilities or others, and
Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to
be understood that other aboveground or underground facilities not shown in the Plans may be
encountered during the course of the work.
All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a
fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined
by the Engineer or utility personnel under adverse conditions,(inclement weather or darkness).
Where underground main distribution conduits, such as water, 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.
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCv02.doc1 15
1r
rrr 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.
Irr
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
�r
At least 2 and not more than 10 working days prior to commencing any 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
err 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.
In no way shall the work described under Utility Potholing relieve Contractor of any of the
responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions,
and elsewhere in the Contract Documents.
Payment
n. 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:
"Utility Potholing", per each.
1-07.17(1) Interruption of Services
( - Section 1-07.17(1) is a new section:
Whenever in the course of the construction operation it becomes necessary to cause an outage of
utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than
48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration
6W 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.
llrr
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCv02.doc1 16
wr
Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary up
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.
1-07.18 Public Liability and Property Damage Insurance VW
Section 1-07.18 is deleted and replaced with 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.
sN
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.
wr
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 aw
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. go
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.
4. Possess a minimum A.M. Best rating of AVII(A rating of A XII or better is preferred.) If any .r
insurance carrier possesses a rating of less than AVII,the City may make an exception.
The City reserves the right to approve the security of the insurance coverage provided by the
insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor
to fully comply during the term of the contract with these requirements will be considered a material
breach of contract and shall be cause for immediate termination of the contract at the option of the
City. ..r
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 1W
and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage.
aW
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 17
wr
Coverage shall include:
A. Commercial General Liability — ISO 1993 Form or equivalent. Coverage will be
written on an occurrence basis and include:
r
• Premises and Operations (including CG2503; General Aggregate to apply per
project, if applicable).
• Explosion, Collapse and Underground Hazards
• Products/Completed Operations
0 Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which includes defense coverage assumed under contract)
,,. • Broad Form Property Damage
0 Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
B. Automobile Liability including all:
„* • Owned Vehicles
• Non-Owned Vehicles
• Hired Vehicles
C. Workers'Compensation:
• Statutory Benefits(Coverage A)- Show Washington Labor& Industries Number
D. Umbrella Liability(when necessary):
• Excess of Commercial General Liability and Automobile Liability. Coverage
rir should be as broad as primary.
E. Professional Liability - (whenever the work under this Contract includes Professional
Liability, (i.e., architectural, engineering, advertising, or computer programming) the
CONTRACTOR shall maintain professional liability covering wrongful acts, errors
and/or omissions of the CONTRACTOR for damage sustained by reason of or in the
course of operations under this Contract.
F. The Contracting Agency reserves the right to request and/or require additional
coverages as may be appropriate based on work performed(i.e., pollution liability).
CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees and
volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR shall
provide CITY OF RENTON Certificates of Insurance prior to commencement of work. The City
aw 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-
+r insurance carried by CITY OF RENTON.
B. Include a Waiver of Subrogation Clause.
r
C. Severability of Interest Clause (Cross Liability)
D. Policy may not be non-renewed, canceled or materially changed or altered unless forty-
"W five (45) days prior written notice is provided to CITY OF RENTON. Notification shall
be provided to CITY OF RENTON by certified mail.
ow
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.docl 18
n.
1-07.18(3) Limits
Section 1-07.18(3) is a new section:
(******)
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 WW
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
**Amount may vary based on project risk �'
Automobile Liability
Bodily injury/Property Damage $1,000,000 =
(Each Accident)
Workers' Compensation
Statutory Benefits-Coverage A Variable w
(Show Washington Labor and Industries Number)
Umbrella Liability 1W
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations Aggregate $1,000,000
r
Professional Liability(If required)
Each Occurrence/Incident/Claim $1,000,000
Aggregate $2,000,000
s
The City may require the CONTRACTOR to keep professional liability coverage in effect for up to
two (2)years after completion of the project.
The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general
aggregate or other aggregate limits are reduced. At their own expense, the CONTRACTOR will
reinstate the aggregate to comply with the minimum limits and requirements as stated in to
Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing
such coverage is in force.
so
.r
10
r
C APMX\OutlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 19
W
1-07.18(4) Evidence of Insurance:
Section 1-07.18(4) is a new section:
Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance by
VW submitting to the CONTRACTING AGENCY the following:
1. City of Renton Insurance Information Form(attached herein)without modification.
IM
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:
ir.
A. Strike the following or similar wording: "This Certificate is issued as a matter of
information only and confers no rights upon the Certificate Holder";
rr
B. Strike the wording regarding cancellation notification to the City: "Failure to mail
such notice shall impose no obligation or liability of any kind upon the company, its
agents or representatives."
C. Amend the cancellation clause to state: "Policy may not be 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.
ve
For Professional Liability coverage only, instead of the cancellation language specified above,
the City will accept a written agreement that the consultant's broker will provide the required
notification.
1-07.18(5) Relations with Railroad
Section 1-07.18(5) is a new section:
Contractor's personnel shall complete BNSF's contractor orientation course before beginning
construction activity inside BNSF right-of-way. Railroad Company, as used in the following
Specifications, shall be the railroad company or companies, or railway company or companies
specified in these Supplemental Specifications. The following provisions, though referring to a single
Railroad Company, shall be applicable to each of the following railroad companies or railway
companies:
a.
*** Burlington Northern Santa Fe
Protection of Railroad Property
The Contractor shall exercise care in all operations and shall, at the Contractor's expense, adequately
protect the property of the Railroad Company and its appurtenances, property in its custody, or
persons lawfully upon its right-of-way, from damage, destruction, interference, or injury and shall
... prosecute the work to not interfere with the Railroad Company or its appurtenances, or any of the
Railroad Company's trains or facilities, and shall complete the work to a condition that shall not
interfere with or menace the integrity or safe and successful operations of the Railroad Company or
its appurtenances, or any of the Railroad Company's trains or facilities.
The Contractor shall not transport equipment, machinery, or materials across the Railroad Company's
tracks, except at a public crossing, without the written consent of the Railroad Company.
r
The Contractor shall keep the ditches of the Railroad Company open and clean from any deposits,and
keep the right-of-way clean from debris, and shall clean and restore ballast of the Railroad Company
which is disturbed or becomes fouled with dirt or materials when such deposits or damage result from
the operations of the Contractor, except as provided elsewhere.
C:\PMX\0utlookjTemp\20a NEW-Special Provs-2006-DCO2.doc1 20
s
The Contractor's work shall be conducted in such a manner that there will be a minimum of .
interference with the operation of railroad traffic. The Railroad Company will specify what periods
will be allowed the Contractor for executing any part of the work in which the Railroad Company's
tracks will be obstructed or made unsafe for operation of railroad traffic.
With respect to the Contractor's operations, in carrying out the work, the Contractor shall employ
such security personnel as may be necessary to prevent obstruction of the railroad track and
interference with train movements. Such security personnel shall cooperate with the Railroad
Company's flaggers or employees to ensure the safety of train movements.
In the event that an emergency occurs in connection with the work specified, the Railroad Company
reserves the right to do any and all work that may be necessary to maintain railroad traffic. If the
emergency is caused by the Contractor,the Contractor shall pay the Railroad Company for the cost of ,
such emergency work.
When, in the opinion of the Railroad Company, the services of flaggers or security personnel are
necessary for the protection of the Railroad Company's facilities by reason of the Contractor's
operations,the Railroad Company will furnish such flaggers or security personnel as may be required.
The Contractor shall notify the Railroad Company a minimum of 48 hours in advance of whenever
the Contractor is about to perform work adjacent to the tracks to enable the Railroad Company to
provide flagging or other protective service.
The Railroad Company's contact is:
Paul J. Farley Jr.
Roadmaster Seattle
Burlington Northern Santa Fe Railroad
(206) 625-6462
No act of the Railroad Company in supervising or approving any work shall reduce or in any way
affect the liability of the Contractor for damages, expense, or cost that may result to the Railroad
Company from the construction of this Contract.
Protective services, including railroad flagging and other devices, may be required by the Railroad
Company as a result of the Contractor's operations to protect the Railroad Company's facilities,
property, and movement of its trains or engines.
In addition to flagging, other protective devices, such as crossing signals, indicators, telltales, lights,
telephones, etc. may be required. Telltales may be required by the Railroad Company for any
proposed restrictions of vertical clearances to less than 22.5 feet. The Railroad Company will install
the telltales.
The nature and extent of protective services, personnel, and other measures required will in all cases
be determined by the Railroad Company. Nothing in these Specifications will limit, in any way, the
Railroad Company's right to determine and assign the number of personnel, the classes of personnel
for protective services,nor other protective measures it deems necessary.
Unless otherwise provided, all personnel assigned by the Railroad Company, other than those Ps
engaged in performing work by the Railroad Company as listed under Construction Work by Railroad
Company, will be considered protective personnel.
In general,the Railroad Company will furnish protective services:
(1) For any excavation below the elevation of the track subgrade, if in the opinion of the Railroad
Company's representative, the track or other railroad facilities may be subject to settlement or
movement.
(2) For all work over or adjacent to the track, if, in the opinion of the Railroad Company's
representative, said work represents a hazard to the Railroad Company.
C:\PMX\Outlook1Temp\20aNEW-Special Provs-2006-DCO2.doc1 21
us
,. (3) During any clearing or grading in proximity to the facilities, which in the opinion of the
Railroad Company's representative may endanger or interfere with railroad facilities or
operations.
"' (4) When any of the Contractor's operations are carried on, within or near railroad right-of-way
and in the opinion of the Railroad Company's representative, could endanger railroad
facilities or create a hazard to railroad operations. Communications Linemen or Signalmen
ow may be used to protect communications and signal facilities, if deemed necessary by the
Railroad Company.
There will be no cost to the Contractor for the railroad protective services.
as
All costs for insurance shall be considered incidental to and included in the unit contract prices and no
additional payment will be made.
am 1-07.22 Use of Explosives
Section 1-07.22 is supplemented by the following:
VM 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.
�r
The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in
conjunction with blasting operations.
1r:
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.
+r.
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.
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 22
tar
When the abutting wners'access across the right-of-way line is to be eliminated and replaced under
the Contract by o her access, the existing access shall not be closed until the replacement access
facility is available.
All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not
open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or
covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway
remains closed to public traffic. Steel plates must be anchored.
1-07.23(3) Construction Restrictions
Section 1-07.23(3)is a new section:
Any construction activity on Ripley Lane Storm Improvements project will not be allowed on July
31,August 6,and August 13,2008. Ripley Lane shall also be returned to normal operation(two-lane)
during this period.
1-07.24 Rights-of-Way
Section 1-07.24 is supplemented by adding the following:
Street right-of-way lines, limits of easements. and limits of construction permits 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.
Generally, the Contracting Agency will have obtained, prior to Bid opening, all rights of way and
easements, both permanent and temporary, necessary for carrying out the 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.
Whenever any of the Work is accomplished on or through property other than public tight of way, the
Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained
by the Contracting Agency from the owner of the private property. Copies of the easement
agreements are included in the Contract Provisions or made available to the Contractor as soon as
practical after they have been obtained buy the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so
noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where
right-of-way, easements or rights of entry have not been acquired until the Engineer certifies to the
Contractor that the right-of-way or easement is available or that the right of entry had been received.
If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining
easements,rights of entry of right-of-way,the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes
entry onto easements and private property where private improvements must be adjusted.
The Contractor shall be responsible for providing, without expense or liability of the Contracting ,
Agency, any additional land and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using any
private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a
written permission of the private property owner, and, upon vacating the premises, a written release
from the property owner of each property disturbed or otherwise interfered with by reasons of
construction pursued under this contract. The statement shall be signed by the private property
owner, or proper authority acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary permits have been 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. es
CAPMX\Outlook1Temp\20a NEW-Special Provs-2006-DCO2.docl 23
.. 1-08 PROSECUTION AND PROGRESS
Section 1-08.0 is a new section with subsection:
1-08.0 Preliminary Matters
1-08.0(1) Preconstruction Conference
`s 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)
4 Approval of qualified subcontractors (bring list of subcontractors if different from list
submitted with Bid)
-� List of materials fabricated or manufactured off the project
r
4 Material sources on the project
+ Names of principal suppliers
►� 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both
working and standby rates)
4 Weighted wage rates for all employee classifications anticipated to be used on Project
4 Cost percentage breakdown for lump sum bid item(s)
+ Shop Drawings(bring preliminary list)
s + Traffic Control Plans(3+copies)
4 Temporary Water Pollution/Erosion Control Plan
as In addition,the Contractor shall be prepared to address:
Bonds and insurance
Project meetings—schedule and responsibilities
Provision for inspection for materials from outside sources
Responsibility for locating utilities
Responsibility for damage
,.., Time schedule for relocations, if by other than Contractor
Compliance with Contract Documents
Acceptance and approval of work
Labor compliance,payrolls, certifications
Safety regulations for Contractors'and Owner's employees and representatives
Suspension of work, time extensions
Change order procedures
Progress estimates-procedures for payment
Special requirements of funding agencies
Construction engineering, advance notice of special work
Any interpretation of the Contract Documents requested by Contractor
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCA2.doc1 24
PM
Any conflicts or omissions in Contract Documents
Any other problems or questions concerning the work
Processing and administration of public complaints
Easements and rights of entry
Other contracts
The franchise utilities may be present at the preconstruction conference, and Contractor should be
prepared for their review and discussion of progress schedule and coordination.
1-08.1 Subcontracting
Section 1-08.1 is supplemented as follows:
Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7
calendar days prior to start of a subcontractor's work.
Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all
subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by
the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor.
Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in
the Contract Documents shall create any contractual relation between any subcontractor and Owner.
Contractor shall be responsible for making sure all subcontractors submit all required documentation,
forms, etc.
1-08.1(2) Hours of Work
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 6:00 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
6:00 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 6:00 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.
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.
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 25
r
aw 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
r 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.
iW 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:
The progress schedule for the entire project shall be submitted 7 calendar days prior to the
ti• Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM),
preferably using Microsoft Project or equivalent software. The schedule shall contain this
- information, at a minimum:
1. Construction activities, in sufficient detail that all activities necessary to construct a complete
and functional project are considered. Any activity that has a scheduled duration exceeding 30
calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar
days.
The schedule shall clearly indicate the activities that comprise the critical path. For each activity
not on the critical path,the schedule shall show the float, or slack, time.
2. Procurement of material and equipment.
3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall
be shown as separate activities.
4. Work to be performed by a subcontractor, agent, or any third party.
5. Allowances for delays that could result from normal inclement weather (time extensions due to
inclement weather will not be allowed).
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.
w
CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 26
r.
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
t
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 tl
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.
The cost of preparing the progress schedule, any supplementary progress schedules, and weekly
schedules shall be considered incidental to the Contract and no other compensation shall be made.
1-08.4 Prosecution of the Work
Section 1-08.4 is supplemented as follows:
Notice to Proceed will be given after the contract has been executed and the contract bond and evidence
of insurances have been approved and filed by the Owner. The Contractor shall not commence the
Work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence
construction activities on the Project Site 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 b 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 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.
CAPMX\0utlook1Temp\20a NEW-Special Provs-2006-DCO2.doc1 27
r
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.
w Contractor will be entitled to only one such suspension of time during the performance of the work
and during such suspension shall not perform any additional work on the project. Upon delivery of
the critical items, contract time will resume and continue to be charged in accordance with
Section 1-08.
1-08.6 Suspension of Work
Section 1-08.6 is supplemented as follows:
w
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.
a..
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.
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 28
%W
1-08.11 Contractor's Plant and Equipment
Section 1-08.11 is a new section:
The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of
his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the
contractor's plant and equipment in the performance of any work on the site of the work.
The use by the Owner of such plant and equipment shall be considered as extra work and paid for
accordingly.
Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the site
from the time contractor's operations have commenced until final acceptance of the work by the
engineer and the Owner. The contractor shall employ such measures as additional fencing, barricades,
and watchmen service, as he deems necessary for the public safety and for the protection of the site and
his plant and equipment. The Owner will be provided keys for all fenced,secured areas.
1-08.12 Attention to Work
Section 1-08.12 is a new section:
The contractor shall give his personal attention to and shall supervise the work to the end that it shall
be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times
be represented by a competent superintendent who shall have full authority to execute the same, and
to supply materials, tools, and labor without delay, and who shall be the legal representative of the
contractor. The contractor shall be liable for the faithful observance of any instructions delivered to
him or to his authorized representative.
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
Section 1-09.1 is supplemented by adding the following:
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:
L 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
C\PMX\OutlooklTemp\20a NEW-Special Provs-2006-DCO2.docl 29
aw It will be the 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.
r
Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given
to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay
quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery
of materials. Tickets not receipted by Inspector will not be honored for payment.
Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication
of numbers.
_- Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project.
All tickets received that do not contain the following information will not be processed for payment:
1. Truck number
2. Truck tare weight(stamped at source)
3. Gross truck load weight in tons(stamped at source)
4. Net load weight(stamped at source)
5. Driver's name, date,and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name
,.� 1-09.3 Scope of Payment
Section 1-09.3 is supplemented by adding the following:
Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the
"Payment" clause of each Section of the Standard Specifications, will be the only items for which
compensation will be made for the Work described in or specified in that particular Section when the
Contractor performs the specified Work. Should a Bid Item be listed in a"Payment"clause but not in
the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated
as included in or incidental to a pay item in the contract and is not work that would be required to
complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as
for Extra Work pursuant to a Change Order.
The words Bid Item, Contract Item, and Pay Item, and similar terms used throughout the
Contract Documents are synonymous.
If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form
requires that said unit Bid Item price cover and be considered compensation for certain work or
material essential to the item, then the work or material will not be measured or paid for under any
other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications.
w
Pluralized unit Bid Items appearing in these Specifications are changed to singular form.
.. Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the
Specifications shall be considered as including all of the Work required, specified, or described in that
particular Section. Payment items will generally be listed generically in the Specifications, and
specifically in the bid form. When items are to be "furnished" under one payment item and
%W "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.
aw
CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCv02.doc1 30
WSW
aw
1-09.7 Mobilization
we
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. .w
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 will be made for the following bid item(s):
"Mobilization", per lump sum. +�
1-09.9 Payments
Section 1-09.9 is supplemented as follows: r
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. "r
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 am
schedule(see Section 1-08.3).
1-09.9(1) Retainage so
Section 1-09.9(1) is supplemented as follows:
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 such amount as is
required to satisfy any claims by Owner against Contractor, until such claims have been finally as
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.
w
Im
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-13Cv02.doc1 31
A
rw
aw 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:
%W
1. Damage to another contractor when there is evidence thereof and a claim has been filed.
2. Where the Contractor has not paid fees or charges to public authorities of municipalities
which the contractor is obligated to pay.
3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with
the Work(Section 1-05.6)
4. Landscape damage assessments per Section 1-07.16.
5. For overtime work performed by City personnel per Section 1-08.1(4)
6. Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1-08.9 Liquidated Damages; or
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
ti. make allowances for weather delays, approved unavoidable delays, and suspensions
of the Work. The amount withheld under this subparagraph will be base upon the
liquidated dames amount per day se forth in Contract Documents multiplied by the
number of days the Contractor's approved progress schedule, in the opinion of the
Engineer, indicates the Contract may exceed the Contract Time.
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 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
`w 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
am 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
aw required by Section 1-07.9.
f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW)as
required by Section 1-07.10.
g. Failure of the Contractor to submit and obtain approval of a progress schedule per
Section 1-08.3.
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as
have been withheld pursuant to this section to a parry 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
r.. 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.
in
C:\PMX\OutlookITemp\20aNEW-Special Provs-2006-DCO2.docl 32
w.
r
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
Section 1-09.9(3)is a new section:
(******)
Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the Contactor
will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the
Contractor of the Final Payment shall be and shall operate as a release:
1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims
in stated amounts as may be specifically excepted in writing by the Contractor;
2. for all things done or furnished in connection with the Work;
3. for every act and neglect by the Contracting Agency; and
4. for all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the
Contractor's Surety from any obligation required under the terms of the Contract Documents or the +M�
Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to
investigate and act upon findings of non-compliance with the WMBE requirements of the Contract;
nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties,
or obtaining such other remedies as may be permitted by law.
Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit,
on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority
(MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify
the amounts paid to the DB, MBE or WBE subcontractors regardless of tier.
On Federally-funded projects the Contractor may also be required to execute and furnish the
Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or
gift and money pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails,refuses, or is unable to sign and return the Final Progress Estimate or any other
documents required for the final acceptance of the contract,the Contracting Agency reserves the right
to establish a completion date and unilaterally accept the contract. Unilateral acceptance will occur
only after the Contractor has been provided the opportunity, by written request from the Engineer, to
voluntarily submit such documents, If voluntary compliance is not achieved, formal notification of
the impending unilateral acceptance will be provided by certified letter from the Engineer to the
Contractor which will provide 30 calendar days for the Contractor to submit the necessary documents.
The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the rM
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 of 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 dated the Contraction Agency unilaterally
signs the Final Progress Estimate constitutes the final acceptance date(Section 1-05.12).
CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 33
1 ,
`w 1-09.11(2) Claims
Paragraph 5 of Section 1-09.11(2) is revised as follows:
Failure to submit with the Final Application for Payment such information and details as described in
w this section for any claim shall operate as a waiver of the claims by the Contractor as provided in
Section 1-09.9.
1-09.11(3) Time Limitations and Jurisdiction
Paragraph 1, Sentence 1 of Section 1-09.11(3)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;
ip 2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the
issues submitted to arbitration. The board of arbitrators 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
E~ board's majority opinion that the contractor's filing of the protest or action is capricious or without
>rr reasonable foundation. In the latter case, all costs shall be borne by the contractor.
1-09.14 Payment Schedule Project SWP-27-3375
Section 1-08.14 is a new section with subsections:
General—Scope
A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all
compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies,
and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items
of work being described, as necessary,to complete the various items of the WORK all in
accordance with the requirements of the Contract Documents, including all appurtenances
thereto, and including all costs of compliance with the regulations of public regulations of public
agencies having jurisdiction, including Safety and Health Administration of the US Department
of Labor(OSHA).
B. The Owner shall not pay for material quantities that exceed the actual measured amount used and
approved by the ENGINEER
C. It is the intention of these specifications that the performance of all work under the bid for each
item shall result in the complete construction, in an accepted operating condition, of each item.
Work and material not specifically listed in the proposal but required in the plans, specifications,
and general construction practice, shall be considered incidental to the construction of the project
and the Contractor shall include the cost within_..the unit bid prices. No separate payment Nvill be
made for these incidental items.
CAPMX\0utlook1Temp\20aNEW-Special Provs-2006-DCv02.doc1 34
•
1-09.14(t) Basic Bid ,,,.►
3'htssettoii is pan outline of the basic bid items that will tletermiine:the low bidder for tt ro�eo
st
Measurement and Payment,,where described in a bid item,shall:supercede Measurement anc(
1?ayment`listed;in other sections of the:Special I'rou�sions,and Standard Specifications,
w.
1. Contractor Supplied Surveying (LS)
Contractor Supplied Survey shall include all work and materials for the full and complete
survey work required to complete the project and as-built drawings as specified in
Section 1-05, Control of Work.
2. SPCC Plan (LS) go
The Contractor shall include all work and materials to develop and implement a Spill
Prevention, Control and Countermeasures Plan for the duration of the project. Plan shall
conform to the requirements of Standard Specification Section 1-07.15(1). The Lump sum ,M,r
price shall be full pay for all costs associated creating and implementing the SPCC Plan.
3. Property Restoration (LS)
The Lump sum contract price for "Property Restoration" shall include all costs to restore
areas of the Seahawk property disturbed by construction, west of BNSF rights of way, which
the Engineer has directed the Contractor to work, including but not limited to, area
preparation, topsoil placement, crushed surfacing placement, , and all work to restore areas
disturbed by construction to existing or better conditions or as shown on the plan drawings.
Any disturbed areas beyond the limits of work directed by the Engineer shall be restored at
the Contractor's expense, including and not limited to all aspects of storm drain pipe
construction,trenching, boring, and construction activities.
a
4. Utility Potholing (EA)
The item includes all work needed to pothole existing utilities as directed by the Engineer.
Any other potholing not directed by the Engineer shall be at the Contractor's cost.
Potholing includes excavation, identification, measurement, refilling the hole, and temporary
patch. The Contractor shall identify the utility, pipe type and size, and provide accurate
measurements from the ground surface to the top of the utility in writing to the Engineer per
Special Provisions Section 1-07.17.
If the native material is unsuitable to use to refill the pothole, imported backfill may be used.
Imported backfill will be paid under a separate bid item. Permanent patch will be paid under
a separate bid item.
.t
Prior to beginning construction of the new underground utility, the Contractor shall pothole
the existing underground utilities at the locations identified by the Engineer. The Contractor
shall perform potholing a minimum of five working days prior to construction at the pothole rr
location to allow for potential revisions. The Engineer may revise the design as needed if
there is a conflict with existing utilities.
The Contractor shall not have cause for claim of downtime or any other additional costs
associated with "waiting" if the Engineer provides design revisions (related to the
information supplied per this section) within five working days after the Contractor provides
the surveyed elevations.
2W
C:\PMX\OutlookJTemp\20a NEW-Special Provs-2006-DCO2.docl 35
s
., Measurement for Pothole Utility shall be per each.
Payment for Pothole Utility shall be made at the unit contract price, which shall be complete
r compensation for all labor, tools, equipment, and materials required to complete the work in
conformance with the Contract Documents, including but not limited to, excavation,
dewatering, potholing for utility location, removal, hauling and disposal of all pavement,
waste and excess materials, shoring, placement of backfill (native) material, compaction,
r'" water, grading,temporary patch, and cleaning.
5. Mobilization (LS)
Aw Mobilization includes the complete cost of furnishing and installing, complete and in-place
all work and materials necessary to move equipment and personnel to the jobsite, provide and
maintain all necessary support facilities and utilities, obtain all necessary permits and
r., licenses, prepare the site for construction operations, and maintain the site and surrounding
areas during construction.
The Contractor shall prepare a Mobilization Plan showing the proposed location for storage
of all equipment and material proposed to be located at the site. Storage shall not interfere
with use of the City ROW and commercial and residential access.
For any proposed storage on private property outside the easement area, the Contractor shall
obtain a Temporary Use Permit for storage areas on private property. The Contractor shall be
responsible for all fees, applications, and work needed to obtain the permit. The Contractor
shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City.
Work hours shall be limited to weekdays only, between the hours of 7 a.m. and 6 p.m. unless
i. otherwise approved in advance by the City. Machinery shall not be started before 7 a.m.
Work on weekends will not be allowed, except as approved in writing by the Engineer.
�s 6. Traffic Control (LS)
Traffic Control shall 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.
This bid item includes all Traffic Control needed for work during and outside of normal
working hours.
All adjustments to the Traffic Control Plan are considered incidental and no additional
payment will be made for adjustments.
Measurement of Traffic Control shall be per lump sum.
r
CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 36
e.
s
The lump sum contract price for Traffic Control shall be full compensation for all materials,
labor, tools, and equipment required to prepare the Traffic Control Plan and provide traffic
control during the duration of construction, including temporary pavement markings, safety
barriers, flaggers,mobilization, and demobilization.
w
Payment for this item will be prorated over the construction period.
7. Soil Sampling and Analysis (EA)
The potential exists for encountering soils and or groundwater contaminated with polynuclear
aromatic hydrocarbons (PAHs) and PCPs on the Seahawk site. Prior to pipeline and structure
construction, the Contractor shall sample soils below the indicator fabric or geomembrane
environmental cap at locations selected by the Engineer. The unit price for Soil Sampling
and Analysis shall be measured per each and include obtaining the sample, transport of the
sample to an approved laboratory and analysis of the soil sample for polynuclear aromatic
hydrocarbons (PAHs) and PCPs. The unit price shall also include compliance with the
Seahawk Headquarters and Practice Facility Health and Safety Plan, and applicable sections
of the Soil Management Plan, October 2006, see Appendix A. va
8. Clearing and Grubbing (LS)
This item includes all work needed to clear area for construction of the new utility lines and
stream and channel construction. Clearing includes the items shown or noted on the plan 1W
sheets and any other items and work needed that may not be shown on the plan sheets or
included in the description. Only the area and plants needed for construction shall be cleared.
The Contractor is encouraged to inspect the clearing area to review the existing conditions art
and work that may be needed.
The cost for removing trees as shown on the Plans shall be included in this bid item.
Grubbing shall be performed only in the trench area for the new buried utility lines. In other
areas, trees and vegetation that interfere with construction shall be cleared down to the
ground surface, but not below.
The Contractor shall allow the City three days after initial clearing to review the pipe location
and adjust the pipe location, if needed.
The Contractor shall stay within the Work Area Limits at all times. The Contractor shall be
responsible for any damages, repairs, and restoration outside the Work Area Limits. *6
All vegetation, wood debris, trees, and other material removed for clearing 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).
Measurement for Clearing and Grubbing will be prorated for the area cleared at time of
payment, as determined by the Engineer.
9. Saw Cutting (LF)
This item includes all work and equipment to saw cut the existing asphalt and concrete
pavement at locations shown on the plan drawings or where required and approved by the
Engineer. 'R
ter.
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 37
,.. Measurement for Saw Cutting shall be per linear foot, in conformance with the Contract
Documents.
r The unit bid price shall be considered complete compensation for all labor, equipment, and
materials to complete this item of work in accordance with the Contract documents
10. Remove Asphalt Concrete/Cement Concrete Pavement (SY)
Payment for Remove Asphalt Concrete/Cement Concrete Pavement will be full compensation
for all costs associated with removing and disposing of the pavement materials regardless of
depth, in accordance with the Contract Documents.
Measurement for the removal of pavement materials will be by the square yard.
it. Cold Mix (TN)
When an area where pavement has been removed is to be open to traffic, before pavement
patching has been completed, temporary mix asphalt patch shall be required. Measurement
.. for Cold Mix will be by the ton. Material placed shall have a minimum depth of 2 inches.
Cold Mix shall be used at the discretion of the Engineer.
Payment will be made in accordance with Section 1-04 and will be full compensation for all
4i costs associated with the placement of the Cold Mix and removal of the material in its
entirety before asphalt concrete pavement is placed.
�► 12. Ripley Lane Road Detours (EA)
The Contractor shall include all work and materials, including jersey barriers and excluding
gravity block walls, to develop and implement road detours for traffic movement through the
.. Ripley Lane roadway construction area in conformance with the Contract Documents. The
detour shall provide a minimum of one traffic lane in each direction during nonconstruction
periods.
The per each price shall be full pay for all costs associated with providing all materials,
constructing, maintaining, and removing the roadway detours. Gravity block walls required
for detour construction shall be paid for under Section 8-24.
13. Channel Excavation Incl. Haul (CI)
The unit price for Channel Excavation shall be full compensation for the costs of all labor,
... tools, and equipment for excavating, grading, loading, hauling, and disposing of the material
in conformance with the Contract Documents. All work in the stream shall meet the permit
requirement of the Department of Fish and Wildlife HPA. Channel excavation includes
... excavation for foundation material.
Measurement for Channel Excavation Incl. Haul will be by the cubic yard based on neat line
and the alignment, profile, grade, and sections shown in the Plans. Any overexcavation not
Ow specifically authorized by the Engineer, shall be replaced with Gravel Borrow and compacted
by Method C outlined in the Standard Specification Section 2-03.3(14)C at no expense to the
City.
UW
14. Gravel Borrow Incl.Haul (TN)
The unit price for Gravel Borrow shall be full compensation for the costs of all labor, tools,
O, and equipment and materials necessary or incidental to furnish and place the material for
embankments in conformance with the Contract Documents.
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCv02.doc1 38
Measurement for Gravel Borrow Incl. Haul will be by the ton. Material shall be compacted
by Method C outlined in the Standard Specification Section 2-03.3(14)C at no additional
expense to the City. s
15. Stream Gravel Incl.Haul (TN)
The unit price for Stream Gravel shall be full compensation for all costs incurred for all
material, labor, and equipment necessary or incidental to excavate, load,haul, and place the
material in the stream channel as shown on the plan drawings and in conformance with the
Contract Documents. This bid item does not include stream gravel placed in the outlet
structure.
Measurement for Stream Gravel Incl. Haul will be by the ton.
16. Unsuitable Foundation Excavation Incl.Haul(CI)
The unit price for Unsuitable Foundation Excavation Incl. Haul will be full compensation for
the costs of all labor,tools, equipment, and materials necessary or incidental to remove, load,
haul, and dispose of the unsuitable material off-site at a Contractor-obtained legal disposal
site.
Measurement for Unsuitable Foundation Excavation Incl. Haul will be by the cubic yard in
place of material actually removed as directed by the Engineer. Any overexcavation not
specifically authorized by the Engineer, shall be replaced with Foundation material at no
additional expense to the City.
17. Structure Excavation Class B Incl.Haul (CY)
Structure Excavation Class B includes the excavation for the Outlet Structure and manhole
outlined in the Contract Documents. The excavations will require a structural
shoring/sheeting system to limit the area of excavation. Excavation outside the excavation
limits shown on the plan drawings shall be at no additional expense to the City. All
Structural Excavation Class B shall be disposed of at an approved Contractor-provided site.
Structure Excavation Class B shall be measured by the cubic yard.
18. Contaminated Structure Excavation Class B Incl.Haul (TN)
Contaminated Structure Excavation Class B includes the excavation for the Outlet Structure
and manhole of materials characterized as contaminated based on sampling results. This
excavated soil shall be managed in accordance with applicable state and federal regulations
outlined in the Contract Document. Handling and disposal of materials shall adhere to all
transportation requirements, receive preapproval from a disposal facility, (Waste
Management, Missy Boone, 1-425-766-3168), manifesting, and record keeping, etc., as
outlined in the Soil Management Plan, Appendix A. The excavations will require a structural
shoring/sheeting system to limit the area/volume of excavation. Excavation outside the
excavation limits shown on the plan drawings shall be at no additional expense to the City.
Contaminated Structure Excavation Class B shall be measured by the ton.
19. Shoring or Extra Excavation Class B (LS)
The lump sum price for Shoring or Extra Excavation Class B will be full compensation for
the cost of all labor; tools, equipment, and materials necessary or incidental to furnishing,
installing,and removing all trench safety systems.
C:\PMX\OutlookjTemp\20aNEW-Special Provs-2006-DCO2.doc1 39
.• 20. Controlled Density Fill (CDF) (CI)
The unit price for controlled Density Fill shall be full compensation for the costs of all labor,
tools and equipment and materials necessary or incidental to furnish and place the CDF
material under and adjacent to the 84-inch-diameter King County Sanitary Sewer as shown
on the plan drawings and in conformance with the Contract Documents.
Measurement for Controlled Density Fill will be by the cubic yard.
21. Crushed Surfacing (TN)
The unit price for Crushed Surfacing shall include furnishing, placing, and compacting
.F crushed surfacing top course material for shoulder restoration and crushed surfacing base
course as part of the pavement restoration section, in conformance with the Contract
Documents. Crushed surfacing placed as part of detour construction shall be paid for under
.,, Ripley Lane Road Detours.
Crushed Surfacing will be measured by the ton.
UE
22. HMA Cl. 1-In.PG 58-22 (TN)
The unit price for HMA Cl. 1-In. PG 58-22 shall be full compensation for all costs incurred in
the manufacture of the asphalt pavement material, haul, placement, and compaction of the
r"` pavement material, all in conformance with requirement of Standard Specification
Section 5-04 and the Contract Documents. The unit price shall also include, but not be
limited to, tack coat, surface preparation, additives, and edge sealing.
HMA Cl. 1-In. PG 58-22 will be measured by the ton. Asphalt placed outside the thickness
tolerances allowed within the standard specifications will not be measured for payment.
23. HMA Cl. 1/2-In.PG 58-22 (TN)
The unit price for HMA Cl. 1/2-In. PG 58-22 shall be full compensation for all costs incurred
aw in the manufacture of the asphalt pavement material, haul, placement, and compaction of the
pavement material, all in conformance with requirement of Standard Specification
Section 5-04 and the Contract Documents. The unit price shall also include, but not be
va limited to,tack coat, surface preparation, additives,and edge sealing.
HMA Cl. 1/2-In. PG 58-22 will be measured by the ton. Asphalt placed outside the thickness
tolerances allowed within the standard specifications will not be measured for payment.
24. Outlet Structure (LS)
The lump sum unit price for the cast-in-place Outlet Structure shall be full payment for
.. furnishing all materials, equipment, tools, fasteners, forms, labor, and all items required to
complete the outlet structure as shown on the plan drawings, including piling, piping,
connection to existing piping, grates, and stream gravel. The lump sum price excludes all
.. structural excavation, but includes all backfill, compaction, and foundation materials.
25. 36-In. Diam.HDPE (DR 21) Storm Drain Pipe (LF)
The 36-In. Diam. HDPE (high density polyethylene ) pipe shall be HDPE, DR 21,
Series 4100 IPS, black UV stabilized, as manufactured by Performance Pipe, or approved
equal. All HDPE pipe and fittings shall be cut, fabricated, and installed in strict conformance
with the pipe manufacturer's specifications and recommendations, and Special Provisions
Section 9-05.21, High Density Polyethylene Pipe.
C:TMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 40
faw
1r
All joints between pipes and fittings shall be heat fused butt joints or electrofusion joints.
Fusing machinery and procedures shall follow the PPI (Plastic Pipe Institute) and the
manufacturer's procedures and specifications. Interior joint bead shall be removed by
Contractor. Personnel fusing the pipe shall have a certificate of training issued within the last w
3 years, in the manufacturer's fusing procedures on the equipment that will be used, and shall
have current experience with pipe fusing of similar pipe types and sizes within the last year.
The Contractor shall verify field fusion quality by making and testing a trial fusion at the start '"
of the fusing process and bent strap testing it per ASTM D2657. The City may require the
Contractor to randomly cut out completed joints when the pipe is being fused and perform
bent strap testing.
The Contractor may subcontract with a qualified HDPE pipe installer to perform HDPE pipe
fusing and installation. �r
If the Contractor proposes a different pipe manufacturer, he shall submit a material
specification sheet and shall show that the proposed pipe specifications and quality is equal in
.s
all respects to the original pipe specifications. The unit bid price for the pipe shall not be
changed if the Engineer does not approve a different pipe manufacturer.
Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 6 inches above Ow
the top of the pipe, and compacted to 95 percent of maximum density per ASTM D 1557. The
Contractor shall ensure proper placement and compaction of pipe bedding under the pipe
haunches. Payment to furnish and install bedding material shall be included in the unit price 4K
bid for pipe in place.
All excavated material will be loaded and disposed of off-site. This includes all soil, existing aw
sanitary sewer pipe, DI water main, and other excavated material. Trench excavation shall be
paid for separately.
we
Import Trench Backfill shall be used as backfill. Payment for Import Trench Backfill shall be
included in the unit price for pipe in place.
Measurement of 36-In. Diam. HDPE Storm Drain Pipe shall be per linear foot and will be
based on linear footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 36-In. Diam. HDPE Storm Drain Pipe shall be at the ai
unit bid price per linear foot, which shall be complete compensation shall be for all labor,
materials, tools, and equipment necessary to complete the installation; storm sewer trench
excavation and dewatering shall be paid for separately. Payment includes furnishing and .t
installing storm sewer pipe and fittings; pipe bedding; backfill with import material;
compaction; connection to new or existing storm sewers and structures, all appurtenances
(such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts, r
and cleaning and testing.
26. Abandon Existing 24-In. Storm Drain Pipe (LF) w,
The unit contract price for Abandon Existing 24-In. Storm Drain Pipe will be full
compensation for furnishing and hauling all material including CDF and all costs associated
with labor, tools, and equipment required to place the material. Abandon Existing 24-In.
Storm Drain Pipe shall be measured per linear foot.
CAPMX\OutlookJTemp\20aNEW-Special Provs-2006-13Cv02.doc1 41
r
Im
27. Temporary Stormwater Diversion (LS)
The lump sum contract price for Temporary Stormwater Diversion shall be full payment for
all labor, equipment, and materials including, but not limited to, personnel, fuel, monitoring,
power, pumps, piping, emergency standby equipment, trenching, and all other work
necessary to maintain uninterrupted stormwater services through the construction site from
the existing 36-inch-diameter stormwater to the existing 60-inch-diameter stormwater.
VW 28. Railroad Crossing Casing,45-In.Diam. (LF)
Payment for the Railroad Crossing Casing, 45-In. Diam. will include compensation for all
excavation, jacking pits, jacking/boring/tunneling of 45-In. Diam. Casing, furnish 45-In.
«. Diam. casing, and furnish 36-In. Diam. HDPE storm drain carrier pipe in the casing,
including casing spacers, end seals, link seals, and all appurtenances as required for a
complete installation.
Measurement for railroad crossings, casings, and boring will be made on a linear-foot basis
along the centerline of the pipe between portals. Tunneling,jacking, and boring extensions
r. beyond the limits shown shall be considered to be for the Contractor's convenience, unless
ordered in writing.
29. Testing Sewer Pipe (LF)
Testing of storm and sanitary sewer pipe shall be in conformance with Standard Specification
Section 7-17.3(2)A and will be the number of linear feet of completed installation actually tested.
•� 30. Manhole,48-In.Diam.(EA)
Manholes shall conform to Section 7-05 of the Special Provisions and Standard Specifications.
r„■ Manhole 48-In. Diam. shall be per City of Renton Standard Detail B071.
Measurement for furnishing and installing Manhole 48-In. Diam. will be per each for each
r..
manhole installed in conformance with the Contract Documents.
Payment for furnishing and installing Manhole 48-In.Diam.will be made at the unit bid price per
each, which payment will be complete compensation for all labor, equipment, materials hauling,
dewatering, foundation material, concrete base, precast concrete sections, gaskets, frame and
cover, installation,adjustment of frames to grade, appurtenances,connections to new and existing
pipes, placement of subsequent backfill materials, compaction, water, cleaning, and testing, etc.,
! required to complete all manholes in conformance with the Contract Documents. Structure
excavation is included in other bid items.
.. 31. Drop Manhole Connection (EA)
Outside drop manhole connection shall be constructed in accordance with City of Renton
Standard Detail B075.
Measurement for furnishing and installing the drop connection will be per each. Payment
includes all labor and materials, import backfill materials, and compaction. Excavation is
included in other bid items.
32. Remove Existing Manhole (EA)
The unit bid price for Remove Existing Manhole will be full compensation for all labor, tools
and equipment necessary and incidental to remove and dispose of the manhole, backfill the
resultant void with compacted bank run gravel for trench backfill, and salvage all frames and
covers. Measurement for Remove Existing Manhole will be per each.
r
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 42
r
33. Trench Excavation Incl.Haul (CY)
Trench Excavation Incl. Haul includes the trench excavation for the storm drain pipe, sanitary
sewer, and water main construction in accordance with the trench limits outlined on the plan
drawings. All trench-excavated materials shall be disposed of off-site at an approved
Contractor-provided disposal site. Excavation outside the excavation limits shown on.the
plan drawings shall be at no additional expense to the City.
Trench Excavation Incl. Haul shall be measured by the cubic yard.
34. Contaminated Trench Excavation Incl.Haul (TN)
Contaminated Trench Excavation includes the trench excavation of materials characterized
as contaminated based on sampling results for the storm sewer, sanitary sewer and water
main construction, and in accordance with the trench limits outlined on the plan drawings.
This excavated soil shall be managed in accordance with applicable state and federal
regulations outlined in the Contract Documents. Handling and disposal of materials shall
adhere to all transportation requirements, receive preapproval from a disposal facility, (Waste
Management, Missy Boone, 1-425-766-3168), manifesting, and record keeping, etc., as
outlined in the Soil Management Plan, Appendix A. The excavations will require a shoring
system to limit the volume of excavation. Excavation outside the trench limits shown on the
plan drawings shall be at no additional expense to the City.
Contaminated Trench Excavation Incl. Haul shall be measured by the ton.
35. Foundation Material (TN)
The unit price for foundation material used in the stream channel or trench excavation as
shown on the plan drawings will be full compensation for the labor, tools, equipment and
materials necessary or incidental to furnish,haul,place and compact the material specified.
consist of broken stone sound and resistant to weathering. Broken
Foundation material shall g
concrete shall not be used. Foundation material shall be 2-inch to 4-inch quarry spalls per
Standard Specification Section 9-13.6,or as shown on the plans.
This item will also be used in the stream channel and when the bottom of excavations and
trenches does not present a stable surface for placement and compaction of backfill or pipe
bedding, and overexcavation is approved by the Engineer. Payment to remove, haul, and
dispose of unsuitable excavated material shall be included in the unit bid price for unsuitable
foundation excavation incl. haul or channel excavation.
The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent. „
Measurement for furnishing and placing Foundation Material will be based on actual tonnage
weight as determined by measurement from a certified scale.
Payment for Foundation Material will be made at the unit bid price, which payment will be
complete compensation for all, labor, materials, equipment, excavation, foundation materials,
haul, placement, and compaction required to complete this item of work in conformance with
the Contract Documents.
Placement of geotextile under the foundation material as shown on the plan drawings shall be
included in the unit price for Foundation Material.
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 43 .
l
r
amp 36. Ductile Iron Pipe for Water Main, 12-In. Diam. (LF)
The unit price for Ductile Iron Pipe for Water Main, 12-In. Diam. shall be full pay for all
work to complete the installation of the water main including cutting existing watermain,
aw bedding, .laying, and jointing pipe and fittings, shackles, restrained joints, backfill material
and compaction, concrete thrust blockin g, testing, flushin g, disinfecting the pipeline, and
cleanup. Trench excavation is excluded for the unit price for Ductile Iron Pipe for Water
Main, 12-In. Diam.
w.
Measurement for Ductile Iron Pipe for Water Main, 12-In. Diam. will be by the linear foot.
a. 37. Blowoff Assembly (EA)
The payment for the blowoff assembly shall be full pay for furnishing all labor, materials,
tools, and equipment necessary to complete each unit according to the City Standard Plan
B104, including furnishing and placing the valve,valve box, pipe, tapping the main and
"" fittings complete. The assembly shall include furnishing and placing all accessories such as
corporation stop, connections to existing piping, gate valves, piping, and appurtenances.
Im Blowoff assembly shall be measured per each.
38. Gate Valve, 12-In. (EA)
The unit price for Gate Valve, 12-In. shall be full pay for all work to complete the installation
`� of the gate valve including bedding,jointing pipe and fittings, all shackles, deadman anchor,
backfill material and compaction, blocking of valve, disinfecting, hydrostatic testing, valve
box and marker post and connection to existing water main.
Measurement of Gate Valve, 12-In. shall be measured per each.
39. Comb. Air Release/Air Vacuum Valve Assembly,2-In. (EA)
The unit price per each for the Comb. Air Release/Air Vacuum Valve Assembly, 2-In.,
specified shall be full pay for all work to furnish and install the valve and chamber complete
in conformance with City of Renton Standard Plan B095, including trenching,jointing, pipe,
"' fittings, blocking of valve, painting disinfecting, hydrostatic testing, valve box, and
connection to water main.
.•� 40. Remove Existing Hydrant (EA)
The unit contract price per each for Remove Existing Hydrant shall be full pay for all work to
remove and salvage the existing hydrant and 6-inch gate valve.
41. Hydrant Assembly (EA)
The unit price per each for Hydrant Assembly shall be full pay for all work to furnish and
install fire hydrant assembly, including all costs for auxiliary gate valve, shackles, tie rods,
"" concrete blocks, excavation, backfill, gravel and painting required for a complete installation
of the hydrant assembly as specified.
rw Hydrant assembly shall be measured per each.
42. PVC Sanitary Sewer Pipe, 12-In. Diam. (LF)
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 fittings, joint materials, bedding, import backfill material, and adjustment of inverts to
manholes for the completion of the installation to the required line and grade. Trench
excavation shall be measured and paid for separately.
C:\PMX\OutlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 44
r
43. Temporary Sanitary Sewer Diversion (LS)
The lump sum contract price for Temporary Sanitary Sewer Diversion shall be full payment
for all labor,equipment, and materials including, but not limited to personnel,fuel,
monitoring,power, pumps, piping, emergency standby equipment,trenching, and all other
work necessary to maintain uninterrupted sanitary sewer service through the construction site
between existing manholes SSMH6 and SSMH7.
44. Remove Existin g 12-In. Sanitary Sewer Pipe (LF)
The unit contract price for Remove Existing 12-In. Sanitary Sewer Pipe will be full
compensation for the costs of all labor, tools, equipment and materials necessary or incidental
to remove and dispose of the items indicated. Trench excavation shall be measured and paid
for separately. Remove Existing 12-1n. Sanitary Sewer Pipe shall be measured per linear foot.
45. Abandon Existing 12-In.Sanitary Sewer Pipe(LF)
The unit contract price for Abandon Existing 12-In. Sanitary Sewer Pipe will be full
compensation for furnishing and hauling all material including CDF and all costs associated
with labor, tools, and equipment required 'to place the material. Abandon Existing 12-In.
Sanitary Sewer Pipe shall be measured per linear foot.
46. Television Inspection(LF)
The new sewer mains shall be inspected by the use of a television camera before final acceptance.
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 provide best
views of any nonconforming 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.
47. Temporary Relocate Existing 6-In. Side Sewer (LS)
During construction of the Outlet Structure, the 6-In. Side Sewer and force main from the
Seahawk site shall be relocated as necessary outside of the construction zone. The lump sum
unit price shall include all labor, tools, pipe, fittings, and equipment necessary to relocate the
existing force main/sewer service and install a temporary sewer service and connect to the
existing 12-inch-diameter sanitary sewer and remove temporary side sewer at the completion
of the outlet structure. Trench excavation required to expose the side sewer will be measured
and paid for separately.
48. PVC Sanitary Side Sewer Pipe,6-In.Diam. (LF)
The contract unit price for PVC Sanitary Side Sewer Pipe, 6-In. Diam. will be full pay for
installing a new Seahawk site, side sewer pipe, including PVC side sewer pipe, any cleanouts,
wyes, caps, and.ring and cover, connection to the new manhole and the existing side sewer not
disturbed by construction. Side sewer shall be installed in conformance with City of Renton
Standard Plan B078. PVC Sanitary Side Sewer Pipe shall be measured per linear foot.
CAPMX\0utlookjTemp\20aNEW-Special Provs-2006-DCv02.doc1 45
49. Erosion/Water Pollution Control (LS)
Erosion/Water Pollution Control includes planning, installing, maintaining, and removing
temporary erosion control measures needed for project construction. Erosion control consists
of all activities needed to prevent soil erosion on the project site, creation of sediment-laden
am water, and migration of sediment-laden water into the City drainage system, other water
courses, or private property.
"" For this type of project typical Erosion Control measures include catch basin protection,
cleaning catch basins, filter fabric fencing, and sand bag berms as shown on the plan
drawings, at a minimum.
Other erosion control measures may be necessary depending on weather and site conditions,
including but not limited to filter fabric protection for catch basins, catch basin inserts, filter
fabric fences, hay bales, placement of plastic sheets over exposed soil and stockpiles, plastic
(SSAS)filter along wetland perimeter, mulching, netting, etc., and any other activities needed
to control erosion from the project.
The Contractor shall develop a "redlined" erosion control plan and submit it to the City for
review and approval. The plan shall be based on the King County Surface Water Design
Manual, as adopted by the City of Renton, and proper construction practices. After the
VW Man
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
are considered incidental and no additional payment will be made for adjustments.
Payment will be prorated over the construction period.
Payment for Erosion Control will be made at the unit bid price, which payment will be
considered complete compensation for all design, labor, equipment, and materials required to
complete this item of work in accordance with the Contract Documents.
50. Stabilized Construction Entrances (LF)
The unit contract price for Stabilized Construction Entrances shall be constructed in
conformance with City of Renton Standard Plan B068, maintained for the duration of
.� construction activity, and removed following completion of pipeline and structure
construction. Lengths and locations of construction entrances are shown on the plan
drawings. Stabilized Construction Entrances shall be measured per linear foot.
51. Seeding,Fertilization 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 and hydroseed areas disturbed by construction. This item shall be applied in
various locations throughout the Project site as directed by the Owner.
o
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 46
r.
r
52. Dewatering (LS) W&
Dewatering shall meet the requirements of Special Provisions Section 7-08.3(1)D and
Section 8-05.
The Contractor shall submit a Dewatering Plan for review and approval by the Owner. The we
plan shall be based on the information provided in the Geotechnical Report shown in the
Contract Documents, Special Provisions Section 8-05 and proper construction practices.
After the dewatering plan is installed, the Contractor shall make any field adjustments =
necessary to reduce or eliminate water in the construction area, and any erosion and discharge
of sediment-laden water.
All groundwater encountered during construction shall flow through on-site settling tank(s) or 4W
other approved filtration system prior to discharging into the King County sanitary sewer
system if west of BNSF, or to the storm drainage system if east of BNSF, or other area as
approved by the Owner. aw
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. an
Payment for this item will be prorated over the construction period.
ift
53. Beam Guard Rail,Type 1 (LF)
The unit contract price for Beam Guard Rail, Type 1 shall include all CRT posts, guardrail
posts and blocks and all w-beam rail elements installed for a complete installation in
conformance with Standard Specification Section 8-11. Beam Guard Rail, Type 1 shall be '�
measured per linear foot.
54. Beam Guard Rail Anchor,Type 1 (EA) 'a
The unit contract price for Beam Guard Rail Anchor, Type 1 shall include all labor
equipment and materials to complete the anchor assembly in conformance with the City of
Renton's Standard Plan C006. Beam Guard Rail Anchor,Type 1 shall be measured per each. W9W
55. Chain Link Construction Fence (LF)
The unit bid price shall be full compensation for the costs of all labor, tools, equipment, and go
materials necessary or incidental to furnish, install, maintain, and remove fences and support
structures at locations shown on the plan drawings.
The unit contract price for "Chain-Link Fence Type 1" shall be full pay for furnishing and 10
installing the fence complete.
56. Chain Link Fence Type l (LF) ar
Chain Link Fence Type 1 shall be in conformance with Standard Specifications Plan
Drawing L-10.10-00. Chain Link Fence Type 1 shall be measured per linear foot.
�t
CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.docl 47
57. Double 20-Ft. Chain Link Gate (EA)
Double 20 Ft. Chain Link Gate shall be in conformance with Standard Specifications Plan
Drawing L-10.10-00. Double 20-Ft. Chain Link Gate shall be measured per each.
58. Light Loose Rip Rap (TN)
The unit contract price for Light Loose Rip Rap shall be full pay for furnishing all labor, tools,
equipment, and materials required to construct the riprap protection around the log weirs and
u. plunge pools as shown on the plan drawings including all excavation geotextile materials and
backfill required. All work in the stream shall meet the permit requirement of the Department
of Fish and Wildlife HPA. Light Loose Rip Rap shall be measured by the ton.
59. Quarry Spalls (TN)
Quarry Spalls shall consist of broken stone, sound and resistant to weathering. Broken
concrete shall not be used. Quarry spalls for channel lining shall be per Standard
Specification Section 9-13.6. This item will be used for Quarry Spalls called out for use in
the plans, or as directed by the Engineer.
.. The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
r. Measurement for furnishing and placing quarry spalls will be based on actual tonnage weight
as determined by measurement from a certified scale.
Payment for Quarry Spalls will be made at the unit bid price, which payment will be
t* complete compensation for all, labor, materials, equipment, excavation, foundation materials,
haul, placement, water, compaction, removal, and disposal of waste material, etc. required to
complete this item of work in conformance with the Contract Documents.
Filter fabric shall be considered incidental to bid items for quarry spalls and rip rap.
60. PSIPE (LS)
The unit contract price for PSIPE (plant selection including plant establishment) shall be full
pay for all materials, labor, tools, equipment, and supplies necessary for weed control within
the planting area, planting area preparation, materials, plants, cultivating, compost soil
amendment, fine grading, planting, bark mulch, plant storage and protection, fertilizer and
root dip, staking, seeding, cleanup, plant replacement, warranty to HPA requirements, and
water necessary to complete planting operations as specified.
61. Cement Concrete Driveway (SI)
The unit price per square yard for Cement Concrete Driveway shall be full pay for furnishing
.. all labor, tools, materials required to construct the driveway at the location shown and in
conformance with the plan drawings. Payment shall include excavation, furnish and compact
crushed surfacing base course, form placement and removal, cement concrete, concrete
aw finishing, and all work for a complete driveway installation.
62. Paint Line (LF)
aw The unit contract price for paint line shall consist of replacement of the double yellow
centerline, and white edge lines removed during pipeline construction. Paint lines shall be
measured per linear foot.
C:\PMX\OutlookITemp\20aNEW-Special Provs-2006-DCO2.doc1 48
W
63. Gravity Block Wall (SF)
The contract unit price for Gravity Block Wall will be measured by the square foot of
completed wall in place at locations shown on the plan drawings. The unit price also includes
removal and disposal of the gravity block units at the completion of the project.
64. Log Weirs (EA)
The unit price for Log Weirs shall be full pay for furnishing all labor,tools, and materials
required to construct the log weirs at the locations shown and in conformance with the plan �+
drawings. The unit price for Log Weirs also includes concrete anchor blocks, excavation and
backfill, shims, and bolts for a complete installation.
65: Minor Changes (LS)
At the discretion of the Contracting Agency, all or part of this lump sum may be used in lieu
of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications.
The unit contract price for Minor Changes is given in the Schedule of Prices and shall not be
changed by the bidder.
All work and payment under this item must be authorized in writing by the City Project
Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the
Standard Specifications.]
ow
Payment for this item will only be for the changes and amounts approved by the City. If no
changes are authorized under this bid item, final payment for this item will be$0(zero).
W1
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General .t
Section 1-10.1 is supplemented by adding the following:
When the bid proposal includes an item for"Traffic Control", the work required for this item shall be
all items described in Section 1-10, including, but not limited to: ve
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 at
the Special Provisions specify furnishing, maintaining, and payment in a different manner
for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control ww
labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs
and other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices, unless a pay item is in the bid proposal to .�
specifically pay for this work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
replacing of the construction signs and the traffic control devices destroyed or damaged
during the life of the project.
6. Removing existing signs as specified or a directed by the engineer and delivering to the
City Shops or storing and reinstalling as directed by the Engineer.
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 49
r
i
7. Preparing a traffic control plan for the project and designating the person responsible for
i 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
na review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work
that will affect and traveled portion of a roadway.
i
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
ar provisions, or as directed by the Engineer.
10. Promptly removing or covering all nonapplicable signs during periods when they are not
needed.
Im
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.
i 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
ow 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
we 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
UK contract shall not be covered by the provisions in this paragraph.
If the total cost of all the work under the contract increases or decreases by more than 25 percent, an
equitable adjustment will be considered for the item "Traffic Control" to address the increase or
em decrease.
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
i 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 traffic control supervisor (TCS) shall be on the project whenever traffic control labor is
ow 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 nonwork periods, the TCS shall be able to be on the job site within a 45-minute
time period after notification by the Engineer.
CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 50
ar
1-10.2(2) Traffic Control Plans Ow
Section 1-10.2(2) is supplemented as follows:
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 as
the traffic control plan and take prompt action to correct any problems that become evident during
operation.
1-10.3 Traffic Control Labor and Procedures and Devices 'r
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 at
pedestrians during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond .n
grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers.
1-10.3(3) Traffic Control devices
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: "w
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.
1-10.5 Payment
Section 1-10.5 is replaced with:
(******) .r
Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance
with Section 1-04.1, for the following bid items when included in the proposal:
at
"Traffic Control", per 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 at,
by the contract and as directed by the Engineer in conformance with accepted standards and in such a
manner as to maximize safety, and minimize disruption and inconvenience to the public.
Progress payment for the lump sum item"Traffic Control"will be made as follows:
1. When in initial warning signs for the beginning of the project and the end of construction
signs are installed and approved by the Engineer, 30 percent of the amount bid for the item •�
will be paid.
2. Payment for the remaining 70 percent of the amount bid for the item will be paid on a
prorated basis in accordance with the total job progress as determined by progress
payments.
The item "Traffic Control' will be considered for an equitable adjustment per Section 1-04.6 only 'r'
when the total contract price increases or decreases by more than 25 percent.
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCv02.doc1 51
r.
w
w 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 1-10.3(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
a�
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.
r.
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).
is
1-11 RENTON SURVEYING STANDARDS
Section 1-11 is a new section with new subsections:
1-11.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared under the direct supervision of a person registered to
r.
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
r. Chapter 18.43 RCW.
1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North American
Datum of 1983/91.
All horizontal control for projects must be referenced to or in conjunction with a minimum of two of
the City of Renton's Survey Control Network monuments. The source of the coordinate values used
will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-
130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A
survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land
.. Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable
classification in future editions of said document. The angular and linear closure and precision ratio
of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the
method of adjustment.
w
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
••r 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.
u.
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 52
s..
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 3000 feet of the project site a tie to both shall be made. The
benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist
within 3000 feet of a project, one must be set on or near the project in a permanent manner that will
remain intact throughout the duration of the project. Source of elevations(benchmark)will be shown
on the drawing, as well as a description of any benchmarks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used and the
subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
monuments,measurements, and methodology used in that retracement.
1-11.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with waterproof
pages. In cases where an electronic data collector is used field notes must also be kept with a sketch
and a record of control and base line traverses describing station occupations and what measurements
were made at each point.
Every point located or set shall be identified by a number and a description. Point numbers shall be
unique within a complete job. The preferred method of point numbering is field notebook, page and
point set on that page. Example: The first point set or found on page 16 of field book 348 would be
identified as Point No. 348.16.01,the second point would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the
original field notebook(s) used by the surveyor will be given to the City. For all other work,
surveyors will provide a copy of the notes to the City upon request. In those cases where an
electronic data collector is used, a hard copy print out in ASCII text format will accompany the field
notes.
1-11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is
usually set at such points to physically reference a corner's location on the ground.
Monument:Any physical object or structure of record which marks or accurately references:
• 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
• Any permanently monumented boundary, right-of-way alignment, or horizontal and
vertical control points established by any governmental agency or private surveyor
including street intersections but excluding dependent interior lot corners.
1-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will create
permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light
poles, or any non-single family building. Control or Base Line Surveys shall consist of such number
of permanent monuments as are required such that every structure may be observed for staking or
"as-builting"while occupying one such monument and sighting another such monument. A minimum
of two of these permanent monuments shall be existing monuments, recognized and on record with
the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall
satisfy all applicable requirements of Section 1-11.1 herein.
CA Mx\OutlooklTemp\20a NEW-Special Provs-2006-DCO2.doc1 53
r
The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North
"" orientation should be clearly presented and the scale shown graphically as well as noted. The
drawing must be of such quality that a reduction thereof to one-half original scale remains legible.
If recording of the survey with the King County Recorder is required, it will be prepared on 18-inch
by 24-inch Mylar and will comply with all provisions of Chapter 58.09 RCW A photographic Mylar
of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the
specific requirements of the project, the original will be recorded with the King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22-inch by 34-inch Mylar, and
the original or a photographic Mylar thereof will be submitted to the City of Renton.
r 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
r symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with each
drawing. The listing should include the point number designation (corresponding with that in the
field notes), a brief description of the point, and northing, easting, and elevation(if applicable)values,
all in ASCII format, on IBM PC compatible media.
.. 1-11.1(7) Precision Levels
Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of
Section 1-05 and 1-11.1.
Vertical surveys for the establishment of benchmarks shall meet or exceed the standards,
specifications, and procedures of third order elevation accuracy established by the Federal Geodetic
Control Committee.
Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must
be complete to insure both recoverability and positive identification on recovery.
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.
The drawing and electronic listing requirements set forth in Section I-11.1 herein shall be observed
for all topographic surveys.
1-11.1(9) Radial Topography
�. Elevations for the points occupied or back sighted in a radial topographic survey shall be determined
either by 1) spirit leveling with misclosure not to exceed 0.1 foot or Federal Geodetic Control
Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation
UL differences determined in at least two directions for each point and with misclosure of the circuit not
to exceed 0.1 foot.
1-11.1(10) Station--Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and shall
satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed
0.1 foot's error as to side shots.
C:\PMX\OutfookITemp\20aNEW-Special Provs-2006-DCO2.dod 54
r
1-11.1(11) As-Built Survey
All improvements required to be "as-built" (post construction survey) per City of Renton Codes, .i
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 jW
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. .r
All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein and shall be based
upon control or base line surveys made in conformance with these Specifications.
The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein and submitted
with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of
the"as built."
The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be
observed for all "as-built"surveys. ,r
1-11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 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 1-11.2(1). In
situations where such markers are impractical or in danger of being destroyed, e.g., the front corners
of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack
in lead in the curb. The relationship between the witness monuments and their respective corners
shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the
extension of the lot side lines have been set in the curbs on the extension of said line with the curb."
In all other cases the corner shall meet the requirements of Section 1-11.2(1)herein.
All non corner monuments, as defined in I-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 .r
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 lot
(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. sit
For all non corner monuments set while under contract to the City of Renton or as part of a City of
Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city)
identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), Vt
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. go
1-11.2 Materials
1-11.2(1) Property/Lot Corners of
Corners per 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 W
by the surveyor at the time of installation.
•
CAPMX\OutlookjTemp\20a NEW-Special Provs-2006-DCO2.doc 1 55
1-12 SOIL SAMPLING AND ANALYSIS
Section 1-12 is a new section with subsections:
1-12.1 Description
The potential exists for encountering soils and or groundwater contaminated with polynuclear
aromatic hydrocarbons (PAHs) and PCPs on the Seahawk site. Prior to pipeline and outlet structure
construction, the Contractor shall sample soils below the indicator fabric or geomembrane
` environmental cap at locations selected by the Engineer. Samples shall be evaluated for PAHs and
PCPs by Method 8270. Identification of areas of soil and or groundwater contamination will be made
through observations and through the sampling process.
i
All construction work on the Seahawk site shall comply with the Health and Safety specification and
applicable sections of the Soil Management Plan, October 2006. Copies of these documents are
included in Appendix A.
1-12.4 Measurement
Soil Samples and Analysis shall be measured per each for each sample collected, transported to an
approved laboratory, and evaluated for PAHs and PCPs tested.
1-12.5 Payment
The unit price for Sampling and Analysis shall be full pay for all labor, equipment, and material
ir. required to excavate, penetrate environmental cap, collect, transport, analyze samples, backfill sample
location and restore site to pre-sample condition.
END OF DIVISION 1
r
C:\PMX\OutlookjTemp\20aNEW-Special Provs-2006-DCv02.doc1 56
r
DIVISION 2 ..
EARTHWORK
2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented as follows:
The limits of clearing and grubbing (construction limits) shall be defined as being the construction
limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or
adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall
remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing
limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged
shall be replaced in kind at the Contractor's expense.
Existing landscaping outside the construction limits, including but not limited to, sod, rockeries,
beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage.
W
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' r
written notice prior to removing landscaping materials. All landscaping materials that remain in
the construction limits after that time period shall be removed and disposed of, by the Contractor, in
accordance with Section 2-01 of the Standard Specifications,these Special Provisions, and the Plans.
The Contractor shall receive approval from the Engineer prior to removal.
2-01.2 Disposal of Usable Material and Debris .r
Section 2-01.2 is supplemented as follows:
The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site.
.r
2-01.4 Measurement
Section 2-01.4 is supplemented as follows:
No separate measurement for payment will be made for Removal of Structures and Obstructions, but
will be considered incidental to other bid items.
2-01.5 Payment
Section 2-01.5 is supplemented as follows:
(******)
The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described "G
herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and
directed by the Engineer.
r
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
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 r•
to some off-project site.
r
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCv02.doc1 57
.r
r
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.
r
2-02.3(4)A Saw Cutting(Project No. SWP _)
Section 2-02.3(4)A is a new section:
Where shown on the Plans or where directed by the Engineer, the Contractor shall make a neat
vertical saw cut at the boundaries of the area to be removed. Care shall be taken saw cutting so
as not to damage any of the existing asphalt concrete to remain in place.Any pavement damage
r. by the Contractor due to his/her operations shall be repaired or replaced by the Contractor at
his/her own expense.
Existing pavement shall be precut before commencing excavation, and shall be removed, as
required, for the construction. All cuts shall be continuous, and shall be made with saws
specifically equipped for this purpose. No skip cutting will be allowed. Any pavement which is
damaged outside the allowable trench widths, as shown on the Plans, shall be repaired entirely at
the Contractor's expense.
Wheel cutting or jack hammering will not be considered an acceptable means of pavement
"cutting," unless preapproved by the Engineer. However, even if preapproved as a method of
r. 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.
2-02.4 Measurement
Section 2-02.4 replaces the existing section:
Saw cutting existing cement and asphalt concrete pavements shall be measured by the linear foot
along the saw cut, full depth. Wheel cutting of pavement will not be measured for separate payment,
but shall be included in other items of Work.
Measurement for"Cold Mix"will be by the ton.
2-02.5 Payment
Section 2-02.5 is supplemented by adding:
"Saw Cutting",per Linear Foot.
.. "Cold Mix", per Ton
"Remove Asphalt Concrete/Cement Concrete Pavement", per square yard.
Payment for Cold Mix will be made in accordance with Section 1-04 and will be full compensation
for all costs associated with the placement of the Cold Mix and removal of the material in its entirety
before asphalt concrete pavement is placed.
All costs related to the removal and disposal of structures and obstructions including 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 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 Section 2-02.5, and will not be included in the quantity calculated for
excavation.
C:\PMX\Outlook1Temp\20a NEW-Special Provs-2006-DCO2.doc1 58
All costs for saw cutting includes all work and equipment to saw cut the existing asphalt and concrete
pavement at locations shown on the plan drawings or where required and approved by the Engineer.
The unit bid price shall be considered complete compensation for all labor, equipment, and materials
to complete this item of work in accordance with the Contract Documents.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
Section 2-03.3 is supplemented by adding the following:
Channel excavation shall include the removal of all materials excavated from within the limits shown
on the plans. Excavated material or unsuitable material shall be disposed of by the Contractor.
Earthwork quantities and changes will be computed, either manually or by means of electronic data
processing equipment, by use of the average end area method. Any changes to the proposed work as
directed by the Engineer that would alter these quantities shall be calculated by the Engineer and
submitted to the Contractor for his review and verification.
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the
Engineer, shall not be paid for. All work and material required to return these areas to their original
conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown
on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the
compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches
of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in
grade.
The contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks,
trash and other debris until final acceptance of the Work.
Stream gravel shall be placed in the excavated channel and in the outlet structure as shown on the
plan drawings. Stream gravel shall be a naturally occurring material as specified in Section 9-03.2, ••
Stream Gravel.
The Contractor shall provide temporary drainage or protection to keep the subgrade free from so
standing water.
The Contractor shall construct road detours for traffic movement through the Ripley Lane roadway
construction area in conformance with the Contract Documents. The detour shall provide a minimum so
of one traffic lane in each direction during non-construction periods.
2-03.4 Measurement
Section 2-03.4 is supplemented by adding the following:
At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable foundation
excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at .n
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.
Measurement of Channel Excavation Incl. Haul will be by the cubic yard based on neat line and the
alignment, profile, grade, and sections shown in the Plans. Any overexcavation not specifically
authorized by the Engineer, shall be replaced with Gravel Borrow and compacted by Method C
outlined in the Standard Specification Section 2-03.3(14)C at no expense to the City. r
CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCW2.doc1 59
r
,r.
Measurement for Unsuitable Foundation Excavation Incl. Haul will be by the cubic yard in place of
material actually removed as directed by the Engineer.Any overexcavation not specifically authorized
by the Engineer, shall be replaced with foundation material at no additional expense to the City.
.. Measurement for Stream Gravel Incl. Haul will be by the ton.
Measurement for Gravel Borrow Incl. Haul will be by the ton.
.. 2-03.5 Payment
Section 2-03.5 is revised as follows:
r 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:
r" "Ripley Lane Roadway Detours",per each.
"Channel Excavation Incl. Haul", per cubic yard.
"Unsuitable Foundation Excavation Incl. Haul", per cubic yard.
�. "Gravel Borrow Incl. Haul",per ton.
"Stream Gravel Incl. Haul",per ton.
When the Engineer orders excavation below subgrade, the payment will be in accordance with the
item "Unsuitable Foundation Excavation Incl. Haul".
The unit price for Channel Excavation shall be full compensation for the costs of all labor, tools, and
equipment for excavating, grading, loading, hauling, and disposing of the material in conformance
with the Contract Documents. All work in the stream shall meet the permit requirements of the
Department of Fish and Wildlife HPA.
r.. The unit price for Gravel Borrow shall be full compensation for the costs of all labor, tools, and
equipment and materials necessary or incidental to furnish and place the material for embankments in
conformance with the Contract Documents.
The unit price for Unsuitable Foundation Excavation Incl. Haul will be full compensation for the
costs of all labor, tools, equipment, and materials necessary or incidental to remove, load, haul, and
dispose of the unsuitable material off-site at a Contractor-obtained legal disposal site.
■r
The unit price for Stream Gravel shall be full compensation for all costs incurred for all material,
labor, and equipment necessary or incidental to excavate, load, haul, and place the material in
conformance with the Contract Documents.All work in the stream shall meet the permit requirement
of the Department of Fish and Wildlife HPA.
The lump sum price for"Ripley Lane Roadway Detours" shall be full pay for all costs associated with
providing all materials, constructing, maintaining, and removing the roadway detours excluding
gravity block walls. Gravity block walls required for detour construction shall be paid for under
Section 8-24.
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.
2-04 HAUL
2-04.5 Payment
Section 2-04.5 is revised and supplemented as follows:
All costs for the hauling of material to, from, or on the job site shall be considered incidental to and
included in the unit price of other units of work.
r
CAPMX\OutlookjTemp\20aNEW-Special Provs-2006-DCO2.doc1 60
W
2-06 SUBGRADE PREPARATION ow
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.
2-09 STRUCTURE EXCAVATION
2-09.1 Description ,.
Section 2-09.1 is supplemented by adding the following:
This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat,
muck, swampy or unsuitable materials including buried logs and stumps.
2-09.3(1)D Disposal of Excavated Material
Section 2-09.3(1)D is revised as follows:
The second paragraph is replaced with:
All costs for disposing of excavated material within or external to the project limits shall be 'O
included in the unit contract price for structure excavation, Class A or B.
The third paragraph is replaced with: r
If the contract includes structure excavation, Class A or B, including haul, the unit contract price
shall include all costs for loading and hauling the material the full required distance, otherwise
all such disposal costs shall be considered incidental to the work.
2-09.3(5) Contaminated Structure Excavation Class B Incl. Haul
Section 2-09.3(5) is an added new section: r
Contaminated Structure Excavation Class B includes the excavation for the outlet structure and
manhole of materials characterized as contaminated based on sampling results. This excavated soil
shall be managed in accordance with applicable state and federal regulations outlined in the Contract
Documents. Handling and disposal of materials shall adhere to all transportation requirements,
receive preapproval from a disposal facility(Waste Management, Missy Boone, 1-425-766-3168),
manifesting, and record keeping, etc., as outlined in the Soil Management Plan, Appendix A. The
excavations will require a structural shoring/sheeting system to limit the area/volume of excavation.
Excavation outside the excavation limits shown on the plan drawings shall be at no additional
expense to the City.
2-09.4 Measurement
Section 2-09.4 is revised and supplemented as follows:
Gravel backfill. Gravel backfill except when used as bedding for culvert, storm sewer, sanitary
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.
Contaminated Structure Excavation Cl. B shall be measured by the ton.
r
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 61
2-09.5 Payment
Section 2-09.5 is revised and supplemented as follows:
Payment will be made for the following bid items when they are included in the proposal:
"Contaminated Structure Excavation Class B Incl. Haul", per ton.
"Structure Excavation Class B Incl. Haul", per cubic yard.
Payment for reconstruction of surfacing and paving within the limits of structure excavation will be at
the applicable unit prices for the items involved.
If the Engineer orders the Contractor to excavate below the elevations shown in the plans, the unit
r,. contract price per cubic yard for "Structure Excavation Class B Incl. Haul" or "Contaminated
Structure Excavation Class B Incl. Haul" will apply. But if the Contractor excavates deeper than the
plans or Engineer requires, the Contracting Agency 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 concrete or other material the Engineer approves.. The unit contract price
per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials,
tools, equipment, and pumping, or shall be included in the unit bid price of other items of work if
"Structure Excavation Class B Incl. Haul" or "Contaminated Structure Excavation Class B Incl.
Haul"are not listed as pay items in the contract.
"Shoring or Extra Excavation Class B", per lump sum.
r
The lump sum contract price shall be full pay for all excavation, backfill, and compaction.
MW "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
r 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.
i.
END OF DIVISION 2
No
IM
r
C:\PMX\OutlookjTemp\20aNEW-Special Provs-2006-DCO2.doc1 62
�r
DIVISION 5 r
SURFACE TREATMENTS AND PAVEMENTS
r
5-04 HOT MIX ASPHALT
5-04.3(7)A Mix Design
Item 2 is deleted and replaced with:
1. Nonstatistical HMA Evaluation. The contractor shall submit a certification that the mix
design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The •0
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 Project Engineer will determine
anti-strip requirements for the HMA. •
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 Project Engineer and r
may be made per Section 9-03.8(7).
5-04.3(8)A Acceptance Sampling and Testing HMA Mixture
Item 1 is deleted and replaced with the following: r
1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial
evaluation. •
Nonstatistical evaluation will be used for the acceptance of HMA.
r
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_
r
5-04.5(1)A Price Adjustments for Quality of HMA
Section is deleted and replaced with:
ow
Statistical analysis of quality of gradation and asphalt content will be performed based on
Section 1-06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor'T'
'
All aggregate passing: 1-%" 1", 3/4" %",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
r
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCv02.docl 63
�r
r.
s 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.
,r 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.
rr 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 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.
r 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.
„w 5-04.5(])A Price Adjustments for Quality of HMA Compaction
Section is deleted and replaced with:
va 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
VM 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.
r
an
r
r
C:\PMX\Outlook1Temp\20a NEW-Special Provs-2006-DCO2.doc1 64
VW
40
ow
5-06 TRENCH RESTORATION AND OVERLAY (moved from 8-20.3)
New Section Added:
CITY OF RENTON
TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS
Amended April 4, 2005 by Ordinance 5131
.r
SECTION 1 PURPOSE
The purpose of this code section is to establish guidelines for the restoration of City streets disturbed ••
by installation of utilities and other construction activities. Any public or private utilities, general
contractors, or others permitted to work in the public right-of-way will adhere to the procedures set
forth in this policy.
SECTION 2 DEFINITIONS
Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer, "D
or their designated representative.
SECTION 3 HOURS OF OPERATIONS .r
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.
no
SECTION 4 APPLICATION
1. The following standards shall be followed when doing trench or excavation work within .r
the paved portion of any City of Renton right-of-way.
2. Modifications or exemptions to these standards may be authorized by the
Planning/Building/Public Works Administrator, or authorized representative, upon
written request by the permittee, their contractor or engineer and demonstration of an
equivalent alternative.
we
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. so
2. The trench width was increased significantly or the existing pavement is undermined or
damaged. we
3. Any other construction related activities that require additional pavement restoration.
SECTION 6 CITY OF RENTON STANDARDS •
1. All materials and workmanship shall be in accordance with the City of Renton Standard and
Supplemental Specifications (current adopted version)except where otherwise noted in these
Standards. Materials and workmanship are required to be in conformance with standards for
the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the
r
CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 65
*• 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.
r An asphalt paver shall be used in accordance with Section 5-04.3(3) of Standard
Specifications. A "Layton Box" or equal may be used in place of the power-
propelled paver. Rollers shall be used in accordance with Section 5-04.3(4) of the
Standard Specifications. "Plate Compactors" and "Jumping Jacks" SHALL NOT be
used in lieu of rollers.
.. 2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details,
unless modified by the City Permit. Surfacing depths shown in the 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 saw cut or by grinding. Saw cuts or grinding shall be
a minimum of one foot (1') 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 of the
proposed trench within the roadway cross-section. Changes in field conditions may warrant
implementation of additional overlay requirements.
•• 1. Trenches (Road Crossings):
a The minimum width of a transverse patch (road crossing) shall be six and one-half
feet(6.5'). 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.
s
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
ow Class B asphalt will be applied per City standards.
2. Trenches Running Parallel With the Street:
to
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).
No
b If the trenching is within a single traveled lane, an entire lane-width overlay will be
required.
r
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 66
rw
r
c If the outside of the trenching is within three feet (3') of any adjacent lane line, the
entire adjacent traveled lane affected will be overlaid.
d If the trenching is greater than, or equal to 30 percent 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.
r
e The entire traveled lane width for the length of the trench and an additional ten feet
(10') at each end of the trench will be ground down to a depth of two inches (2"). A
two-inch (2") overlay of Class B will be applied per City standards.
r
3. Potholing:
Potholing shall meet the same requirements as trenching and pavement restoration. r
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(65)wide for the entire width of the lane. Potholes greater than five feet(5') in
length, width or diameter shall be restored to trench restoration standards. In all cases,
potholes shall be repaired per Renton Standard Plan # HR05 (SP Page H032).
Restoration requirements utilizing vactor equipment will be determined by the
engineer. ow
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 r
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 saw cut or
grinding. Saw cuts shall be a minimum of two feet (2') outside the excavated trench
width.
r
3. All trenching within the top four feet (4') shall be backfilled with crushed surfacing
materials conforming to Section 4-04 of the Standard Specifications. Any trenching over
four feet (4') in depth may use materials approved by the Engineer or Materials Lab for
backfilling below the four-foot (4') depth. If the existing material (or other material) is or
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" to 12")
lifts. Any trench deeper than six feet(6') may be compacted in 24-inch lifts, up to the top
six-foot(6')zone. ON
All compaction shall be performed by mechanical methods. The compaction tests may
be performed in maximum four-foot(4')vertical increments. The test results shall be
r
Cr to the Engineer for review and approval prior to paving. The number and location
of tests required shall be determined by the Engineer.
r
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 67
Ir
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 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
jr the City determines to repair the temporary patch,the contractor shall reimburse the City
in an amount that is double the City's cost in repairing the patch, with the second half of
the reimbursement to represent City overhead and hidden costs.
5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required
and indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP Pages
#H032, H032A, and H033) or as directed by the Engineer. The grade of asphalt shall be
AR-4000W. The materials shall be made in conformance with Section 9-02.1(4) of the
Standard Specifications.
t 6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be
emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the Standard
Specifications. Tack shall be applied as specified in Section 5-04 of the Standard
Specifications.
7. Asphalt Concrete Class E or Class B, shall be placed in accordance with Section 5-04 of
the Standard Specifications; except those longitudinal joints between successive layers of
asphalt concrete shall be displaced laterally a minimum of twelve inches (12"), unless
otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance
with Section 9-03.8 of the Standard Specifications.
All street surfaces,walks or driveways within the street trenching areas shall be feathered
and shimmed to an extent that provides asmooth-riding connection and expeditious
drainage flow for the newly paved surface.
LFeathering and shimming shall not decrease the minimum vertical curb depth below four
inches(4")for stormwater flow. The Engineer may require additional grinding to
increase the curb depth available for stormwater flow in areas that are inadequate.
Shimming and feathering, as required by the Engineer, shall be accomplished by raking
out the oversized aggregates from the Class B mix as appropriate.
s
jr Surface smoothness shall be per Section 5-04.3(13)of the Standard Specifications. The
paving shall be corrected by removal and repaving of the trench only. Asphalt patch
depths will vary based upon the streets being trenched. The actual depths of asphalt and
the work to be performed shall be as required and indicated on City of Renton Standard
Plans#HR-05, HR-23,and HR-22(SP Pages#H032,H032A, and H033).
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
it meets these specifications.
1 8. All joints shall be sealed using paving asphalt AR-4000W.
CAPMX\OutlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 68
w
W
9. When trenching within the unpaved roadway shoulder(s), the shoulder shall be restored so
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) r
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.
H. A City of Renton temporary Traffic Control Plan (from Renton Transportation s
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 1W
Core Area. The permittee shall remove the utility locate marks within 14 days of job completion.
END OF DIVISION 5
r
.w
r
rr
r
r
r
•
r
CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 69
r.
DIVISION 6
STRUCTURES
w
6-02 CONCRETE STRUCTURES
6-02.3 Construction Requirements
.. 6-02.3(1) Classification of Structural Concrete
Section 6-02.3(1) is supplemented with the following:
Concrete Class 4000 shall be placed in the "Outlet Structure" in accordance with the requirements of
Section 6-02 of the Standard Specifications and these Supplemental Specifications.
6-02.3(2) Proportioning Materials
Section 6-02.3(2) is supplemented with the following:
Concrete materials for this project shall be proportioned in accordance with Section 6-02.3(2) of the
Standard Specifications.
6-02.3(2)A Contractor Mix Design
The first paragraph of Section 6-02.3(2)A is revised as follows:
The Contractor shall submit a mix design for the appropriate class of concrete, as shown in the
.. Plans and Specifications, for approval by the Engineer.
6-02.3(2)B Commercial Concrete
.. Section 6.02.3(2)B is hereby deleted in its entirety.
6-02.3(3) Admixtures
Section 6-02.3(3)is revised as follows:
The Contractor may elect to use air-entrainment for concrete below the finished ground line.
6-02.3(4) Ready-Mix Concrete
6-02.3(4)C Consistency
The first paragraph of Section 6-02.3(4)C is revised to read as follows:
The maximum slump for vibrated concrete shall be 3 inches, with a 1-inch tolerance.
u.
The final paragraph of Section 6-02.3(4)C is revised to read as follows:
.. If the Contractor is unable to provide a concrete with a workable consistency, a water-reducing
admixture may be used provided the batch meets the slump limit and complies with the
proportions required in Section 6-02.3(2)A.
aw
ow
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.docl 70
r
W
6-02.3(17) Falsework and Formwork a'
Section 6-02.3(17) is replaced with the following:
Contractor is entirely responsible for the design and construction of the formwork used in this project.
No submittals are required.
6-02.3(17)0 Early Concrete Test Cylinder Breaks
Section 6-023(17)0 is revised as follows:
Early cylinders are defined as all cylinders tested in advance of the design age of 28 days whose
purpose is to determine the in-place strength of concrete in a structure prior to applying loads or
stresses. The fabrication, curing, and testing of the early cylinders shall be the responsibility of
the Contractor.
.r
6-02.3(24) Reinforcement
Section 6-02.3(24) is replaced with the following:
(* ****) r
Steel reinforcing bars for this project shall be Grade 60. Steel reinforcing bars shall be furnished and
placed as detailed in the Plans in accordance with Section 6-02.3(24), subsections A through H, and
Section 9-07 of the Standard Specifications and with these Supplemental Specifications. Before ..r
delivery of the reinforcing bars, the Contractor shall submit to the Engineer two copies of the bar list
and bending diagram for approval.
6-02.5 Payment
Section 6-02.5 is replaced with the following:
Concrete structures for the "Outlet Structure" shall be considered incidental to and paid for as part of
the lump sum bid item for this structure.
6-03 STEEL STRUCTURES ..
6-03.1 Description
Section 6-03.1 is replaced with the following:
Furnishing, fabricating, galvanizing and installing Drainage Structure steel structural elements shall
be as detailed on the Plan Drawings.
6-03.2 Materials
Section 6-03.2 is replaced with the following: .r
Materials shall meet the requirements of the following sections as modified by these Special
Provisions:
Structural Steel and Related Materials 9-06
Grating, Steel Supports and Edge Angles 9-05.16
Galvanizing 9-05.16 and 9-06 s
Structural and miscellaneous steel including structural shapes, plates, fasteners, gratings, ladder rungs
and embedded items shall be classified as Structural Carbon steel. ow
CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 71
r
I=
No 6-03.3 Construction Requirements
6-03.3(7) Shop Plans
r Section 6-03.3(7) is replaced with the following:
The Contractor shall submit for approval all shop detail plans for steel fabrications and grating for the
so Drainage Structure. Shop drawings shall be submitted per Section 1-06.7.
6-03.5 Payment
to Section 6-03.5 is supplemented with the following:
The lump sum bid price in the Proposal for "Outlet Structure" shall include structural steel support
ow beams, embedded edge angles, grating, access ladder rungs and all other steel items for a complete
installation. The lump sum price also includes connection to new and existing piping and stream
gravel. The lump sum price excludes all structural excavation, but includes all backfill, compaction,
and foundation materials.
aw
6-05 PILING
ow 6-05.1 Description
Section 6-05.1 is supplemented with the following:
,,. Work in this section includes concrete filled steel pipe piling to be used for the support of the new
drainage structure.
6-05.3 Construction Requirements
6-05.3(8) Pile Tips and Shoes
Section 6-05.3(8)is supplemented with the following:
Steel pipe piling shall be supplied with steel plate pile tips as shown on the Drawings, or at
Contractor's option,premanufactured pile tips of a type denoted in the Qualified Products List, or pile
~' tips approved by the Engineer on the basis of submittal.
6-05.3(9) Pile Driving Equipment
6-05.3(9)B Pile Driving Equipment Minimum Requirements
Section 6-05.3(9)B is supplemented with the following:
No water jets shall be used without specific approval of the Engineer. Pile driving shall comply
with the requirements of the HPA, see Appendix E.
6-05.3(10) Test Piles
Section 6-05.3(10) is hereby deleted in its entirety.
6-05.5 Payment
Section 6-05.5 is replaced with the following:
Piling for the support of the "Outlet Structure" shall be considered incidental to and paid for as part of
the lump sum bid item for this structure.
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-13Cv02.doc1 72
r
6-07 PAINTING ow
Section 6-07 is hereby deleted in its entirety.
END OF DIVISION 6
r
s
..r
CAPMX\0utlookjTemp\20a NEW-Special Provs-2006-13Cv02.docl 73
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,WATER
MAINS, AND CONDUITS
7-04 STORM SEWERS
7-04.1 Description
Section 7-04.1 is supplemented with the following:
°i Furnishing and Jacking 45-Inch Diam. Steel Casing
The Contractor shall conform to all federal, state, and local laws and regulations pertaining to
tunneling.
Before the start of the work, submit satisfactory evidence to the Engineer that all insurance coverage
aw requirements called for in the various permits have been complied with. All proposed construction
methods and materials shall be approved by the Engineer before the start of construction.
I. A steel casing shall be furnished and installed by jacking, auguring or a combination of both methods.
The pipe installation method shall not interfere with railroad traffic or damage the railroad facilities.
Prior to installation, the Contractor shall submit an outline of the construction procedures to the
Engineer. The outline shall include the following:
aw
1. Plan view and elevation view including:
ow a) Dimensions of pit.
b) Shoring, bracing, struts,walers, or sheet pile, and size and type of casing.
a
c) Method and equipment used to control both the horizontal and vertical direction of the
jacking, auguring, or combination of both.
Im 2. Proposed methods of jacking the casing including:
a) The jacking system.
an
b) A detail of the separator-cushion at the end of the casing against which the jacking force
will be applied.
so
c) The support system behind the jack, and the support system under the jack and bottom of
Pit.
so
The shoring and jacking pit plan shall be prepared by and bear the seal and signature of a licensed
professional engineer. Submittal shall be made within a minimum of 15 days prior to the anticipated
No construction. Construction shall not begin until the construction procedures and plan drawings have
been approved by the Engineer.
IN Approval by the Engineer shall not relieve the Contractor of responsibility for the sufficiency of
the shoring and jacking pit plans. The Contractor alone shall be responsible for worker safety
and the State assumes no responsibility.
..
CA\PMX\0utlook1Temp\20a NEW-Special Provs-2006-DCO2.doc1 74
r.
W
7-04.2 Materials ow
Section 7-04.2 is supplemented with the following:
High Density polyethylene pipe(HDPE) 9-05.21
The 45-inch-diameter steel casing material and specifications shall conform to ASTM A53 or
ASTM A252. The Contractor shall furnish pipe thick enough to withstand the forces exerted by
jacking operations as well as those exerted by the earth during installation. The casing pipe shall have
a minimum wall thickness of 5/8-inch.
The second paragraph of Section 7-04.2 is revised replaced as follows:
•
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. 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
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 and Contractor's
own expense.
•
7-04.2(2) Temporary Stormwater Diversion
Section 7-04.2(2) is an added new section:
It shall be the Contractor's responsibility to maintain operation of the existing storm sewer system •
crossing the site throughout the duration of the project without any disruption of service. Surface
water flow from Gypsy Creek passes under the BNSF Railway via a 24-inch culvert and connects to
the 60-inch storm sewer via a 36-inch storm sewer. .�
Flows range between 0 and 35 cfs with up to 45 cfs passing through the 24-inch cp under surcharged
conditions. The Contractor may construct a flow diversion system as shown on the plan drawing or
install a combination pumping and/or gravity flow system. Point of discharge is restricted to that •
portion of the Seahawk site easterly of the Chain Link Construction limits shown on the plan
drawings.
y
If bypass pumping is provided, it shall be scheduled for continuous operation with backup equipment
available at all times for periods of maintenance and refueling or failure of the primary bypass
pump(s) or diversion system. r
The Contractor's bypass operation shall be sized to handle, at a minimum, the full pipe capacity. The
Contractor shall submit a Temporary Stormwater Diversion Plan in accordance with Section 1-05.
The Contractor's plan shall be reviewed by the City before the plan is implemented. The review of •
the flow diversion plan shall in no way relieve the Contractor of his responsibility or public liability.
7-04.3 Construction Requirements r"
Section 7-04.3 is supplemented with the following:
Jacking, auguring, or combination of both operations shall be conducted to prevent caving ahead of
the pipe which will cause voids outside of the pipe.
The final location of the four 45-inch casings shall be within a 0.3-foot vertical and 0.5-foot
horizontal tolerance of plan dimensions.
rr
CAPMX\Outlook1Temp\20aNEW-Special Provs-2006-13Cv02.doc1 75
t�
l •
E
r
is Removal of the material from the pits by washing or sluicing will not be permitted. After the casing
pipe is jacked in place, the inside shall be thoroughly cleaned free from grease, dirt, rust, moisture, or
other deleterious contaminants. All welding on the steel casing pipe shall be done by a certified
welder and shall meet the requirements specified in Section 6-03.3(25).
When obstructions are encountered (e.g., including but not limited to, boulders, logs, old
foundations), the Contractor shall notify the Engineer promptly. The removal of such obstructions
shall be done by force account as approved by the Engineer in accordance with Section 1-09.6.
7-04.3(4) Abandon Existing 24-In. Diam. Storm Drain Pipe
Where shown on the Plans or designated by the Engineer, existing pipe to be abandoned in place shall
be completely filled with controlled density fill(WSDOT 2-09.3[1]E)for the entire length of pipe
specified. The ends of each pipe run shall be plugged thoroughly. All pipe ends shall be plugged as
t
specified in Section 7-08.3(4)(Plugging Existing Pipe).
)•
is
7-04.4 Measurement
The first paragraph of Section 7-04.4 is revised as follows:
(******) -
The length of storm drain 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.
Measurement for"Abandon Existing 24-In. Diam. Storm Drain Pipe"will be by the linear foot.
Section 7-04.4 is supplemented with the following:
(******)
Measurement for railroad crossing, casing, and boring will be made on a linear foot basis along the
centerline of the pipe or conduit between portals. Tunneling,jacking, and boring extensions beyond
the limits shown shall be considered to be for the Contractor's convenience,unless ordered in writing.
No specific measurement shall apply to the lump sum item "Temporary Stormwater Diversion".
`rr
7-04.5 Payment
The second and third paragraphs of Section 7-04.5 are revised as follows:
(******)
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. When no
bid item "gravel backfill for pipe bedding" is included in the Schedule of Prices, pipe bedding, as
shown in the plans, shall be considered incidental to the pipe and no additional payment shall be
made.
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.
Section 7-04.5 is supplemented with the following:
(******)
"36-In. Diam. FIDPE(DR21) Storm Drain Pipe", per linear foot.
"Railroad Crossing Casing,45-In. Diam.", per linear foot.
"Testing Sewer Pipe",per linear foot.
"Temporary Stormwater Diversion", per lump sum.
"Abandon Existing 24-In. Diam. Storm Drain Pipe", per linear foot.
The unit contract price for"Abandon Existing 24-In. Diam. Storm Drain Pipe"shall be full pay for all
work including all costs associated with furnishing and hauling the materials, including CDF, and all
costs associated with the labor and equipment required to place the material.
CAPMX\OutlookJTemp\20aNEW-Special Provs-2006-13Cv02.doc1 76
Payment for"Railroad Crossing Casing, 45-In. Diam."will be made on a linear foot basis. Payment
will include full compensation for all excavation, shafts, portals, jacking pits, casing and furnish
36-inch-diameter HDPE storm sewer carrier pipe in the casing, including pipe spacers, end seals, link
seals, and all appurtenances as required for a complete installation.
Testing of storm and sanitary sewer pipe shall be in conformance with Standard Specification
Section 7-17.3(2)A and will be the number of linear feet of completed installation actually tested.
The lump sum contract price for Temporary Stormwater Diversion shall be full payment for all labor,
equipment, and materials, including but not limited to, personnel, fuel, monitoring, power, pumps,
piping, emergency standby equipment, trenching, and all other work necessary to maintain
uninterrupted stormwater services through the construction site.
7-05 MANHOLES,INLETS, CATCH BASINS,AND DRYWELLS
7-05.3 Construction Requirements
Section 7-05.3 is supplemented by adding the following:
All manholes shall have eccentric cones and shall have ladders.
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:
(******)
Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or
inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be
removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing
structure shall be raised or lowered to the required elevation.
The Contractor shall construct manholes so as to provide adjustment space for setting cover and
casting to a finished grade as shown on the construction plans, Manhole ring and covers shall be
adjusted to the finished elevations per standard detail BR29, SP Page 13074, prior to final acceptance
of the work. Manholes in unimproved areas shall be adjusted to 6"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.
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
CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCW2.doc1 77
Iis
Irs established by the contractor. The pavement shall be cut in a restricted area and base material be
removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing
the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the
concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and
removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron
r 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 six inches beyond the edge of the casting and shall be left 2 inches below the top of the
r 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.
!r 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.
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
�r depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base
shall be fractured to prevent standing water, and the manhole filled with sand and compacted to
90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part
of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and
cover shall be salvaged and all other surplus material disposed of.
7-05.3(3) Connections to Existing Manholes
Section 7-05.3(3) is supplemented by adding the following:
Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, curb
inlets and/or manholes. The contractor shall be required to core drill into the structure, shape the new
pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the engineer or
where shown on the plans, additional structure channeling will be required.
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.
r
E
CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCv02.docl 78
V
■r
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 a 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.
r
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 .�
Section 7-05.5 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 r
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP-7 (Sweep or brush off blast)
Application: Shop/Field 1„
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) as
Color: White
7-05.3(6) Removal of Sanitary Sewer Manhole u.
Section 7-05.3(6) is an added new section:
The Contractor shall remove sanitary sewer manholes as described in the Plans or as designated by
the Engineer. The resultant void shall be backfilled with compacted bank run gravel for trench 1D
backfill (Section 9-03.19). All frames and covers shall remain City property and will be salvaged as
specified in Section 2-02.3(9), Salvage.
..r
7-05.4 Measurement
Section 7-05.4 is revised and supplemented as follows:
Manholes will be measured per each. Measurement of manhole heights for payment 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.
Measurement for Remove Existing Manhole will be per each. we
Connection to existing pipes and structures shall be incidental.
s
.r
•
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 79
i
�• 7-05.5 Payment
Section 7-05.5 is supplemented as follows:
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.
I
ho "Remove Existing Manhole", per each.
The unit bid price for Remove Existing Manhole will be full compensation for all labor, tools, and
equipment necessary and incidental to remove and dispose of the manhole, backfill the resultant void
with compacted bank run gravel for trench backfill and salvage all frames and covers.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
f - 7-08.3(1)A Trenches
g Section 7-08.3(1)A is supplemented by adding the following:
Trench Excavation Incl. Haul includes the trench excavation for the storm sewer, sanitary sewer,
and water main construction in accordance with the trench limits outlined on the plan drawings.
All trench excavated materials shall be disposed of off-site at an approved Contractor-provided
disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no
additional expense to the City.
Contaminated Trench Excavation includes the trench excavation of materials characterized as
contaminated based on sampling results for the storm sewer, sanitary sewer, and water main
construction and in accordance with the trench limits outlined on the plan drawings. This
excavated soil shall be managed in accordance with applicable state and federal regulations
outlined in the Contract Documents. Handling and disposal of materials shall adhere to all
transportation requirements, receive pre-approval from a disposal facility (Waste Management,
d Miss Boone 1-425-766-3168) manifesting, and record keeping, etc. as outlined in the Soil
lr Y � g, ,
Management Plan, Appendix A. The excavations will require a shoring system to limit the
volume of excavation. Excavation outside the trench limits shown on the plan drawings shall be
at no additional expense to the City.
7-08.3(1)C Bedding the Pipe
Section 7-08.3(1)C is supplemented by adding the following:
Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with
Section 9-03.12(3). Pipe bedding for HDPE sewer pipe shall be CSBC consistent with
Section 9-03.9(3) It shall be placed to a depth of 6 inches over and 6 inches under the exterior walls
of the pipe.
Hand compaction of the bedding materials under the pipe haunches will be required. Hand
compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding
material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe
during the compaction effort.
Pipe bedding shall be considered incidental to the pipe and no further compensation shall be
made.
L
LCAPNMOutlooklTemp\20a NEW-Special Provs-2006-DCO2.docl 80
7-08.3(2)A Survey Line and Grade so
Section 7-08.3(2)A is replaced with:
Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and
1-11 in a manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by means
of a laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall
have the written approval of the Engineer.
7-08.3(2)B Pipe Laying— General
Section 7-08.3(2)B is supplemented by adding the following:
Checking of the invert elevation of the pipe.may be made by calculations from measurements on
the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory
condition. At manholes,when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by
matching the(eight-tenths)flow elevation, unless otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and.protected against damage, impact shocks,
and free fall. All pipe handling equipment shall be acceptable to the ENGINEER. Pipe shall not
be placed directly on rough ground but shall be supported in a manner which will protect the
pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed
where the lining or coating show defects that may be harmful as determined by the ENGINEER.
Such damaged lining or.coating shall be repaired, or a new undamaged pipe shall be furnished
and installed.
The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there
are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired
or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before
lowering into position in the trench. Pipe shall be kept clean during and after laying. All
openings in the pipe line shall be closed with water tight expandable type sewer plugs at the end
of each day's operation or whenever the pipe openings are left unattended. The use of burlap,
wood, or other similar temporary plugs will not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the
ENGINEER may change the alignment and/or the grades. Except for short runs which may be
permitted by the ENGINEER, pipes shall be laid uphill on grades exceeding 10 percent. Pipe
which is laid on a downhill grade shall be blocked and held in place until sufficient support is
furnished by the following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at
uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the
pipe shall be placed with the minor axis of the reinforcement in a vertical position.
Immediately after the pipe joints has been made, proper gasket placement shall be checked with
a feeler gage as approved by the pipe manufacturer to verify proper gasket placement.
7-08.3(2)E Rubber Gasketed Joints
Section 7-08.3(2)E is supplemented as follows:
Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the
pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense.
CA\PMX\0utlook1Temp\20aNEW-Special Provs-2006-DCO2.doc1 81
s
r. 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 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
r" 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)) Placing PVC Pipe
Section 7-08.3(2)J is an added new section:
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" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to
connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used
r at the point of connection.
7-08.4 Measurement
The first paragraph of Section 7-08.4 is revised as follows:
Trench Excavation Incl. Haul shall be measured by the cubic yard.
Contaminated Trench Excavation Incl. Haul shall be measured by the ton.
7-08.5 Payment
Section 7-08.5 is replaced with:
Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are
included in the proposal:
"Foundation Material", per ton.
"Trench Excavation Incl. Haul",per ton.
"Contaminated Trench Excavation Incl. Haul", per ton.
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 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.
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.
The unit cost for Trench Excavation Incl. Haul will be full compensation for the costs incurred for
excavating, loading, placing, or otherwise disposing of the material at a Contractor-provided site,
including haul.
M
CAPMX\Outlook1Temp\20aNEW-Special Provs-2006-DCO2.doc1 82
The unit cost for Contaminated Trench Excavation Incl. Haul will be full compensation for the costs
incurred for excavating, loading, placing, or otherwise disposing of the material at an approved
disposal facility. Handling and disposal of materials shall adhere to all transportation requirements,
manifesting, and record keeping as outlined in the Seahawk's site Soil Management Plan,
Appendix A.
The unit price for foundation material used in the stream channel or trench excavation as shown on
the plan drawings will be full compensation for the labor, tools, equipment, and materials necessary
or incidental to furnish,haul, place,and compact the material specified. Placement of geotextile under
the foundation material, as shown on the plan drawings shall be included in the unit price for
Foundation Material.
7-09 WATER MAINS
7-09.3(15)A Ductile Iron Pipe
The first paragraph of Section 7-09.3(15)A is revised as follows:
Long radius (500 feet or more) curves, either horizontal or vertical, may be laid with standard
pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are
shown, the Contractor can assume that the curves can be made by deflecting the joints with
standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum
lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a
horizontal or vertical curve shall not exceed one half of 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.
7-09.3(17) Laying Ductile Iron Pipe with Polyethylene Encasement
The title and text of Section 7-09.3(17)has been revised as follows:
(******) 3
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 C 105.
The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall
be repaired in accordance with ANSI/AWWA C105/A21.5-93.
Installation of the polyethylene encasement shall be considered incidental to the installation of the
pipe and no additional payment shall be allowed.
7-09.3(19)A Connections to Existing Mains
Section 7-09.3(19)A is revised and supplemented as follows:
(******)
The Contractor may be required to perform the connection during times other than normal
working hours. The Contractor shall not operate any valves on the existing system . Water
system personnel will operate all valves on the existing system for the contractor when required.
No work shall be performed on the connections unless a representative of the water department
is present to inspect the work.
CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 83 4
No
,., When not stated otherwise in the special provisions or on the plans all connections to existing
water mains will be done by City forces as provided below:
City Installed connections:
1. 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
s fit.
2. Connections to the existing water main shall not be made without first making the
necessary arrangements with the Engineer in advance.
an
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
VA reschedule the connection if the work area is not ready at the scheduled time for the connection.
Work shall not be started until all the materials, equipment and labor necessary to properly
complete the work are assembled on site.
r..
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
Ow 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.
MW
7-09.3(21) Concrete Thrust Blocking
Section 7-09.3(21) has been supplemented by adding the following:
(******)
IN 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(MEGALUGO, or approved equal [shackle rod]), is
required for all new water mains and shall be installed in accordance with Section 7-09.3(25).
+� 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.
.. Deadman blocks shall be commercial concrete (hand mixed concrete is not allowed) and poured in
place.
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 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.
C:\PMX\Outlook1Temp\20a NEW-Special Provs-2006-DCW2.doc 1 84
w
ar
The quantity of water required to restore the pressure shall be accurately determined by either 1) r
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. as
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 as
listed in the following table.
2. The loss in pressure shall not exceed 5 psi during the 2-hour test period.
.a
All water used to perform hydrostatic pressure shall be charged a usage fee.
*
Allowable leakage per 1,000 ft.of pipeline* in GPH
.w
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 s
sum of the computed leakage for each size For those diameters or ressures 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=N P as
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 M
The paragraph stating that"There shall not be an appreciable or abrupt loss in pressure during the 15
minute test ep riod."Is deleted.
r
r
ar
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCW2.doc1 85
•
as
7-09.3(24)A Flushing and "Poly-Pigging"
Section 7-09.3(24)A shall be revised and supplemented as follows:
Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated
.. material that may have become lodged in the pipe. If the main cannot be "poly-pigged", then a
tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main.
The "Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 21b/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
Section 7-09.3(24)D has been replaced with:
Dry calcium hypochlorite shall not be placed in the pipe as laid.
ow
7-09.3(24)K Retention Period
Section 7-09.3(24)K has been revised as follows:
"' Treated water shall be retained in the pipe at least 24 hours but no long than 48 hours. After this
period,the chlorine residual at pipe extremities and at other representative points shall be at least
25 mg/l.
..
7-09.3(24)N Final Flushing and Testing
Section 7-09.3(24)N has been revised as follows:
.. Before placing the lines into service, a satisfactory report shall be received from the local or
State health department or an approved testing lab on samples collected from representative
points in the new system. Samples will be collected and bacteriological tests obtained by the
Engineer.
7-09.3(25) Joint Restraint Systems
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 shackle rod joint restraint materials used shall be those manufactured
by Star National Products, 1323 Holly avenue PO Box 258, Columbus, Ohio 43216, unless an equal
alternate is approved in writing by the engineer.
Materials:
Mechanical joint MEGALUGO joint restraints shall be a bolted system (Section 9-30.2[6]).
MEGALUGO Series 1100 or approved equal.
Steel types used shall be:
High strength low-alloy steel (cor-ten),ASTM A242, heat-treated, superstar"SST" series.
High strength low-alloy steel(cor-ten),ASTM A242, superstar"SS"series.
Items to be galvanized are to meet the following requirements:
ASTM A 153 for galvanizing iron and steel hardware.
ASTM A123 for galvanizing rolled,pressed and forged steel shapes.
r.
C:\PMX\0utlook1Temp\20a NEW-Special Provs-2006-DCO2.doc 1 86
aw
ar
Joint Restrainer System Components: r
Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8-inch for 2-inch
and 3-inch mechanical joints, 3/4-inch for 4-inch to 12-inch 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-inch and 60,000 lbs. minimum for 3/4-inch by heat treating
(quenching and tempering) to manufactures reheat and hardness specifications. SST 753:
3/4 inch for 14 inch to 24 inch mechanical joints. Same ASTM specification as SST 7.
SST 77: 3/4-inch same as SST 7, except 1-inch eye for 7/8-inch rod. Same ASTM
specification as SST 7.
Tienut: Heavy hex nut for each tiebolt: SS8: 5/8-inch and 3/4-inch, ASTM A563, Grade C3,
or zinc plated. S8: 5/8-inch and 3/4-inch, 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-inch and 3/4-inch tierods, an
ASTM A563, grade C3. S 10: for 5/8-inch and 3/4-inch tierods,ASTM A563, Grade A.
Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip
galvanized. SS l2: 5/8-inch and 3/4-inch diameter, ASTM A242, Type 2; ANSI 131.1.
S12: 5/8-inch and 3/4-inch diameter,ASTM A36,A307.
Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS 17: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 3/4-inch nuts. Install tiecouplings with both rods threaded equal distance into
tiecouplings. Arrange tierods symmetrically around the pipe. .�
Pipe Diameter Number of 3/4-Inch
Tie Rods Required r
4-inch.................................2
6-inch.................................2
r
8-inch.................................3
10-inch................................4
12-inch................................6
14-inch................................8 r
16-inch................................8
18-inch................................8
20-inch................................ 10 ws
24-inch................................14
30-inch................................(16-7/8-inch rods)
36-inch ................................(24-7/8-inch rods)
.r
Where a manufactures 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. .r
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.
C:\PMX\Outlook1Temp\20aNEW-Special Provs-2006-DCW2.doc1 87
•
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
Section 7-09.4 is revised as follows:
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.
r
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:
aw "Ductile Iron Pipe for Water Main and Fittings, 12-In. Diam.", per linear foot.
The unit contract price per linear foot for each size and kind of"Ductile Iron_Pipe for Water Main
12_In. Diam." shall be full pay for all work to complete the installation of the water main including
but not limited to bedding, laying and jointing pipe and fittings, connection to existing water mains,
No backfilling, concrete thrust blocking, joint restraint, deadman blocks, installation of polyethylene
wrap, cleaning by poly-pigs, vertical crosses for insertion and removal of poly-pigs, temporary thrust
blocks and blow-off assemblies, testing, flushing, disinfecting the pipeline, shackle rods, abandoning
aw and capping existing water mains, removing miscellaneous pipes, removing and salvaging existing
hydrant assemblies, and other appurtenances to be abandoned as shown on the plans, and cleanup.
Payment for "removal and replacement of unsuitable material" will be considered incidental to or
calculated under other bid items and no further compensation will be made.
"Foundation Material", per ton.
7-12 VALVES FOR WATER MAINS
7-12.3(1) Installation of Valve Marker Post
Section 7-12.3(1)has been revised as follows:
Where required, a valve marker post shall be furnished and installed with each valve. Valve marker
posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of
the post exposed above grade.
The rest of this section is deleted.
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 88
r.
W
7-12.5 Payment aw
Section 7-12.5 is replaced with the following:
(******)
"Gate Valve, 12-In.", per each.
The unit contract price per each for the valve of the specified size, shall be full pay for all labor,
equipment and material to furnish and install the valve complete in place on the water main, including
trenching,jointing, blocking of valve, painting, disinfecting, hydrostatic testing, cast-iron valve box
and extensions as required,valve nut extensions, adjustment to final grade.
"Comb.Air Release/Air Vacuum Valve Assembly, 2-In.", per each.
The unit contract price per each for"Comb.Air Release/Air Vacuum Valve Assembly, 2-In." shall be
for all, labor, equipment and material to complete the installation of the assembly including but not
limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances,
backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans,
and per City of Renton Standard Detail, latest revision. +�
7-14 HYDRANTS
(******) w
7-14.3(7) Remove Existing Hydrant
Section 7-14.3(7) is an added new section:
(******)
The work consists of removing the existing hydrant and gate valve prior to establishing a construction
access route along the eastern boundary of the Seahawk's site and BNSF rights-of-way. The hydrant
and gate valve shall be removed and salvaged by the Contractor.
7-14.4 Measurement ..
Section 7-14.4 is revised as follows:
Remove Existing Hydrant shall be measured per each. aw
7-14.5 Payment
Section 7-14.5 is revised as follows:
(******) .e
"Remove Existing Hydrant", per each.
The unit contract price per each for Remove Existing Hydrant shall be full pay for all work to remove „w
and salvage the existing hydrant and 6-inch gate valve.
"Hydrant Assembly", per each.
The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to furnish and �`
install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete
blocks, gravel, and painting and guard posts required for the complete installation of the hydrant
assembly as specified. The pipe connecting the hydrant to the main shall be considered incidental and .r
no additional payment shall be made.(******)
r
w
CAPMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 89
1D
s
7-17 SANITARY SEWERS
7-17.2 Materials
Section 7-17.2 is replaced with the following:
Pipe used for sanitary sewers may be:
Rigid Thermoplastic
PVC (Polyvinyl Chloride)
Ductile Iron
All sanitary sewer pipe shall have flexible gasketed joints unless otherwise specified.
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.
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
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and
permanent under normal conditions of handling and storage.
i
7-17.3(1) Protection of Existing Sewerage Facilities
Section 7-17.3(1) is supplemented by adding the following:
ow
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
■m 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, it's 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
compatible with the City's viewing and recording systems. The City 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.).
7-17.3(2)1 Temporary Sanitary Sewer Diversion
Section 7-17.3(2)I is an added new section:
It shall be the Contractor's responsibility to maintain operation of the existing sanitary sewer
system crossing the site throughout the duration of the project without any disruption of service.
s
Flow range is between 0 and 200 gpm. Sanitary sewer flows southward from manhole SSMH6
to SSMH7. The Contractor shall construct a flow diversion system or install a combination
pumping and/or gravity flow system to maintain undisturbed sewer services.
b..
CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 90
r
If bypass pumping is provided, it shall be scheduled for continuous operation with backup ar
equipment available at all times for periods of maintenance and refueling or failure of the
primary bypass pump(s) or diversion system.
The Contractor's bypass operation shall be sized to handle, at a minimum, the estimated flow JO
range. The Contractor shall submit a Temporary Sanitary Sewer Diversion Plan in accordance
with Section 1-05.
■r
7-17.4 Measurement
Section 7-17.4 is supplemented as follows:
(******)
Abandon Existing 12-In. Sanitary Sewer Pipe and Remove Existing 12-In. Sanitary Sewer Pipe shall
be measured per linear foot.
No specific measurement shall apply to the lump sum item"Temporary Sanitary Sewer Diversion". ,r
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:
"Abandon Existing 12-In. Sanitary Sewer Pipe", per linear foot.
"Remove Existing 12-In. Sanitary Sewer Pipe", per linear foot.
"PVC Sanitary Sewer Pipe, 12-In. Diam.", per linear foot. as
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 fittings,point
materials,bedding, import backfill material and adjustment of inverts to manholes for the completion .a
of the installation to the required line and grade. Trench excavation shall be measured and paid for
separately.
If no unit price for"Testing Sewer Pipe" is included it shall be considered incidental to the pipe items. n�
The unit contract price for Abandon Existing 12-In. Sanitary Sewer Pipe will be full compensation for
furnishing and hauling all material, including CDF, and all costs associated with labor, tools, and
equipment required to place the material. .�
The unit contract price for Remove Existing 12-In. Sanitary Sewer Pipe will be full compensation for
the costs of all labor,tools, equipment, and materials necessary or incidental to remove and dispose of
the items indicated. Trench excavation shall be measured and paid for separately.
"Removal and Replacement of Unsuitable:Material",percubic yard.
"Temporary Sanitary Sewer Diversion", per lump sum.
The lump sum contract price for Temporary Sanitary Sewer Diversion shall be full payment for all ..
labor, equipment, and materials including, but not limited to, personnel, fuel, monitoring, power,
pumps, piping, emergency standby equipment, trenching, and all other work necessary to maintain
uninterrupted sanitary sewer service through the construction site between existing manholes SSMH6
and SSH7.
Tlie unit contract pricy per cubic yard:,for,"RemoVa`l'arA Replacement of 1Jnsuitab'6 Matarral" shall
be full pay for: all work to remove`unsuitable niaterla and``replace and coinpac ,su table material as
specified in Section 7-08:3(1)A
r
CAPMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 91
r
"Bank Run Gravel for Trench Backfill Sewer", per cubic yard, or Ton.
The unit contract price per cubic yard, orlon for`Bank Run Gravel for Trench Backfill Sewer" shall
be full pay for all work to furnish,place, and compact material in the trench.
"Television Inspection", per linear foot.
r
END OF DIVISION 7
owr
s
r
r
r
r
rr
r
rr
C:TN1X\0ut1ookjTemp\20a NEW-Special Provs-2006-DCO2.docl 92
fm
DIVISION 8 aw
MISCELLANEOUS CONSTRUCTION
so
8-02 ROADSIDE RESTORATION
8-02.1 Description
Section 8-02.1 is supplemented with the following:
This item includes restoration of all cleared areas and areas disturbed by construction with grass. All
disturbed areas shall be raked smooth and shall be hydroseeded.
The work includes spreading hydroseed, fertilizer, and mulch by machine in any sections.
8-02.3(1) Responsibility During Construction
Section 8-02.3(l) is supplemented with the following:
Hydroseed shall be as specified in the Plans, Special Provisions Section 9-14, and Standard r„
Specification Section 9-14. The mix shall be submitted to the Engineer for review and approval,
including the seed vendor's certification for the grass seed mixture indicating percentage by weight
and percentages of purity, germination, and weed seed for each grass species.
N
Hydroseeding shall be performed only after all work affecting ground surface has been completed.
The topsoil in the areas to be seeded shall be loosened to minimum depth of 4 inches, graded to
remove ridges and filled to remove depressions, as required to drain.
The Contractor shall water as needed to maintain seeded areas in good condition until final
acceptance. Water shall be free of substances harmful to plant growth. Water, hoses, and all .�
equipment needed shall be furnished by the Contractor.
Hydroseeded areas shall be inspected 1 week after germination to determine if coverage of seeding is
acceptable. Hydroseed areas shall have a uniform stand of grass over 90 percent of seeded area.
Areas which fail to provide a uniform stand of grass shall be reseeded. Areas reseeded will not be
accepted until the required coverage is obtained. ,W
All areas that will be hydroseeded shall be reviewed and measured with the City inspector, and
adjusted as directed, before the work occurs. Payment will be based on that measurement.
Additional payment will not be made for any hydroseed outside of the previously measured area, we
unless approved by the City.
The actual quantity used in construction may vary from the bid quantity. The unit price will not be •
adjusted if the actual quantity used varies by more than 25 percent.
8-02.4 Measurement r
Section 8-02.4 is supplemented with the following:
Measurement of Seeding, Fertilizing, and Mulching shall be per Square Yard for the hydroseed area
that is accepted by the City.
.r
.n
C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCv02.doc1 93
rr
am
aw 8-02.5 Payment
Section 8-02.5 is supplemented with the following:
"Seeding, Fertilizing, and Mulching",per square yard.
so "PSIPE",per lump sum.
The unit contract price for "PSIPE", per lump sum (plant selection including plant establishment),
so shall be full pay for all materials, labor, tools, equipment, and supplies necessary for weed control
within the planting area,planting area preparation, cultivating, compost soil amendment, fine grading,
planting, bark mulch, plant storage and protection, fertilizer and root dip, staking, seeding, cleanup,
and water necessary to complete planting operations as specified.
a
Payment for Seeding, Fertilizing, and Mulching per square yard shall be complete compensation for
all materials, tools, labor and equipment required to complete the work as shown on the Plans and
specified in the Contract Documents and City Codes.
8-05 DEWATERING
Section 8-05 is an added new section with subsections:
faw
8-05.1 General
Design and provide a dewatering system using accepted and professional methods consistent with
current industry practice to eliminate water entering the excavation under hydrostatic head from the
bottom and/or sides. Design system to prevent differential hydrostatic head that would result in
floating out soil particles in a manner termed as a "quick" or"boiling" condition. System shall not be
r. dependent solely upon sumps or pumping water from within the excavation where differential head
would result in a quick condition, which would continue to worsen the integrity of the excavation's
stability.
r
Provide dewatering system of sufficient size and capacity to prevent ground and surface water flow
into the excavation and to allow all work to be installed in a dry condition.
r. Control, by acceptable means, all water regardless of source and be fully responsible for disposal of
the water.
Ow Control groundwater in a manner that preserves strength of foundation soils, does not cause instability
or raveling of excavation slopes, and does not result in damage to existing structures. Where
necessary to these purposes, lower water level in advance of excavation, utilizing wells, well points,
jet educators, or similar positive methods. The water level as measured by piezometers shall be
maintained a minimum of 3 feet below prevailing excavation level.
Commence dewatering prior to any appearance of water in excavation and continue until work is
complete to the extent that no damage results from hydrostatic pressure, flotation, or other causes.
8-05.1(1) Design
Contractor shall designate and obtain the services of a qualified dewatering specialist to provide
dewatering plan as may be necessary to complete the work.
The Contractor shall be responsible for all excavations to prevent the occurrence of surface water
inflows, boils, seepage, loss of fines, quick condition, loosening or otherwise disturbing the
foundation strata, slope instability, and bottom heave. The minimum requirements for dewatering
systems shall be as stated herein.
r
CAPMX\OutlookJTemp\20a NEW-Special Provs-2006-DCv02.docl 94
IAW
as
The design, installation, and operation of the dewatering system shall be the Contractor's
responsibility. The selection of the dewatering methods used is the Contractor's option. The methods
may consist of wells, well points, collection trenches, cutoff walls, all or part of the above methods,
or other methods as deemed necessary by the Contractor and as necessary to achieve the specified
■a
results.
Contractor shall be responsible for the accuracy of the drawings, design data, and operational records
required.
The Contractor shall submit a plan for dewatering for review and approval by the Engineer. The
dewatering plan shall include the proposed well dimensions, layout of wells and piping, pump size,
power hookup, emergency generator and transfer switch location, and water discharge.
Contractor shall be solely responsible for the design, installation, operation, maintenance, and any .r
failure of any component of the system.
8-05.1(2) Damages
Contractor shall be responsible for and shall repair without cost to the City any damage to work in �"
place, or other contractor's equipment, utilities, residences, highways, roads, railroads, private and
municipal well systems, adjacent structures, natural resources, habitat, existing wells, and the
excavation, including damage to the bottom due to heave and including, but not limited to, removal
and pumping out of the excavated area that may result from Contractor's negligence, inadequate or
improper design and operation of the dewatering system, and any mechanical or electrical failure of
the dewatering system. "o
8-05.1(3) Equipment
Before operations begin, the Contractor shall have available on the site of work, sufficient pumping OF
equipment and/or other machinery to assure that the operation of the dewatering system can be
maintained.
at
The Contractor shall provide an emergency generator with an automatic transfer switch of sufficient
size to operate his dewatering system in case of power outage.
8-05.1(4) Maintaining Excavation in Dewatering Condition .r
Dewatering shall be a continuous operation. Interruptions due to power outages or any other reason „
will not be permitted. so
Continuously maintain excavation in a dry condition with positive dewatering methods during
preparation of subgrade, installation of pipe, and construction of structures until the critical period of
construction and/or backfill is completed to prevent damage of subgrade support, piping, structure, ar
side slopes, or adjacent facilities from flotation or other hydrostatic pressure imbalance.
Provide standby equipment on site, installed, wired, and available for immediate operation if required
to maintain dewatering on a continuous basis in the event any part of the system becomes inadequate
or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering
system, perform such work as may be required to restore damaged structures and foundation soils at
no additional cost to the Owner.
System maintenance shall include, but not be limited to, 24-hour supervision by personnel skilled in
the operation, maintenance, and replacement of system components and any other work required to
maintain the excavation in dewatered condition.
rr
C:\PMX\OutlookITemp\20aNEW-Special Provs-2006-DCO2.doc1 95
•
ow
am Closed pipelines shall be used to convey pumped water from the dewatering systems and from the
excavation to an approved point of discharge.
am Install wells and/or well points, if required, with suitable screens and filters, so that continuous
pumping of fines does not occur. Arrange discharge to facilitate collection of samples by the Owner.
During normal pumping, and upon development of well(s), levels of fine sand or silt in the discharge
water shall not exceed 5 ppm. Install sand tester on discharge of each pump during testing to verify
's that levels are not exceeded.
8-05.1(6) Discharge Piping and Electrical Service Corridors
.. Discharge piping and electrical service shall not be located in areas affecting normal operations,
including normal traffic patterns, without approval in writing by the Engineer.
8-05.1(7) Discharge Location
The Contractor shall dispose of all surface water runoff and water removed by the dewatering system
in an environmentally sound manner that will not endanger health, property, or any portion of the
,. work under construction. The discharge location(s) shall be back into the storm drainage system for
dewatering activity east of BNSF rights-of-way and into King County (Metro) sanitary sewer system
for dewatering activity west of BNSF rights-of-way. Disposal of water shall be performed in such a
manner as will cause no inconvenience whatsoever to the Owner, Engineer, or to others engaged in
work about the site.
The Contractor shall use sediment control methods, as required, to prevent silt and sediment from
migrating offsite. Sediment control methods can include, but are not limited to, a sedimentation tank,
filter fences, screens,and other methods as required.
Discharge of water from the dewatering system shall be piped to a minimum 5,000-gallon
'* sedimentation tank with sand filter before being discharged to the storm or sanitary sewer system or
other approved discharge locations.
.. 8-05.1(8) Maintaining Groundwater Control in Excavation
System maintenance shall include, but not be limited to, 24-hour supervision by personnel skilled in
the operation, maintenance, and replacement of system components; and any other work required
.. maintaining the systems. Groundwater control shall be a continuous operation; interruptions due to
outages or any other reasons shall not be permitted.
The Contractor shall repair any damage to work in place and any excavation, including damage to the
bottom because of heave and removal of material and pumping out of the excavated area, that may
result from the Contractor's negligence; inadequate or improper installation, maintenance, and
operation of the dewatering system; and any mechanical or electrical failure of the dewatering system.
` The supply of all labor and materials and the performance of all work necessary to carry out
additional work for reinstatement of the structures or foundation soil resulting from inadequacy or
failure of the dewatering system shall be undertaken by the Contractor at the Contractor's sole
" expense.
8-05.1(9) Duration of Dewatering
The Contractor shall keep dewatering systems in operation during excavation, construction,
backfilling operations, and other construction until below grade work is completed or until such time
as a written directive to cease operations has been received from the Engineer.
..
CAPMX\0utlookjTemp\20a NEW-Special Provs-2006-DCO2.doc1 96
ar
8-05.1(10) System Removal .r
The Contractor shall abandon and remove from the site, in accordance with Chapter 173-160 WAC
and Chapter 18.104 RCW, all groundwater control and monitoring system elements. The Contractor
shall be, or employ the services of, a water well contractor licensed in the state of Washington to met
abandon all wells, and/or well points. The Contractor shall assume ownership and responsibility for
the disposal of all removed groundwater control pumps,pipes,and other assorted system hardware.
Abandon and remove the groundwater control and monitoring systems in such a manner that "r
groundwater does not flow or seep through groundwater control or monitoring system penetrations
into any structure or facility.
.r.
8-05.5 Payment
Payment will be made in accordance with Section 1-04.1 for the following bid item.
"Dewatering System",per lump sum. r
The lump sum bid price in the Proposal for "Dewatering System" shall be full compensation for the
costs of all labor, tools, equipment, and materials necessary or incidental to install, maintain, and
remove a complete dewatering system. .,.
The lump sum price shall also include all costs to continuously operate the dewatering system, all
power costs and connections, permits, pumps,wells,pipes, fittings,and appurtenances.
r
Restoration of property damaged due to dewatering or settlement caused by the dewatering system
shall be the Contractor's responsibility. It is therefore recommended that the Contractor conduct an on
site survey before dewatering begins.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.1 Description
Section 8-14.1 is replaced with the following:
This work shall consist of construction of the cement concrete driveway on the Seahawk site, in
accordance with these Specifications, the Contract Plans and the Standard Details or as directed by
the Engineer.
8-14.2 Materials
Section 8-14.2 is supplemented with the following:
(******)
The concrete for driveways shall be air entrained concrete Class 4000 conforming to the requirements
of Section 6-02.
8-14.3(3) Placing and Finishing Concrete
Section 8-14.3(3) is supplemented with the following:
(******)
The concrete surface shall be finished with a 5-foot grid of expansion and contraction joints in .r
conformance with City Standard Plan F005 and as shown on the plan drawings.
8-14.4 Measurement
Section 8-14.4 is supplemented with the following:
Cement Concrete Driveway will be measured by the square yard of finished surface.
w
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCv02.doc1 97
UK
„t 8-14.5 Payment
Section 8-14.5 is supplemented with the following:
"Cement Concrete Driveway"per square yard.
The unit price for Cement Concrete Driveway shall be full pay for furnishing all labor, tools,
materials required to construct the driveway at the location shown and in conformance with the plan
drawings. Payment shall include excavation, furnish and compact crushed surfacing base course,
form placement and removal, cement concrete, concrete finishing, and all work for a complete
driveway installation.
8-22 PAVEMENT MARKING
8-22.1 Description
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.
%W 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
y,. stripe is used as center line delineation on multilane,two-way highways and for channelization.
Approach Line(New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from
ow 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.
ow
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 and
an a 15-foot gap.
Two Way Left Turn Line (Replacement)
aw 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 of lanes.
See detail sheet.
Stop Line(Replacement)
r, A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans.
CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 98
Uff
a
8-22.3(5) Installation Instructions .r
Section 8-22.3(5)is revised as follows:
A manufacturer's technical representative need not be present at the initial material installation to
approve the installation procedure.
8-23 TEMPORARY PAVEMENT MARKINGS
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 ,r,
markings then all costs associated with these items are considered incidental to other items in the
contract or included under"Traffic Control," if that item is included as a bid item.
arr
END OF DIVISION 8
r
t
s
�r
■r
CAPMX\0utlookjTemp\20aNEW-Special Provs-2006-DCO2.doc1 99
r DIVISION 9
MATERIALS
9-03 AGGREGATES
9-03.3 Stream Gravel
Section 9-03.3 is an added new section:
(******)
Stream gravel shall be clean, naturally occurring gravel material meeting the following gradation
,r. requirements; it is not recent and will not withstand substantial velocities:
Screen Size Percent Passing by Weight
4" 100%
3" 90-95%
1.5" 65-80%
1.25" 45-60%
U.S.No. 4 25-50%
U.S.No. 200 0-2%
(January 5,2004)
9-03.8(2) HMA Test Requirements
Section 9-03.8(2) is supplemented with the following:
ESALs: The number of ESALs for the design and acceptance of the HMA shall be *** $$I$$ ***
million.
9-03.8(7) HMA Tolerances and Adjustments
Item 1 is deleted and replaced with:
(******)
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the
+w constituents of the mixture at the time of acceptance shall conform to the following
tolerances:
Nonstatistical Commercial
r Evaluation Evaluation
Aggregate, percent passing ±6% ±8%
1", 3/4", 1/2", and 3/8" sieves
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 percent below minimum value in 9-03.8(2)
r. VFA Min. and max. as listed in 9-03.8(2)
Va 2.5 percent minimum and 5.5% maximum
r
C:\PMX\0utlook1Temp\20a NEW-Special Provs-2006-DCO2.doc1 100
sr
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.
9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS M
9-05.16 Grate Inlets and Drop Inlets
Section 9-05.16 is supplemented with the following:
The provisions of this section, along with Section 9-06 shall apply to the structural carbon steel items
used in the Outlet Structure. Steel piling are exempted from these requirements.
All exposed structural carbon steel, grating and fasteners shall be galvanized. Products galvanized per
the requirements of ASTM A-123 and A-153 shall be acceptable for use on this project.
Delete the last paragraph of this section.
9-05.21 High Density Polyethylene Pipe (HDPE) (Project SWP-27-3375)
DRISCOPLEXTm 4000 and DRISCOPLEXTm 4100 High-density Polyethylene Piping
■r
1 General Terms and Conditions
1.1 Scope - This specification covers requirements for DriscoPlexTm 4000 and DriscoPlexTm 4100 PE •
3408 high-density polyethylene piping. All work shall be performed in accordance with these
specifications.
s
1.2 Engineered and Approved Plans - Construction shall be performed in accordance with
engineered construction plans for the work prepared under the direction of a Professional Engineer.
1.3 Referenced Standards - Where all or part of a Federal, ASTM, ANSI, AWWA, etc., standard .s
specification is incorporated by reference in these Specifications, the reference standard shall be the
latest edition and revision.
1.4 Licenses and Permits - A licensed and bonded Contractor shall perform all pipe construction
work. The Contractor shall secure all necessary permits before commencing construction.
rrr
1.5 Inspections - All work shall be inspected by an Authorized Representative of the Owner who
shall have the authority to halt construction if, in his opinion, these specifications or standard
construction practices are not being followed. Whenever any portion of these specifications is
violated, the Project Engineer or his Authorized Representative, shall, by written notice, order further
construction to cease until all deficiencies are corrected.
.r
2 Polyethylene Pipe and Fittings
2.1 Qualifications of Manufacturers - The Manufacturer shall have manufacturing and quality
assurance facilities capable of producing and assuring the quality of the pipe and fittings required by
these Specifications. The Manufacturer's production facilities shall be open for inspection by the
Owner or his Authorized Representative. The Project Engineer shall approve qualified
Manufacturers.
nr
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCv02.doc1 101
r
2.3 Materials - Black PE materials used for the manufacture of polyethylene pipe and fittings shall
be PE 3408 high density polyethylene meeting ASTM D 3350 cell classification 345464C and shall
be Listed in the name of the pipe and fitting Manufacturer in PPI (Plastics Pipe Institute)TR-4 with a
standard grade HDB rating of 1600 psi at 73°F. Color material, when used, shall be the same except
"! for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for
potable water in accordance with NSF Standard 61. When requested on the order, the Manufacturer
shall certify that the materials used to manufacture pipe and fittings meet these requirements.
2.4 Interchangeability of Pipe and Fittings - The same Qualified and Approved Manufacturer shall
produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub-
ow contractors or distributors are prohibited.
2.9 Polyethylene Fittings & Custom Fabrications - Polyethylene fittings and custom fabrications
shall be molded or fabricated by the Approved Pipe Manufacturer. All fittings and custom
"` fabrications shall be pressure rated for the same internal pressure rating as the mating pipe.
2.10 Molded Fittings- Molded fittings shall be manufactured and tested in accordance with ASTM D
■. 3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906.
2.11 Fabricated Fittings - Fabricated fittings shall be made by heat fusion joining specially machined
shapes cut from pipe, polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated
for internal pressure service at least equal to the full service pressure rating of the mating pipe.
Fabricated fittings shall be tested in accordance with AWWA C906.
2.12 Polyethylene Flange Adapters - Flange adapters shall be made with sufficient through-bore
length to be clamped in a butt fusion joining machine without the use of a stub-end holder. The
sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves
,,. (serrations)to promote gasketless sealing, or restrain the gasket against blowout.
2.13 Back-up Rings & Flange Bolts - Flange adapters shall be fitted with back-up rings that are pressure
rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to
' provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher.
2.14 MJ Adapters - MJ Adapters 4 inches through 16 inches may be provided with optional Stainless
Steel Stiffener upon request. MJ Adapters 14 inches and above shall be provided with Heavy Duty Back-
up Ring Kits. All MJ Adapters 18 inches and above must be provided with Stainless Steel stiffeners.
3 Joining
3.1 Heat Fusion Joining - Joints between plain end pipes and fittings shall be made by butt fusion.
Joints between the main and saddle branch fittings shall be made using saddle fusion. The butt fusion
and saddle fusion procedures used shall be procedures that are recommended by the pipe and fitting
Manufacturer. The Contractor shall ensure that persons making heat fusion joints have receive
training in the Manufacturer's recommended procedure. The Contractor shall maintain records of
+•• trained personnel, and shall certify that training was received not more than 12 months before
commencing construction. External and internal beads shall not be removed.
3.2 Joining by Other Means - Polyethylene pipe and fittings may be joined together or to other
materials by means of(a) flanged connections (flange adapters and back-up rings), (b) mechanical
couplings designed for joining polyethylene pipe or for joining polyethylene pipe to another material,
(c) MJ Adapters or (d) electrofusion. When joining by other means, the installation instructions of
the joining device manufacturer shall be observed.
C:\PMX\Outlook1Temp\20aNEW-Special Provs-2006-DCO2.doc1 102
r.
4 Installation
4.1 General - When delivered, a receiving inspection shall be performed and any shipping damage
shall be reported to the manufacturer within 7 days. Installation shall be in accordance with ASTM
D2774, Manufacturer's recommendations and this specification. All necessary precautions shall be
taken to ensure a safe working environment in accordance with all applicable safety codes and
standards.
4.2 Excavation - Trench excavations shall conform to the plans and drawings, as authorized in
writing by the Project Engineer or his Approved Representative and in accordance with all applicable
codes. The Contractor shall remove excess groundwater. Where necessary, trench walls shall be
shored or reinforced, and all necessary precautions shall be taken to ensure a safe working
environment.
4.3 Large Diameter Fabricated Fittings - Not more than one plain-end connection of 16 inches IPS
and larger fabricated directional fittings (elbows, tees, etc.) shall be butt fused to the end of a pipe
length before placing the assembly into the trench. The remaining fitting connections shall be made
in the trench using butt fusion,flange or other connection means in accordance with 3.2. Flange and
other mechanical connections shall be assembled, and tightened in accordance with the connection
manufacturer's instructions and 4.4. Handling, lifting, moving or lowering a 16" IPS or larger
fabricated fitting that is connected to more than one pipe length is prohibited. The installing
contractor at his expense shall correct fitting damage caused by such improper handling.
4.4 Mechanical Joint & Flange Installation - Mechanical joint and flange connections shall be
installed in accordance with the Manufacturer's recommended procedure. MJ Adapters and flanges
shall be centered and aligned to the mating component before assembling and tightening bolts. In no
case shall MJ gland or flange bolts be used to draw the connection into alignment. Bolt threads shall
be lubricated, and flat washers should be used under the nuts. Bolts shall be evenly tightened
according to the tightening pattern and torque step recommendations of the Manufacturer. At least 1
hour after initial assembly, flange connections shall be re-tightened following the tightening pattern
and torque step recommendations of the Manufacturer. The final tightening torque shall be as
recommended by the Manufacturer.
4.6 Pipe Handling - When lifting with slings, only wide fabric choker slings capable of safely
carrying the load shall be used to lift, move, or lower pipe and fittings. Wire rope and chain are
prohibited. Slings shall be of sufficient capacity for the load, and shall be inspected before use.
Worn or damaged equipment shall not be used.
4.7 Backfilling - Embedment material soil type and particle size shall be in accordance with ASTM D
2774. Embedment shall be placed and compacted tout least 90%Standard Proctor Density in 6" lifts to at
least 6" above the pipe crown. During embedment placement and compaction, care shall be taken to
ensure that the haunch areas below the pipe spring-line are completely filled and free of voids.
5 Testing
5.1 Fusion Quality - The Contractor shall ensure that field set-up and operation of the fusion
equipment, and the fusion procedure used by the Contractor's fusion operator while on site. Upon
request by the Owner, the Contractor shall verify field fusion quality by making and testing a trial
fusion. The trial fusion shall be allowed to cool completely; then test straps shall be cut out and bent
strap testing in accordance with ASTM D 2657. If the bent strap test of the trial fusion fails at the
joint, the field fusions represented by the trial fusion shall be rejected. The Contractor at his expense
shall make all necessary corrections to equipment, set-up, operation and fusion procedure, and shall
re-make the rejected fusions.
C:\PMX\0utlook1Temp\20a NEW-Special Provs-2006-13Cv02.doc1 103
9-06 STRUCTURAL STEEL AND RELATED MATERIALS
9-06.1 Structural Carbon Steel
an Section 9-06.1 is replaced with the following:
Structural steel shapes and plates shall conform to ASTM A992 or ASTM A36.
so Steel piling are specified in section 6-05, and are not covered by this section.
9-06.4 Carbon Steel Bar Grating
an Section 9-06.4 is an added new section:
Carbon steel bar grating shall be manufacturer's standard with patterns, bar sizes, and bar spacings as
�. shown on the drawings. Panel sizes and joints shall be as shown on the drawings and approved by
shop drawing submittal. Cross bars shall be welded to the bearing bars at each crossing, swedged or
crimped connections will not be allowed. All grating shall be galvanized, with serrated top surfaces.
All perimeter edges of grating panels shall be banded with bars having the same dimensions as the
bearing bars welded flush to the top and bottom surfaces of the grating.
ir.
Provide manufacturer's standard J-bolts, hold-down clips to prevent displacement of grating panels.
The minimum connection shall consist of a minimum of 2 clips or bolts at each end or crossing of
supports by the grating panel.
9-08 PAINTS
9-08.8 Manhole Coating System Products
Section 9-08.8 is a new section and subsection:
9-08.8(1) Coating Systems Specification
A. High Solids Urethane
r Coating System: CI
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP-7(Sweep or brush off blast)
r' Application: Shop/Field. The drying time between coats shall not exceed
24hours in any case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of Wasser MC-Aroshield high solids
urethane (2.0 DFT) Finish: Two or more coats of Wasser
MC-Aroshield (min. 4.0 DFT)
Color: White
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.2(1) Hydroseed Bid Item (Project SWP-27- )
Section 9-14.2(1) is an added new section:
.� Description
Contractor shall Hydroseed all areas disturbed as a result of the construction activities.
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 104
ir.
r
Seed (addition) .,
Seed mix for hydroseeding shall be as follows:
Meadow Seed Mix
Percent Percent Percent
Weight Puri Germination
Redtop or Oregon Bentgrass 40 92 85
Agrostis alba or Agrostis oregonensis
Red Fescue 40 98 90
Festuca rubra .r
White Dutch Clover 20 98 90
Trifolium repens
r
Seed shall be applied at the rate of 120 pounds per acre.
Fertilizer (addition)
A commercial fertilizer shall be furnished. All fertilizer shall be pre-mixed prior to bringing on the job.
Fertilizer shall be 10-20-20 N-K-P slow release rate.
Fertilizer shall be applied at the rate of 90 pounds per acre.
.r,
Mulch and Amendments (addition)
Hydroseeded mulch shall be 100% wood fiber mulch manufactured by the defiberating process,from
fir,hemlock, or alder. The mulch shall have a minimum of 77% of the total fiber exceeding 3.5 mm
in length, and 60%of fibers 8.5mm or longer.
Wood fiber mulch shall be uniform in weight with the unit weight displayed clearly on each package.
Fiber shall be dyed green in color to provide visual metering of application. Tackifier shall be
incorporated into the wood fiber in the drying process
Mulch shall be applied at the rate of approx. 1,000-1,500 pounds per acre. r
Soil Binder or Tacking Agent (addition)
Tackifier shall be primarily composted of guar gum. Tackifier shall be incorporated into the wood no
fiber in the drying process. Percentage of tackifier shall not be less than 2% or greater than 10%,with
the percentage used clearly labeled on the outside of package.
Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular wood fiber as
mulch to provide tackifier rates equivalent to or greater than specified.
Md
Submittals
Submit seed vendor's certification for required grass seed mixture, indicating percentage by weight,
and percentages of purity, germination, and weed seed for each grass species.
M9
A. Perform seeding work only after planting and other work affecting ground surface has been
completed.
B. Restrict all disturbances or other activities in seeded areas until grass is established. Erect signs 2d
and barriers as required.
C. Provide watering equipment as required.
Ed
CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 105
a
Installation
A. Perform seeding work only after planting and other work affecting ground surface has been
completed.
r
B. Restrict all disturbances or other activities in seeded areas until grass is established. Erect signs
and barriers as required.
C. Provide watering equipment as required.
D. Limit preparation to areas which will be immediately seeded.
E. Loosen topsoil of areas to be seeded to minimum depth of 4 inches.
F. Grade area to be seeded. Remove ridges and fill depressions as required to drain.
G Seed immediately after preparation of bed. Spring seeding shall occur between April 1 and June
1 and fall seeding shall occur between August 15 and October 31 or at such other times
acceptable to the City.
H. Seed indicated areas within contract limits and areas adjoining contract limits disturbed as a result
.. of construction operations.
I. Perform seeding operations when the soil is dry and when winds do not exceed 5 miles per hour.
Warranty
Hydroseeding
A. Hydroseeded areas will be inspected 1 week after germination to determine if coverage of seeding
is acceptable.
r B. A uniform stand of grass and wildflowers over 90 percent of seeded area shall be obtained by
watering and maintaining until final acceptance. Areas which fail to provide a uniform stand of
grass shall be reseeded. Areas reseeded will not be accepted until the coverage required herein is
obtained.
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
r
9-23.9 Fly Ash
Section 9-23.9 is revised as follows:
`w Fly ash shall not be used around water lines.
9-30 WATER DISTRIBUTION MATERIALS
9-30.1(1) Ductile Iron Pipe
Section 9-30.1(1) is revised as follows:
r Ductile iron pipe shall be centrifugally cast and meet the requirements ofAWWA 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.
r
9-30.3(1) Gate Valves (3 inches to 16 inches)
Section 9-30.3(1) is replaced with:
r
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.
r Approval of valves other than models 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 inches diameter and larger gate valves shall be installed in a vault.
See Water Standard Detail for 12-inch gate valve assembly vault and 1-inch bypass installation.
r.
CAPMX\0utlook1Temp\20a NEW-Special Provs-2006-DCO2.doc 1 106
s
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.
Resilient Seated Gate Valves:
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA
Standard C509 latest revisions.
All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion
protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts
prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C-550 latest
revision. Valves shall be provided with two (2) internal O-ring stems seals. The valves shall be ..
equipped with one(1) anti-friction washer. The resilient gate valve shall have rubber sealing surfaces
to permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast.
Manufacturers of Resilient Seated gate Valves shall provide the City on request that the valve
materials meet the City specifications.
Valves shall be designed for a minimum water operating pressure of 200 psi.
End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown
on the project plans.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller
Series 2370,Kennedy.
Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves
less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as
required.
All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and
shall be installed in a concrete vault per City of Renton Standard Details, latest revision.
9-30.3(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 .375"x 6'-0" or approved equal with blue
label"water."
r
9-30.3(7) Combination Air Release/Air Vacuum Valves
Section 9-30.3(7)has been supplemented as follows:
2-inch combination air release 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. "r
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. r
END OF DIVISION 9
C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCv02.doc1 107
i
- SURVEY CONTROL AND
- MONUMENTS
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
LSection Index Map............................................................................... Index
Section Township Range Page
13 T23N R4E WM..................................................................F2
14 T23N R4E WM ......................F1
............................................
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
' 9 T23N R5E WM..................................................................E5
10 T23N R5E WM..................................................................E6
11 T23N R5E WM..................................................................E7
14 T23N R5E WM..................................................................F7
15 T23N R5E WM..................................................................F6
' 16 T23N R5E WM............................................ F5
17 T23N R5E WM..................................................................F4
18 T23N R5E WM..................................................................F3
19 T23N R5E WM..................................................................G3
20 T23N R5E WM..................................................................G4
21 T23N R5E WM..................................................................G5
' 22 T23N R5E WM..................................................................G6
29 T23N R5E WM..................................................................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//SYS2\MAPS\83m\contro(1.scn.doc Table of Contents 2 May 2000
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), '
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 .r
Engineers, Inc., under the direction of Jon Warren PLS in 1992 and early 1993. This
project identified existing Public Land Survey System corner 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
Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning
Techniques dated August 1, 1989. This phase established NAD 1983/1991, Washington us
State Plane, 2nd Order, 1st Class, northing and easting values for 122 monuments in and
40
TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1 2 May 2000
to
around the City. Four NAD 1983/1991 National Geodetic Survey (NGS) high precision
geodetic network (HPGN) monuments (BROWN, PT B 1962, HAFF and MUD MTN)
controlled the GPS survey. All coordinates show are "Washington Coordinate System of
1983/1991,North Zone."
The vertical control phase was performed by Triad Associates, under the direction of
Brad Freeman PLS, using a Wild NA2000 automatic auto reading level and Star*Lev
adjustment software. This phase established NAVD 1988, 3rd Order, 1st Class,
elevations on 190 monuments in and around the City with 70 of these being horizontal
control monuments as well. The leveling project was divided into seven primary
interdependent loops connected at a minimum of two points with common benchmarks.
Additional legs were run across the primary loops tying into two benchmarks at both
ends. A total of 15 NGS benchmarks were part of the network, four of which were held
in the final adjustment (NGS Archive Numbers SY0232, SY0162, SY0163 and SY0617)
and provided substantial agreement(less than or equal to 5mm)with 5 others.
' The City, in 1995, will have reference points set for all Survey Control Network street
centerline monuments not currently referenced. Over the next several years monuments
in need of upgrade will be reset as part of an ongoing maintenance program or where
capital improvement projects would likely disturb them.
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
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.
TS_SERVER//SYS2\MAPS\83m\control\scn.doc ii 2 May 2000
TABLE 1.
LAMBERT CONFORMAL CONIC PROJECTION TABLE
Washington Coordinate System of 1983/1991,North Zone for Renton
Tabular. Grid
Latitude Radius Difference Scale
for V 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.
r
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.
nr
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. r
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 277-5569. This document will be updated on an
ongoing basis as monuments are upgraded, added or as corrections are made.
TS_SERVER//SYS2\MAPS\83m\control\scn.doc 111 2 May 2000
•
i
1
City of Renton
Surveying Standards
City of Renton Standard Plans & Supplemental Specifications
Section 1-11
Adopted December 16, 1996
Effective January,21, 1997
TS_SERVER//SYS2\M"S\83m\controi\scn.doc I-11-1 2 May 2000
I
Vertical Datum of 1988, and tied to at least one
1-11 Renton Surveying Standards of the City of Renton Survey Control Network
benchmarks. If there are two such benchmarks
1-11.1(1) Responsibility for surveys(RC) within 3000 feet of the project site a tie to both
All surveys and survey reports shall be prepared shall be made. The benchmark(s) used will be W
under the direct supervision of a person shown on the drawing. If a City of Renton
registered to practice land surveying under the benchmark does not exist within 3000 feet of a
provisions of Chapter 18.43 RCW. project,one must be set on or near the project in
All surveys and survey reports shall be prepared
a permanent manner that will remain intact
in accordance with the requirements established throughout the duration of the project. Source of
by the Board of Registration for Professional elevations (benchmark) will be shown on the
Engineers and Land Surveyors under the drawing, as well as a description of any bench ar
provisions of Chapter 18.43 RCW. marks established.
1-11.1(2) Survey Datum and Precision 1-11.1(3) Subdivision Information(RC)
(RC) Those surveys dependent on section subdivision
The horizontal component of all surveys shall shall reveal the controlling monuments used and
have as its coordinate base: The North the subdivision of the applicable quarter section.
American Datum of 1983/91. Those surveys dependent on retracement of a
All horizontal control for projects must be plat or short plat shall reveal the controlling
referenced to or in conjunction with a minimum monuments, measurements, and methodology
of two of the City of Renton's Survey Control used in that retracement. OW
Network monuments. The source of the 1-11.1(4) Field Notes(RC)
coordinate values used will be shown on the Field notes shall be kept in conventional format
survey drawing per RCW 58.09.070. in a standard bound field book with waterproof r
"The horizontal component of all surveys shall pages. In cases where an electronic data
meet or exceed the closure requirements of collector is used field notes must also be kept
WAC 332-130-060. The control base lines for with a sketch and a record of control and base
all surveys shall meet or exceed the requirements line traverses describing station occupations and
for a Class A survey revealed in Table 2 of the what measurements were made at each point.
Minimum Standard Detail Requirements for Every point located or set shalt be identified by a
ALTA/ACSM Land Title Surveys jointly number and a description. Point numbers shall
established and adopted by ALTA and ACSM in be unique within a complete job. The preferred
1992 or comparable classification in future method of point numbering is field notebook,
editions of said document. The angular and page and point set on that page. Example: The
linear closure and precision ratio of traverses go
first point set or found on page 16 of field book
used for survey control shall be revealed on the 348 would be identified as Point No. 348.16.01,
face of the survey drawing, as shall the method the second point would be 348.16.02,etc.
of adjustment. Upon completion of a City of Renton project,
The horizontal component of the control system either the field notebook(s)provided by the City
for- surveys using global positioning system or the original field notebook(s) used by the
methodology shall exhibit at least 1 part in surveyor will be given to the City. For all other ,n
50,000 precision in tine length dependent error work, surveyors will provide a copy of the notes
analysis at a 95 percent confidence level and to the City upon request. In those cases where
performed pursuant to Federal Geodetic Control an electronic data collector is used, a hard copy '
Subcommittee Standards for GPS control
print out in ASCII text format will accompany
surveys as defined in Geometric Geodetic the field notes.
Accuracy Standards & Specifications for Using
GPS Relative Positioning Techniques dated 1-11.1(5) Corners and Monuments(RC) r
August 1, 1989 or comparable classification in Corner A point on a land boundary, at the
future editions of said document.. juncture of two or more boundary lines. A
The vertical component of all surveys shall be monument is usually set at such points to
based on NAVD 1988, the North American
arl
TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-11-5 2 May 2000
physically reference a corner's location on the requirements of the project, the original will be
ground. recorded with the King County Recorder.
Monument Any physical object or structure of If recording is not required, the survey drawing
record which marks or accurately references: shall be prepared on 22 inch by 34 inch mylar,
and the original or a photographic mylar thereof
• A corner or other survey point established will be submitted to the City of Renton.
by or under the supervision of an individual The survey drawings shall meet or exceed the
per section 1-11.1(1) and any corner or requirements of WAC 332-130-050 and shall
monument established by the General Land conform to the City of Renton's Drafting
Office and its successor the Bureau of Land Standards. American Public Works Association
Management including section subdivision symbols shall be used whenever possible, and a
corners down to and including one-sixteenth legend shall identify 'all symbols used if each
comers;and point marked by a symbol is not described at
each use.
• Any permanently monumented boundary, An electronic listing of all principal points
right of way alignment, or horizontal and shown on the drawing shall be submitted with
vertical control points established by any each drawing. The listing should include the
governmental agency or private surveyor point number designation (corresponding with
including street intersections but excluding that in the field notes), a brief description of the
dependent interior lot corners. point, and northing, easting, and elevation (if
applicable) values, all in ASCII format, on IBM
1-11.1(6) Control or Base Line Survey PC compatible media.
(RC)
Control or Base Line Surveys shall be 1-11.1(7) Precision Levels(RC)
established for all construction projects that will Vertical Surveys for the establishment of bench
create permanent structures such as roads, marks shall satisfy all applicable requirements of
sidewalks,bridges,utility lines or appurtenances, section 1-05 and 1-11.1.
signal or light poles, or any non-single family Vertical surveys for the establishment of bench
building. Control or Base Line Surveys shall marks shall meet or exceed the standards,
consist of such number of permanent monuments specifications and procedures of third order
as are required such that every structure may be elevation accuracy established by the Federal
observed for staking or "as-builting" while Geodetic Control Committee.
occupying one such monument and sighting Bench marks must possess both permanence and
another such monument. A minimum of two of vertical stability. Descriptions of bench marks
these permanent monuments shall be existing must be complete to insure both recoverablilty
monuments, recognized and on record with the and positive identification on recovery.
City of Renton. The Control or Base Line 1-11.1(8) Radial and Station — Offset
Survey shall occupy each monument in turn, and Topography(RC)
shall satisfy all applicable requirements of Topographic surveys shall satisfy all applicable
Section 1-11.1 herein. requirements of section 1-11.1 herein.
The drawing depicting the survey shall be neat, All points occupied or back sighted in
legible, and drawn to an appropriate scale. developing radial topography or establishing
North orientation should be clearly presented baselines for station -- offset topography shall
and the scale shown graphically as well as noted. meet the requirements of section 1-11.1 herein.
The drawing must be of such quality that a The drawing and electronic listing requirements
reduction thereof to one-half original scale set forth in section 1-11.1 herein shall be
remains legible. observed for all topographic surveys.
If recording of the survey with the King County
Recorder is required, it will be prepared on 18 1-11.1(9) Radial Topography(RC)
inch by 24 inch mylar and will comply with all Elevations for the points occupied or back
provisions of Chapter 58.09 RCW. A sighted in a radial topographic survey shall be
photographic mylar of the drawing will be determined either by 1) spirit leveling with
submitted to the City of Renton and, upon their misclosure not to exceed 0.1 feet or Federal
review and acceptance per the specific
TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-11-5 2 May 2000
Geodetic Control Committee third order relationship between the witness monuments and
elevation accuracy specifications, OR 2) their respective corners shall be shown or �r
trigonometric leveling with elevation differences described on the face of the plat or survey of
determined in at least two directions for each record, e.g., "Tacks in lead on the extension of
point and with misclosure of the circuit not to the lot side lines have been set in the curbs on
exceed 0.1 feet. the extension of said line with the curb." In all
other cases the corner shall meet the
1-11.1(10) Station—Offset Topography requirements of section 1-11.2(1)herein.
(RC) All non comer monuments, as defined in 1- r
Elevations of the baseline and topographic points
11.1(5), shall meet the requirements of section
shall be determined by spirit leveling and shall 1-11.2(2)herein. If the monument falls with in a
satisfy Federal Geodetic Control Committee paved portion of a right of way or other area,the r
specifications as to the turn points and shall not monument shall be set below the ground surface
exceed 0.1 foot's error as to side shots. and contained within a lidded case kept separate
1-11.1(11) As-Built Survey(RC) from the monument and flush with the pavement
All improvements required to be "as-built" (post surface,per section 1-11.2(3).
construction survey) per City of Renton Codes, In the case of right of way centerline monuments
TITLE 4 Building Regulations and TITLE 9 all points of curvature (PC), points of tangency r
Public Ways and Property, must be located both (PT), street intersections, center points of cul de
horizontally and vertically by a Radial survey or sacs shall be set. If the point of intersection, PI,
by a Station offset survey. The "as-built" survey for the tangents of a curve fall within the paved
must be based on the same base line or control portion of the right of way, a monument can be M
survey used for the construction staking survey set at the PI instead of the PC and PT of the
for the improvements being "as-built". The "as- curve.
built" survey for all subsurface improvements For all non corner monuments set while under
should occur prior to backfilling. Close contract to the City of Renton or as part of a City
cooperation between the installing contractor and of Renton approved subdivision of property, a
the"as-builting"surveyor is therefore required. City of Renton Monument Card (furnished by
All "as-built" surveys shall satisfy the the city) identifying the monument; point of
requirements of section 1-11.1(1) herein and intersection(PI),point of tangency(PT),point of
shall be based upon control or base line surveys curvature (PC), one-sixteenth corner, Plat
made in conformance with all of section 1-11.1 monument, street intersection, etc., complete
and 1-11.3(1)herein. with a description of the monument, a minimum
The field notes for "as-built" shall meet the of two reference points and NAD 83/91 '
requirements of section 1-11.1(4) herein and coordinates and NAVD 88 elevation shall be
submitted with stamped and signed "as-built" filled out and filed with the city.
drawings which includes a statement certifying ,
the accuracy of the"as built". 1-11.2 Materials
The drawing and electronic listing requirements
set forth in section 1-11.1(6) herein shall be 1-11.2(1) Property/Lot Corners(RC)
observed for all"as-built"surveys. Corners per 1-11.1(5) shall be marked in a
permanent manner such as 1/2 inch diameter
1-11.1(12) Monument Setting and rebar 24 inches in length, durable metal plugs or
Referencing(RC) caps, tack in lead, etc. and permanently marked '
All property or lot corners, as defined in 1- or tagged with the surveyor's identification
11.1(5), established or reestablished on a plat or number. The specific nature of the marker used
other recorded survey shall be referenced by a can be determined by the surveyor at the time of '
permanent marker at the corner point per 1- installation.
11.2(1). In situations where such markers are 1-11.2(2) Monuments(RC)
impractical or in danger of being destroyed, e.g., Monuments per 1-11.1(5) shall meet the ,
the front corners of lots, a witness marker shall requirements as set forth in City of Renton
be set. In most cases, this will be the extension Standard Plans page H031 and permanently
of the lot line to a tack in lead in the curb. The
TS_SERVER//SYS2\NWS\83m\control\scn.doc 1-11-5 2 May 2000
�r
marked or tagged with the surveyor's
identification number.
1-11.2(3) Monument Case and Cover
(RC)
Materials shall meet the requirements of section
9-22 and City of Renton Standard Plans page
H031.
I
1
r
r
r
I
1
TS_SERVER//SYS2\MAPS\83m\control\.scn.doc 1-11-5 2 May 2000
a w N =
--1
o m02A2=•O-q
C.P+)zmpmmv>
C n2C
N f'l A z n
CT2 I t
C1 O
-
+--m-+ooD D
3
m-1m2 <N CD
<m rn-�m-i o
z 2 A
4L^'l m C) O
N�)D O D 67 0
N C_- z
-i AmCZO c \\
m c.�z D N w
• C O N A S m N �• O ,` /
A 1 m n D m
mmzrD
3 om
m w-c
z Am )
zmnrn3 r n
D m<n D p \
e'.... n
rNmAm=z A �� ,• �
ND D•-.n n •-�•.s I �
v A D z z D £
> L'I C)
n D r N c)
0 o -I N z
0 O 111 \
Z •-•---I O' N
m noao -Di J n
Cl o,•,<m m N. O a v
•-r z m
C) n O D
v mzm� A
O � G')n O 3
=Co Z
z
p --I n Jv , •' ^T
O
d ,
z a
x o
o t7 �
� d C)
ro
x
b a• y O C=7 C
-o 0o z
a C d <
m
0
:o
00-�
2 48 le
/
_ / /
/
25027++r 1
4
2776
t
rr
,702
2.94 7
f _
1834-1,
--- ,2165/
- I
r � �,
ui
C4 • 32 T24N R5E NW 1/4
LEGEND
CITY OF RENTON 1111
® Horizontal & vertical
SURVEY CONTROL NETWORK 2222
tr MONUMENTS & BENCHMARKS ® Horizontal only
TECHNICAL SERVICES 3333
PLANNINGB1UDWG/PUBLIC WORKS ® Vertical Only
02n4/00
Monument
«.
Renton Gry limit: B4
1:54w 29 T24N R5E SW 1/4
- TRAFFIC CONTROL
- INFORMATION
CITY OF RENTON
TRANSPORTATION SYSTEMS-TRAFFIC OPERATIONS
TRAFFIC CONTROL PLAN
CONSTRUCTION COMPANY: APPL.DATE:
ADDRESS: PERMIT#:
PHONE#:
CONSTRUCTION SUPERINTENDENT: MOB./CELL:#
PROJECT NAME: FAX#:
rrr
PROJECT LOCATION: N/E/S/W/OF:
WORK TIME: APPROVED BY:
WORK DATE: APPROVAL DATE:
NOTES: I. WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON
UNIFORM TRAFFIC CONTROL DEVICES(MUTCD).
2. CALL 911 (USING A LOCAL PHONE)OR 253-252-2121 (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 CLOSER AND 30 MINUTES BEFORE THE ACTUAL
CLOSURE.
4. THIS PLAN MUST BE SUBMITTED AT LEAST THREE(3)WORKING DAYS PRIOR TO WORK.
5. APROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS.
6. ANY VEHICLE AND/OR EUQIPMENT 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 CONSPITCUOUS PLACE ON
THE VEHICLE OR EQUIPMENT.
COMMENTS:
SKETCH
{ I have been informed of my responsibilities for traffic control and OFFICE COPY T-
agree to comply with all traffic regulations of the City of Renton. CONTRACTOR
INSPECTOR K.KITTRICK/
SIGNATURE: DATE: POLICE FLOYD ELDRIDGE
FIRE JIM GRAY/STA.#11
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. 1
I certify I am responsible for the project and the responsible party to be cited for violation of R.C.W.
47.3 6.200 through 47.3 6.220 or 9A.36.050 Reckless Endangerment, and other applicable State and City
codes.
NAME:
D.O.B. SS#: xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx
HOME ADDRESS:
WORK ADDRESS:
WORK PHONE: HOME PHONE:
COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR:
WASHINGTON STATE DRIVERS LICENSE NUMBER:
datacenter/pw/trafcontrol/bh
CITY OF RENTON
DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS
�rrt
Rtu Rite
;rROAD CLOSED ROAD CLOSED
TO TO
TRAFFIC THRU TRAFFIC
TYPE 111-1 TYPE IIHA TYPE 111-1 13
RIM Rt1-4
ROAj;g D ROAD CLOSED
TO
THRU THRU TRAFFIC
DETOUR
TYPE III-2 TYPE IIk2A TYPE III-2B
R11-2 R114
ROAD ROAD ROAD
CLOSED CLOSED CLOSED
DETOUR Afh DETOUR
M44= IA41004
TYPE 1113 TYPE III-3A TYPE 111-6
DETOUR DETOUR DETOUR
IA4b(IJ
mom MOM
ROAD
CLOSED
R11-2 M4-8a
APPROVED BY:
TYPE III, R11-2, R11-4, M4-1 0 (R)/(L), M4-9 (R)/(L) DATE: 06=00
SHEET: 1.0
C:\Traffic Opo"wons\TCP\TYPE—NI Awp
z
0
I . a) ::D ui LO fl:
f"O
OQ CN
z
-E
C)
co
0
C:
a) a)
P
CO 0 n 0 c
LLJ 0
0'
<
C: C:
0 C)
1.0 0 0
'U
a)
>
0 L) C) LD
Cl) LL Co C:
z
09 0 C:
60 0 ca
I — a) (1)
C)
CIO a) ° o r.-
-t= a)
a
0
>(')
0 p
0
U
x 04
x
a) x a: 0
LLJ CN
(1) C-4 CO
a: CD
LL- CO qt x
0 < <
x LLJ X C) 006
b 0 0 =
::) dv _j < 600
Of 0 0 l;:T cz 0 LD
0
1-1
:2 a)
x
0 ;z zo a)
Coo JU
a) <
C: C:
LU z 0 LL x
C) 0 LD 11;3* (1)
C-() LLI 04 0) o 00
U) () -- (", o zz a) C: cr)
0 0 L 0 X C) C:
0
LL CY) 'o
X
x ? -r
o CD C: LU co`
< cc) 0
0
0
ry
a)
< LL,
co-,06� ,
z 0)
�o a) C) 04 z b LU C) 0) O x� � q 0) c 2
U) oc) < C: X Q) 111 0
X > ui x o
Q C:
x a co 0 -0 c 0
0 co C: < 0
i zzt ao 6 LL
0
0
0 0 co
co '0 -�.z f %
z �
a
Kr
r o'V' b o c p ho Waa w
L E p R 5:O q o
4 -' ® Q� o y' off.
o0 v o Z -w, <uA - y
PL Oc- • o O �ep <V�n
t P- CC--
7 O
0 o-0 ry Lo V
O E L V V o O-
m
c L > o .-
0
°
't O� IL- Lvoia LP• J �/di Q O n °Q �LL � ' Y
o _ 7 mm o
tinow• h d v Q <7! Z
a
_ o
a O P O U r u n n
a 5 - O V O: k-V E
O O C U- L~�mL 7 V o n �n
R- C a V >C 6 of C K '�
C- L >n m N O
Y O. L 7d V Q O W •
L V V L--
O EV ♦-d-aa C v
E 0 L 'rti O O qr m m L
LO t 7RL •t TL C L
,O t„ 13 n a d
O N FP a > fm
N EJ
v m V L on!-� h C O m 70
o n P O L E r t l t 0 0 1i
9 -P R d O d 7 L O O
aoo n >E
O >R E =oLRC -u L m o(v ID
L O -00- U 2
a 03 d 0 3LE P) O V 4
V
O G da-PV CV o •
V V t O> C d L C -
L Y1 H
10. O a O N m O
o-7 3 C V C
0 3 o L n o
L Yl
t00. PN V '� ~
h L V O O 3•-70 C-- ql f' O
» 3t c Ot nC c o W m CO 3
L o0 C 7 V 00-x- �C o0 0
VCo.
P L -O 0' D O. L •' O ¢o i
- - V R G x On
t.0 n 7 m o C- T V L L
10 C o V 0 O U O d 0
0 `
O d3 C
O L P O O d L V L t J O r
ul 4 .-.nv Vl V1-R105 NE W 0
1W O
h v ui m D O
O
� o
r
0
a }
}
m
oot ono
OS q U h
Z
O
6 O < Z S S
a a a
E
10 N Z S S
O O
ads N N c
o
v
y Tc
L q
To
>N
_00, .�O`. u O
O V
ow
QS l H
� r
u C
U C
P O
U-
V F c
0 C
C `
O m _ O O
C V O r L
° LLV O O 3 R d
P > O L
,OS tJ a
C d
o
� O L O
NBd Wa O O O � V_ U aL
V n
Su C P nd N
V O O q O C
C
O
S n Z • t
.00.
� • ' CO -3 P
- W • nt O
-01
W C4
r lW 0 N _
0 Z u QDJ Y z N 8
o
z �aa r o Z
W F
Za Q r
D w Z= ��G� °n �o° ZpF- J H m o F
2 W F� dC ti n� w Q 5 Z CL a ry c
w o �Z o e i, =% z w 000 ° ° o a g
¢ O x w Z ° i ° °z ZW F o a co
z _j U �+ o a o m o vi a a Z
2 a w(X W
In OW a
a
J w ° wo W LL O N 3
n E¢ FVJ
m cr m>- o� •Jya ► W
u a¢ u
J ¢ ins ww U. jJ
J 2 a:..-. . ¢ W `C9 a
¢ UJ w c7 a
-. 2 W S•--� Z O W W a r
0',• a F-2 OWx u �' G
¢ ^•2t- r �¢z� tly
w
z
.--.x ¢O o S 4 w o ti� °o� °o° �g8 •w
Oz VI W F- UOx
-+Y W W U
fo
¢¢ z0 O w y�
1-O > W M: Q w r N t w a
N W OJ 0 •w u r N N
4- O O W ONO Q ¢ o
D:O W> U0: a-
u t OHE OQ oQ ��z pp5
W O Vl¢ W Z
0 Z m 0070 f,iJ v_i
O(r li q
w wx w (no U w> w i s ° o o
m 0 °' = m o° o 0 o a
Q °J O O
Z -- N M v N N W u o ry _ o t
10 aT of a a € k
O N O aW W >•" a
N O= ry Q
W
w
o
3
O O O
X \ \ O Q W
C)O Q
CD
p O N
z
U °d n+N- 0 9 w m n°n w
Q
V) L mayn3 ¢L t O • / S U [10N aW
O 0 O c C N o �� Zmr¢ XP� a0
¢ C V C C mdO tn ¢DO O O D h ul n o O W JZa O O Z
R m a N d
WV1JS O_¢
a az
cr
O na o
zoz of w
wZ Z
..W Z O PO
O Z
a \/Jy/\ o < OZOO v--• U i ~O
V �Q W¢ N aO= (7 2J a
W yf� 1 N o oLL
uai .>>j o-, o
a v tiU
0019
U � �
^O ON zQ U
N4 N �A O Q: �U>- >
WaS D v r
a O v\1 v\i CO¢ tnOF- F- w
awu ¢o z o u
ZU O
O J ¢
NaJ W
1-x-00
N m 3 Z O Z
• 3 1` a W O z 0
o = ¢ a ° v
2 U W Z
N + O 6db �,� �O u o x� m
N "00 h" ' '\�'\\,, < a >LL o
U s` G F- 1--- F-
pp N WU N
D3 \ SOW O ¢ .Z-. Vtn z
wo O � W
00 \ ia J 00 C.7 W
0 Z a u F W vi
W u E J ",3 X
¢ \\y OYa 3 J N FW- w a.�- w
UZI- N 0 0 W
1
0 1
I
i
PERMITS INFORMATION
(HPA PERMIT, SOIL MGT.
REQ913, BNSF PERMIT)
aw
1r
DEPARTMENT OF THE ARMY
SEATTLE DISTRICT,CORPS OF ENGINEERS
P.O.BOX 3755
SEATTLE,WASHINGTON 98124-3755
.REPLY TO r4%
ATTENTION OF ?'• �7aa
DEC 2 8 20J7
Regulatory Branch DEC 3
Mr. Steve LeeTrt � �
City of Renton Planning,Building, and Public Works Department
City Hall,5`h Floor
1055 South Grady Way
Renton, Washington 98055
Reference: NWS-2007-1987
City of Renton
Dear Mr. Lee:
The City of Renton will not need a Department of the Army(DA)permit to realign.
and culvert currently daylighted portions of the Gypsy Creek drainage system near Ripley
Lane,in Renton,Washington.
For most of the last 2 years,we have been exerting regulatory jurisdiction over
roadside drainage ditches in accordance with the Headwaters Inc.v. Talent Irrigation Distnat. t
243 F.3d:526(9th Cir. 200:1 court;case,,.which held:that ditches carrying water to ultimately.,1�
navigable-,waters.were thernselves-"waters of the United:States." Jurisdictional matters in.. .
the Talent.case have been superseded by=two-more>recentticases,Rapanos v U.S. and
Carabell v:U1S.(12f.S. Ct. 2208 (2006)):. Guidance we received.on-June 5,2007, entitled
Clean;W,atex,Act.Fut}isdictign:I 9M-Ring the U&.Supreme,Court'.t0ecision in Rapanos V.
United,States and'Carabell v. Unite&States states
"The agencies generally will not assert jurisdiction over the following features:
"Swales or erosional features(e.g.,gullies, small washes characterized `
by low volume,infrequent,or short duration flow,
s^�
"Ditches (including roadside ditches)excavated wholly in and draining
only uplands and that do not carry a relatively, permanent flow of water."
This site falls under the second part of the above guidance. No DA permit is required
to perfonn the work. If you have any questions about this letter,please call me at
telephone(206)764-6907 or by e-mail at jack.kennedy��s02.usace.aimv.mil.
Si cerely
I ek Kennedy
nsportation Liaison Team
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 Mill Creek,WA 98012-1296
WILDLIFE (425)775-1311
Issue Date: February 11,2008 Control Number: 111269-1
Project Expiration Date: February 10, 2013 FPA/Public Notice#: N/A
PERMITTEE AUTHORIZED AGENT OR CONTRACTOR
City of Renton Surface Water Division
ATTENTION: Steve Lee
1055 South Grady Way 5th Floor
Renton, WA 98055
425-430-7205
Project Name: Ripley Lane Gypsy Conveyance Improvements
Project Description: Replace a 24 inch diameter culvert with four 36 inch diameter culverts under
Ripley Lane and install a log weir fishway upstream of the culverts; location is
Gyspy Subbasin Drainage west of 1-405 north of the NE 44th Street exit.
PROVISIONS
1. Work below the ordinary high water line (OHWL) shall occur only between June 15 and
September 30.
2. NOTIFICATION REQUIREMENT: The Area Habitat Biologist(AHB) listed below shall receive
written notification (FAX to 425-427-0570 or e-mail fisheldf @dfw.wa.gov) from the person to whom
this Hydraulic Project Approval (HPA) is issued (permittee) no less than three working days prior to
start of work, and again within three days of completion of work to arrange for a compliance
inspection. The notification shall include the permittee's name, project location, starting date for
work or completion date of work, and the control number for this Hydraulic Project Approval (HPA).
3. Work shall be accomplished per plans and specifications approved by the Washington
Department of Fish and Wildlife (WDFW) entitled, "RIPLEY LANE STORM IMPROVEMENTS"
dated January 31, 2008, except as modified by this HPA. A copy of these plans shall be available
on site during construction.
4. Installation of the project shall occur in the d or in isolation from the stream flow b the
P J dry Y
installation of a bypass flume or culvert, or by pumping the stream flow around the work area.
5. The permittee shall capture and safe) move food fish, game fish and other fish life from the old
P Y g
channel alignment and move them to an undisturbed reach of the stream prior to instream ■
construction. The permittee shall have fish capture and transportation equipment ready and on the
job site. The permittee may request WDFW assist in capturing and safely moving fish life from the
job site to free-flowing water, and assistance may be granted if personnel are available.
6. Any device used for diverting water from a fish-bearing stream shall be equipped with a fish
guard to prevent passage of fish into the diversion device pursuant to RCW 77.57.010 and
77.57.070. The pump intake shall be screened with 1/8-inch mesh to prevent fish from entering the
system. The screened intake shall consist of a facility with enough surface area to ensure that the
velocity through the screen is less than 0.4 feet per second. Screen maintenance shall be
Pagel 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 Mill Creek,WA 98012-1296
WILDLIFE (425)775-1311
Issue Date: February 11,2008 Control Number: 111269-1
Project Expiration Date: February 10, 2013 FPA/Public Notice#: N/A
adequate to prevent injury or entrapment to juvenile fish and the screen shall remain in place
whenever water is withdrawn from the stream through the pump intake.
7. The project shall be installed to maintain structural integrity to the 100-year peak flow with
consideration of the debris likely to be encountered.
8. The culverts and weirs constitute a fish passage structure and shall be installed and maintained
by the City of Renton per RCW 77.57.030 to ensure continued, unimpeded fish passage. The
project site shall be monitored during each significant storm event to ensure compliance with this
provision. If a structure related to this project becomes a hindrance to fish passage, the City shall
be responsible for obtaining an HPA and providing prompt correction. Financial responsibility for
maintenance and repairs shall be that of the City.
9. Log weir elevations shall be installed with a maximum tolerance from design elevations of+/- 0.1
ft.
10. Disturbance of the streambed and banks and stream buffers shall be limited to that necessary
to place the culvert and weir structure and any required channel modification associated with it.
Affected bank and buffer areas shall be planted per approved landscape plan (Provision 3) by
December 31 of the year of installation of the culverts and log weirs. Plantings shall be maintained
as necessary for three years to ensure 80 percent survival of each species or a contingency
species approved by the AHB.
11. Placement of bank protection material waterward of the OHWL shall be restricted to the
minimum amount necessary to protect the culvert inlet and for installation of mitigation features
approved by WDFW.
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
r..
the water.
14. Bank 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. Equipment used for this project shall be free of external petroleum-based products while
working around the stream and wetlands associated with 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 and
wetlands associated with the stream.
w
Page 2 of 5
1 Washington North Puget Sound
Department of HYDRAULIC PROJECT APPROVAL 16018 Mill Creek Boulevard
FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 Mill Creek,WA 98012-1296
WILDLIFE (425)775-1311
Issue Date: February 11,2008 Control Number: 111269-1
Project Expiration Date: February 10, 2013 FPA/Public Notice#: N/A
16. 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.
17. Erosion control methods shall be used to prevent silt-laden water from entering the stream and
wetlands associated with 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.
18. Prior to starting work, the selected erosion control methods (Provision 17) shall be installed.
Accumulated sediments shall be removed during the project and prior to removing the erosion
control methods after completion of work.
19. 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 or wetlands associated with the stream.
20. 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.
21. If high flow conditions that may cause siltation are encountered during this project, work shall
stop until the flow subsides.
22. 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 or wetlands associated with the stream.
PROJECT LOCATIONS
Location #1 Ripley Lane Gypsy Conveyance Improvement
WORK START: February 11, 2008 WORK END: February 10, 2013
WRIA: Waterbody: Tributary to:
08.6007 Lake Washington Ship Canal
1/4 SEC: Section: Township: Range: Latitude: Longitude: County:
SW 1/4 29 24 N 05 E N 47.53497 W 122.19676 King
Location#1 Driving Directions
Page 3 of 5
Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
Nom:"FISH and RCW 77.55.021 -Appeal pursuant to Chapter 34.05 Mill Creek,WA 98012-1296
WILDLIFE
(425)775-1311
Issue Date: February 11,2008 Control Number: 111269-1
Project Expiration Date: February 10, 2013 FPA/Public Notice#: N/A
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.
Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one
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
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 Mill Creek,WA 98012-1296
WILDLIFE (425)775-1311
Issue Date: February 11,2008 Control Number: 111269-1
Project Expiration Date: February 10, 2013 FPA/Public Notice#: N/A
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.
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.
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.
ENFORCEMENT: Sergeant Chandler (34) P2E
Habitat Biologist ✓ for Director
Larry Fisher 425-313-5683 WDFW
CC:
Page 5 of 5
MW Law Department Approved Tracking #07-35061
�
, PIPELINE LICENSE
THIS LICENSE ("License"), made as of the — day of February, 2008 ("Effective Date")
6 by and between BNSF RAILWAY COMPANY, a Delaware corporation ("Licensor") and CITY
OF RENTON, a Washington corporation ("Licensee").
NOW THEREFORE, in consideration of the mutual covenants contained herein, the
parties agree to the following:
GENERAL
fir►
1. Licensor hereby grants Licensee a non-exclusive license, subject to all rights, interests,
and estates of third parties, including, without limitation, any leases, use rights,
easements, liens, or other encumbrances, and upon the terms and conditions set forth
below, to construct and maintain, in strict accordance with the drawings and
specifications approved by Licensor as part of Licensee's application process (the
"Drawings and Specifications"), One (1) Pipeline(s), Thirty-Six (36) inches in diameter
inside a Forty-Five (45) inch STEEL casing ("PIPELINE"), across or along the rail
corridor of Licensor at or near the station of Redmond, County of King, State of WA, Line
Segment 0405, Mile Post 6.48, as shown on the attached Drawing No. 1-42518, dated
November 19, 2007, attached hereto as Exhibit "A" and made a part hereof("Premises").
2. Licensee shall not disturb any improvements of Licensor or Licehsor's existing lessees,
- Licensees, easement beneficiaries or lien holders, if any, or interfere with the use of
such improvements.
3. Licensee shall use the Premises solely for construction and maintenance of a PIPELINE
in accordance with the Drawings and Specifications carrying STORM WATER.
Licensee shall not use the PIPELINE to carry any other commodity or use the Premises
for any other purpose.
Licensee covenants that it will not handle or transport "hazardous waste" or "hazardous
substances", as "hazardous waste" and "hazardous substances" may now or in the
future be defined by any federal, state, or local governmental agency or body through
the PIPELINE on Licensor's property. Licensee agrees periodically to furnish Licensor
with proof, satisfactory to Licensor that Licensee is in such compliance. Should Licensee
not comply fully with the above-stated obligations of this Section, notwithstanding
anything contained in any other provision hereof, Licensor may, at its option, terminate
this License by serving five (5) days' notice of termination upon Licensee. Upon
termination, Licensee shall remove the PIPELINE and restore Licensor's property as
herein elsewhere provided.
4. In case of the eviction of Licensee by anyone owning or claiming title to or any interest in
the Premises, or by the abandonment by Licensor of the affected rail corridor, Licensor
shall not be liable to refund Licensee any compensation paid hereunder, except for the
pro-rata part of any recurring charge paid in advance, or for any damage Licensee
sustains in connection therewith.
5. Any contractors or subcontractors performing work on the PIPELINE or entering the
Premises on behalf of Licensee shall be deemed servants and agents of Licensee for
purposes of this License.
IForm 424; Rev.04/26/05
-1 -
I �
Law Department Approved Tracking#07-35061
TERM
6. This License shall commence on the Effective Date and shall continue for a period of
twenty-five (25) years, subject to prior termination as hereinafter described. mr
COMPENSATION
7. (a) Licensee shall pay Licensor, prior to the Effective Date, the sum of Two
Thousand Five Hundred and No/100 Dollars ($2500) as compensation for the
use of the Premises.
.r
(b) Licensee agrees to reimburse Licensor(within thirty (30) days after receipt of bills
therefor) for all costs and expenses incurred by Licensor in connection with
Licensee's use of the Premises or the presence, construction and maintenance
of the PIPELINE, including but not limited to the furnishing of Licensor's Flagman
and any vehicle rental costs incurred. The cost of flagger services provided by
the Railway, when deemed necessary by the Railway's representative, will be
borne by the Licensee. The estimated cost for one (1) flagger is $600.00 for an
eight (8) hour basic day with time and one-half or double time for overtime, rest
days and holidays. The estimated cost for each flagger includes vacation ••
allowance, paid holidays, Railway and unemployment insurance, public liability
and property damage insurance, health and welfare benefits, transportation,
meals, lodging and supervision. Negotiations for Railway labor or collective rr
bargaining agreements and rate changes authorized by appropriate Federal
authorities may increase actual or estimated flagging rates. The flagging rate in
effect at the time of performance by the Contractor hereunder will be used to
calculate the actual costs of flagging pursuant to this paragraph.
(c) All invoices are due thirty (30) days after the date of invoice. In the event that
Licensee shall fail to pay any monies due to Licensor within thirty (30) days after
the invoice date, then Licensee shall pay interest on such unpaid sum from thirty
(30) days after its invoice date to the date of payment by Licensee at an annual
rate equal to (i) the greater of (a) for the period January 1 through June 30, the "r
prime rate last published in The Wall Street Journal in the preceding December
plus two and one-half percent (2 1/2%), and for the period July 1 through
December 31, the prime rate last .published in The Wall Street Journal in the
preceding June plus two and one-half percent (2 1/2%), or (b) twelve percent
(12%), or (ii) the maximum rate permitted by law, whichever is less.
COMPLIANCE WITH LAWS
8. (a) Licensee shall observe and comply with any and all laws, statutes, regulations,
ordinances, orders, covenants, restrictions, or decisions of any court of
competent jurisdiction ("Legal Requirements") relating to the construction,
maintenance, and use of the PIPELINE and the use of the Premises.
(b) Prior to entering the Premises, Licensee shall and shall cause its contractor to
comply with all Licensor's applicable safety rules and regulations. Prior to
commencing any work on the Premises, Licensee shall complete and shall
require its contractor to complete the safety-training program at the following
Form 424;Rev. 04/26/05
-2-
Law Department Approved Tracking #07-35061
Internet Website "http://www.contractororientation.com". This training must be
completed no more than one year in advance of Licensee's entry on the
Premises.
DEFINITION OF COST AND EXPENSE
9. For the purpose of this License, "cost' or "costs" "expense" or"expenses" includes, but is
not limited to, actual labor and material costs including all assignable additives, and
material and supply costs at current value where used.
RIGHT OF LICENSOR TO USE
10. Licensor excepts and reserves the right, to be exercised by Licensor and any other
,r parties who may obtain written permission or authority from Licensor:
(a) to maintain, renew, use, operate, change, modify and relocate any existing pipe,
power, communication lines and appurtenances and other facilities or structures
of like character upon, over, under or across the Premises;
(b) to construct, maintain, renew, use, operate, change, modify and relocate any
tracks or additional facilities or structures upon, over, under or across the
Premises; or
c to use the Premises in an manner as the Licensor in its sole discretion deems
O Y
appropriate, provided Licensor uses all commercially reasonable efforts to avoid
material interference with the use of the Premises by Licensee for the purpose
specified in Section 3 above.
LICENSEE'S OPERATIONS
11. (a) Licensee shall notify Licensor's Roadmaster at 2454 S Occidental Ave South
Seattle, WA, (206) 625-6462, at least five (5) business days prior to installation of
the PIPELINE and prior to entering the Premises for any subsequent
maintenance thereon.
(b) In performing the work described in Section 3, Licensee shall use only public
roadways to cross from one side of Licensor's tracks to the other.
12. (a) Under no conditions shall Licensee be permitted to conduct any tests,
investigations or any other activity using mechanized equipment and/or
machinery, or place or store any mechanized equipment, tools or other materials,
within twenty-five (25) feet of the centerline of any railroad track on the Premises
unless Licensee has obtained prior written approval from Licensor. Licensee
shall, at its sole cost and expense, perform all activities on and about the
Premises in such a manner as not at any time to be a source of danger to or
interference with the existence or use of present or future tracks, roadbed or
property of Licensor, or the safe operation and activities of Licensor. If ordered
to cease using the Premises at any time by Licensor's personnel due to any
hazardous condition, Licensee shall immediately do so. Notwithstanding the
foregoing right of Licensor, the parties agree that Licensor has no duty or
obligation to monitor Licensee's use of the Premises to determine the safe nature
Form 424; Rev. 04/26/05
-3 -
Law Department Approved Tracking #07-35061
thereof, it being solely Licensee's responsibility to ensure that Licensee's use of
the Premises is safe. Neither the exercise nor the failure by Licensor to exercise
any rights granted in this Section will alter the liability allocation provided by this
License.
.r
(b) Licensee shall, at its sole cost and expense, construct and maintain the
PIPELINE in such a manner and of such material that it will not at any time be a
source of danger to or interference with the existence or use of present or future ..
tracks, roadbed or property of Licensor, or the safe operation and activities of
Licensor. Licensor may direct one of its field engineers to observe or inspect the
construction and/or maintenance of the PIPELINE at any time for compliance
with the Drawings and Specifications. If ordered at any time to halt construction
or maintenance of the PIPELINE by Licensor's personnel due to non-compliance
with the same or any other hazardous condition, Licensee shall immediately do
so. Notwithstanding the foregoing right of Licensor, the parties agree that
Licensor has no duty or obligation to observe or inspect, onto halt work on, the
PIPELINE, it being solely Licensee's responsibility to ensure that the PIPELINE is
constructed in strict accordance with the Drawings and Specifications and in a r`
safe and workmanlike manner in compliance with all terms hereof. Neither the
exercise nor the failure by Licensor to exercise any right granted by this Section
will alter in any way the liability allocation provided by this License. If at any time
Licensee shall, in the sole judgment of Licensor, fail to properly perform its
obligations under this Section, Licensor may, at its option and at Licensee's sole
expense, arrange for the performance of such work as it deems necessary for err
the safety of its operations and activities. Licensee shall promptly reimburse
Licensor for all costs and expenses of such work, upon receipt of an invoice for
the same. Licensor's failure to perform any obligations of Licensee shall not alter
the liability allocation hereunder.
13. During the construction and any subsequent maintenance performed on the PIPELINE, s
Licensee shall perform such work in a manner to preclude damage to the property of
Licensor, and preclude interference with the operation of its railroad. The construction of
the PIPELINE shall be completed within one (1) year of the Effective Date. Upon
completion of the construction of the PIPELINE and after performing any subsequent
maintenance thereon, Licensee shall, at Licensee's own cost and expense, restore
Licensor's Premises to their former state as of the Effective Date of this License.
14. If at any time during the term of this License, Licensor shall desire the use of its rail
corridor in such a manner as would, in Licensor's reasonable opinion, be interfered with
by the PIPELINE, Licensee shall, at its sole expense, within thirty (30) days after
receiving written notice from Licensor to such effect, make such changes in the
PIPELINE as in the sole discretion of Licensor may be necessary to avoid interference
with the proposed use of Licensor's rail corridor, including, without limitation, the
relocation of the existing or the construction of a new PIPELINE(s).
15. (a) Prior to Licensee conducting any boring work on or about any portion of the
Premises, Licensee shall explore the proposed location for such work with hand
tools to a depth of at least three (3) feet below the surface of the ground
to determine whether pipelines or other structures exist below the surface,
provided, however, that in lieu of the foregoing, the Licensee shall have the right
to use suitable detection equipment or other generally accepted industry practice
Form 424; Rev.04/26/05
-4 -
Law Department Approved Tracking#07-35061
(e.g., consulting with the Underground Services Association) to determine the
existence or location of pipelines and other subsurface structures prior to drilling
or excavating with mechanized equipment. Upon Licensee's written request,
which shall be made thirty (30) business days in advance of Licensee's
requested construction of the PIPELINE, Licensor will provide Licensee any
information that Licensor has in the possession of its Engineering Department
concerning the existence and approximate location of Licensor's underground
utilities and pipelines at or near the vicinity of the proposed PIPELINE. Prior to
conducting any such boring work, the Licensee will review all such material.
Licensor does not warrant the accuracy or completeness of information relating
to subsurface conditions and Licensee's operations will be subject at all times to
the liability provisions herein.
(b) For all bores greater than 26-inch diameter and at a depth less than 10.0 feet
below bottom of rail, a soil investigation will need to be performed by the
Licensee and reviewed by Licensor prior to construction. This study is to
determine if granular material is present, and to prevent subsidence during the
installation process. If the investigation determines in Licensor's reasonable
opinion that granular material is present, Licensor may select a new location for
Licensee's use, or may require Licensee to furnish for Licensor's review and
approval, in its sole discretion a remedial plan to deal with the granular material.
Once Licensor has approved any such remedial plan in writing, Licensee shall, at
its sole cost and expense, carry out the approved plan in accordance with all
terms thereof and hereof.
16. Any open hole, boring or well constructed on the Premises by Licensee shall be safely
covered and secured at all times when Licensee is not working in the actual vicinity
thereof. Following completion of that portion of the work, all holes or borings constructed
on the Premises by Licensee shall be:
(a) filled in to surrounding ground level with compacted bentonite grout; or
(b) otherwise secured or retired in accordance with any applicable Legal
Requirement. No excavated materials may remain on Licensor's property for
more than ten (10) days, but must be properly disposed of by Licensee in
accordance with applicable Legal Requirements.
17. Upon termination of this License, Licensee shall, at its sole cost and expense:
(a) remove the PIPELINE and all appurtenances thereto, or, at the sole discretion of
the Licensor, fill and cap or otherwise appropriately decommission the PIPELINE
with a method satisfactory to Licensor;
(b) report and restore any damage to the Premises arising from, growing out of, or
connected with Licensee's use of the Premises;
�a
(c) remedy any unsafe conditions on the Premises created or aggravated by
Licensee; and
(d) leave the Premises in the condition which existed as of the Effective Date of this
License.
Form 424; Rev.04/26/05
-5 -
Law Department Approved Tracking #07-35061
18. Licensee's on-site supervisions shall retain/maintain a fully executed copy of this
License at all times while on the Premises.
LIABILITY
19. (a) TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND
SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND ..
AND HOLD HARMLESS LICENSOR AND LICENSOR'S AFFILIATED
COMPANIES, PARTNERS, SUCCESSORS, ASSIGNS, LEGAL
REPRESENTATIVES, OFFICERS, DIRECTORS, SHAREHOLDERS,
EMPLOYEES AND AGENTS (COLLECTIVELY, "INDEMNITEES") FOR, FROM
AND AGAINST ANY AND ALL CLAIMS, LIABILITIES, FINES, PENALTIES,
COSTS, DAMAGES, LOSSES, LIENS, CAUSES OF ACTION, SUITS, N&
DEMANDS, JUDGMENTS AND EXPENSES (INCLUDING, WITHOUT
LIMITATION, COURT COSTS, ATTORNEYS' FEES AND COSTS OF
INVESTIGATION, REMOVAL AND REMEDIATION AND GOVERNMENTAL
OVERSIGHT COSTS) ENVIRONMENTAL OR OTHERWISE (COLLECTIVELY
"LIABILITIES") OF ANY NATURE, KIND OR DESCRIPTION OF ANY PERSON
OR ENTITY DIRECTLY OR INDIRECTLY ARISING OUT OF, RESULTING
FROM OR RELATED TO (IN WHOLE OR IN PART): "
(i) THIS LICENSE, INCLUDING, WITHOUT LIMITATION, ITS
ENVIRONMENTAL PROVISIONS, ..
(ii) ANY RIGHTS OR INTERESTS GRANTED PURSUANT TO THIS
LICENSE,
(iii) LICENSEE'S OCCUPATION AND USE OF THE PREMISES,
(iv) THE ENVIRONMENTAL CONDITION AND STATUS OF THE
PREMISES CAUSED BY OR CONTRIBUTED BY LICENSEE, OR
(v) ANY ACT OR OMISSION OF LICENSEE OR LICENSEE'S '!
OFFICERS, AGENTS, INVITEES, EMPLOYEES, OR CONTRACTORS,
OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF
THEM, OR ANYONE THEY CONTROL OR EXERCISE CONTROL
OVER,
EVEN IF SUCH LIABILITIES ARISE FROM OR ARE ATTRIBUTED TO, IN
WHOLE OR IN PART, ANY NEGLIGENCE OF ANY INDEMNITEE. THE ONLY
LIABILITIES WITH RESPECT TO WHICH LICENSEE'S OBLIGATION TO
INDEMNIFY THE INDEMNITEES DOES NOT APPLY ARE LIABILITIES TO rr
THE EXTENT PROXIMATELY CAUSED BY THE GROSS NEGLIGENCE OR
WILLFUL MISCONDUCT OF AN INDEMNITEE.
(b) FURTHER, TO THE FULLEST EXTENT PERMITTED BY LAW, dw
NOTWITHSTANDING THE LIMITATION IN SECTION 19(a), LICENSEE
SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, NOW AND FOREVER .w
WAIVE ANY AND ALL CLAIMS, REGARDLESS WHETHER BASED ON THE
STRICT LIABILITY, NEGLIGENCE OR OTHERWISE, THAT RAILROAD IS AN
Form 424; Rev.04/26/05
-6 -
Law Department Approved Tracking #07-35061
"OWNER", "OPERATOR", "ARRANGER", OR "TRANSPORTER" WITH
RESPECT TO THE PIPELINE FOR THE PURPOSES OF CERCLA OR OTHER
ENVIRONMENTAL LAWS. LICENSEE WILL INDEMNIFY, DEFEND AND
HOLD THE INDEMNITEES HARMLESS FROM ANY AND ALL SUCH CLAIMS
REGARDLESS OF THE NEGLIGENCE OF THE INDEMNITEES. LICENSEE
FURTHER AGREES THAT THE USE OF THE PREMISES AS
CONTEMPLATED BY THIS LICENSE SHALL NOT IN ANY WAY SUBJECT
LICENSOR TO CLAIMS THAT LICENSOR IS OTHER THAN A COMMON
CARRIER FOR PURPOSES OF ENVIRONMENTAL LAWS AND EXPRESSLY
AGREES TO INDEMNIFY, DEFEND, AND HOLD THE INDEMNITEES
HARMLESS FOR ANY AND ALL SUCH CLAIMS. IN NO EVENT SHALL
LICENSOR BE RESPONSIBLE FOR THE ENVIRONMENTAL CONDITION OF
THE PREMISES.
(c) TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE FURTHER
AGREES, AND SHALL CAUSE ITS CONTRACTOR TO AGREE,
REGARDLESS OF ANY NEGLIGENCE OR ALLEGED NEGLIGENCE OF ANY
INDEMNITEE, TO INDEMNIFY, AND HOLD HARMLESS THE INDEMNITEES
AGAINST AND ASSUME THE DEFENSE OF ANY LIABILITIES ASSERTED
AGAINST OR SUFFERED BY ANY INDEMNITEE UNDER OR RELATED TO
THE FEDERAL EMPLOYERS' LIABILITY ACT ("FELA") WHENEVER
EMPLOYEES OF LICENSEE OR ANY OF ITS AGENTS, INVITEES, OR
CONTRACTORS CLAIM OR ALLEGE THAT THEY ARE EMPLOYEES OF
ANY INDEMNITEE OR OTHERWISE. THIS INDEMNITY SHALL ALSO
EXTEND, ON THE SAME BASIS, TO FELA CLAIMS BASED ON ACTUAL OR
ALLEGED VIOLATIONS OF ANY FEDERAL, STATE OR LOCAL LAWS OR
REGULATIONS, INCLUDING BUT NOT LIMITED TO THE SAFETY
APPLIANCE ACT, THE BOILER INSPECTION ACT, THE OCCUPATIONAL
HEALTH AND SAFETY ACT, THE RESOURCE CONSERVATION AND
1 RECOVERY ACT, AND ANY SIMILAR STATE OR FEDERAL STATUTE.
(d) Upon written notice from Licensor, Licensee agrees to assume the defense of
any lawsuit or other proceeding brought against any Indemnitee by any entity,
relating to any matter covered by this License for which Licensee has an
obligation to assume liability for and/or save and hold harmless any Indemnitee.
Licensee shall pay all costs incident to such defense, including, but not limited to,
attorneys' fees, investigators' fees, litigation and appeal expenses, settlement
payments, and amounts paid in satisfaction of judgments.
PERSONAL PROPERTY WAIVER
20. ALL PERSONAL PROPERTY, INCLUDING, BUT NOT LIMITED TO, FIXTURES,
EQUIPMENT, OR RELATED MATERIALS UPON THE PREMISES WILL BE AT THE
RISK OF LICENSEE ONLY, AND NO INDEMNITEE WILL BE LIABLE FOR ANY
DAMAGE THERETO OR THEFT THEREOF, WHETHER OR NOT DUE IN WHOLE OR
IN PART TO THE NEGLIGENCE OF ANY INDEMNITEE.
INSURANCE
21- Licensee shall, at its sole cost and expense, procure and maintain during the life of this
�j Agreement the following insurance coverage:
`�' Form 424; Rev.04/26/05
Law Department Approved Tracking #07-35061
A. Commercial General Liability Insurance. This insurance shall contain broad form
contractual liability with a combined single limit of a minimum of $5,000,000 each
occurrence and an aggregate limit of at least $10,000,000. Coverage must be
purchased on a post 1998 ISO occurrence or equivalent and include coverage
for, but not limited to, the following:
♦ Bodily Injury and Property Damage
♦ Personal Injury and Advertising Injury
♦ Fire legal liability
♦ Products and completed operations
This policy shall also contain the following endorsements, which shall be indicated on
the certificate of insurance:
♦ The employee and workers compensation related exclusions in the above
policy shall not apply with respect to claims related to railroad employees.
♦ The definition of insured contract shall be amended to remove any exclusion
or other limitation for any work being done within 50 feet of railroad property.
♦ Any exclusions related to the explosion, collapse and underground hazards
shall be removed.
No other endorsements limiting coverage may be included on the policy.
B. Business Automobile Insurance. This insurance shall contain a combined single
limit of at least $1,000,000 per occurrence, and include coverage for, but not
limited to the following:
♦ Bodily injury and property damage
♦ Any and all vehicles owned, used or hired
C. Workers Compensation and Employers Liability Insurance. This insurance shall
include coverage for, but not limited to:
♦ Licensee's statutory liability under the worker's compensation laws of the
state(s) in which the work is to be performed. If optional under State law, the
insurance must cover all employees anyway.
♦ Employers' Liability (Part B) with limits of at least $500,000 each accident,
$500,000 by disease policy limit, $500,000 by disease each employee.
D. Railroad Protective Liability Insurance. This insurance shall name only the
Licensor as the Insured with coverage of at least $5,000,000 per occurrence and
$10,000,000 in the aggregate. The coverage obtained under this policy shall
only be effective during the initial installation and/or construction of the
PIPELINE. THE CONSTRUCTION OF THE PIPELINE SHALL BE
COMPLETED WITHIN ONE (1) YEAR OF THE EFFECTIVE DATE. If further
maintenance of the PIPELINE is needed at a later date, an additional Railroad
Protective Liability Insurance Policy shall be required. The policy shall be issued
on a standard ISO form CG 00 35 10 93 and include the following:
♦ Endorsed to include the Pollution Exclusion Amendment (ISO form CG 28 31
10 93)
♦ Endorsed to include the Limited Seepage and Pollution Endorsement.
♦ Endorsed to include Evacuation Expense Coverage Endorsement.
♦ No other endorsements restricting coverage may be added.
Form 424; Rev.04/26/05
-8 -
Law Department Approved Tracking#07-35061
♦ The original policy must be provided to the Licensor prior to performing any
work or services under this Agreement.
In lieu of providing a Railroad Protective Liability Policy, Licensee may participate in
Licensor's Blanket Railroad Protective Liability Insurance Policy available to Licensee or
its contractor. The limits of coverage are the same as above. The cost is $1000.
❑ I elect to participate in Licensor's Blanket Policy;
❑ I elect not to participate in Licensor's Blanket Policy.
Where allowable by law, all policies (applying to coverage listed above) shall contain no
exclusion for punitive damages and certificates of insurance shall reflect that no
exclusion exists.
Licensee agrees to waive its right of recovery against Licensor for all claims and suits
against Licensor. In addition, its insurers, through policy endorsement, waive their right
of subrogation against Licensor for all claims and suits. The certificate of insurance
must reflect waiver of subrogation endorsement. Licensee further waives its right of
recovery, and its insurers also waive their right of subrogation against Licensor for loss
of its owned or leased property or property under its care, custody, or control.
Licensee's insurance policies through policy endorsement must include wording which
WF states that the policy shall be primary and non-contributing with respect to any insurance
carried by Licensor. The certificate of insurance must reflect that the above wording is
included in evidenced policies.
r.
All policy(ies) required above (excluding Workers Compensation, Contractor's Pollution
Legal Liability and if applicable, Railroad Protective) shall include a severability of
interest endorsement and shall name Licensor and Staubach Global Services - RR, Inc.
as an additional insured with respect to work performed under this agreement.
Severability of interest and naming Licensor and Staubach Global Services - RR, Inc. as
additional insureds shall be indicated on the certificate of insurance.
Licensee is not allowed to self-insure without the prior written consent of Licensor. If
granted by Licensor, any deductible, self-insured retention or other financial
responsibility for claims shall be covered directly by Licensee in lieu of insurance. Any
and all Licensor liabilities that would otherwise, in accordance with the provisions of this
Agreement, be covered by Licensee's insurance will be covered as if Licensee elected
not to include a deductible, self-insured retention, or other financial responsibility for
claims.
Prior to commencing the Work, Licensee shall furnish to Licensor an acceptable
certificate(s) of insurance including an original signature of the authorized representative
evidencing the required coverage, endorsements, and amendments. The policy(ies)
shall contain a provision that obligates the insurance company(ies) issuing such
policy(ies) to notify Licensor in writing at least 30 days prior to any cancellation, non-
renewal, substitution or material alteration. This cancellation provision shall be indicated
on the certificate of insurance. In the event of a claim or lawsuit involving Railroad
arising out of this agreement, Licensee will make available any required policy covering
such claim or lawsuit.
Form 424; Rev.04/26/05
Law Department Approved Tracking#07-35061
An insurance policy shall be written b a reputable insurance company acceptable to
Y P Y Y P
Licensor or with a current Best's Guide Rating of A- and Class VII or better, and
authorized to do business in the state(s) in which the service is to be provided.
Licensee represents that this License has been thoroughly reviewed by Licensee's
insurance agent(s)/broker(s), who have been instructed by Licensee to procure the
insurance coverage required by this Agreement. Allocated Loss Expense shall be in
addition to all policy limits for coverages referenced above.
Not more frequently than once every five years, Licensor may reasonably modify the
required insurance coverage to reflect then-current risk management practices in the
railroad industry and underwriting practices in the insurance industry.
If any portion of the operation is to be subcontracted by Licensee, Licensee shall require `~
that the subcontractor shall provide and maintain insurance coverages as set forth
herein, naming Licensor as an additional insured, and shall require that the
subcontractor shall release, defend and indemnify Licensor to the same extent and
under the same terms and conditions as Licensee is required to release, defend and
indemnify Licensor herein.
Mr
Failure to provide evidence as required by this section shall entitle, but not require,
Licensor to terminate this License immediately. Acceptance of a certificate that does not
comply with this section shall not operate as a waiver of Licensee's obligations rt
hereunder.
The fact that insurance (including, without limitation, self-insurance) is obtained by
Licensee shall not be deemed to release or diminish the liability of Licensee including,
without limitation, liability under the indemnity provisions of this License. Damages
recoverable by Licensor shall not be limited by the amount of the required insurance
coverage.
For purposes of this section, Licensor shall mean "Burlington Northern Santa Fe
Corporation", "BNSF Railway Company" and the subsidiaries, successors, assigns and
affiliates of each.
ENVIRONMENTAL
22. (a) Licensee shall strictly comply with all federal, state and local environmental laws
and regulations in its use of the Premises, including, but not limited to, the i
Resource Conservation and Recovery Act, as amended (RCRA), the Clean
Water Act, the Oil Pollution Act, the Hazardous Materials Transportation Act,
CERCLA (collectively referred to as the "Environmental Laws"). Licensee shall
not maintain a treatment, storage, transfer or disposal facility, or underground
storage tank, as defined by Environmental Laws on the Premises. Licensee shall
not release or suffer the release of oil or hazardous substances, as defined by
Environmental Laws on or about the Premises.
(b) Licensee shall give Licensor immediate notice to Licensor's Resource Operations
Center at (800) 832-5452 of any release of hazardous substances on or from the
Premises, violation of Environmental Laws, or inspection or inquiry by
Form 424; Rev.04/26/05
_10 -
Law Department Approved Tracking #07-35061
governmental authorities charged with enforcing Environmental Laws with
respect to Licensee's use of the Premises. Licensee shall use the best efforts to
promptly respond to any release on or from the Premises. Licensee also shall
give Licensor immediate notice of all measures undertaken on behalf of Licensee
to investigate, remediate, respond to or otherwise cure such release or violation.
(c) In the event that Licensor has notice from Licensee or otherwise of a release or
violation of Environmental Laws arising in any way with respect to the PIPELINE
which occurred or may occur during the term of this License, Licensor may
require Licensee, at Licensee's sole risk and expense, to take timely measures to
investigate, remediate, respond to or otherwise cure such release or violation
affecting the Premises or Licensor's right-of-way.
(d) Licensee shall promptly report to Licensor in writing any conditions or activities
upon the Premises known to Licensee which create a risk of harm to persons,
property or the environment and shall take whatever action is necessary to
prevent injury to persons or property arising out of such conditions or activities;
provided, however, that Licensee's reporting to Licensor shall not relieve
Licensee of any obligation whatsoever imposed on it by this License. Licensee
shall promptly respond to Licensor's request for information regarding said
conditions or activities.
ALTERATIONS
w.
23. Licensee may not make any alterations to the Premises or permanently affix anything to
the Premises or any buildings or other structures adjacent to the Premises without
w Licensor's prior written consent.
NO WARRANTIES
24. LICENSOR'S DUTIES AND WARRANTIES ARE LIMITED TO THOSE EXPRESSLY
STATED IN THIS LICENSE AND SHALL NOT INCLUDE ANY IMPLIED DUTIES OR
IMPLIED WARRANTIES, NOW OR IN THE FUTURE. NO REPRESENTATIONS OR
WARRANTIES HAVE BEEN MADE BY LICENSOR OTHER THAN THOSE
CONTAINED IN THIS LICENSE. LICENSEE HEREBY WAIVES ANY AND ALL
WARRANTIES, EXPRESS OR IMPLIED, WITH RESPECT TO THE PREMISES OR
WHICH MAY EXIST BY OPERATION OF LAW OR IN EQUITY, INCLUDING,
WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY, HABITABILITY
-� OR FITNESS FOR A PARTICULAR PURPOSE.
QUIET ENJOYMENT
25. LICENSOR DOES NOT WARRANT ITS TITLE TO THE PROPERTY NOR
UNDERTAKE TO DEFEND LICENSEE IN THE PEACEABLE POSSESSION OR USE
THEREOF. NO COVENANT OF QUIET ENJOYMENT IS MADE.
DEFAULT
26. If default shall be made in any of the covenants or agreements of Licensee contained in
this document, or in case of any assignment or transfer of this License by operation of
law, Licensor may, at its option, terminate this License by serving five (5) days' notice in
Form 424; Rev. 04/26/05
-11 -
Law Department Approved Tracking #07-35061
writing upon Licensee. Any waiver by Licensor of any default or defaults shall not
constitute a waiver of the right to terminate this License for any subsequent default or
defaults, nor shall any such waiver in any way affect Licensor's ability to enforce any
Section of this License. The remedy set forth in this Section 26 shall be in addition to,
and not in limitation of, any other remedies that Licensor may have at law or in equity.
LIENS AND CHARGES
27. Licensee shall promptly pay and discharge any and all liens arising out of any
construction, alterations or repairs done, suffered or permitted to be done by Licensee
on Premises. Licensor is hereby authorized to post any notices or take any other action W
upon or with respect to Premises that is or may be permitted by law to prevent the
attachment of an such liens to Premises provided, however, that failure of Licensor to
Y
take any such action shall not relieve Licensee of any obligation or liability under this
Section 27 or any other Section of this License. Licensee shall pay when due any taxes, WO
assessments or other charges (collectively, "Taxes") levied or assessed upon the
Improvements by any governmental or quasi-governmental body or any Taxes levied or
assessed against Licensor or the Premises that are attributable to the Improvements. 1W
TERMINATION
•
28. This License may be terminated by Licensor, at any time, by serving thirty (30) days'
written notice of termination upon Licensee. This License may be terminated by
Licensee upon execution of Licensor's Mutual Termination Letter Agreement then in ur
effect. Upon expiration of the time specified in such notice, this License and all rights of
Licensee shall absolutely cease.
29. If Licensee fails to surrender to Licensor the Premises, upon any termination of this
License, all liabilities and obligations of Licensee hereunder shall continue in effect until
the Premises are surrendered. Termination shall not release Licensee from any liability
or obligation, whether of indemnity or otherwise, resulting from any events happening
prior to the date of termination.
ASSIGNMENT
30. Neither Licensee, nor the heirs, legal representatives, successors, or assigns of
Licensee, nor any subsequent assignee, shall assign or transfer this License or any '■t
interest herein, without the prior written consent and approval of Licensor, which may be
withheld in Licensor's sole discretion.
NOTICES
31. Any notice required or permitted to be given hereunder by one party to the other shall be
in writing and the same shall be given and shall be deemed to have been served and
given if (i) placed in the United States mail, certified, return receipt requested, or (ii)
deposited into the custody of a nationally recognized overnight delivery service,
addressed to the party to be notified at the address for such party specified below, or to
such other address as the party to be notified may designate by giving the other party no
less than thirty (30) days' advance written notice of such change in address.
If to Licensor: Staubach Global Services - RR, Inc.
Form 424;Rev. 04/26/05
-12 -
Law Department Approved Tracking #07-35061
3017 Lou Menk Drive, Suite 100
Fort Worth, TX 76131-2800
Attn: Licenses/Permits
with a copy to: BNSF Railway Company
2500 Lou Menk Dr. —A0133
Fort Worth, TX 76131
Attn: Manager— Land Revenue Management
If to Licensee: City of Renton
1055 S. Grady Way
Renton, Washington 98057
SURVIVAL
32. Neither termination nor expiration will release either party from any liability or obligation
under this License, whether of indemnity or otherwise, resulting from any acts, omissions
or events happening prior to the date of termination or expiration, or, if later, the date
when the PIPELINE and improvements are removed and the Premises are restored to
its condition as of the Effective Date.
RECORDATION
+� 33. It is understood and agreed that this License shall not be placed on public record.
APPLICABLE LAW
34. All questions concerning the interpretation or application of provisions of this License
shall be decided according to the substantive laws of the State of Texas without regard to
conflicts of law provisions.
SEVERABILITY
35. To the maximum extent possible, each provision of this License shall be interpreted in
such manner as to be effective and valid under applicable law, but if any provision of this
License shall be prohibited by, or held to be invalid under, applicable law, such provision
shall be ineffective solely to the extent of such prohibition or invalidity, and this shall not
invalidate the remainder of such provision or any other provision of this License.
INTEGRATION
36. This License is the full and complete agreement between Licensor and Licensee with
respect to all matters relating to Licensee's use of the Premises, and supersedes any
and all other agreements between the parties hereto relating to Licensee's use of the
Premises as described herein. However, nothing herein is intended to terminate any
surviving obligation of Licensee or Licensee's obligation to defend and hold Licensor
harmless in any prior written agreement between the parties.
Form 424; Rev. 04/26/05
-13 -
Law Department Approved Tracking#07-35061
MISCELLANEOUS
37. In the event that Licensee consists of two or more parties, all the covenants and
agreements of Licensee herein contained shall be the joint and several covenants and
agreements of such parties.
38. The waiver by Licensor of the breach of any provision herein by Licensee shall in no way
impair the right of Licensor to enforce that provision for any subsequent breach thereof.
Staubach Global Services — RR, Inc. is acting as representative for BNSF Railway
Company.
IN WITNESS WHEREOF, this License has been duly executed, in duplicate, by the
parties hereto as of the day and year first above written.
w
BNSF RAILWAY COMPANY
Staubach Global Services - RR, Inc., its Attorney in "'
Fact
3017 Lou Menk Drive, Suite 100
Fort Worth, TX 76131-2800 ••
By:
Ed Darter ,■
Title: Vice President - National Accounts
.r
CITY OF RENTON
1055 S. Grady Way
R nton, Washington 98057
By. .r
Title: Pb i o ini trator
Form 424; Rev.04/26/05
-14-
TRACKING NO.07-35061
EXHIBIT "A"
ATTACHED TO CONTRACT BETWEEN
BNSF RAILWAY COMPANY
AND
co
CITY OF RENTON co
LL
SCALE: 1 IN- = 100 FT. SECT ION: 29
NORTHWEST DIV. WA- 88A TOWNSHIP: 24E a
WOODINVILLE SUBDIV. L.S. 0405 02 RANGE: 5E ME
DATE 11/19/2007 MERIDIAN: WILLM
REV. DATE 02/25/2008
ES 930.1
PROPERTY LINE
—'--�-�- �--- -____-_...�----�---` _ •;_,._,._...WEST '
.0 l pHOMISH JCT.
PROPERTY LINE
DESCRIPTION OF PIPELINE
PIPELINE SHOWN BOLD
CARRIER CASING CARRIER CASING
PIPE PIPE PIPE PIPE
SIZE: 36" 45 " LENGTH ON R/W: 100' 55'
CONTENTS: STORM WATER WORKING PRESSURE: GRAVITY
PIPE MATERIAL: HDPE STEEL BURY: BASE/RAIL TO TOP OF CASING 13 . 5 '
SPECIFICATION / GRADE: DR-21 GR-8 BURY: NATURAL GROUND — /
WALL THICKNESS: 1 . 714 " 0. 625 " BURY: ROADWAY DITCHES 3 '
COATING: N/A N/A CATHODIC PROTECTION N/A
VENTS: NUMBER 0 SIZE — HEIGHT OF VENT ABOVE GROUND
NOTE: CASING TO BE JACKED OR DRY BORED ONLY
AT REDMOND
COUNTY OF K I NG STATE OF WA KLC
Soil Managements P[n.
{
Seahawks Headquarters an --Practice
Facility — North and South Baxter
Properties
Renton, Washington
Prepared by: ,
The RETEC Group, Inc,
1011 SW Klickitat Way, Suite 207
Seattle, Washington 98134'=1162
�.
RETEC Project Number: V 958 5'1-0
r
Prepared for:
Football Northwest LLC
505 Fifth Avenue South
Seattle, Washington, 961
October 2006
Soil (Management Plan
Seahawks Headquarters and Practice
Facility — North and South Baxter
Properties
Renton, Washington
® -'Pra d bye,
a . � ,
The �T group, Inc.
1011 SW Klickitat Way, Suite 207
Seattle, Washington 98134-1162
RETEC Project Number: VULC1-19589-510
Prepared for:
' Football Northwest LLC
505 Fifth Avenue South
Seattle, Washington 98104
Prepared b ,
Shashi M tige, re - gineer
Reviewed by
Grant Hainsworth, --E., o"e nag r
October 2006
F:\PROJEC TW\Seahawks\EDR\Appendices\App J_Soil Mgmet PlanlApp J_Soil Mgmmt Plan.doc
~V�
Table of Contents
~
. �
|
I Plan Scope and Purpose................................................ .....................................l �
2 Location of Contaminated Soil............................................................................l
3 [�unn - ' -2
^~,.~^�._�^.^ _-,-------------------.--..—.--...-.----
4 Notification Requirements..................................................................................2
.��
5 Soil Procedures ..................................................................................3
5.1 Prior to Completing Work Activities.....................................................3 !
5.2 During Work Activities-----.-_—.--------'--_—.-.—....3 �
�
6 Decontamination' .--.-----.------.--------------.----.4
(ll Equipment.-----_-----------.-------------.4
62 Personnel................................................................................................5 �0
6.3 Water ...............................................----.---.--_-5
� ��
7 �
- `-�--'_^_'--_`---r.—_--rr--r.- �--'c--.
8 References..........................................................................................................l }
!
� .
� .
` |
~
' ~~
kYILC/ 19589'510
!
� ~~
List of Figures
Figure 1 Site Vicinity Map
Figure 2 Visual Indicator Layer Location
Figure 3 Cap Locations
Figure 4 Field Cap Section
Figure 5 Asphalt Pavement Cap Section
Figure 6 Concrete Slab Cap Section
" Figure 7 Landscape Cap Section
Figure 8 Membrane Cap Section
List of Attachments
Attachment A Letter from Ecology
' Attachment B Geotextile
Attachment C Geomembrane
Attachment D Drawing
Attachment E Restrictive Covenants
VULCI-19589-51 Q ii
1 Plan Scope and Purpose
o p
Soil at the J. H Baxter North and South Properties (Sites) located,in Renton,
Washington(Figure 1)was the�subject of remediation activities in conjunction
with development work at the Sites. The remediation work was conducted to
satisfy the requirements"specified 'irr the Prospective Purchaser Consent
Decrees (between Washington State Department of Ecology [Ecology] and
Port Quendall` Company); form.Restrictive Covenants; and Cleanup Action
'Plans (CAPS) (ThermoRetec, 2000b'-9nd ThermoRetec, 2000c). As part of
development activities for the Sites,'Football Northwest LLC (Owner),
successor owner to the Port of Quendall Company, redeveloped the North and
South Baxter properties as,the locatfon of the.Seattle Seahawks Headquarters
and Training Facility. The riiorn r g cleanup activities (environmental
capping and.institutional controls) were outlined in the Engineering Design
Report (EDR; RETEC, 2006)' and were"''required 'to complete cleanup '
obligations in accordance with the Consent Decrees. Earlier cleanup activities
were performed on the South Baxter.property,in 2002 and 2004 and certified
as completed by a Partial..CertifiGate.off completion letter issued by Ecology
on April 10,2006. '
This Soil lylanagexnent Plan(SNIP)addresses procedures associated with post-
site-development penetration of the environmental cap and excavation of
contaminated soil located below the environmental cap and the indicator
layer. These SNIP procedures include health and safety'standards, soil
stockpiling, analytical testing, and soil,reuse or disposal options at the Site as
specified in xke.CAPs and form-Restrictive :Covenants ( prtl 4, 200Q), as
approved in the attached letter from Ecology(Attachment A). In accordance
with these-documents, soil must be handled and managed in a manner that is
protective of human health and the._environment. Site maintenance staff and
contractors -shall: follow the procedures outlined in this document during HE
maintenance and construction activities-at.the-&tes:
2; Loc Montarminated Soil
The ,Sites were, undeveloped until the.'mid-1950s, when 'a wood treating
.facility was constructed on the Sites. Both....creosote and pentachlorophenol
(PCP) treating solutions were used. Creosote was used to treat railroad ties
and pilings and PCP solutions were used to treat utility poles.' Wood was
treated and,stored predominantly on the South Property; although some
treated .wood storage.may have occurred on, the North,Property. Wood
treating operations;ceased in 1981. The North Property was then used on a
limited basis for bark-mulch storage.
Contamination is present within pre-development site soil throughout the
Sites. The extent of contamination was described in the Feasibility Studies
and CAPS prepared for the Sites, copies of which are ihAffitained by the '
YULCI-19589-510 1
Soil Management Plan-Seahawks Headquarters and Practice Facility—North and South Baxter
Properties,Renton, Washington
Owner(see References): "Sortie contaminated>sailwas regraded with Ecology
pre-approval during site development, so previous maps may no longer be
accurate or. fully.relevant. As a guide during maintenance and construction
activities; a.visual indicator layer has•been placed above any,contaminated soil
on the Sites. In most areas,the indicator layer is a woven geotextile, a sample
' of which is provided in Attachment B;: In a few areas, a 307mxl geomembrane
was used a both.'the:physical barrier and ;the visual indicator, @L,. sample of
which is provided,in Attachment,C Figure 2 illustrates the site areas where
each of these visual' indicators were used to indicate> the :presence of
underlying-contaminated soil.
3 Environmelntal Caps
' Environmental caps are present throughout the site, to within 25-feet of the
Lake Washington shoreline or to the waterside edge of the wetland buffer.
There are numerous types and sections,of environmental. caps that were
' developed to integ'r'ate protection of human health arid the environment with
site development. Figure 3 provides a plan view illustration of the locations
of the various cads ,Figures 4 through 8 provide section details for each of the
various cap es.' 'Attachment`D provides alarge-size drawing'of both the
cap locatioons and sections that can'be posted 'for maintenance staff and
contractors:
4otifica :on Requirements
As set out in the-,form .Restrictive. Covenants for: the Sites, most routine
maintenance-arid construction:activities at the Sites that involve penetration of
' the environmental cap%and/or generation of contaminated soils from beneath
the capping indicator-layer.:do not require notification of Ecology. Limited
excavation, utility placement or repair, minor site grading, or other Ecology
pre approved otrvities related .to coisttctior are permitted as long as
appropriate health and safety profo�dois specified in this document are
followed and a structure or cap,that provides protection from direct contact, as
required by the CAP, is provided. Structure or cap maintenance is permitted
' without notice to Ecology as long as appropriate health and',safety protocols
specified in this,document are followed:
' In the event that future construction activities are planned at the Sites that are
beyond the"scope of activities described above, the Owner will notify Ecology
prior to initiation of activities,and proceed in accord with the Restrictive
' Covenants negotiated for the Sites (see Attachment E). The notification will
include a description of work to be performed and the procedures to be used
including:,J)l) health and safety standards; 2) soil stockpiling and analytical t
testing protocols, 3) soil reuse or disposal plans; 4) other methods to prevent
VULCI-19589-510._. .. _ . 2
r
Soil Management Plan-Seahawks Headquarters and Practice Facility—North and South Baxter '
Properties,Renton, Washington
ated areas if necess • and 5 '
the spread of contaminated soils to uncontaminated necessary; )
materials and methods for replacing the environmental capping system.
5 Soil Handling Procedures
The following minimum procedures shall be followed for handling any soil
associated with future planning and construction;activities at the Sites. ■
5.1 Prior to Completing Work Activities ■
1) Determine location,nature, and anticipated depth of work activities
and include the details on project specific figures.
r
2) Identify stockpile locations for temporary storage of soil material.
The location.of these stockpiles may be determined based on field
activities,.and should take into consideration proximity to receptors �r
(including the Lake Washington, storm drains, site traffic, and
ecological receptors). All stockpiling of soil at the site shall follow
sediment erosion and control best management.practices including
runoff control and catch basin protection. .Stockpiles shall be
managed to minimize groundwater infiltration; Stockpile locations
shall be protective of sensitive areas (wetlands, storm drains and
the Lake Washington).
5:2 During Work Activities •�
Soil handled during construction shall be managed in accordance with the
following procedures;
1) Follow,I appropriate health and safety procedures. Work in these
areas shall' require that workers are '.appropriately trained in
accordance with OSHA standards far worker protection. .r
2) If import fill is used for backfilling operations, the fill material
shall be obtained from an ;approved source :and meet the r,
requirements specified in the project specifications.
3) Soil removed from site areas as part of construction activities"that
penetrate the environmental cap shall be. temporarily placed in the
stockpile area(see 4,below,for stockpiling procedures).
This,,soil maybe reused on site as long as it is laced beneath ,
a. h Y b p
an environmental cap.
b. Soil that cannot be reused on site beneath an environmental cap '
shall be characterized for shipment and disposal at an approved
offsite facility. At a minimum, samples collected from the
VULCI-19589-510 3
Soil Management Plan-Seahawks Headquarters and Practice Facility—North and South Baxter
Properties, Renton, Nrashington
excavated soil stockpile shall be analyzed for polynuclear
aromatic-hydrocarbons(PAHs) and PCP by Method 8270.
4) The following soil stockpiling procedures shall be followed:
Soil shall be covered with weighted plastic sheeting or tarp at
the end' of each working day and during periods of
precipitation:
r. Contaminated,soil stockpiles shall be,placed on a continuous
20-mil (minimum thickness) liner that extends under the entire
stockpile area.
Stockpiles shall be constructed to prevent surface water that
comes into contact with the soil` from running out of the
r stockpile area. They shall also be constructed to prevent clean
surface water from running onto the stockpile area.
Transport of soil between excavation and stockpile areas shall
be ' performed to minimize the, potential for spread of
contamination. 'Any: soil spillage shall be immediately
collected by sweeping of vacuuming.
5) For disposal of contaminated soil, the soil shall be managed in
accordance with applicable state and federal regulations and based
on the characterization sampling results. This; ;will include
adherence to transportation requirements, receiving pre-approval
' from a disposal facility, manifesting record keeping, etc., as
appropriate to the materi al. The disposal facility shall be a
regulated licensed facility that.is authorized to receive the waste
' material. Copies of all approved soil profiles from the disposal
facility and,weight tickets for each truckload of soil disposed shall
be promptly obtained.
6 Decontamination
6.1 Equipment
ment
q p
Any equipment working with contaminated soil shall be decontaminated prior
to working with clean soil or leaving the Sites. Only those portions of the
equipment contacting contaminated soil need to be decontaminated.
Decontamination shall be accomplished by means of removing dry soil by
' brushing, or washing off of soil using water. All soil and water generated by
this process shall be contained and managed as contaminated.
VULCI-19589-510 4
Soil Management Plan-Seahawks Headquarters and Practice Facility-North and South Baxter '
Properties,Renton, Washington
Approved methods for containment of decontaminated soil and water are:
I
1) Holding the portion of the equipment that contacted contaminated
soil (such as an excavator• bucket or drill augers) over an area of
contaminated "soil, 'either in the excavation or in a truck, and
brushing or rinsing that portion of the equipment so that the water
and soil,fall onto the contaminated soil'below'(this method applies
primarily to heavy equipment).
2) Establishment of a decontamination area at the boundary between
contaminated and uncontaminated soil, consisting of an area
graded to drain into water collection system, a minimum of two
layers of 6'-mil or greater continuous plastic sheeting, and plywood go
placed on equipment travel areas to prevent equipment from
tearing the plastic sheeting; or
3) Pressure washing within equipment or a structure specifically 1W
designed to contain the washed materials and waters and operated
to prevent inadvertent release of these materials.
rr
6.2 Personnel
Personnel walking on contaminated soil and working with contaminated water
should be protected through the use of appropriate personal protective
equipment (PPE) and according to the procedures in the contractor health and '
safety plan. To prevent spreading of contaminated materials, personnel shall
be decontaminated after walking on or working in contaminated soil, and prior
to working with uncontaminated materials or leaving the facility. Work is '
typically anticipated to occur in Level D PPE, which normally consists of long
pants, steel-toed boots, hard hat, safety glasses, and gloves when necessary.
For decontamination of this level of PPE, visible soil or waters shall be '
removed from PPE. This may be accomplished by brushing or washing in an
equipment decontamination area, or establishment of a separate personnel
wash. An approved personnel wash consists of a plastic tub containing clean '
water and a boot brush in which the water is changed daily. Higher level of
PPE may be required depending on site construction activities.
6.3 Water Management
Water resulting from decontamination shall be containerized in labeled 55-
gallon drums or other appropriate containers. At a minimum, water samples
will be collected and analyzed for PAH and PCP by EPA Method 8270. r
Water shall be handled in accordance with state and federal regulations based
on the concentrations of contaminants found in the decontamination water.
Likely disposal options, depending on concentrations include permitted .,
discharge to a metro sanitary sewer or treatment at a licensed treatment
facility.
VULC1-19589-510 5
Soil Management Plan-Seahawks Headquarters and Practice Facility—North and South Baxter
Properties,Renton, Washington
7 Health and Safety
z
Work shall be performed;consistent with.health and safety requirements. A
health and safety,plan shall be developed to follow all local, state and federal
guidelines for.health and safety standards.. and guidelines implemented
through, but nQt limited to, the,Occupational,Safety nI d Health Act (OSHA),
the National Institute for Occupational;Safety and,Health (NTOSH), the
American Conference of Governmental Industrial Hygienists (ACGIH), and
the United States:,Environmental Protection Agency,(USEPA). Workers
trained:and monitored according,to the 1WWOPER,Requirements (OSHA
40-hour-trained),shall,be used at-the site during-soil handling activities. The
appropriate level of personnel. training and:equipment for personnel shall
consider OSHA Section 1910.120 e 3 i an such a determination.
F .
YULCI-19589-510 6
1
8 References
Shannon and Wilson, 2006. Geotechnical Report, Seahawkr Headquarters and
Practice Facility,Renton, Washington. Prepared for Football Northwest,LLC.
September 13.
The RETEC Group, Inc. (RETEC), 2002. Engineering Design Report: JH. Baxter .n
South Property. Prepared for Port Quendall Company,May 2002.
RETEC, 2005. Construction Completion Report: J.H. Baxter South Property.
Prepared for Port Quendall Company, March 2005.
RETEC, 2006. Engineering Design Report: Seahawks Headquarters and Practice
Facility — North and South Baxter Properties. Prepared for Football
Northwest LLC, October 2006.
ThermoRetec Consulting Corporation (ThermoRetec), 2000a. Feasibility Study: J.H.
Baxter South Property.Prepared for Port Quendall Company,April 2000.
ThermoRetec,2000b. Cleanup Action Plan:J.H.Baxter South Property. Prepared for
Port Quendall Company, April 2000.
ThermoRetec, 2000c. Feasibility Study and Cleanup Action Plan: J.H. Baxter North
Property.Prepared for Port Quendall Company, April 2000.
Woodward-Clyde Consultants, 1990. Draft Remedial Investigation Report, JH
Baxter, Renton, Washington. Prepared for J.H. Baxter Company. December
1990.
r
i
1
VULCI-19589-510 1
■r
11r ,'� as d a 6 C.Pi
�S{
1"d F X Uft i"k I /7 C t{
r� - Y"� � "� Y t � F yy � t PaaJ{3�l� c��y. ,��.• ' ;��j� si 1 ��! t y� �e J. t.
'"*}t S 1G y� v t£ 2 $Ae k� Ljc ,Y
�. � ��, ? rf':. &�.w'��5y @4��� � :�s/'��� �} f� s�`� k .'� r'� c S •,` ill�.
3�..•�Q �' � 4 �}.{�3k�S� �3.�..�� ':F ��t���• �� f . � i` fi' lA'F
if
,a
f
. I'
r
i
s7�19'�
i
11FS1
a a ✓.• 7 , 4+' r-� e M1" °s s sf�.sf'� / J fi- 1 •� ' '�
Ir -'f".� �' � y r S�K ,"� �� y,f r°t•'hvc�-- �� .i' >1 .f�' )' l x�
ZAcv�
2 3 Y'Y1 {X f r•'
�'- �' r' 't 1 � �t} �z' ;J„ < r ' �`'� � cC i�.f%a .t a tH• 6"?' �
!
W '� '� � 4 -r - a ,s �� ;,r ✓ .�t�55+�������� y4?1 � _. Ids. yyy 1
1000 0 2000
1"=2000'
SEAHAWKS HEADQUARTERS AND
TRAINING FACILITY SITE VICINITY MAP
4 1
VULCt-19589-510
DATE: 10/05/06 DRWN:E.N./SEA IFILE S. SITE—V-2 LAYOUT. FIGURE 1 FIGURE 1 !
((rr N
f
4 U 0:
O �
W
}
f. U
J
Q cn
cs LO + F
m w
LO
Q oa
O H U
w
0
O C7
�
1 aU
w , I °a w a
w r
Y
v S -
r F ia.
9
a Ctf
Ul
f
t'
ZL
OJ D
! G w m 3 �llr n 7 a .l I rt �
w
l T
z W
w U/—� J.s.
a zi iv W
U w
ft� 0
xi X T V)
O
Cn
�Ah6-90W'61"=a(/Miq'i Owl— —/I 8'6W 01,07 61'PWlk-IVA9-SN69661j69S61 I H WIJ
as
UO W
r ¢ �
g L_(
U =
W
o -
NF a 7 w Q
Q U
ix w U ¢
U m z p m N
Z i7y* ' ' a
:
m 2 Z f
y,
N
Z
W
d { h
C9 a v <
W U O FW 2
a r�
W o' z m 0000000
W wa 00000000 :� Z
a w 00000000 N
a :D a 000000000 xw� I Wo
�" <_ W 00000000 : ¢� �$
a ir -5 N o 00000000 ;; 1 oW ffi h
Z ` nn a Lo 00000000 �`P:
ao 00000000 i co
! 00000000 I as
00000000
00000 0
00000000
00000000 a
00000000 Afi`
00000000
00000000
0 0 0 0 0 0 0 0
� 0 0 0 0 0 0
izw
A
Y \ y o
" a �ta"
CD
G� w m .a �� f,,_n } r � i , fu; .. Of
LLJ
V) H
W LO U w
0 ,
T,/aX I✓n5'6'6-9L4AL'61''+^Y1 valiWd OWt'io`ua ias/1 F.78/1.1(1 dN'S Jnolnl 6+'l�BM7/1✓.111dEJ68S6!
r
r
w
W z r
cr
L w
(L CO
x
KM LL
V)} V
p C)
z O w
a a = W
O J J
VI U U 0--,-- U z LL
Ow w (.� _Z N _Zz O
�c a O
Z � t a aw
3
m
p�l3 � mU
c wao p
W
O z w
,� a J ma v Sao Z MIR
la. m p sW Y OJ p O OW W
r K Z m U X w O }j
Q J
(L O O 00 W Z N O 'y WO Vl
laJ O {yZZ�J i x p z a � w U w Ln (n Z Z W> O O �j � N WN SUV
U In—m0 0 O O a 4 UO�q_H
y U' lid U U �
jr m U Q r
w
0 F-
cr
o ' vWi z D Q m a .r
M co
AL- O O W LLI 2 Z w 3
Q �
O
� c• C� O y/ o rl
;i3 0 3 t-
,!i O O Q
N It' O C J ;;.F,: 2 w
of I�I�f O Q :'_ LL. lA o
00 O (� , \
I _
i! GO of ;�; K•t -�
ff1 ~ Q o
00
o "} s Z
y OQ I O :5' ¢ J
O k Q
Q
go
Ln
LQ
n ao
p o O rr
M
0
Sj
r
0
V
3
O
W
H
W
r a
L
W_j
r
r
Z
r ui w
w 0
a 0
Q u.
U
r z
w
w
na
F„
J
w W Li
Q
U �n o C� N o U Q
LO U x - V)of U E V7K U K
m� �O W m� 00 w < [or �o N
U (n U (n J U
En (n w m Cl)z (n W m � (n= N W m af
aas
Z)(n m o a Z)V) m o QQa �N m o
r JN �aa D H to CQ --D U) �¢ D h
UQ U0f? V1 V UQ Um (A U UQ Um (n U
o Q
Z Z Z
r Z
Q
z C0
O
LLJ
O J o
U U (n Q m
U) Cnz p � Lo
� p Q �
F UF- wZ v
r U W U U U Z > Z
o; Q Y
U U Z Q
0
rr 0:� U w
N � �
Fr-^ U > o
o Q
LLJ CL
C' W w
it G U
y
) F-
an -- -f�-` -- F-
\'
o'
3
10 W
a
R
i
_ F a
u
W .
W
x .
U
Z m _j J
O L'i LO
>.`. [L►
U W W Q Q LL .
J
E O Z
m Jw w 4Q U
Lti
(if s N O° U InVi U
LJJ
w
U � U
O p
•.: kktt o :, I
' � •'/, l 0 } it z
' Q 0
I Q
(- U d � umi
I — W n 0 w
� I Z I ,I
I:— U Nii Ll.I T
ry
4
0 11 I-"- l
j co io d ( O
N 64
b � ,
0
�i
J
a
W
a ,
L
r
_.. ' z
�r a
is a r
W
L� ,. y ...
• 7 -Irk`' tod� W }i;. ul CJ
Qr t z 0 Q Y'
_ z�lC(� w°w Q S" U
ARI
w" ` M) Q m t4J
cf LL W
= z
v)
VI I
O
� W W
O < w
Z N
C �
N
E of
` U C� O u q# UW
w aw 0^ = j mU w
t w W �? J
F o a o �< OM C)
�
W �¢¢ cn
U QU O D= �`� U
y a °z� O
a W o ¢ ~
a z ZI 2
O •_
N
O
+� W
1 W�`� (D
...... LJ LJ rN
M
o o W
LLI
ffi o
ti
+: o
cn LLJ '
a w
uj
r..
,. LU
O ,
w
'fit �,-
i ii €I I '
47. €!— I f F— L
y: . 4t,o
E.1 I� ,;f C1 = Z
v
CO
b I( �" Q
EfT1I ff W
f�I--I�1=` Q w Q t
.�.�
�.
. 1€i-€I I w
0. 1I=IIr
LLJ
j
o x. 111=rII
co:: -1 f l y€i E—
w
o'
e _
q
Q
ZVI
W W
t
v '
- GEOTECHNICAL
- INFORMATION
REPORT OF GEOTECHNICAL STUDY
RIPLEY LANE STORM IMPROVEMENTS
RENTON, WASHINGTON
S&EE JOB NO. 726
DECEMBER 31, 2007
Oil
11�
rr
r 7-201-n S&EF
l
S&EE
SOIL& ENVIRONMENTAL ENGINEERS, INC.
16625 Redmond Way Suite M 124 Redmond Washington 98052 (425) 868-5868 FAX (425) 868-7427
December 31,2007
Mr. David Sherrard, AICP
Parametrix, Inc.
411 108 Ave NE, Suite 1800
Bellevue, WA 98004
Report
Geotechnical Study ►
Ripley Lane Storm Improvements
Renton, WA
Dear David:
wr
We are pleased to present herewith our Report of Geotechnical study for the referenced project. Our
services were authorized by Ms. Joan Lee on July 24, 2007, and have been provided in accordance with our
proposal dated March 11,2007.
We appreciate the opportunity to provide our services. Should you have any questions regarding the
contents of this report or require additional information,please contact the undersigned.
GIENG Very truly yours,
�o wAScs SOIL&ENVIRONMENTAL ENGINEERS, INC.
� 28166
IpNAL C.J. Shin,Ph.D., P.E. r
President
� XPIRFS: /V o v. Zook"
�r►
CC: Mr. Rick Hennes r
726rpt S&EE ■►
mr
+re
ar
TABLE OF CONTENTS
ENI'S
Section Page
1.0 INTRODUCTION
2.0 SCOPE OF WORK.............................................................................................................................................2
3.0 SITE CONDITIONS............................................................................................................................................3
wr
3.1 SURFACE CONDITIONS................................................................................................................................ 3
3.2 GEOLOGY........................................................................................................................................................ 3
rr 3.3 SUBSURFACE CONDITIONS........................................................................................................................4
3.4 GROUNDWATER CONDITIONS.................................................................................................................. 5
4.0 CONCLUSIONS AND RECOMMENDATIONS........................... •••6
................................................................
4.1 GENERAL........................................................................................................................................:.................6
�1r
4.2 HDPE PIPE INSTALLATION..........................................................................................................................6
4.3 SHEET PILE WALL FOR EXCAVATION SHORING....................................................................................9
4.4 EAST HEAD WALL AND WEST PLUNGE POOL....................................................................................... 10
4.5 WING WALL SUPPORTS.............................................................................................................................. 14
me 4.6 PERMANENT SLOPES.................................................................................................................................. 14
4.7 EAST PLUNGE POOL.................................................................................................................................... 14
4.8 SEISMIC CONSIDERATIONS AND HAZARDS.......................................................................................... 15
4.9 ADDITIONAL SERVICES............................................................................................................................. 16
5.0 CLOSURE........................................................................................................................................................... 16
SITE VICINITY MAP
.r
FIGURE l: BORINGS B-1 AND B-2 LOCATIONS
FIGURE 2: PLAN SHOWS OFFSITE BORING LOCATIONS
.r. FIGURE 3: SOIL PROFILE A-A'
FIGURE 4: LATERAL EARTH PRESSURES ON SHEET PILE WALL
APPENDIX A: FIELD EXPLORATION AND LOGS OF BORINGS
APPENDIX B: LOGS OF PREVIOUS EXPLORATIONS
"� 7261pt S&EE
REPORT OF GEOTECIINICAL STUDY
RIPLEY LANE STORM IPROVEMENTS
RENTON,WASHINGTON
For IPARAM F,TRIX
1.0 INTRODUCTION
This report summarizes the results of our geotecI in i ca I study for the proposed Ripley Lane Storm
Improvement project. We understand that the purpose of this project is to remedy an existing surface-
water flooding problem located within the Gypsy Creek drainage basin. The project location is about
800 feet north of the NE 44"' Street exit on Interstate 405 along the west side of the highway. (See
vicinity map provided at the end of this report.) We further understand that the flooding problem during
intermediate storm events and longer storm events backs up water and floods Ripley Lane N. The full
street of Ripley Lane is sometimes flooded with 2.5 feet of water depth on the roadway during larger j
storm events. During these larger storm events Ripley Lane is closed to traffic for extended hours.
Parametrix has been retained by the city to provide design of the storm improvement. We understand '
that the system include an open-cut plunge pool at the east side of Ripley Lane. Storm water will be
conveyed westward by HDPE pipes which will be installed under the road and railroad right-of-way.
The pipe will then discharge storm water to a concrete box (west plunge pool). From there, the water
will be conveyed further westward through an existing 60-inch diameter storm drain pipe.
The geotechnical components of the system will include the followings:
1) The installation ofthe HDPE pipes.
2) Foundation support for the east head wall and west plunge pool. The head wall \N ill be located at
the east side of Ripley Lane where HDPE pipes begin their crossing under the road. The \Nest
plunge pool xN ill be located at the west side of site. At the time of this report. the project team is
contemplating building the head wall with cast-in-place concrete. The \\all and its foundation
will required an excavation of about 15 feet in depth. Excavation shoring will be required. The
west pool construction tN ill require about 12 feet of excavation. Open cut may be considered. '
726rpt S&E F.
3) Wing walls construction. The wing walls will be located at the north and south sides ofthc head
wall.
4) East plunge pool construction. The pool bottom will be about 8 feet in width and 105 feet in
length, and be constructed with permanent cut slopes at the north and south sides of the pool.
Maximum depth of excavation will be about 6 to 8 feet.
2.0 SCOPE OF WORK
The purpose of our study is to provide recommendations regard m, the geotechnical component of the
proposed storm improvement system. Specifically,our services included the followings:
1. Investigate and review existing regional and local geologic information, reports,and studies
relevant to the project design. Review past geotechnical reports.
2. Perform onsite geologic investigations to identify subsurface conditions that may affect project
design and construction. A total of two(2)soil test borings were drilled in the project area.
3. Perform engineering evaluations and provide recommendations regarding type of structural support.
4. Evaluate subsurface soil and groundwater conditions and provide recommendations regarding
dewatering, if needed.
5. Evaluate subsurface soil and groundwater conditions and provide recommendations regarding
subgrade preparation and stabilization.
6. Generate recommendations regarding excavation shoring.
7. Generate geotechnical parameters regarding passive, active and at-rest earth pressures and
coefficient of friction for the resistance of lateral loads.
4
8. Generate recommendations regarding site preparation, angles of temporal-) slopes, suitabilit} of
onsite soils for use as fill, types of suitable imported fill, fill placement techniques, and compaction
criteria.
9. Preparation of this written report documenting our findings and recommendations.
72brpt ? M E E
3.0 SITE CONDITIONS,
3.1 SURFACE CONDITIONS
Currently, two storm drain pipes exist at the east side of the project site, and a creek exists at the north
side of the proposed east plunge pool. The ground surface in this east plunge pool area is covered with
tall grass. An existing 84-inch diameter sanitary sewer pipe is present along the west side of Ripley
Lane. This pipe is supported by 12-inch diameter piles. The railroad (BNSF) embankment is present to
the west of this pipe, and the top of the embankment is about feet above the road surface. The slope at
the west side of the embankment is about 2H:1 V. From the toe of this embankment westward, the grade
is relatively flat until it reaches the eastern boundary of the ongoing construction for the Seahawk
Headquarter and Training Facility.
3.2 GEOLOGY 1
General j
The project site lies in the middle portion of the Puget Lowland, an elongated topographic and structural
depression filled with a complex sequence of glacial and non-glacial sediments that overlie Tertiary
bedrock. Based on the field explorations at the Seahawk site, the depth to bedrock is about 45 feet in the
area near the west plunge pool. The soils deposited during and after the most recent glaciation dominate
the surface and subsurface geologic conditions in the project area. These soils are highly interwoven by
repeated sequences of deposition and mass wasting such as erosion and land-sliding. Published geologic
information (Generalized Geologic Map of Northwestern Kung C'owihy, Washington State Department of
Natural Resources) indicates that the site area is underlain by undifferentiated sedimentary deposits (Qa).
The materials include inter-fingered clay, silt, peat, sand and gravel. Detailed soil profiles in the project
area are presented below.
Seattle Fault
The Seattle Fault is a collect]\e term for a series of four or more east-west-trending. south-dipping fault
strands underl\ing the Seattle area. 'The southenunost mapped strand of the Seattle Fault is the closest
known fault to the site. This thrust fault zone is approximately 2 to 4 miles wide (north-south) and
extends From the Kitsap Peninsula near Bremerton im the west to the Sanunamish Plateau east of Lake '
Sammamish on the east. The four fault strands have been interpolated from over-water geoph}sical
726rpt 3 S&E E
surveys (.Johnson, et al.,, 1999) and, consequently, the exact locations on land have yet to be determined
or verified. Recent geologic evidence suggests that movement on this CaUlt /.one occurred about 1,100
years ago,and the earthquake it produced was on the order of magnitude 7.5.
3.3 SUBSURFACE CONDITIONS
We have explored the subsurface soil conditions to the east of Ripley Lane by the drilling oftwo soil test
borings, B-1 and B-2. The locations of these borings are shown on Figure 1 which is included at the end
of this report. Details of the field exploration and logs of borings are included in Appendix A. Our
knowledge of the soil conditions to the west of the BNSF right-of-way is obtained from the previous soil
borings on the Seahawk site. The approximate locations of these borings are shown on Figure 2 which is
also included at the end of this report. The logs of these borings (B-19 and HQ-2) are included in
Appendix B.
In general, the borings drilled to the east side of Ripley Lane and to west side of BNSF right-of-way
show relatively consistent conditions, and the soils encountered are similar to materials described in the
published geologic map. A soil profile along a cross-section A-A' is presented in Figure 3. From the "
top down, the subsurface conditions include the following strata:
1) Fill and most recent sedimentary deposits
The fill includes the embankment fill along the railroad and some surficial fill found at the
Seahawk site. Based on the road and railroad grades, we anticipate about 10 and 3 feet of fill
at the center of railroad embankment and under Ripley Lane, respectively. No fill was found
at borings B-1 and B-2. The recent sediments found here are 5 feet in thickness and consists
of either very loose silty sand or very soft silt.
11) Peat with lenses of loose sediments
This layer is about 5 to 15 feet in thickness and consists of ver y soft peat and lenses of loose
sand and soft silt. The peat Is fibrous and slightly decomposed.
III) Older sedimentary deposits
This layer is about 10 to 20 feet in thickness and consists of soft to eery soft silt, silt\ cla\
726rrt 4 S&E E
and silty sand. The materials include scattered peat and wood debris, and occasional pockets
of medium dense sand (at B-2).
IV) Glacial soils
This layer is about 7 to 20 feet in thickness and consists of competent soils including dense i
to very dense silty sand, medium stiff silt, and medium dense to very dense silty and sandy
gravel r
V) Bedrock
Andesite was found underlying the glacial soils. The rock has a moderate to high strength
and was slightly weathered (see log of HQ-2). Our boring B-1 was likely refused on the
rock at a depth of 39 feet.
3.4 GROUNDWATER CONDITIONS
At the time of our field exploration on November 15,2007 groundwater was encountered near the ground
surface at B-1 and B-2 locations. The depths of groundwater at these boring locations were measured at
18 to 22 inches on November 16, 2007. At boring B-19 location, groundwater was measured at a depth
of 2.3 feet on November 22, 1978. At boring HQ-2, groundwater was measured at about 2 feet at the
time of drilling on May 23, 2006. This information indicates that shallow groundwater is almost always
present in the site area.
i
S&EE ■
?'_6rp1 � ■
4.0 CONCLUSIONS AND RECOMMENDATIONS
4.1 GENERAL
From the geotechnical standpoint, the proposed storm drain improvement system is feasible but should be
planned carefully. The site soils are generally wet and soft from the ground surface to a depth of about
30 feet. Unstable excavation subgrades should be expected. Stabilization method such as use of
geotextile and quarry spall are likely required. Dewatering will be difficult and time-consuming as the
materials are fine-grained soils with low hydraulic conductivities.
At least 20 feet of soft and compressible soils are expected below subgrades of the proposed structures.
These soils include peat and soft organic soils. The peat is relatively young and fibrous. As such, it may
swell upon unloading and continues its secondary consolidation upon reloading. The later is a unique
characteristic of peat and organic soils. Due to creep-deformation of their skeletons, they exhibit
relatively high volumetric change after primary consolidation. Therefore, future ground settlement
should be expected for any open cut and backfill operation.
4.2 HDPE PIPE INSTALLATION
Four 36-inch HDPE pipes are to be installed across Ripley Land and BNSF embankment, and be
connected to the proposed west plunge pool. Each pipe will be cased in a 42-inch diameter steel casing.
The top casing elevations will be about 21 to 22 feet, about 9 feet below Ripley Lane and 14 feet below
the railroad. Two installation methods are considered: 1) bore and jack, and 2) open cut and backfill.
Geotechnical aspects of the two are detailed below.
(1) BORF. AND JACK
The advancing casing of bore and jack will encounter mostly wet and soft soils. For estimating
purposes, un-lubricated sidewall adhesions can range from 800 to 1,500 pounds per square feet
(psf). The actual conditions may var}. The contractor should note that the geotechnical data
across Ripley Lane and the railroad embankment are scarce. Therefore. they should perform
additional exploration, if found necessar\.
The operation VIII require the construction of a lacking port. Based on our meetin, with Messrs.
David Sherrard and Rick Hermes. we envision that the jacking port will be constructed in the
726r4x 6 S&EE
western portion of the road and on the east side of the 84-inch sanitary sewer line. A sheet pile
wall should be constructed on the north. east and south side ofthe port. The west side should be
an open cut so that the sewer line can be exposed. We believe that this cut can be achieved %vith
temporary slopes of 1.51]:I V and 21 H V above and below groundwater seepage zone,
respectively. Note that these cut angles are provided as a general guideline. Since the
contractor will have the full control of schedule, manpower and equipment, they should be
responsible for the safety of their personnel and equipment. The contractor should make
modification to the above cut slopes if found necessary. Exposed slope should be protected with
visqueen during wet weather to reduce erosion.
Geotechnical parameters for sheet pile design are detailed in next section (5.3).
II OPEN CUT AND BACKFILL
Open cut will encounter shallow groundwater and unstable subgrade. The method is possible,
however, the success will highly depend on the contractors' ability to handle unknowns and
difficulties. The subsoils below the proposed system are highly compressible. Upon backfill,
short term consolidation and long term (secondary) compression will occur under Ripley and
Railroad embankment. The long term compression will require future maintenance.
Temporary Slopes: We recommend that temporary slope above and below groundwater seepage
zone be sloped at 1.5H:1 V, and 2H:1 V, respectively. Again, the contractor should be responsible
for the stability of the slopes and make modification to the cut slopes if found necessary. The
exposed slope should be protected with visqueen during wet weather to reduce erosion.
Ground and Surface Water Control: We believe that groundwater seepage and rainwater can be ,
controlled by drainage ditches installed at mid-slopes and at bottom of the excavation. Pumping
from sump holes may also be required at locations deemed necessary. Note that the demand for
water control will change with precipitation and the contractor should prepare adequate Nays and
means for such control
Subgrade Stabilization: Wet and soft subgrade materials including peat, silt. silty clay and silty
sand should be anticipated at the excavation suborade. We recommend that the subgrade be
stabilized b) over-excavation of the soft soils for at least 24 inches. A non-\\oven geotextile
having a minimum grab tensile strength oi'300 pounds should be placed at the over-excavated
subgrade. The over-excavation should then be backfilled with quarry spalls having particle sizes
726rpt
S&EE j
9
of 2 to 4 inches. Some form of compaction, such as tamping with the excavator's bucket should be
applied.
Pipe Bedding:l� We recommend that the pipe casing bedded with at least 4 inches bedding
material that meets WSDOT aggregate specification 9-03.12(3). To avoid migration of bedding
material into the quarry spall, a layer of non-woven geotextile having a nllnlnlunl grab tensile
strength of 200 pounds should be placed below the bedding material. The out side edges of the
geotextile should extend at least 12 inches beyond the casing's spring lines.
Backfill: Structural fill should be used for backtill. Structural till materials should meet both the
material and compaction requirements presented below.
r. Material Requirements: Structural fill should be free of organic and frozen materials and
should consist of hard durable particles, such as sand, gravel, or quarry-processed stone. In
general, the on-site silty and clayey soils are not suitable for structural fill. Tile suitability of
fill soils under the roadway and railroad embankment is unclear at this time and should be
d confirm by a geotechnical engineer at the time of excavation. All structural fill material
should be approved by the engineer prior to use.
.Placement and Compaction Requirements: Structural fill should be placed in loose
horizontal lifts not exceeding a thickness of 6 to 12 inches, depending on the material type,
compaction equipment, and number of passes made by the equipment. The bottom portion
of the structural fill should be compacted to at least 90% of the maximum dry density as
j determined using the ASTM D-1557 test procedures. The fill in the upper 4 feet(from the
subgrade) should be compacted to at least 95%. Ballast should be re-installed at rail road
embankment.
Short and Long Term Settlements: Depend on the proximity of the peaty soil from the
excavation subgrade and the amount of disturbance at the subgrade, short term consolidation can
result from the recompression of the disturbance zone. Base on our experience, the
recompression can range from one to 10%. Hence, for a peat layer of 5 feet in thickness. the
recompression can amount to 1%2 to 6 inches upon re-loading. The rate of the long term
(secondary) consolidation of the peaty soils sloxvs xNith time. but is linear %Nhen plotted to a
logarithmic time scale. For a 50 years time span. NNe estimate that ground settlements may range
from 5 o 10 inches. Placing additional fill to rc-grade the settled area is a "tail-chasim,"exercise.
as the weight of the ne\N fill \\ill triggers additional consolidation settlements, and the cycle
726rpu 8 M E E
i
continues anew with each and every till placement. Typically Ion`.!-term solutions t-or this
situation include the use of light-weight till or EPS (Expanded Polystyrene).
4.3 SHEET PILE WALL FOR EXCAVATION SHORING
Lateral Earth Pressure: The lateral earth pressures for the sheet pile design are presented in
Figure 4 which is included at the end of this report. Due to the presence of soft soils and
shallow groundwater, we recommend that (I) the sheet pile embedment depth (below dredge
line) be 2 times the excavation depth, and (2) sheet pile wall be braced internally. We believe
that tie-backs will be relatively ineffective due to the presence of peat and soft soils.
Hydrostatic Pressure on Wall: We assume a groundwater depth of 2 feet below the ground
surface. The design should include the hydrostatic pressure on the wall.
Lateral Deflection: A soil reaction modulus of 15 pci (pounds per cubic inches) is recommended
for the loose soil above a depth of 20 feet. Depending on the selected sheet pile section,
relatively large deflection, on the order of a few inches may occur at the top of the pile. Brace
installation should be planned accordingly.
Groundwater Control: Using an estimated soil permeability of I*10-5 cm/sec(2*10-5 ft/min), and
two-dimensional flow net analyses, we estimate that a relatively low flow rate, about 1/10
gallons per minute (about 150 gallons per day), may occur at the base of excavation. The exit
gradient at the base is estimated to be 0.3. (A value of 1.0 would represent a quick condition).
Based on the flow rate and exit gradient, we believe that the influx of groundwater can be
handled by pumping from sump holes. l
Please note that the onsite sedimentary deposits tend to have high variability both horizontally and
vertically. As such, a contingency dewatering plan would be beneficial for the rare event that
groundwater influx is greater than sump pumps can handle. Details of the dewatering plan should
be prepared by a dewatering contractor.
Sul�ade Stabilization: Like the open cut option. wet and sofit subgrade materials including peat.
silt, silty clay and silty sand will be encauntered at the excavation subgrade. \A`e recommend that
the subgrade be stabilized by over-excavation of the soft soils For at least 18 inches. A non-
woven geotextile having a minimum grab tensile strength of 300 pounds should be placed at the
726q)t 9 M E E
,i
over-exeavated subgrade. The over-excavation should then be backfilled with quarry spalls
having particle sizes of 2 to 4 inches. Some form of compaction, such as tamping with the
excavator's bucket should be applied. 11'a smooth subgrade is required for jack and bore operation,
a concrete rat slab, about 6 to 12 inches in thickness over the quarry spill can be considered.
4.4 EAST HEAD WALL AND WEST PLUNGE POOL
Excavation: Excavation shoring will be required for the construction of the east head wall and the west
plunge pool. Geotechnical recommendations for the shoring design are presented above, and
recommendation for foundation support are presented below.
Foundation Support: Foundation support is required for the east head wall and west plunge pool. Due
to the presence of compressible soils below the bases of these structures, we recommend that they are
supported by light to medium-duty steel H piles. Based on our understanding of subsurface conditions at
the project site, we anticipate that piles driven about 5 to 10 feet into the underlying dense soil could
develop the following capacities.
TABLE 1
ALLOWABLE PILE CAPACITY
Pile Approximate Pile Allowable Allowable
Size Elevation* Downward Upward Load
(inches) (feet) Load(kips) (kips)
12 -10 70 12
*Note: Estimated pile length =40 to 45 feet
The allowable load represents the total of all dead. live and seismic loads and includes a safety factor of
about 2. Appropriate reduction for pile group efficiency has been included in the derivation of the above
capacities. No further reduction is necessar}.
726ri,t 10 SSE E
Lat_cral Pile C'racitics: Assuming that the pile heads arc not allowed to rotate(fixed-head condition), the
reconunended allo\vablc lateral capacities of piles are presented in "FABLE 2.
TABLE;2
ALLOWABLE LATERAL PILE CAPACITY
Pile Sire(inches) Lateral Deflection (inches) Allowable Lateral Load (kips)
12 0.5 4.5
12 1.0 9.0
Allowable lateral capacity can be increased or decreased in direct proportion to the allowable lateral
deflection, within the limits of 0.5 to 1.0 inch. Group effect for lateral capacity reduction should apply.
That is, the capacity of the trailing pile should be reduced by 60% when spaced at 3 pile diameters, and
no reduction for spacing at 7 pile diameters or greater. The reduction can be lineally interpreted in
between.
n e
Response to Lateral Load: We have evaluated the responses of the pile subject d to a lateral load of 4.5
kips using the computer program COM624. These responses include the lateral deflection, shear and
moment along the pile shaft. The results are shown in TABLE 1 below.
s �
72orpt 1 1 S&E E
TABLE I
RESULT OF LATEW, ,'.,Y LOADED N T,.,
FIXED HEAD (:ONN TION
Proposed R .p.l ry Line Storm lnip.rovc:mt:nl:
S&EE Job No. 726
LATERAL LOAD AT PILE HEAD = .450E+05 LBS
X DEFLECTION MOMENT TOTAL SHEAR SO 11, FLEXURAL
STRESS RESIST RIGIDITY
IN IN LBS-IN LBS/IN*`2 LBS LBS/IN LBS-IN:!:-"2
is:<�:: is :F X:<n:>�;:f:�::Y:L ::::::>�:�h�:::T::::< :<L::::F:::: :<ri::::< iF•r::::Y'n:<<:l:<'� :h::::,:: :: :.`•:.: :F:.•: 1;::r:::::::;:::C
.00 .540E+01 -.571E+07 .736E+05 .450E+05 .000E+00 . 137E+11
12.00 .537E+01 -.571E+07 .736E+05 .450E+05 . 109E+02 . 137E+II
24.00 .529E+01 -.463E+07 .599E+05 .448E+05 .196E+02 . 137E+I1
36.00 .516E+01 -.409E+07 .531E+05 .445E+05 .258E+02 .137E+11
48.00 .498E+01 -.355E+07 .462E+05 .441E+05 .345E+02 .137E+11
60.00 .477E+01 -.302E+07 .395E+05 .436E+05 .486E+02 .137E+11
72.00 .452E+01 -.250E+07 .328E+05 .429E+05 .661E+02 .137E+11
84.00 .42-5E+01 -.198E+07 .263E+05 .420E+05 .862E+02 .137E+11
96.00 .396E+01 -.148E+07 . .199E+05 .409E+05 . 108E+03 .137E+11
108.00 .365E+01 -.988E+06 .136E+05 .395E+05 .121E+03 .137E+11
120.00 .333E+01 -.517E+06 .766E+04 .379E+05 . 135E+03 .137E+11
132.00 .301E+01 -.648E+05 .191E+04 .362E+05 .148E+03 .137E+11
144.00 .268E+01 .366E+06 .574E+04 .344E+05 .162E+03 .137E+11
156.00 .236E+01 .773E+06 .109E+05 .324E+05 . 175E+03 .137E+11
168.00 .205E+01 .116E+07 .158E+05 .302E+05u .188E+03 .137E+11
180.00 .175E+01 .151E+07 .203E+05 .278E+05 .202E+03 . 137E+I1
192.00 . 147E+01 .184E+07 .244E+05 .253E+05 .215E+03 .137E+II
204.00 .120E+01 .213E+07 .282E+05 .227E+05 .229E+03 .137E+11
216.00 .959E+00 .239E+07 .315E+05 .198E+0 5 .242E+03 . 137E+11
228.00 .742E+00 .261E+07 .343E+05 .141E+05 .714E+03 .137E+11
240.00 .552E+00 .274E+07 .359E+05 ,437E+04 .909E+03 .137E+11
252.00 .391E+00 .273E+07 .357E+05 -.717E+04 . 101E+04 . 137E+11
264.00 .258E+00 .257E+07 .338E+05 -. 188E+05 .921E+03 . 137E+11
276.00 .153E+00 .228E+07 .301E+05 -.291E+05 .796E+03 .137E+11
288.00 .714E-01 .188E+07 .249E+05 -.374E+05 .592E+03, . 137E+I1
300.00 .963E-02 . 138E+07 .187E+05 -.422E+05 .201E+03 . 137E+ll
312.00 -.375E-01 .865E+06 . 121E+05 -.402E+05 -.541E+03 . 137E+11
324.00 -.756E-01 .423E+06 .646E+04 -`.,12E+05 -.948E+03 . 137E+I1
Ncte: X = I?oi�nward distance fro:-: be%ttor of pile cap inchcF-
72Grpt I"? S&E E
Pile Settlements_: Pile settlement will result from elastic compression of'tile piles and the supporting soils.
to be less than 1/2 inches, and will occur rapidl essentially as the loads are
The settlement is estimated rapidly. y
applied.
Pile Installation: The pile should have anti-corrosion coating and be driven with an appropriate hamlller
and associated equipment. We recommend that the contractor submit a complete pile installation plan
Which should be reviewed by the project design team for conformance with the structural and
geotechnical requirements. The plan should identify the equipment to be used, including type of
hammer, cushion and other necessary equipment.
lateral earth pressure of 45 pounds per cubic feet cf) can be
Lateral Earth Pressure on Wall: An active lat p p p (p
used for the wall design. Additional lateral earth pressures will result from surcharge loads from traffic or
parking located immediately adjacent to the walls. The surcharge-induced lateral earth pressures are
uniform over the depth of the wall. These surcharge-induced lateral pressures are "at-rest" in nature and
should be calculated using an at-rest earth pressure coefficient (Ko) of 0.5. Hence, for a typical traffic
load of 200 psf,,the uniform load acting on the wall will be 100 psf.
Backfill behind Head Wall: Select fill should be used for backfill behind the wall. The fill should be a
free-draining granular soil that has a fines content less than 5%. The unit weight of the fill can be assumed
to be 140 pcf.
Drainage: Weep holes of 2-inch in diameter should be installed at the base of the wall. The holes should
be spaced at 4 feet or less.
to lateral loads will be available from passive soil pressure against
Resistance to Lateral Loads: Resistance p p
footings and the below-grade walls. Assuming that structural fill is used for the backfill, an equivalent fluid
density of 200 pounds per cubic foot (pcf) may be used for design. This value includes a safety factor of
1.5. The criteria for the structural fill are presented in Section 5.2 of this report.
Additional resistance may be available from adhesion along HDPE casings. If the casings are installed with
open cut and backfill, an adhesion value of 1,000 psf can be considered. On the other hand, if the casinos
are to be installed using bore and jack technique, a lower value should be used. This value will depend on
the amount of sidewall lubrication needed during installation. For design purpose, a conservative value of
200 psf can be used. We recommend that this value be confirmed during casing installation. Adequate
connection at the casings and walls will be required.
Friction at the base of the pile-supported structures will not be reliable. We thus recommend that the
?26 p, 13 S&E E
resistance be ignored. We do not foresee the need Ior additional lateral resistance (such as the use of dcad-
man or tie-back anchors). However, we would be glad to provide design recommendations if necessary.
4.5 WING WALL SUPPORTS
Wing walls on the north and south sides of the east head wall may be constructed of cast-in-place
concrete or sheet pile walls. The former should be supported by piling. Geotechnical recommendations
for the sheet pile walls and pile foundations are presented in Sections 4.3 and 4.4 above. Please note that
permanent sheet piles should have adequate anti-corrosion coating.
4.6 PERMANENT SLOPES
Permanent slopes can be 2H:IV for slope heights less or equal to 3 feet. For greater heights, the slope
irr
should be 3H:I V or flatter. The site should be graded so that surface runoff wilLnot flow over the slope.
Also, all pennanent slopes should be seeded with the appropriate species of vegetation to reduce erosion
and maintain the slope stability.
4.7 EAST PLUNGE POOL
Excavation may encounter peat on side slopes or at bottom of pool. We recommend that the peat be
over-excavated for 2 feet and the over-excavation be backfilled with quarry spalls of 2 to 4 inches in
particle size. The quarry spalls should be compacted by an excavation bucket.
Soil anchors may be needed to secure logs. The anchor can be a buried galvanized steel plate. The
anchor capacity can be estimated using the buoyant weight of the soil column above the plate. For design
purpose, a buoyant unit weight of 60 pcf can be used.
726rpt 14 S&E E
i
4.8 SL-ISMIC CONSIUI:RAT IONS AND
IALARDS
The project site is situated within Seismic 'Lone 3. We recommend that Site Class D as defined in the 2006
IBC be considered for the seismic design. Two seismic hazards are identified and detailed below.
LIQUEFACTION AND LATERAL SPREAD
Liquefaction is a condition when vibration or shaking of the ground results in the excess pore pressures
in saturated soils and subsequent loss of strength. Liquefaction can result in ground settlement or
heaving. In general, soils which are susceptible to liquefaction include saturated, loose to medium dense
sands. However, recent studies show that liquefaction can also occur in fine-grained (silty and clayey)
soils during strong earthquakes. (Bray, J.D., et. al. 2004). It is our opinion that the soft subsoils at the r
site have a low to moderate liquefaction potential. Impacts-on pile-supported structures will be minimal
as the piles will be embedded below the liquefaction zone. However, moderate to severe distortion to
the east plunge pool and its surrounding permanent slopes may occur. It is our opinion that the best
option to cope with this hazard is to perform post-earthquake maintenance.
Lateral spread is a phenomenon when lateral displacement of surficial blocks of soils results from
liquefaction in a subsurface layer. Once liquefaction transforms the subsurface layer into a fluidized
mass, gravity plus inertial forces that result from the earthquake cause the mass to move down-slope
towards a cut slope or free face. Based on the distance of the site area to the water(Lake Washington),
it is our opinion that the potential of lateral spread hazard at the site is low.
726rpi 15 M E E
4.9 AUDI"fIONAI. SERVICE'S
Additional services will be required during the design and construction of the project. WC envision that
these additional services may include the following:
�r
1. Review of design plans to confirm that our geotechnical recommendations are properly
implemented in the design.
2. Attendance of design meetings and provision of design support.
3. Construction monitoring services. The tasks of our monitoring service will include the followings:
3.1 Review contractor's submittals.
3.2 Monitor P ile installation.
3.3 Monitor HDPE pipes and casing installation.
3.4 Monitor excavation and subgrade stabilization.
3.5 Monitoring of placement and compaction of structural fill. Our representative will confirm the
suitability of the fill materials,perform field density tests, and assist the contractor in meeting
the compaction requirements.
4. Other geotechnical issues deemed necessary.
5.0 CLOSURE
The recommendations presented in this report are provided for design purposes and are based on soil
conditions disclosed by field observations and subsurface explorations. Subsurface information presented
herein does not constitute a direct or implied warranty that the soil conditions bet,.veen exploration locations
can-be directly interpolated or extrapolated or that subsurface conditions and soil variations different from
those disclosed by the explorations will not be revealed. The recommendations outlined in this report are
based on the assumption that the development plan is consistent with the description provided in this report.
If the development plan is changed or subsurface conditions different from those disclosed b} the
exploration are observed during construction, we should be advised at once so that we can review these
conditions, and if necessary, reconsider our desi��n recommendations.
7261-11( 16 Sd E E
Gypsy Creek Drainage Basin
Ripley Lane Storm System Improvements
fiQm
k
� t
�+ ti
4 r ;Se 72nd St
rl ` r T .Y''bf � � �y 4r xx nr94Y�Y ti.. 1sx' xl i i
gr"r."�}'377 ,i t^a XWO �.. .� �is
t a
ale SOth Srs ti
tY""i 4'� 1 * �.f,J �. (1f� .,
Se
t�?��T 7--�F'� ��'�,�F 'Y ...r'P S:, s'� `�i vl"`��' ;;p^}r' _ �'•
1�t�r�3f.:�3�ii �y`_._„-�ug
"art
1 q-
�,r v,: 1 R• r
4 1 S
43rd Sc Se 60th$¢ va
K.
02006 NAVTE
24A6 Ma`Ques#-1nc;
PROJECT
LOCATION
.r
VICINITY MAP
(NOT TO SCALE)
a=i
rn aEi
O
.. 2
0-
;rl �
A ,^
Y
JNVI A31dt2l p.
CL
r
LB:9 i
X
L8-8 RB•8(2)
DL
CD
C I
x
is z I kb=ti •�
rn la-I
w i Q
J C
\� y D N
\\ W
3 Z a R8 °'
j o
6-5
a€m 1
Q
Q)
FIB i13 .,LB-5 / C
\ F,� L20. d RR-4
U
F16 _ �,�
i I/
,1<\ .15ry lie-3�� ,8_{•,// .$ l�
- F1 gg N
713 - o 1.8-2 �! N8-3. J
/ � ��•r ► Q)
,RB-2
J LB-1 `3
�01 J r
i RB-4
F10 F09 F08 U6 F05 FG{ F?F05 ` r
f
_ C
...... M
\ U
C
\ N
E
C
^s C
it CD
C
_ C
r
Z m
Q •"
J
a
N
ti
W
W
06
i (n
N N O
Q = p >
rn c —
O
m m o
o (D
s N �-
U)
0
m
CL
0
0
0
J
J
2
� N
fC _
U
X c
O `°
� c
O
Q N
Q
O 06
C
O
11 c
N c .4
R
C N
0- A
t) I s C;
C O
W O
W m
cn
T C
O
c L)
U
O
m U)
y
C .E
cuC
u Q O
U �
3.Nl V l U ld i n W
N
m
I �
N
w
t W
06
ce
Q .0
.3
Z) o U
U J
j O 0)
O O O O „l �,s U?0)
m I i fn N
r U
(Jaa;) Uoi}enaIA Q
ML
CD
W
Cd
rn
a�
0
0 a
o Q
m Q
T
a) CD
> LO
O it
O O
� II
O N T m co
O Zf
°6 > c_n9
m ° o
c � o
I n o > _
c �
I � I
i a aa)i c
c o
Q) 8j I _Q- U
> o
W I L T
f6
O �
m
T N C
o ' g
C O I T U C
T I I CA
-
>
(V r
w. o
CO O O
c
Cf)
6
Q Z
N
I I I
(19,94) UoiJe W
06
i
Surcharge Load = 200 psf(construction equipment)—
0 cr a 1 2
Q_
cra2
5
Sheet Pile
13'
10
15 gpi 2'
(Ignore resistance at top 2 feet)
20
20'
0 25
18'
— 30
Qa4
35
o-p3 o-p2 Qa3
—40 10'
45 Up3 (Not-To-Scale) o-a5
Passive Soil Pressures (psf): Active Soil Pressures (psf):
crp1 = 90 ua1 = 100
crp2= 860 cra2 = 300
up3= 1,850 cra3 = 1,000
cr p4= 3,450 cra4 = 500
cra5 = 700
Notes:
1. Hydrostatic pressure should be added to the lateral load on the sheet pile wall.
2. All pressures in pounds per square feet (psf).
3. Passive pressures include a safety factor of 1.5.
4. Recommended sheet pile embedment depth (below mudline) = 2 times excavation depth
Fizure 4
S&EE Soil Pressures un Sheet Pile Wall
Job no.'20 Riple} Lane Sturm ement, Renton. WA
w
APPENDIX A
FIELD EXPLORATION AND LOGS OF BORINGS
The soil strata to the east of Ripley Lane were investigated with the drilling of two soil test borings, B-I
and B-2 on November 15, 2007. The borings were advanced by mud rotary technique using a track-
mounted drill rig. A representative from S&EE was present throughout the exploration to observe the
drilling operations, log subsurface soil conditions, obtain soil samples, and to prepare descriptive
geologic logs of the exploration. Soil samples were taken at a 5-foot interval in general accordance with
ASTM D-1586, "Standard Method for Penetration Test and Split-Barrel Sampling of Soils". After the
boring was terminated,the borehole was backfilled with bentonite chips. The boring logs are included in
this appendix. A chart showing the Unified Soil Classification System is included at the end of this
appendix.
a
72hrpt
SREE
9
_ BORING B-1
co in j Soil Description
0
SM Dark brown silty sand with gravel and grass roots(topsoil)(wet)
i I sM Brown silty fine to medium sand with wood debris(very loose)(wet)
4 ' 18
20
2
—6 2 s ; , i I ML Gray silt with lenses of fine sand (soft)(wet)
, 2 r
4 PT Dark brown and brown, fibrous peat with trace fine sand (ver soft)(wet)
1
10' 1 1a ' ML Gray silt with peat and lenses of fine sand (very soft)(wet)
1 ' 16 ; /•
, I I
1 1e .
1 ' 9
1 I i
15 1 , 18 ' I I I -less peat below 15 feet
�li it i
3 18 -few gravel and some wood debris at 17.5 feet
0
20
(Boring log continued on Figure 1b)
Client: Parametrix
Drilling Method: Mud Rotary
Sampling Method SPT sampler driven by 140-lb auto hammer
Drilling Date: November 15,2007
Drilling Contractor: Subterranean, Inc. Figure 1 a
Ground Elevation: 27.5 feet
SUE Ripley Lane Storm Improvement
Job tlo.726
BORING B-1
° (Continued)
CL 3 cc U
Q m :; r7 j Soil Description
r! 20 1 is ML Gray silt with some peat(very soft)(wet)
1 CL Bluish gray silty clay (very soft)(wet)
WV
25
.r
+Mr
4 16 ML Inter-bedded, gray silt and silty fine sand, some blue clay,trace wood debris
a 14 (wet)(medium stiff)
r.r
30
r
sM Gray silty fine sand with fine to medium gravel (wet)(very dense)
23 18
25 10
24
i
35
63 16
54! 14
4"
Boring terminated at a depth of 39 feet.
40 Depth of groundwater was measured at 22 inches below ground surface.
Measurement was taken about two hours after drilling.
Client: Parametrix
Drilling Method: Mud Rotary
Sampling Method: SPT sampler driven by 140-lb auto hammer
Drilling Date: November 15,2007
Drilling Contractor: Subterranean, Inc. Figure lb
Ground Elevation: 27.5 feet
S&EE Ripley Lane Storm Improvement
Job No 726
_ BORING B-2
� z
a
r Q)Q) a
U
Soil Description
0
snn Dark brown silty sand with gravel and grass roots (topsoil)(wet)
i
I'i 1 MLI Brown sandy silt with wood debris(very soft)(wet)
I _ I
' I
,
It .,
I I
6 1 18 PT I Dark brown and brown, fibrous peat with trace brown silt(ver soft)(wet)
1 18
I
I I
, I I
i 1 118 ' ,J;
ML Gray sandy silt with peat(very soft)(wet)
10 1 4 18 ,
I z 1s I� �
s i 1 1 I
I I U 1
I IIJ
, I I
I I
7 ' 18 ;t sP i Gray fine to medium sand (medium dense)(wet)
12 12
17 �\
I I f'�
I , I
15, z I 18 i
1 8
a MU Gray silt and silty sand (soft)(wet) t
SP
� I
s ' 18 CIL Bluish gray silty clay with trace wood debris (soft)(wet)
2 16 li
I
Boring terminated at a depth of 19 feet.
20 Depth of groundwater was measured at 18 inches below ground surface.
Measurement was taken about 24 hours after drilling.
Client: Parametrix
Drilling Method: Mud Rotary
Sampling Method: SPT sampler driven by 140-lb auto hammer
Drilling Date: November 15, 2007
Drilling Contractor: Subterranean, Inc. Figure 2
Ground Elevation: 27.5 feet
SUE Ripley Lane Storm Improvement
Job No 726
ar,
UNIFIED SOIL CLASSIFICATION SYSTEM
DESCRIPTION MAJOR DIVISIONS
GW WELL-GRADED GRAVELS OR GRAVEL-SAND MIXTURES, CLEAN
LITTLE OR NO FINES GRAVELS LL ay oo� w
POORLY-GRADED GRAVELS OR GRAVEL-SAND MIXTURES, (LITTLE OR J �o Z w y J
•. GP LITTLE OR NO FINES No FINEST > _ < O
SILTY GRAVELS, GRAVEL-SAND-SILT GRAVELS Q �LL"6 a
N
GM MIXTURES WITH FINES U' ww0zh wt Z
GC CLAYEY GRAVELS,GRAVEL-SAND-CLAY (APPRECIABLE O X w o g
MIXTURES AMOUNT OF FINES) _ o
WELL-GRADED SAND OR GRAVELLY SANDS, F (9 x z
SW CLEAN LLN
LITTLE OR NO FINES SANDS LLO z o E cn
x
SP POORLY-GRADED SANDS OR GRAVELLY SANDS, (LMLE
FINE G=N o Q o o
LITTLE OR NO FINES Z i LL a w O o g 0 a
cr �� U hw
SM SILTY SANDS,SAND-SILT MIXTURES SANDS Q W J ti o
III WITH FINE S <t<J so
SC CLAYEY SANDS,SAND-CLAY MIXTURES (APPRECIABLE 8 vii °w
AMOUNT OF FINES) it m
Lm
ay
INORGANIC SILTS,VERY FINE SANDS, ROCK FLOUR,SILTY OR <w
ML CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY (n v,N H d
tCSILTS & CLAYS p <N D`
INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY,GRAVELLY a_ D.
CLAYS,SANDY CLAYS,SILTY CLAYS, LEAN CLAYS LIQUID LIMIT LESS THAN 50 (n N 8 N
ORGANIC SILTS AND ORGANIC SILT-CLAYS OF LOW 8 z°
PLASTICITY Z 00 i 11
INORGANIC SILTS,MICACEOUS OR DIATOMACEOUS FINE Q a ~h
SANDY OR SILTY SOILS,ELASTIC SILTS
INORGANIC CLAYS OF HIGH PLASTICITY,FAT W W
SILTS & CLAYS Z x CLAYS LIQUID LIMIT GREATER THAN 50 LL 0 N ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY,ORGANIC SILTS
PEAT AND OTHER HIGHLY ORGANIC SOILS HIGHLY ORGANIC SOILS
I
KEY TO SAMPLES
SZ DEPTH OF GROUNDWATER DURING DRILLING ® INDICATES DEPTH OF STANDARD PENETRATION TEST
SOIL CLASSIFICATION CHART
AND KEY TO BORING LOG
S&EE
APPLNDIX B
LOGS OF PREVIOUS EXPLORATIONS
7, S&EE �;
Total Depth: _ 50_ft_ Northing: _ Drilling Method: FISA and Mud Ro_tar_y_ Hole Diam.: _ 6 in.
ti Top Elevation: =25.5 ft Easting: Drilling Company: GrF or Drilling Rod Type: ______----
Vert.Datum: _ __ Station: Drill Rig Equipment:_ Harnmer Type: Automatic
Horiz.Datum: Offset: — Other Comments: SF corner of_[oposed building___—___
SOIL DESCRIPTION 1 l m ,7 � PENETRATION RESISTANCE (blowslfoot)
n° I al m C r ♦ Hammer Wt.&Drop: 140lbs130inches
Rcfrr to the report lest for a proper understanding of the o a p---'----
subsurface materials and drilling methods. The E ! m o
stratification fines represent fhr approximate boundaries p U) D U
beM-een material types,and the transition may be gradual 0 20 40 60
-\Topsoil. ..
Loose, brown,slightly sandy,silly,round to
�l y •
✓. ° 2T n ::. 351
subround GRAVEL, trace of organics;wet; T
.� GM. 4= 0 10 I
Very soft, light to dark brown,wood fibrous ✓ X68
PEAT with scattered silty,fine SAND s=
layers;moist; PT. 20
w 20.0 7-
Loose/soft,gray,stratified silty,fine to :: .
23.0 7= 98
medium SAND and fine sandy SILT;moist; '
SM/ML:
w Soft,gray, silty CLAY,trace of organics, 30.0 a= 30 ..,... ......,................
moist;CL.
\Medium stiff, gray,slightly clayey,fine I 35.0 1°7—
sand SILT;wet;ML. / '•.
Medium dense to very dense,gray, silty, r
-\sandy GRAVEL;wet; GM. 44,o x x ('Z=
ANDESITE: Moderate to high strength;
x
w+ gray;massive;fresh to slightly weathered. 50.0 1 50 ........_. .,..,..;.........;_:._........__......... ....:...:._.._,._,...,--
6.
BOTTOM OF BORING i
COMPLETED 5/23/2006 !
=L:
60 I
Note: Artesian water pressure was -
encountered in gravel at about 40
feet. I I
70
i + ..1 .. .
I I ..
r ° i 80 ..
a .
ran 90
0 20 40
LEGEND Fines Sample No"Recovered Piez O % es(<0.07
ometer Screen and Sand Filter 0 % Fin of Content
p — Standard Penetration Test v V Bentonite Cement Grout plastic Limit [--Ate' Liquid Limit
ill Thin wall Sample . Benlonite ChipsrPellets Natural VVater Content
G Bentonite Groin
L
-?_ Ground Water Levei ATD
rr Seahawks Headquarters& Practice Facility
`= Renton,Washington
a
C7
••
N01 ES LOG OF BORNG HQ-2
1.Refer to KEY for explanation of s�Tnbols,codes,abbreviations and definitions.
w
2.Groundwater level,if indicated above,is for the date specified and may vary. July 2006 21-1-20525-001
' 3.USCS desianabon is based on visual-manual classification and selected lab testing.
tape SHANNON &WILSON, INC. qq
w 4.The hole bcation was measured usar a cloth la from exrtina site features and I FlG. A',7
rn shou'd be ceriside:vd approximate. Geole�hni;a and E°viromm�n;a Cens.dtants
al•
vow
r.
UK
ra
r.
SITE PHOTOS
w
r
r
r e�
r
r.
}
\ 4 i
p
.4y1.
q t.
1
a c .t a a'dk xuF -' u '{ x
} rt
§ d s ' r
fIX
r
�^A
d g a fig 'x"s 't
a- e '�°•d €
wy
'u _ t T to
yl"
'parr ly, Ag4 er�``5 � Yl•00, i➢p<.�A 2 Y
„Mg^�f �� `��'g�'•�d�d'#1�� <"x`_, ..ff.�� '�Y � `"y!, � k° �fit:.�Fm! # R,.
a, � S•w p'mFi.?�I 4:4A`A`Y"
,.
3 E ;
°' z .
s
z
1
� `` }' '2 f.� Y a P r l' '� .c• Ak ^ F t f. 1 AY 7"r}
` jkjts h "h��r„"�i `� � ��s �'i tA'x'�`t ^ fi �a � A' ''`�i' �,aN 1 1 r?_�w•-, n�� i
3z �' g rs '`4v'r Y s
gnt
.rr `� aro`i` Y r,'� t rPi �r '!t.v�"a�� `� � �, € '�2S "•a 4.
g �r ar
4g1 P 7# -"J.'a;'� € r s
'°4
IWO
X55 &�� �� i� � �+�,�a� r ee x ,� �,,"�r ` x �,6 �s.�� x•'tR
+fk.; ��� +f' er� � 'i4�Y + ! t�I^s` � 'L obi 57"' '1+• L �R '�u°(�
z y T ✓4h" � *? €. 7�s`.ar * ye�,� w' tR�i�.¢�g�,`.: .�-- a7i;.
a�W7 4,
JA
�€
/
rnx
:
'� �Sy
G ��. .� a, am"�ir f,•'r"
Wf
r
Alit",
rig
�����1
y,'
i
y<,rc
4a
A ,
!ar s
J
Fie+
,p
Alf-
� F iry6' m y+b.°�t4 �i�• 1` §a`��� %c� � s"'� �, _r, rf mpr(Tr4 ( w'.�''��
�6' � s} • �,4{ �'- s��9{g �';�"r t9k� t L � Ala
5
FA
ii
a�as .� ,v x���` >l� �`'�'�` - ' t�'. r data i�''y"�tlV. �t�r• ,
p �'�� � { � °�^u✓�.- �� � >�'1' *� Geis i`�rly'A� ��'�y��F�r '� y�
i
a
��
F
��. w
fr
s.
STANDARD DETAILS
CITY OF RENTON
DEPARTMENT OF PLANNING, BUILDING&PUBLIC WORKS l
J
2"
N
4" -
N
-PROJECT NAME 2"
O TER/STREEETT/ TC 4"
a-
\ 8"
BY: CITY OF i GW61 II-TWY SYSTEM X-
CRY C ACT: ( 3-
coffm 3"
SCFOU�E'- TO 3"
8"
4'-0"x8'-0"x1/2" EXTERIOR PJF)
12- 11 (SMOOTH BOTH SIDES, ABX)
} 2"x4" DIAGONAL Q DOUGLAS FIR ST
Z o BETTER
� o
0
Iw
4"x4"x 14'-0"
m VERTICAL POST
TREATED (TYP.)
t
l
0
L7 7
M
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
r" ENAMEL THE BACKGROUND COLOR IS WHITE.
' 2- LETTER TYPES. THE LETTER TYPE SWILL BE SOLID HELVETICA
MEDIUM EXCEPT THE LOGO WHICH WILL BE PROVIDED BY
THE CITY. ALL LETTERS AND NUMBERS WILL BE BLACK.
3. LETTER SIZE. 4" LETTERS ARE 1/2" WIDE; 3" LETTERS ARE 3/8" WIDE;
2" LETTERS ARE 1/4" WIDE
APPROVED BY:
PROJECT SIGN DETAIL DATE: 04/10/06 1
' SHEET: 1.0 J
V) U) W
w0 Q
~ w N S } 0
w U W
Q U ~ N W Q m
O w S F- W
Z d W ~p Q C�Ld .] O
O Wow z wN �Z <
� O O Z � W 0 J g 0 W
Z w 2 A Q-
LLJ
~ L cno= = gym ¢ °m W cn
Q Q S - Z~ O M p� V) O JJ z zo � m
U Q =w Q0 2: >OJ WOS �" AZ '
S Z d N W a Q
z 0 w(NI- = LLI NN U E.w aF
w O COQ_ p � mw ZQU) a 0. 0 cc
Z m<V) w Q wW Q a
Q iQ ,
LLJ � J J mw � m
0 0_ ZO _JQ � O_ Y JOW JQ� A'. �
J N Q OF- UIZ. U Jda -i W m
Q Q }
�� Z w LLI m> V) LL) U)< < 4 + fir
Of > S -� w ¢ W O O z
Oa w O � t- �00 mx U) -j w JJ F`
o0 O0 O�Qw Qw UJU) 3: wzZ `�fjl
?0- �LLJ w V) ZO~ NN wOQ wX < O
0 Q O wo wQww Q UO_w U 0_
J = O S � w S O J
w cn � tnw 0_~mo z ¢F=- Q ¢Qww
wZ � � � z Om to ww w w FLwO~
�= W Z) Ow ow0� O✓F- CO- Z Q '
IL
_� - W OJOF- ~W w> 0 wWOOw Q IL
-5 X W X W 0000 W< F-2N F-F- O�
FW- O(V! � J 2H �- NMFS- F=- O L�0S Lz < a. � m
O 'Z N Ln Ln cD
2
U '
Z
W
U O O
M N 1
Q M
w}
vi S w m -
J U 0- N
J Q m
Of w O Z I
W Q - Cp N z '
30 �> mQ
Q —
x 00 LLJ o� O� �F-- w '
ca Z .0- �Q Q
J(If O m: Q
Q w N
Of
w m �
U) '
<m m ----- I -=� N —
O w cti w I = F- 0
cn a Of
G w� I Q Ow Q
CD a 0 I O z m ~
ti Q I W W Z
cn U I x Q c� w o �` -F
F-wm I Q > 0Z � J (�
�? — cn w
J N Q I U 0 J O w '
� Ow I m > w0 J:C Q-'
m m >
m m
I No �moQ mQ
O 'I _� mm 1 woU
LL-
wpz�� I
W W J
> T-Of
O 1 �Q F-
W=
CN .„ o_ 3: -Z o F- ,
0
I
Ln
00
0
m
i;_i
0
Q
W
Q N
a
0
a w z z t°
C- O 0,
0 � a Caw aN
W a o
CQ z aO A
U O z
O r4 Q 6 E- .
c�
o O Q F
C Q 4.
o LLi
(D —4���0
N -0o� W
Cl)�rJ+���
C 7 L
o E
u Eoo 0 �
�oE QZ z o
I (n C) 01
aE_ Q w a
.a
_0 0- U uai Q
* oU 0� ( >
o Q Li m
. - oo dm Q
U Qc� « W
O C'
Z '- N � 0
Z
N Q
O �
> : D Q Q Q z
0 C,4 z Es 0
:E � W
N W -d N
OW= (n QQ -NO w
m ova ~ O
J o� 0 c f
W_j 0 I 000
W > Mm inoom
_co LO I I I
w =W
� a W�¢
� JfK M l l f
0
Ul� (n� Q U Q
I
Q� 0QL,0 0
mQ =co z
U
=m ZQ�of
00 Qop0
Ld
W 0� <x �,Q- Q O
N M(n U M D a O W
Q W d
Z a� o v >
Q cn W
r\j w °o >
C)
w —m w
z
I �
CD
_Z
J
' W a
d 0
O
a_ U
1/2" THICK WEBS ,
8 PLACES 1" DIA. LIFT HOLE (TYP)
3 PLACES
SEWER OR DRAIN o ° 3/8" HIGH CLEATS AND LETTERS '
AS SPECIFIED O 3/4" x 3" BASE, 1/2" x 2 3/4"
3" RAISED LETTERS °Q° ° °O° TOP, 1/8" TAPER
.a °000°o °o . �
a Oo�o�o�°o
LOCA11ON OF DOGS ON ° SEWER H 2 5/16" TYP
LOCKING TYPE COVERS -0
i
(120°)
� cO000�o v
� o 0
3/4" RIBS
6 PLACES
COVER
(BOTTOM VIEW)
27 3/4" *IN THREE SEGMENTS WHEN
26 1/2" 'LOCKING DOGS ARE USED
26 1/4"
4. CN
g" —23 3/4" 5/8" "b
3/4" -- - d
�— 1 117-
— 6"
LOCATION OF DOGS ON
5" LOCKING TYPE COVERS
24"
34"
REFS` OF229
NOTES:
• MATERIAL: FRAME; CAST IRON, ASTM A-48, OLYMPIC FOUNDRY, INC .
CL 30, COVER; DUCTILE IRON,
ASTM A-536, CL 80-55-06
• EVERETT DWG 607 24' x 6" MANHOLE
FRAME AND COVER
APPROX. WEIGHT: FRAME - 276 LBS., RATING - H2O PART NO. MH52
COVER — 191 LBS.
N
O
R
0
1
'C�
o
d - d a s
a d o m
m
z
m mQn m h r w�yk C
O E_ d 6 0 lag o z
0 E O
t
Sf 2C F
O
(V
° E G oEm° zS �i►'
E =
m� to jZWO
n
o Q oC f m =aQE m e m pm•_w�c Zi v H 8
d
_ -
`m c m� L E vOi3a a
� o.� c� °Eontn� z mxN z
m g m m C °[E Vl Q U N W .,
p _ Z
Wo r = h Q cai ry 3k
P Z
LL
O Q N 03 m S
Z
mU J W
{i
W i{ Z
h a
w
�
U �
3 F=- z Y $ W
o
U
c w w ow
O U m Q E)(9©
� O
W
r
O==
C7 O
W� NW
N
>O W Z
OU .1 W
O
W< ^
30 z Ti 0 0 W
Z W
LLC �< a N
QUO 0 �� QQm 1- Z
mz O ZV J O V
' r(r
O °z w 0 r 0
U S K O
S K
R'
w ry w
__________ __________
wQ
W
-XtM1Y i". O C
` 2U • W
1 O l d ll)
OQ .Zl L
N i
xvw.az `; w IL 9 W
z Y m
c QS- oW
F <Z
d N
O
OLL
0
t
�a
J
T V)
ow
z i
0) OL s •QZ� OY G'
+ E
O - W J•-• C �' n i
C x4 - p JVfY. ti
W4 �
L 0)i I ��� Q
c . V co Cd
axL o 0) J N N
L --y v v XVW ,b 6 p �
N O L E+- N L Ld F-
'
O - LmD x 3 L)
L U/ 0 Q
O O -- La N jo X o .
c
0 D x 4) m
E
O OL•-
�n 4� .0 v 4- i+� W
OO -+ m3 v 4) „Z[ CL
CL L4-DL C C
C'N m_O 4)
-U Lt O 4)
OO O104-O E -
DO 4)+ Oa, O O L
_ u
UO a Ti- m N v
v g `� •
4- m C - - g
0 L 4- 0)0 4- a .0 s
U 4) m L O O O
T� C+C C +- CL
L0 •-+ 0 c 0)v
0- m O (n•- •- U in
0) U D )0 V) 0 0
L4- L.-.m+- - CD
am vv 4) c v L
00 +V-c 0) T
_ _ n
v) a s u E Oa C) a E Q
w
� o v
0 o C +
2 N M v O W Z
v NIW N m
ID Z/£ ..'./i6 0
v Z Z
v . L
Q Z IX (/) m
Q n
_ H a i Q. Co 7 111 .
_
s Z m „9 p V c
ri ?1 W a ` Q L
II I� LA Q. N I U 111
O L) NIW
\\\ Q a Z/19 Z/6 N i
0 z p z .Z-.
CL a J N
O_ y
F. N N
-7 Z -•7
£ Q 9 V
2 �
Q
U
N
L
d L
t N
C 0
d L O N N
UUU L L
O w N y L
+2
F + w
t O2. dNO wo
Ot: - UUU
O Up m
.0 Q
M O 4
L C
O .- E f
m +O ` 0 V7
..ZI
N 0 00 OQ
Q 0
+
m 3 m
< m 0
(�`ff 0 a I `I c0
- CL
° — z
C > > a
� N tri
u u
c u
od pa L
Nm~ NOr
U co
u V
V
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. MIN.
2" CLASS 'B' 6" CRUSHED SURFACING
TOP COURSE
ACP CLASS*
I CRUSHED ROCK, FLOWABLE FILL
OR AS REQUIRED BY ENGINEER
2" SAWCUT AND REMOVE
OR GRIND, SEAL WITH
AR4000W
2.5' —J
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
6.5' MIN.
1' 1' 2.5' 1' 1'
MIN MIN MIN 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)
0)
00
CD
En m
.tea w
a o c�
0 _N N W Q
N L
p ° 'a�LD7 O - -a a
U _C C N L,a'
N LO (n
°
o�'DOO � vo Z oz z °\
20 ;�o,-0 v° v ° �r� Clw Q
yCc T7 V V E0 C 7.�'p O'U �'.0
av[w NE. [ cN co Z Qw
0 yDc O.T�0 yL.0 nN na a p G Q
S---0.. an O C C p u,C 0 7�
Q C1
O p'0 n'C N v�'O N U N 4i N 0 Q F 6 F a,a
N o u o c c N p N
«c p`�O O'C N-z u YO J O
N I d m
.vv. «nL�vt avNVE v° ca .W-7
N O
o ao ti U LLJ
E 7 o p D v o D H•o o. >
g
y p"fNN 0 N E° o a f��r va�o c°vO> co�o N n y av_i
I
Cam
'0«« v ooOL
V D `p '+J
y z
[ v O . r
o . NSc
L° "cN V .o ov cr o o C.O
V- O y 7.-`.y V C y
on ` o '?o ,7vo'�o cou' F`
CZ�
v a y
or D ON^
mO Q c rL V 0,50 CLONO O � D a
'0
C a C d L 0 0 OD 0 N�0 O
oVOO=E. oo
o�U° ff _ o
C C v y O 0 7 y Q1p0'
F" Q
O " .
3.rn N N c 0. aD
CN 00� N 0 a PO-O 0o � 3
m d d
VC I Na-O y O`V
ON 3 V"Dnn N VV1 . C N,G VT�O OC V3
N N E
. _¢ 7 OO'0• O "C O
O 0 _ O O L N a' D D
C .
QI CO L 00aLNv
N
I
V)(A
>aQ- Z
0
Iw
`N
�Ir N
[ c a a0
Cl � o N
c rn -
W C O
v L w= 0 00
« u VI.0 ll
C N c N ^ W
N
W
U ayl N v 0 L V OD V Q
v c o�UM 3 M
7 7 c
1 N V W aoc OE NNV ^ \\
' N (A ay M D '
l.E-
M V
N O - C— N U C* E ^ \ O
2 'a
= �N ` UJ0a- T0yV0 )
OM V) V.O 0 ODc 0 : - -
av «O o c (a 0-0 N CO a a
D-
M
oN U �E V �'••UI- j D
N 6 a
N - - -
v^L 7 v _0 0 0 'O N Lv 0 C' �0 �Q _ 41 M .- V) M
«D N O-O O�O H p�,""o 0 Vai VI 6 N .I+ �0N 'C
c v�nM Cl 3 3 N °Q a[i o J y E N� °� °y L 0 ='00 \\
vDOao
a'pon N v,E-`w: E _a oo
O D C,- V.0 D"NQ °� .L.. C.N UNN O'
O
UN�._y LLtN aC N V� 0... "
c o I v u 0 0< o
O C�.N.�Z N O aC'N eC'(�V 0 lX1 1' 7-.0 L L 0 0\ O
C.y E E OD 1 Na NQ L '00 Oa OM .C. CM ONO LLa m
«v v E_ (Y�MLQ�^mod wU [ a a \
O a 0 N O O v ui N N M co N
TC T_ - N'- N O Oh O V UD � N M
C NOD°- SQ2Q a°QQC O`•_ _O 0_ 0 H Va N N
Ln
r y a O- ~0~V"0 CaU)^ -U N O�j «>O~ O N O O
o D� N c'�N o vM M x n [ o N O C) 0 0 0 0 M c0
00 v U v C'C\ 3 V 9 p 0 0 0 M O V) O ? co '� V)
LNl UO' N0� n..f�O XLo �N -0O 7O'er `pVl O o N a0 O (O QI N N Ol W V _ M
O N _ a W QD\E'!'F-N ..SQ j OUy J aQ t`Q 0- N M 00 - N M 7 V N O Ot y 0
a��cmw o v'n �UNiv >>,M. ova°;
V7: V)L `O c V)y, v N VI v N °N Ul N O o U N p(n J
3.,QEa7 � QMQ ONO_ i=2Q fOUun ULQ -a� NNOOOOVOOV) OOOOO
y O O O o N o N O o 0 o o
CJ
U7
M R t0 N O N O' 'O a0 CD N M M
N
Y �
<
li
J'
~UJ aV X 0-
N==
J~N JDw
-- S Q
3° JWw
Z <m(r - z N
ova x U z W o z m
Zmm NCO W ten- Z c\v
w q w p
UNZ O Ww O fW" it a EW-
U -> 1:a
�ww W<~Z ° Q ao aQ
a _ o
�° �Id U > z
wWm <Z, N qE. ca E/ N
W, <Z Q-. Q' U N ..] o
UW° W. 0- a '�"'
Wwr H~YK U F'
omw <
�a < 5 C
a p Z O W~ 2
W,-- 5a�� w O d '+ Z
a<z oE�� J U C yl z U
o {4
a ° °m a �° f 4t 3
W �
mz0 FwmN
AJ V U N O j J W Z .....
x J odd"'W N o d
N Z a a W a o Z v °
N, ~ OmON W Z
~ a W J W~ O a a
Z O UJOZ
O m Y Q
On< 4.22W K W a ...
< N W
J
mi° m<m� < m Wo m
Of"WFW- O�Jw W a N Z
°o m w H W J x > 2 Q
~a N m
W 1 WJU O<m= 2 Z WO 2
F-J<z
�mEn C) ¢ZO<O Q F n U
U W
��-V) WZw~ in a v d Z
w()z- o<I— w M w O 6 Li
Z Z - m NXm00 W OU O Q U F-
Q 2WZp Z
m dl Nr2-Z l xwo w < U Z U U O
Z m} W v a J m w
� �Wryl- WNQ a W m W W � �0 W
U UF--�W �i\wo N N O > af Z
Q Q m
6 Lf) a Z m I
z Q co
O
U m \ cn U Z
v O
N
v dl2jis ONUNdld v
� w
0
Z M I Q
o Of
z CO m Q Z (�
Q _Z w > (n Q C7
O Z
x :�iZ Z>- N d
W O O J \
_QQ � FO0 w Q
x Of U Q Z Z a-
U En O
N cn Xx Q U
\<\ UJ ,
w Z :2 r-
3 M ire� w W
x m U C7
W
Y \U Q < Q Q
� J _Q Q Z m Z
Q w 0 N U F
Of t
Q LLJ
Z w w (!)
O m
FF--
Q Z 0 0 U z ~
x � -- cn � Qp N V
w w Q x , I
z x w Of
'� Q _l W Q 3 \ N
?x� W� v \
\\ x
O U \ r
N
N 0 \\
rw
N
Of I
w \ n ¢
vi z
0
0° � W !--w
Ja WF- W
en
=).
wz ,.b z xQ =<
WO
Vm Ww O ♦ MO
W= C�a
v> - OZ o
lu x w 0 rJ + Q� 1Y
Z
w T
J Q]
mIr i
IQ-U w at 4
Z J CI] L U
of-- „b-, Q= ° m Y m
=W F-U 0a
Ow a0 w
W= _ °o
MW �-
n QU -^, I me
' m W in pU <W
1 F- '� ,o \n wZ �- 1 mF-
C)M LA-
F- '^ to
c "U wz lY• .o �p z
N ...Z JW ' C)Z o
E „b CDC rt :N ZQ N
i Ow p >
a j ..9 .�1 pOU .. 9 U�
•
O C .. 1-
I „9 I 1 U
0 w
a x m a D U V w
rn Z Z c 30 n A a
T p
• _ = NIW „81 J a w n N
m o W Z U 0 w
0-
0+-
U
z Z
^ W om
I
U=
t L U m 10
c+ <
N E V h f- .••Z� Z U
ua O < u 1 w�
�: Mw
o • d U�
(r
C° x JQ
>- N0+ m pc Q[0
I u W ci
o
d o
W w
ca �
E- a
z :X w
F- w z
W
Q 2 U o z�
Q_ > z
0
W W a o
a E-
� Qo Li
V) 0 W Q � F F
w Q d v v) in
z �D
46 L Li
U Q C7 t�
S
Z
14C -
rz Z LLJ C4
U �C fl
U) w fJ * 44 0
w 0
z
= o
U r
Q m °
CK
CD
a
a
O o m
z
m '
F '
U I-
C� v Z
w O
Z u
w
b a.
O z a
I
I I
I I w
I F-
a z N I I
Q � I I
LL) I I
z Q
V) n I I
w I I
I I z z
Q w
w O Uv
w O
Ix
--m N
( °Ljj
J Cl) = J m W
Q(n m(n Q(n 7:F
Q1 .� Z(n( n
L'i U Q U w J
�UU
Q [f to w
Q_ (D
� a
rll�W M a' 4.
Z3 c
Eo CL
W v co� n
as
lo
o
W O rr 5
E$
SE c wo
W
ooM
OHO S m zzv 4 '
C C Ol m o� O K3�
t _
O C�
�Z y
CN 3L JV N m m}y< 0 y yJj ZZJtb
w:j= T— N3W
v1 0� y y o 5 n OJz f
F 0-5 05 � � ��� aQw ■■
O O F C
' Z N c7 P ap 1W uj
n
N r D❑ 3
Ix
W
MCI
° h C a aYi o
z w
r m a
3 ow }oDw< OO zr— Wpp< tw
O z'EO Oo NoF
w aS wm= r-z m,so
U mew W z
DLL
�K LL Iwl LL LL LL LL LL LL LL � `B DUN
�• w
W
= O
F
> o O
k O O
H H
W W
h �a N
L2
U z
U
z0 o
V Vl w V
VUZ� W
W OSao W
V Q t o O
Wwm
o� w fw°w
-- Ol¢ r
po VdN
I
° W7N
of O ❑U
I -1
W
I < W
I (�~J+w }a 7n. O
o� _ < I- b
0, I x Z oa a O
g iV
WPop wU a =_ Ja I Ol J U
o g � z_ Y b rl =a
i. I �Jy4' o<
W
�o
W W
� I wn wU Q Qz
�° I U m }Fo �' WG
I fo
�LL �LL
O
z
0o z.
h Oa
N-IVVM301S z� U 2
o0
m aW UN
0` V z
W
U
X
X
& X
/ z Co
\� z a a Z
\ o
\\ Till ii \\ � wawa o �
i w ° a o <a
Z Z A c Q
\ \/
00,Z x W
X
W d
(n V V W
41 rUO ?�
as U J o
CL a E,
O N W
Ir
N j} r
CO
Z
O W ow
N 0 p a
00 K
a 0Z N>
0 ir Q V' Wx
-ILI z
\\ z z
Z,a c
r \ Np2 v in z°
X \\\/ W N(A ;
W
W \ �
J
Li
CK
a \
O 3
r \% 'NIW z
_ZL W
O \ o
Z \\ H
/ ry
\\� Z o C)
J
/
\\ W
r
? 3
in p
fit
\\/
0
U
O
a
f ¢
v J
U a y
00 WU
`vQ
Z Z \
N M N
\ 0 U
\\\� m W
\\/ W 1Q-
\ O
0 \/ N O ..
\/ cr z x a
\ °a T
\\ f7
Z K W U J
/ • \ w 0O Z m
o Vn
02 4
LLJ
Zoe
W -00
V)
Li
41,
VI) I
r /.,�//� ( I v f a z i i
§-0, v Ei r
d v I z V
0
z --.m 6'. 1
i4----4-- 11 CD
r W ' I
o
cw
> 2 OWOWW
0
NIII .4 -1 .1
LLJ 'm
Z-z
z
o �o 1� Jy
80
z
z Lj
10 0
I -t m
Z
- CONSTRUCTION PLANS
°
o �
Y�
aM $ va G LI J
F-
U
W
M a M
a � Jf
° ''
x ¢ W
o� N 2
a- W
Z O w N w O N Z >
C,z �+O zo O
O¢ p 0
U
d
dw �O wLi �N¢ N Lr
N O¢ Z w J O N o Z L W
LU
z w U V N d d w O N N N ¢N N O
oo0¢: z SO 3p zn¢w N N c0 C-)
NNd HN¢ ¢ d OZ Z UQ 5 zz
V
o o
~o�oJZ�� ���nw000 z afxI - O
JZU pONO mod' NSF-F-� O�U U F-
moo¢aw��Q Z 00 W NI'JZw� 4. HH N N
W r- NF-ZUZ� N[n�zpof of l U
z ¢ o
�N(~11 Z D O Z
J O Jp,�OwI-Q ¢¢N�� �wZ Z Lli
00 K� 1-�-
p}.O¢p Z a O w a U U U 1N N N Z N N
w w W>w W C¢u-,N N O M�a Owu 00 p �J¢O1¢-a
W >(,KF-F-C�OOZZ
o N N Q U� W O w O¢O n x z o o ¢N¢w w w . OOON 0W O U ¢ }W
J
N a_
z 0
z Z
V N M D
_ .-NM'7 � W �NM r-F-F-1-r-
fp (.�C7 V V (.� V V UU V U V U
Z y
0
O O a
F- J a > Z
O W LU Z y �_W
D O z J °z
LIJ W z W O�NM Q W In cOrc00�O
N > A i N M V' In lD I�CO OI
O
a AF� \
O
d
CL
3S Id Hli�
\�\
\
Z IS Hies3N� Z
uNC LN nv �
N
\
• \� �� ..� `�. hsb a
*t < �\. A v \v\ z w
�,. `, �A v�* �>t vvv v Q w o
3AV NOSY 2 Q
C)
L
L y _ N
% \ (n
�6Nd£Jl �� v a
Vz r Niy�M
w
LU
O U z
LLJ
l o
¢
p` 4 6Y H ON�tt
1
i 1 p T � PUa
/
C r
D t. I I
\\ C G
1 1 I �
N h
p I 1 I 1 .J ✓�a tt
1 1 T.O j w mOZO �
x>f 2,a' co rOj
' Q O V G m OJT
T
i
Mv3d
4 R H O
W R1 M G1
2 Nro W t1i W
SL££-LZ-dMS L33roNd 1N3W3AONdW1 WMSAS WHOIS 'N 3NV-1 A3-IdIN
3WVN 13]r06d
3nvrv3lif
dm� OWNWANO "moms womm 600000 OWN.-No
o N
Rl
Nx O
M Y j n
F
U
W
0
LU
w Q'
cn a
W
Z
� O W (�
U w H
ZQ~ Q (Q� W U LU
LU
(n V) m Z _
W Z} U ~ F- W Q O Z IL IL
�w H 1i'I V7 x z -1 fJ- ~
>a UI,Zj Q O LU dQ W a0 �? y0 W W W O z
U J Q Z Z O Z F= f.J W xa'µ�H >_ _ �2 Z
z N z > a 0 Q Q z— �i z W W
01 'Q° zoo o z Q NN J wU 3�—° ��
UQWO ZUww OWN a ° NQO � QO �WO aJ Oo V)V) >- ow F Vr
Z W H J w J Z w F 0 0 .0 0� O 0W w U O NOW x K O w p M w U Z J~ T H W V)p y w a 3 J
Z JXJ(7�a'p0 CJU�W W 1 W.- 1-O W O-a U O J�QZQ QZ W�NZ Q O Q�' z Q QU Y
O 60�?O W60 a'W r SJJ W ZZ QJQ ZU Z0 w� M2�x:6 W Z UOF-�6w.�OF rOOJa YU W W V>
ow�o 000af ,���a�� aWW xgo�caai;xxx? s� ���zzooaa ir����o�iiv~i �n�n�n �33
Q Q Q
<:D m m U U U U U U U U O Ono 0 p
W N
m W V! U Z U > W V) O 2 a Z
a V)1- W W aZZZm U a .�IIOa2 x U U JO 3 Q �Y O W
m Ua�ZO UpJo00V) .ra-a�3 QQJO�/)O3 x J{{-� QZO�a°WU1...QSZ, OUOJfn OWW 00V)V)H Z
a QQQmmC�UUUUUUU000OOW WwwwwwwWLL.G�UC�222--`.LJ����ZZOOaa�Ka'aaV)V1V)VINNVVVVlll7NHH 033
W
J
a
0
F—
V) � u
LZLJ a
a a
U) U� \
w
U o
Q m
rn
Z J > Z
O _ �f
o
a N O W 0 , a
H U
x 0
w 2: V) O a of 0 p t0- O a LLI a &
O V) U O V) U U ¢ V) U m :M ^7
IM 0
CL
? a
U
x
Lou
0
s W
a
a
a
0 W Z N
0
O
z 0 w d
N o w L a � z m
w�w O ¢ 0 10 W 3W U U Y J V �Va�
Z w O W J l�i W > Z � Z rl n z z z O W W O w lil
Z U > rr W W > g
x0 ° v W > d d z0 OZ d ° w OU Y O O 0 Z a m ~ J 0 > CrJ U a -' z0
QzQ m W m > K x x .1 Q Q a -1 U N K Z K \ O J a Lj
m J U W W Z K V) 3 W W CW'l Z /- r o o O \ 0 0 Iw- a. H w z o Z Z W z
o w m vo—i r c� a > > zd m N 00 it 3 a c� a m m w vai o0 v~i ¢ �Q
0
6
j N
m CL p
G
� a
zl
U) I,�_ '' 2S �t Z (I-..I ., (S` O l D V
W
O
Z
W
V)
O
a
0
a
v
w °
O Q
a O
O K i i
cr
O
X W v W W
.w.. ._. p U Y N
W J O Q W (� p °^ J L
3 Q Y Y Y Y
twE o v m O W o P A G
W U O a Q C7 V) x x V) O J W 1
o Z x o z z < a
v U Z ¢ Z N !K z x a x a' N W a a W u O O J ° W - LaL��,,�� O -
w W V)z a-O OW v U a v v x ° W Z < � V) V) Q W Q v m H i
U w O XVXl O W w x W W v v v 1v 3 F- Z Z a' j N W W U
Z \ a O Q W .... W W < \ O O O w 0 Y, H ~ Fw- m ° O O 0
Y -, w Z W w w O Z 2 W W1- O1- O O 7 W FI ? = J U W W
J W a Z Z Z Q ° z Z Z Z ~z L`'� O O 3 m mm a NQ 3 3 ZQ O LJ `J m Q �
m U U OU 0 W Iw V) vi C=7 0 cwi U o 0 o Q IL W ' QiS U U (7 a a
I I I '
1 � I ❑ V I I I ( ' I � � I �
F
w
ul
i
1 I
I I I j
W 4 _ a
x � E
s iwm+
inl
F6L££-LZ-dMS n3roHd 1N3MAOUdW1 W31SAS WHO1S 'N 3NV-1 A3-1dIH
3WVN 103f08d
6� m� soon" m� wommo mamma WOMAN som� moloom om� WOMAN low� monow gloom WON" NUNN
3rvbrv3lif
LO py ' M
CD 4
N C N
o M
z a n
M
z
a
Yo w
o \� W
z \ a J
Q
LLI
ox
ti„ v v O U
�-
y W
uj
r
rn
O
o
LO Of
N
\ \ r
Y ..
aa �
\
\
\
4!
i vv`
0 IL
a
y
1�
j y'' o =yy
Nix
\ °na
\ N
\
\
\
\
0 v A
\
\
\
cq
Z
N m w° wZ o
oz os
°z� woNwW w N
�� u Z O Z
mO Napr w� ox o� w
uN ��wax�i w w y >
m�a OF r= ��
of
Y O Q m 0 3 N J W N w x
0JJ Imm.0�-r O �¢ LL
Ou) p Om LJ LL O l)
a N Y w O K x O O w Y _
O �
W y
_ NN^Y m O J 3 ,M ...'.._..
OHO O W U 'J
3 Z
N w Z Z Z O U Q + hJ O Ln
Ux OD UJ Q W ^�►
Z03 O}
Win: z O Kx O�
LO
v w O �
w Y Za Qp Y-W I....W 1-W
Zug dwwa¢3C�z z
U Z wrl d d d ill �'
Z W N� N
o= U z c� a
z r N ov�nwW zz z zZ i! x x w
wow¢ z oo v°-i€oax aow ¢ow ao ;ar
a �L'j �D w r O cc)-m z°a z
K wWZw wOrilwZZpp W W W ON HVQNj + c�
N O~O Ow Z d'0 O J O)Z m �'d' +\ �'.✓.� { I '� I i
w �z�o5aor� ao ao a oo I
D UONN c�mc�3�o�� �'aa ?�'aa �'a ��-�rao0��� � .--� �`�,� ^w'�.Y'(— -- +- + --":- i
w z�N rn N M O `3y \'�(R +l��I :+
LL wO JOO wj WrnW �'`� \ \�\ �' o,AAA
OQa� + t ! �� r� stn
w rn r E3z ozzoRa \ \'� J
w M N N UOOjM ONZ� +IfrJ i
f 7 W MMM i 1
LL M U1 O) ! -„ zLz
m z N ° u°Di \\ .\i I �_ W cz dS -<a m w m mS
lo n
LLI ` \ \� 1 xz t3 8
i n v
a s � � m fR aiDi esu trio u p m3,
V Z rn rn rn
H
LU
N N
Q O O
H z Z
z Y Y g, 210
O < oN o E
H x =
p ? z z O O O �� `3m
O W w O O O • w 2
t a m m p a o Nr
SL££-LZ-dMS 103rOMd 1N3W3AOMdWI W31SAS WHO1S 'N 3NVI A31dIM
3NVN i33ro8d
allow 3nd�3,l,
ilfmm ■m ftw ammu� w.ws mmmmmw gloom *now nrrrrn w mmw wmowF MINIMUM rwU WAWMW MEN"
0 O
O1v gC7 a
n nc u
H
U
W
O m
CL
I-
z
O
F- ? O 0 >¢ °� N z OUp �Wm1+UJ 2= Z O 5 rw WQ W Z I�
z !r N U_F- o:m LU
° J S g W F-r d'm Jm O
Z W O Omtr �U Z Z Z Q-> W W O N�Jam Z W X� ° U O O
°l'' `� J W 2 W l i R Q O O ¢ Z 3 Q J �w O U O S Z a Z W w ( Q
¢� N Foo_ aN o� W (� caw rrrxw F ¢-o r
ry zw -Q,2 wwa - ° Yd fi z zt= 3wuJm�o O o =o�zW¢ _ �mc5 a W U
ow¢a� L„a wmo w�}mFx--mo cNWi a F- zo 3w 3 Zm aol--"� N¢ z zd r50=o� �o} °S _I u.
wow JN �I'JWS zz N J�Q U �z ✓�r-�iim� °m v� Ox Z° m0 w~z l�mzFl-a°m '�'m �O a¢ W ~ w
ZNO�J NJZ QQZ pJ3ma j0 m 2 D' °U y,�1�,�I} N pW(d(���F¢F- �� BOO Z¢ YO �_� r = Fd
¢YF¢¢ m� SO Wm JN dU N �J J� rJ WW WJQ2¢(n v)O w ZW�Z ON v�w U fA
No�aa ��m NQ XNZO�� Nw rJ lz m¢ gOm�° Jz �a WW oo``4zoWomw c3� �' > W o
3 c�° CU Wz-x° x 1J tL z m m�J vJ >1j°¢xrz
_ (j w UZW O mOUInU pZF- = 1 m ZOr�Q °za3W NW W}}tOONWH2 Ka OD: Q Q
�U W H KZm OJ JN W d Z VJ N K W a' ~ �1_W'1 vJ W D:- W ZUO 2 W
JaZ N W Z I- J W aF= a.0 K 3 ¢ M-'0 W W F-_X F-d' W VJ a U x2 01p m Q Z N
MMN�Z a ¢w ��Z^Z NN Q d W ZWa' dFx--o0¢� UQW�=U Ft rWNZ°~~zaJ mw nC)N QF
3 aZZ0 Wam Ham. NVJVZ- �� F- W N ¢O°O}} w �to V3 1ZF-.�a.W}J� pp XxFE: �p7w tl'� = Z (n 0
W U¢W F- m W O W- OrY x2 O O zN W Q W W fnxpF�z0 (Y W W~g0(N wN> U WF-.F Z LL,Z a J2 U U�OZ� ari t•- N C 2a FF- 1Ji U OWZ °° 00 >pOm m� >2 KL W
0 �U-N W W JI”" O O Y OZ U� p w Ja W
Sal`w vxma a°zd z�0�3 �o �Z o W Za- °?Opm z0��m�W OWO aZiEa�WWJ11. "~o coo z
F- �mpZm J a dzR}OU Z¢ O� 3 H °°Q WmWa J UNI-w,- Uz ¢oaa���3a oy m J
a ZU F¢--ZJ 3?�¢ Wm °OZFm tea' UQ? J Z aZO OoW°¢ WZS¢a �W zt Qf< uwowm OW ZNQ r LLJ CL V ° x W O U R. w K w m O d'�N N 2 W 2 2¢U ¢ �� O UF-¢a O W- J z W
LL U ¢Z N O 3°W ¢ .h 2 U W Y F- m W w/¢-N S x F-a N Z U Z_ U ° d _° Z VI a¢ 2 m m? d
V ? d a'N F-Z U.p Z w N-w C�W 2 Z O O Z m O N lwi O W Q.a it O J O�' Q Z W g w W Z dl O 0 W 2 '(5 O�W a'
W Wa\Wz O_c�= 30� ¢m��Fo �3 UoU z �iJ �w°R mON=d �p�NUd z ¢x N pN�z�N ' WmO
d mz o� �ok�`{c� W� °z JQOw °o => z mw o�W~� Z<M, o°OO w� m°a��wFOZN w�JVJi
N J°p°}a >K ¢J F-O�.1- r'Z W W ° mO W J VJm Mm tT OO JZ W U n
Q�N~° W�HU W> �N22 J W¢ a'z N 2 N r��Op �Y Z?OU WW aQ°�aUa x°p OU OSN
Z Sm3�y maw=1 F. ;Not- Z m op �S ~ z � mW U z z N xNNW°z F-W a ~ m o
. .wo J° 1a n ,.W W`- �..� 3
N a. m _ r a n li J O N F-
Q W 2� N¢Oa ~' W~a'2F-U Z � 4. OUP JO 0m O wu7p z m:Z NQONO—Oww m°a J�
In W W0m¢ Ml 2 Lz- W= L-n Ux > aim px��x 02 mw � �¢F iQU7drxzWa �W zoo �~ -
W
F- t-U w �¢F Zm OE- �m mF- Z WO O °' O UUO H zjU-li¢ W xa� NJ ~1¢-PW11�� =F SOU I—z
Q W O w 0 z=Q 3 N Z Z U F m z z r O d C F J a J W W g? z W N V m 3<U ° N 0 1 F W m 0 p o Z W g N j W
x~O p N w W w m¢ ¢ z a 1c w p a S a N m o =z O o z O w a° a U
OwwO o Iz WNW t-zw Nw Op �W vJ wWUm� UCW �° U ��O a Z wZwxc� a�
uj U a
3oN°v i� 3 omN °aQmN NZ mW >o W 0WW mFa�J° Qo�3IW-Z m poo �3°�im a-° Wvi w>
tW a o~Q o 0 0=Q O ° N N 2 K W r w m w N a�J Z W M p w m r_ m z z Z W m¢Z J w -M S o as
} YQ�OUrQV DU FOB 0>Zw J00 OU mW aW }}W mNN J .'p-(_/.JJ F-YOW�3 ��O ¢Z\aZr�Ow NQ� xZZ �� o
Cllr ol.� =pvlZ O W WZw��UZ US JQa' �w a9 ° w LaJ-.UQ• af UU�?J¢pw fW/-J aOZOO 30Na Z� ZWO d
p_x _ >
F. 3 w ZO asa wz W W (� JJJZ< a Q p,p Z Z N= w °Ua wz O UQ W W W W�da~W U JJQQ� JJU Oz U{v/�J��z w ZQQM OO
Z QNQQN°U �33m ¢°U8 ¢NQQ°U¢ U°U �'Oa Q? �NR mQ�O Om¢Z�d O QN°U ¢Q3mZQC�7 m� NM3 ZQ�
Q
N M d 117 10 I-: m O � � � � •�- � � 3tt� H
yY p
5�
Y
S
QQZ p °U SFW N O O 2 F O° 0
J U d=NQ=p d= t=. Z a. O� �jQ _j Z as
W¢ O~Z�tr W a w W Z I.N.. zSpU zO J Z d o JZ Q
ow DO o oNO�iWJWwa1- u07�?a ¢ � m3Zd� Z3 �� SLj< tZ
x
(n:2 U O Z W~N.-: Q O O N Z 4 l i N Z W WN a. W° W 1 ym c) ? l i Wg
t-WO W W Z� ti 2w O OOOp w ¢ m > m
.. L: ���Z°,:� OUVx U Z �t"� W J� °aOH OWO
O °N° sc¢JVN°� Za�o z 1AU>° °wo N 4o Uo r°F
� zz°o w g6wW- , 0 pF E z F U = � U � m W? z� � oUW �
Z -� W a 1i° w wmw�iJ O W F.-O I 1,J�FM- ^m �U L,2z W
Z W r3 m oW¢�m°gN w [.Jr J ° JJJ L`U�Q!�JO xNO V) rI? ¢0Omv� °g a
0 m U m N° O F-�U3 R W X 6 7 o ¢D K Q 0 W m o ZW �OU p�W�a °QU O Q LLJ
V
,-<o K /W-xw W Z W a' rmw °2 ° SLwO a12- O J W~ F-QN W Ow J~
Q m W�' o VJ 2 W m m O m W F-U m N 3 Z O O O Z m W U' �-
N (x/1J z �3Z�Swo JN aN a U a FwZ 3 mrZ� 3QDWZ ciao 0
Z QFO N LJ Q_ Ln wZ-z- 2a. O N �wJx ¢�p O NQ~ NN 2N d-mw
m2V1. 0 WUWOO N F-02M XO W O>40 z a' U- a
0 HNWa Z Na°1,1 W°�W UW-jN� ali ? °. U0 U (W/lOm r Z�OW mQ� m°O m
lam` On NOxF XNx Jw w° d r ¢d W mI}`-y
Q �0 l.� J W oQ wZ~ C_n v°t?I" Wm W¢. a' n 0 vJ mil- Q -JQ'cx.3 V
L OaL-o m �c°i wlw:5 °app m� w m m z° mzOm aZ °X?W xcm.7ro Naa
LL m WJO Od �mJ 0 <0 OUz �- Kp N ¢�yJ CL in
W Wd\ H m?!W;E X< m3 0N Nm J O En O2 m ZW > OWw
wwW �J3 �W �3 0� p-
N g=mJF 0� lww,x Qa IK3� OO w zw�� °wmzF ¢z Smm aW W vJ�
3 N N ° OJ °�� sNaO a- o
W N m J(� z ¢ ¢ p� a1g
ZOHJZ QO IN/I���ZNU7 NOV� I 1Eg O N maw 0, m NUW via
Q �OdU NZ UaZ���� UUar WZ Z 0 Z Z�Ua aaUm dO W�� HI¢° (ate WZZN
(I� N U W Z tr Z' ; x U w Z U ^a Z Z} N U O_ F- m a �W�¢ K H H} N Na.W ¢a 0 O
W W U Q Z x W X W Z O 00¢ m fn U m N um a w° r N m w N W x W
~ z?>° ? na3w��F N�xw Z° °x zD w=aW a�JWOW spa N�° t-JFwLJDZ �a�
Z �mx, ow aW-aaM°z arz=�' �Y �3xFp m�mJ acWi z ZSn°N
H z�¢m m� za¢m 0 a0w3¢ �3 �Z ro O<,OoW J4a � p� No3 0 )0 oC
a ¢ Oz p N F vi 3 N a wwz p U r3¢
F- WOW =� w°oz MOW oa°Z"UJ �— wo mF �3wF oo� o� �O° oY �Oo
z NW r--t-wWwa r� aZ l m J z F W U¢ zUw o OF•-
¢ ¢ ¢vJZZ�r--° ¢mWOw I W �d o�> cg w ¢> J a>
Ix a 3awo¢vJ1n 3�m�a wZ 0ao�_ U NW �� owoW x >z
3inm1- in ao3�1n ow o:W �iJ x{n wa W a xz �-- mO x�J� w¢=
W JU¢W U J 1p W JZF-Uli a W Z N JUaF mC.! Z a' JZ a a H U
r a- J(W W W m J 9 O U W W 3 0 O J X Q 0 N W O Z O m J Q a U p W X C
Q ¢. Nm 3 ¢�om0�a. ¢._.z¢a ¢o U F_'F- ¢W �z ?mmw CJ ¢�¢ �?vJO ¢w3
N N N N N
N N N
O
O W
o O O Z U Z Z_Z ¢m °x N O V) 1D O W m m
z;w 4W O OJ�1-W Z- F ZO WW Z NOV) f �T w
O W Li W N ¢Z W Z0Zui ZaNz W �� ¢U �${ Z OZ aZ W I a m w O
Q~°° O0 rn WON ¢mQtr Nxw"m WO �� VJ NxNQ a' U Z to V)W Z W U ~
c�go x~� ¢coo ¢ ° wa z wp n v>UO pwm x o�3 z 'J i I
C-i W N Q y O ~N N Z H a ZZQO O.z x p¢ S F ¢z N Z_ w
wF-°¢Z 00¢r wO� �ZFar Q�ZN3=NZS¢4. l'-� ��n'O �� ?SlZ W SBo 5 6. p M N
Cl. o rJ3r3 JNp U ZZN ¢J� U °O ¢O W mNC�dO OQSKUO Wz W UOZ�Q4 W W Z
N Z p V)F a 0 Z J p p Z X O O M O W 2 V I¢ O 2 Z M U U W Z a X g F- Z m W Y J Q
p¢wzU UwW ¢z �r��rn WZI_Z-zNC)<z, -~� za o° H 3 > ¢m 3 ° x .Nw
>Om 0=J�0 20tH qtr I �w ¢^- ¢ w X ¢ ¢ W a a a a
�Z�Q� ~mKF- NQO WM0',wj c�VV Vm1wM�v�¢�'C Wm 3=_O °3\oa2z Z > a' JJ m� O > w q�Qi�l of
O E WO FWW WWU ~0¢ O aU¢ WU�°UWwOa 30w N °Z I Np ZU =N Fw-O¢Z: w p O
UU xp� OJU Uz Z m\ ari U2U W 1t) F Z p m 11t)x a¢Z ~~° a�N 2 a
¢¢ w �� zr° Woou7 mvax zx Lu W U)No r r a aZ U ¢
Z_W a_0 J -W 2W 1Q11U 6.WNS ° OIUZ_~ °~NZwm J°Qa 'wX 0N21�� V� ¢QZWN¢ Z U i 1
NO vl.sR mmm~ F-Km aUE¢U zO J-l4 Z�<\<2° mO3o dU^\~ a SZ OF Z J H z o
NZ m U Z 0E'0 Z N� 3Q3 J�I.�J I �- Ma' W O U 0 1 1n O Co O W W W¢W N a
=xy oZO Jz_zY XU= 62,--J61 t `fax \fit �OU3m °ono i¢?'�z z 3�YJ �iJ�am a O ¢ U
I-O V) C W 0 0 00 _N W N¢ Z\-N O O S U U J O-w H a' p O vJ
.6nw Nmm' d d W FQQ- \ �Or V)(�J aU j¢¢UJQ pUZJ x¢vO W�U OOY ¢WO�Y1�VJ o z Z
Z �U�aF= r323 aQ QJ JJN W�p°1Ua QN 33_ZZ2 �m CpU��FS-¢ O SWZW¢N K F Z w m m w
D 3 J w J ¢Z d r Q j U V U S U Z U U a z M H a' Q W N m¢Q� 3 t-?cr¢a WJ W W d C m W a U F N W Z °U
F- W E%A Q W DOJO¢ mW �N°mom m¢3\ 20'z NmOa^0 m,a UU' W P W Qa W W 3 w W K Z ¢O m O
Q U a Z O>W W ¢ W W•' d 3 N U M Z J U I I v0 Z K.-O J x JJ Z W O= N m N O w
UU\Z�Q OUO Z=�¢ wY�O J¢ayW¢J�N¢�Q� wX W� �WZ J¢d V) am O¢ N
U.. �Z¢VJW =dJW 3F-U ZUUOw =N�Fx-3QO(�N�JxxZ NowN a-O�'JZ�O- QZO LZ X= ww O Q U w 5
V o�Nz F_ U ad Z °2 ° J�¢Z a V)ZO ¢--�Q�N_N Om�J °Z a Q �� N N z wl-~ p~ W r W 1i�' W
W W�0c) �¢ ¢ to H Spa w0>Ot�i w mod. w¢ x ¢ a J
zm¢zz w=> z 3°a4 cox z1n 1nw�z_o mzvJO U j� vlww d
a. \°WO WNF-Q W>� WO¢m3 Z�¢OQwp•-mrr pJ m J NJU 3> O p x
Cl) z¢!r r !r 3 F_ f- w N 0 W 3 ' O Z U r0 l'.I ^W N ¢ Q O¢ 2 O O W N 3
Q Z-� F_� Z JOm U-1"" Ja' r0� K W W }a' Z Sp¢v N F- xN0 -Z W a O
Z N W W N1+JO F~ U¢ ¢W m mm W m¢O F- O m V)OZ W U
Z M K W - U_U > a'N F W W Z N O¢W < W F- Q
W Z �Y � N m a' Z ¢ ..-H, J N QQ W�- Q U N
Q m S 3 Z W Tor j U O Z Z U J--I O W°ZZ Z H°a V) w W J N f- m ?
N -Jaa-m F O J 01n 1i F� �p¢�a0 \�UQ¢° °?� U�Q 31N..x3 NF N QC��\ aO Z W
J N O z m f-w Z'-I W K 2 1 S: T 1--'�W W o' x D J c O N O W w w 0 2
W ¢Z�ZJ Zw Md.2 ~vJU F-OVr W02UOU\Zz a(n2 I NN m C 0JU xW3N 0 0m m O mD- U
xOHO _ N (n U-J JUtW7_N¢O wuZ t- WO O W ZOO 3 >
0 Nzpz2 O:m�N am WgJZQa FQ3�N3Z p� U¢0 mOWV�1+�JJ) �ZZWN60d 2 wF�s O O JO J1yJ Z
Z J WNW V J O d O W N a' a J S j W ¢ QZJ Q W f- J ZZ J J Q W O O N U Z m t-'V J W X Nr>3 O J a. W V
Q 3 m O Q U W O Z U> I N S Q Q_ O J Q¢¢ 2 J Z QQ N a' Z li N m x Q N Q
N 3 v W p W m d S W m Z p t _U 3 O > N¢ N W 1Fy-J W N S' N F N N K
F. Hw°W O z W¢t-W K N Z N J O O Q Z 3 00 Z U M V)U > V)U O N W Z \U W a m Z 0 j w- w w
¢ x g 0m¢F NNp __U�J ZZZZOp--- q7� 1 � SS W rz�0a� m zma a-Jm°a Nr�j z
J may~ a Y O Z_ UZ QQ�ZU WO FO I NG.Irn~QQ Z� O 1 FQJH N¢U D L� Z a(n
i-w VJ W1-Z Op(r FO O¢¢ Z�wC�ON >OO[� aw4J Wm> U C4 N x N in ° �KJZ
�C) W �3 Z�m X 00 FOOZN OZUK �¢JQ���..JJ�1i���..JJ�Z �UUJ Ov`Y pa N U pa H ?pXpj U O}}tl) N Fli O
03:0M0 °2 Z�J ��0 3�U°IU gig¢ ¢ m�¢S >Z¢a x2WMZ ON D: vQ?NN< 21n W 33 2; Nf7a
3F0�� O¢J F- OJSZ �aZ \1000 t-OF LLJ W O�cOZ NW l m O a p W .J LL,W LLI_ a W t].Q Z N`- v�Z W Z U�1-W W Z Q W O �a W UZw�m W~gZ -0-w �M O �� J W 30
F- ora xa. <o¢ <'-�m_ c8 ¢ z �3cJm rr¢ v v a �x ¢m J
Q ¢OWm¢ F-a 0(N QUO QUV)aW 0 0¢000300m< [73vN L M_�O�t-- m
N M L0 10 ri W Oi
5L££-LZ-dMS 1O3f021d 1NM3AOMMI W91SAS WHOlS 'N 3Nb-1 A3-ld[U
3NVN iO3M0Jd
3nvnnu
allmow wa/ wm r "MEOW arrr vm� ANNER W womm UAllr mommr w..W MUNWANrl mummm Irrww wm r Ili Alro MME
ro o u J
a OZ W O
lnLy w m o� z W o w >�a z �a°womN _2:Jj °'¢_ W °moa3 a sC�
U w w N x Z} O m U r m W J U r U O W x O X J N Z n .. I(I^�I
N w m Z S} w Z J S Y J a W O z 3 u
Or r m¢ zm yaDz w �x 3x3o
U, Uj JH m~ �Q 002 Q zmQ J O f/Q�m' W m }rmO za U 2wrmW x N F 3 J W r n'
GJ UF2-_ w m Jm NQ Z 3 rt V m 4 I W N U J J W O W�z NrUO'O w W la�O W Q U Oar r ��
mNJQ J- US¢ Zx I��QZO WWO 2 J W>rr NO�Z ZYd WmQ 3 Z}Q WQ I••' J
a 3 \ z �.. o-o- z O z N ° wmv U
w j O a L`Q V N 2 p °0 U' W m 2 U N } U' F w 3 Z Q° N O p-3 w O U Q_ W N Q o V O
UmOmOJ mn'� pZ¢ °t�i �3Zp0 Jr JJ' Y WZ NpJQ In��mc) QO =h-�O 12-C� 88, 0}Ow° JmaNN N�
�aaof m• �_ �gm omd o MWJ 3o�Om o ° am w>za °z°o° > F w2z ��oz�ma Naw 3oocWi� O Z m
¢xm¢V VpaN ow M �ramw NwNm 3 0 ono Q�UWii°m 3 _zap oz O-wmv zz� NmWzNO W a ZO
mo r Q z 0 ?W N z Y w 2y x Q}m w r z W 2 W W S m m ^ U F Q J U 3 g_W r W
SaU}O �FrO vxi�� m° rooQ mw3o �° iwow m rg o° Omcnw t�(NnZWU_Jx msm U00}zQ Om r V a
1_WQF_ zm r 3 �J mU2F_ W r N- pm m m0� N w J }-Z N O Zg O Z d
pm o ww J 1+-Op W" L3z J rxoz ¢ p F_ r �j- as >on-z 7a'3C < W
o z OmJo- 3 wwx °o_cW�Q�,.l Z 2
r�mm� xm Q w o°ro3 mwWz �J' w°¢ v2 Q¢wmacWi moo' WW�o ��c�a ° mw m°Q°3 0 Z u) H
° mwm w ws ° �- ZzNZ x a w 1- ww pmzwwz d.-�Saa03 � WJ� aN�z VN W fn z
U) w2 mJ x ¢ vi z �� av�¢E-n �rW ao z>� mQ wo r 3J m NJ wm¢° �m > Q
r N U 0 op Ns Q U J O N Z Zr ZQJN JO W m O>m' O 0 Z O
Z WJN� r3pQ WO J2�mU 33� U, 6"_ Sm m JZ2liQN WI�U' F_OmI }WVWUJw 211 WOUNQ m0 O OW
O w m w.ip mWO w3 ¢� n mo° N No oz41 c�i UJwN m 'zQO mr=mzcm>o �N° Qzn �� � 1 U a
n: o Nw � xw (nnm w"a W o I-�2 JJ w Qn °WF- a W z
F- m o o J O •m O N Q p 3 m 0 U 0 0¢ 2 F Q N W r,v)z J�.w r Q W O¢3 z W 2 V 2 N Q m 0°J Q =W f W U
a N OOW NJ�J O-N z m0°2 Y Z z Z> WZxNx� Kx �i0 ZWWW mxx3mo� F'Z>SS pro lm1J J WOU-
VZw=O�F----J zOMJ z^I �Q O 3UN Z�Y_O m U z�WQ OrrZ N 2UWmm2� �C QUQOJZW 3FK m� pN NUK (' dU
°J °lzl> EJ}2 JN OS Uzi Np O�Or O m' 0 p7 W° °m W z W° Nm�N 3 W r3 W°J I W ZdO J�OIi r r W Q N w
lL 5 xO Wm °3aN waN Z� �-Om QF Jm3(J� ° li F QNSU' h2-Sm3 ¢�ppZQ W a W r w3Na U_7N OOQ}�'-' OpN Z J !n
V m N Z Z m Z Z Z N N O J w Z m F W U w W W N Z L J U.F-Qm Z O t i 0-8 W r W w 2 p= 2 m W�J m Q m Z m U^J� now } O O
W W°w o ° z >m o J z�F F� m U op mzo O�'om- mF pNg r� >po o w �¢ a o02
G m ro_Na 6¢4 Nmro =o o¢W¢� 3mo w z mm wFr° U 3 rZ xF wm°� w N°pzF-U mNU m ci0o mXr fn r z
apg mF_ JS m m° I N V W Z3 W J >ZO Z w� 0m NJ gZJC�m NQN U r W JO W Qz�V1 °gym J��OO. m 02 Z Q
0 J W w
(If W:2 <LO pY� m w0N0lmn zC2�Up� J W} FF xz¢ F0F 3° Z-oH�ZZwz Qz ¢W xw Q W w ¢Q W.J �n'3 0 W '0 N
m wa oW F_z_z z= m o m-' w N x�o m N ��-wz m m o3m ZWfnYQ w
U pm0 ¢z ¢ r r Z U ~ OW } �mZ W m >Wm� n_mYU WW W F-
Z JQN m Fw°¢ Il pr ON3o c� 'o z r S x �w }w mw ra o om JxU, Zo oti W VWN J o ZO
Q J�oo�m 3p Q �dJZ Y��o zZ_o w ° zro z0m m �ozwr �dwz��3 OmzCi�cx.�C �OF N H O z
Q Q_ ° F_N m �m n! J� - w O Z w z w W W W r ¢ Q N
N °~mZU UZ 2 NZN W Ozr�` ZN Z W = � Fp p ° °¢w2 I VS mt¢imW mN w w0mm S W> }U Z `$ O
W FmZOQv zw tLwj_ o0 3=wwom iox� °d N� o � °WOOz3 v=iC m�z�az opz��o_� on '0 of �m5 mzo W a'
wN°who �mdm wm° wF_ ��w�zo wmwN° O wC mawQ °�m��3 wzoxirO� 3o3aNZm mrzo w F¢Y zm� J V w
O Vpz m Or N-F o wad > O xw z ow r m zd-fir U �Nw� wrm� °
Z U Q W}} } p m W E d W U ¢W m p � 0 S F Q O N J °O O O_2 C�U W J m Y p W W°O W 3 N O r°N Y Q
Z JSF-}2 UW O > : Z 3� F_W Z� !Q- mW Is' lmim¢mJ NW J zoo �N m> °
¢ r-'m Oao F I } 0Z2 O w m rm J pNWJz o0 3 r dd 3 ¢vi W <L
CL aZWOwwx pz°oa aza ma ?p�HQo ¢N°om N 3 w� r)tow0 w�mU<w O>�w°w¢ 1W.- �cmim ma=wp �Q~~ a O
m¢ JF- li ONo 0 O 2 UM m z z n!-2 zUx ° WW JU �? Wm'UW
p mm r o rm� 33 rj oouz N z Q w ° �� m°z�-' �� -gym w°o�oNx�j oxWZNOZ �w} Jo3mo m�
Um'U1J Q° Wc3 - oJ� w Qzpm 1-°-m w o wp� r z o F- w Nx
J oz Szd. wo VS proo° mz2wz �� WzV °SmNwJJ mwl wwYw �zawwxw rw ?NV�w N=3
Q mwoScn m-� Z FU' O m ZN U- W2 3N2 r �N Z m a
o N =} �`-'� �r zc�� zw �`'{nomE p a � � Q`-� m �� �- �3� �z N Nd� V
v/c�z vl vi w W 0 JXJ�U m0 �zpU 2li 3 r rti �w w O
O wMRQa3 03o mmoczW� p �F .W�o UWmwz ¢ ? w> U rw mWwvriN 3p.-aZZQ �Y�m°U _ �dzrW wzdwo om
F w !<; q w0!:iz m CEO w �Z � Np n2=�, m- 3�' OmQ =3
a OD "'O m �-a G�_.]m _.Z �. 2iN0 r m W ZwSQ O1i_oQU ZS 4 S r J Wz`W r ° O w3 .r
wSmV yw o fnz �_ F--- � 6ip ¢ m-oS ° m
D z°=WmO mr�� FJ[�W oQ o3=o�N z °o Om omox p3 m �N3 �Nmp zm�3�Mm� �giOm a�� Y vri �' 3
a dW F_JDF mmZ w Z m� F"'OrW¢W W o�Z W r� W m V J3U w°Z UZUO >Ci wlQi d'�WO 2 W�UaOU mIQ-�m NOW Fwx,.O �o W �-
N2�mmU pm WNp z o- mJ�WWU H-wllmF-il-Q� Nw Y m0 03om QQ oON ptiz00wxw F_mw mU Uj�� > K w 2 Z
(•� wW-J m JO• N mwr W E OQmJQZ ON1rw ZOO N W° n!w O OW U Jm'U ZW pzN �Qm3m m� F-W
1F-- W mNZ W 1~-Q Jr Z- r
W mm3 we =c=!1H°Z Qmz mZ n-�v2Jln °FN"wW° Em N a o4mQ z�OW d'F DUUN2>od 0312n ZWr QWUw m0 m��1�.. �zz
7 N}J m m Z N N z Q o 2 (3 1 N W Vl O Z Z O m Z n' -o w J Ia w U W a N N 0 7 z li--m Z °W U W i5 S m W S w 'o
O ¢m QO W am Qp Qmr-z ZOF_mO ZN O WW Um¢Z W m Q- (N� Zr-�OW r I YQ¢t/Z�W _
p� QUU pQ W N m 3^ w °J^ 6wC-'Jw°� O}W'� O3 Q r O�l''A� Q�mF-3° W Qm°UNp x m F WmW z tO Jp m W¢N ��r z_ ww Va
o- < l.c r > wy m m Qm Q oN UJp z O f•_- 3Qy� o W Nm N r F-J U>W w O N N� m
0. UZU n:0 U=Oz 'rw2 > Q O OJZm OW WH 3 } W 3 �jUNZm O �J} J J WJx203J } } OW°Y0 NW rn
V �QOmO°N mm0 FW Q z Wpv OSwO wwowk p4. w Zm z� 0(� 0 0�n N Wr6 r 6 ZmrF_Z(7m �a mU xU�QQ J c
J r r QZ Z J m r U } O F r m O m 3 N Z° LJi W o�n ° U W Z 2 Z_F�o r U Z 2 S N W N O V�Z z W �W Or w z--m
°W W
O>W Q W 0 of-U 1mO- ZOO N Q N W �j U l-�1�F" OwU O 2Fx- W x>(N O W?U W �vi Z N-Rw H� O dN UU�J W � z �O W 3 m W ZO
Ummrw S Umm N r W W O Li Ja p J�1Q_--W Z °J a U Z}m �J 3 Vim'WmW ?zZ a O Q m 0 Q O w � O m Y Y W 9 N W?¢Z W Q U O r F a-O 8 o J N W a
W m J Z W o W m p Z Z a r o U F JO O m O m J J O Z°-m' 2 U' W m F- m 7d Z O o 0 w 0 0 }0 U W m i m W Z W Z Z m O Q W °
2ndQO_m xa¢roo Qa_ o r rmQ`d E a zd zxl- a olio 2�oo d�wo2x ww~z
O r w U m r N U U 3 m Z Q m Q m 2 N 3 0 Q m U O m L m pJ O nd 3 U x°U 0 a W r n:w U r z z N W r N N z w O V r M U U W m r N r W N W &
$:
Lri
lei r-: ro of °
3� o
F- LJ V1 ° N J w N W= lL
r° OO Z O 2 W W W _In FW-p a Q W W O O n J m Z
z� z U Q W W -6 W W W F H m W O N m l'-Z O iy°j J d m p O U N Z° O 3 m O $
F w O 0 0 0 0 m 'Q a U N Z S m N a N W 3 U Q N N Cj J6J „
�z W yZ O z VI �Od rww WOm °Ym W z Q��U w Z N O ~°U JO p=m O to 'e3
NW �o Rt¢ w i.. 3oFQ-pn°.�mmO °° w3V �mvmz1W z Oo z zd zrz w �`' _ a
z N F_xo Wro m4FCimo °�� �z I o�nZ Wmlx- - "- or �n mooO m
OU0 �Z Zr�VU1N 00°z2°IW-�� O n'z LO, ul ° o- QOp v'
IN m� o-n:mlzm NzpNO a6zn �F mm O�fn;Nwm r aw z or 3 0 ¢
ww - o wNZO-7 zVw �m z o w z m viNZ v
wo m m oFm xoo xzx�o z J �anmwwCO m w om o w w 3 0
m �° wZ�J pQN r W HZrOU m 00 Q Jm m W l' z m W V M NO V mz°M w M p z f+C
Q� o mpQ�oad ONpOOrm� °0w° ov)Wo 2 U WJ O mZa Q m
Q chi pmp Q m LLI > a, ' z 2 N w m ¢
N° Q>m ml-W Z J Z N O O U Z J J>-W 3 z Z O Z 3°o o Z W w a 0 Y zp 0 N
M N �ZN OFQn' FW-FW-J,2O 00�j pW M�O °mm? H ° W_ O vi 2 JV)Q z3 U W m om '
U J N O w O m O Z z W a d Z O z W a Q" U N m w N 7d"m Q�W w w 1N' V m w Y w 3 K�Z 1=--Z Q ° w X �i Liz
om mZ DW8 OUawW °rZ aN ZNo -ww �Z � U �OWN�O d W m mW U OWN m'O w W O U d
ZZ zp l.¢_Z aZa}°Um �1�1--NQpmZ°W zN oxm F-JJ p(n W m� N d Orm ¢ OF W Mfn Z Ow JJJ G
¢Z 0� OpKOQmJ FW-wm FQ-QPOwp SOW mr� U¢mNrm wQ W m OW n!� U W Q w
U Z F M J U O r F-W Q YN}W O Z ZZ Q aa
Wm WS Zp�yJ WN NO�O(n f2nOJa (Wn4U �W° UOC7m-0=H0 w Z U w O ZO ° mQU° °wz W N o
li \ mUN UmWrUUZ \ZQ W �Zp O2 r- Q W2 OWZ m p .J
o we F mr w rr O z a z m V Yr w ? a
3w m
>r _
o? zaz�OZ� Z CX f ZJQa 1°-noo of D< aogo�zom wv F- c� r vn� oZC� oc�> o r
Wp Va,w °ZWQN m ° zom1= Z 0� mwSUO m n'w�NO'm z°�.; 1Z- w �. z QJ ZOZ N -o K. ZMQ Y z �r-
pw W U o-F-Z Q J W J,U j Z O W mO w O w N Q N a m C zt F °w~ W z v ° ¢ Z °0 W m m W 0 m W
U) 2 mp W °o�p o5z wmF..<I.-- mrri Goo- ° r� Gr° cFimN W t oo F aolx- w0m - o
W mr Qg \JWwF m Fda n t;wQw ow m °pJ zo j to W, ��z f/) z z ° z O oz Q zU m ° � n
p 2 O ff` Z U��--Z U Z z tQ-W r O z N p la. w�(j JQ W M O F-p l+- O Z zo 3 O ° r ama 0 U° 2 J Q O m
~ o- °0w!¢-K90 zmwwzUwwmW N°o °z2 m0,j fnz-w zSU O F ° U z WW Jpw x 3°? = r W
O p3 zd F rV w rw °Om .J N O z N o w (n
m 1Q-Z Z Q �7N, ti OS � ZQUj p °Zr2W2(mn ° w (� O Z r 0 QV m� FNw ry arj r ¢
Z rcgoazzz o w-opQpp} >J g m= z= n p O p 3 zo Q o raw 3 l
-� mW zJ w z�owo Wgmor mFN a�W WdwJO3ww J N J N o ma w Wx o0 3�zd =px ¢ w
O �2 m U Mw O W U mw F N 2 6 F}W O m p W m z m W m 2 m m x > o O Z C J N U~ U W F_ F_ N o
Q' NW �w orwmm'w.'z °�omz¢m�wOQa NQi Wr= oQ� Wn:�W o o Q µml _� �3 zm o c V z
H om Vm Npo JJ°zw zQ wm v�o�rwz v �� xm Jam 2° 9 w ~ I N [i F�F-. m� oN � ° `�mN � � °~- z
Z V r W J O m ¢p-m m Z Q W U-O W Z F m N 3 0 m 3 C N 2 Z W C� z N N N N m m U ° J O W o
O N OQ W mn'SZwO zp O2U �ZZ� V'Q UI Utn' Q� 3F¢--o03s m F_ O m ¢wZ Z Z O °W O�Q J O JLj a.Z z NN �Z3 W¢FS-Z O W tw W xa wmz Q~� rF++2 }aNwmO wO O p Z 2 J 6 w Q W OZ W U r W-�nm Qpm Q N mr >
Q t= m O Q N V \ O w F_ r w m Z U W F"' Qa N Z° J.(n W m O
O m'Z v maw�ma�� Wz��mU2r}Z p�n! Z W ZUm,}U�° W w Q r ° WQ Q WOm rJ rU Um( >O mV,� m O Zm
° JZ JKwm U�+-1 o W W Z n:Jmr r(nU m Z N m'_m QFFF--..W JOG�z [Q ((QQQ(Q(Qnnnnn
m� Qd QO�W Ud W �?vnW.3oOQ�z Q°U Wm' ONE zQN�O nn-Q Wm' Q w o u Z (.7 W oo 1¢` ww m (n UnU ro O aQ ce
O W Y7 6 r.: Of W N M 4 n O n m T - -
N z V W Z U
°zu zz z o mm zo Paz J m 3 �o E LJ
o�= Fo mz ° °a zd and J�°i,i oY o ow QZ�
o Q p r ¢w d a Q ° O W H W o O m W N w a N Q m m°'Z m W�M
F rN} wZm m vNn mmQQ F7d(/Qy3 rz ° rz wp W ¢mzrm N
U N a m S D N Z W z Q m0 =U o�n N o m U 0 Q Q m 3 m= N p U Z 52,H I
m w ° r}o z pF_ m -}n rNa: z wQ � ° w r� �Qr d'r 2w oo
m 2mw O Z 0 z J O°w mzU Smw W O OJ 2CJ Z
N r ri rQ U Wmz JF to m° Q °li°rz�(Ozoz m w Z m 2 mQ Z 3 m W
Z o o Z z U W w 0 U m x O O m 3 U m m 0 w J = JJ\ N w p Y J N
O 0 Z W W Z� J
O a pow2 8-f w �Z mz0 m-Q �m� mgo 2awmu z a9 S� v °°m33za
m ~m¢ o x U oao m m w3ZZmmo my 3_ p wwm}ow°
m O m 0 3 w r m o w O O O m w-O p x m n m Z O w O
QW wZ0 QWn: wm mZW N W N mpJF=o�wo v) wm mz ¢Wr w I -
Q w z- w J rz Wm mwV rU
r p W p O w 2 Q W 3 ¢ w O\ Q m w
U N > ~ r Z N FF- }W QO ::,w U W dZ W F-UQm
Ll m� F°K UwQZ N }Z °}N zw Nmw mQ NmQ QIx-N� W 2z W O °mOU W W N
Um mm mm>O m mp FQ=QJ I QF2- (omw mw r, Od' al I la Zz pZ Sp QW n: QOp
W Oz Wy(an �3-w w>¢> w00 O° Nm (rH 2li 'IOt�� F°F--= m 3.-. z000 mmrNQ N N GI o1
d }a Ho¢ oU QN Z o f OUm J�Z W mw mwr W<03:N W° V m N o' p F"UJo Z
(� 1- Q O J w - w r J w`-' O }ZZ ¢ o A 4 a
SZ S V UmZm r W W zUA`- Z� �J° QUO W Zw V COI u-Z Mo UZ Q fn O¢Z=K3 I
FO 1_--'¢ WmW_J z m0 FJ U QN zmF..p-p• o¢ m F- v) m Qr0
Z °F 3a3 mn r o Q w ¢ z�w c�xY ooU °mN z go Q m0 zUr i
¢z �m mt�i F N z nn: mm°n ° �w pw uum z(} Jp
Q W WUQ W m W w rr Z wm} p OW pW mNl"'F� z0 zm W p zZ mQ Jmrmp
z m U z v Q Fx-�'W m N m N m H m>I- W w 3 r r m N U O 2m F-w 0 N N p w m O m m
L" zm 3 w Wm �!FO N �� v;mm 3 I l
mo Q z Nz wQ N mQ m O NUJ NXU la_zW w rwW r0 N -, m
M0} °M°1- �sJ 3 m w= ��n°' OQF o�� wm oo��mQOmm 3~' �m mm wmwW=w
°r mz~W WJ°w OZ W�2 z HE Jr'W n' JQ 2 SU m0 d\6\ I NUxOZ
O J p QZ rU NDw mJ mWm O x,
Z >U UQ Ups r��U N W E F-" NoW HE Up Wp3¢mNU �r U' } w¢ O^�O ZgrU-}W i I
W 0W 6W N(nn� } ¢ z Nnm JW ZOZ �UQ Ow NK�mWmUmm �� pm 00 I I \ mwpYQmO S 5, 5. S.
0 z 0 Q m N°Jm m J W QXx J R3 m Q F2 NOm Owm J W=m W =0 zr wr mp�>N 0 W m R
Q om w w 3N zZ w �FF--W FF--- N I °aJmrw w- rw o° ooY mw 3rpo
S W mN0 U W O mw °0 Q NU ON} W^°ZO O° > F W '•YM U Q m_
Z Z H m N Z¢z z > 00 W _O Q W W O l¢i J°m sZ Z¢m 0=(n�b\m m f7 m w p(%i\\m wm p-lQ`p m U LJ
F3 JQ3� �xg� mW N _OUm m>� L�ODUrVNO°F0 rw Nm OmzYY2 pNw}QN
Us jo O OUmr m Om
mom zJN �mO °OZdO? Z pu7 N� my OOOZ QWZU 3ZJ}
�= N�J3_ W3°a a z'- \Qo FW1-< ma-a WnNmzoxv�°zQ z�- omJ z �mm- w ''¢7dwa¢a
LU N zpmU F_ >W W z zm WS m m m UrW Qn: Jm UJ o- N p
W Zw 0� QN00 N Ww Om N_ 01=w } Q p, OW Um QY W Jp Q Om 4-S2 mrxn!p8zQ
a OUm UNZd wdY m� QN Z3� °ZZQOZ ZZ34" Z W Wm4.° N W Qli� O}wZZ Q �OQ W
m F U U m m N J w °O Z r W pW m~ Q V F O Q w m U 2 W n' m m° W U m N Q n_4_J m m_°p N
rc r z ¢ p wW ¢m wu. FOm Ww Q Q m
W Z W r m w 2 3 m N 0 m w U 0 N U w U U W r J Z U W F_ O d Z N z W W w J
6 N n_O w0W O 2 zKJ n' Nm' m I I U
V KZ � w vmjOrU d� �N NZ� zoN NOI=O Q.m�!-JWWQHUZ UQ °NZ wOoaNJ OUWJrw�wm
a OF- U m m J Om mY ON -7Y 2F o U U lal mt0 mz Z W- Yz J ° 2>li 1-F'
LL w 1s1 J W W W m o m U r m J z Z n: U U U W Lr�v'', W m' m W J U m J W W N z
mm aNF2-o �aEa ¢z o3 amv av3 oavWiavmiJa� a�nm �i� oo°a �ww ��0`��3c}iloo till
U) N M 4 to 16 I_� m m
K
k
o �
z`
SL££-LZ-dMS iowOMd lN3W3AOMMI W31SAS WHOlS 'N 3NVI kBIdIM
3WVN iOAPOdd
3NVN3ll]
""NNW
0 O
O
E Ln
U l J
W
aCO m
w
z p
w Z
w c9c~iZ
> zao
J -
a Z M
t
w Z LL
W
W y
%L
fnU
y Z p z
O ¢
O U W w
F 0 ~O
N � 0 Z
W to
Z z
5 0
}
W
J
M
0
iL z
�� 3
Z ~W a'
m
LL c
U
o
Z a
O Z Y S Q 0 O US U Z
:3 CL O ,`� � � U z � ~ x zz z �� }
xx ZZa
O (a•) WO NQzn ZN NM WZ NO ^w w Z O
O ZZ CON, wx Wz 0 ��' w °
D Q' �2FwN ZQ�ocw�?0 zoW 3� z y zWOZO o La
V'W� Ui_ Z �ZXC Y �tw V Q N
mow Z rq JN NWW S° W 3� W u.' 8,' j
W W Jt0 �i
s^u!O O d 3W y
O W O-Oz 0za:WWg Wi C-)
O N 0 � � L �y a O Sl
WU�O 1GJN xSw Z xI E- W ¢
cO� �Na V) w�cn Z� �C Nsw l � NZ41 1--Z
m a w ¢ � wl �rlw Z cn° \uS am
Fn H zz z3zzz� w o �„0 m z z �a
(A Z ?�rnv�'ic°� ?d°a?c�i ir�vl'c~il ?o�cn' °o �'o 2j
Fn it
o a "f
a
a
Z
w w * 3 �n s z w
cp a
a. W d LL w M 0 m (.7 2 cr F O °
O g N °Z a W Z t Z �c2i ° En m� - w v ° N >
lL ¢ W m d d% m OZ vn � W U p O aUr' m
LLI C LL. IL z ° ° v) o z
Za a h O Fr v w O °n tO En p Q W c°�� ;pm Fr ix
wo o m cYZi wok U m Q �o� ZaY aaaw 9 W Z a 0 o O N � W Z �n°w N�CL
W Z WZ O Y w0 v O W •• w0 O m N Sui �, .. bo as wz V O� �K 9 Wp 1+�. V)
u) W " w i.i p 3 O o �o p W, � ¢ �v) �� w mw °z
o W W ° \ W W Qa w m Q oo a ° m pO°
z w w Oo rn U J �° °� a�x U J o� 31-- -L" �`) 0 i..i ° ��` WU�ti O O w � �p 3 z d Z J �o o w \ �Z Z Q .� o ° W> ow 5 3 0o Nz�LJJ US :2 o C ° to a p H -S s zZ o ono p F- �n C3 �� ° x n ran o
IL > o Q � r.)° a Y J w = O N 0o 0 0 U l-, w w N go z�.= a �� a �`' ° u) _ QC�
c� w W Z U o wo W Z �� �°
O F O U U O f- U I Z O O N O U J Gi O SO J (/� C9 V U J O tO O Y U w p a
Cl) a Ua oz z� z Z to a z w 3 aS Z �� d? z �� J M° � ? a �Nz
z W �� o¢ f- ¢ w QQ o O Z3 z c� ° � o Ocy� ,r U z I imm W
w FF W p, Z F- l.1 t0 O Z N W Vl I v� N U\ z W
V)w N Q ~n -� N d M J a wa Q F M Z dW O O y Z O C W I m
U !n N ZO w 2 U w ~ U U ° F- as ~ a O U r N NN V) O �U. U U U Z
w o � 0 - -0 in 3 U �- I f- H J 0 U a F- I x F- �- w w W F c>�i �° ° > > o- a N w 3 =o d > N ° g oWow J J J3 �Z �N N 2 U N y. Q d'wp U Z K�� Fc0 U \ Q[-i (Y N� c3F c.)F°ir
fn Q' �z ON � Ow O d W W f/) W W N RUC �jj V~w)W �j f/) W InK Oa NN �N �ZO 2 °�[wa � OW O � O ON WWU
U) O ? ZQ U� Zo U.N.. U ,� U Z of w Z LL U� ? W U U ? X- ? Z ZU UU�n ZVI Z� ?7d' N ,LJcn U U� U d U Z 30
d Cl) .- CV M V L6 6 I� m 6 r U a CV )7 4 6 6 n 00 O) 0 a r N M Y h w 1l co of O- - .N-
O
Z
Z °
�O Q
Iw- Z
Z Z U
O
F c�aFa
U W M U°O °r
li Qp(y O W KZ �
fA w-�aa
Z ZOZ
O �F
o A a a
U SozzNw
CL m 0 0 z I
w5w o
U >O F-z 0 0 0 O U
Q 2 O J>
W pa0Z¢O ZO M O
°O a Q O
3
t7 C-)
so
W r Z a m
U3 ¢ Z� a
J� m
w�
Nooa�ON N°
O V, U o
U U S V) C �]
Z
OUCnUN a0�
w
OX 131c:-W Y y 3
U -
J Zo IY6Z oW
N W Nn
N�ac3w aza
z Z°JZCn °U LLI
D-a-.o
X UWOp0 U 0
0 �
�, Q n
o oh OW W Oy�3 0 L�
CL Y <;"
N •'•f`�I 4`'`�y y m i
GM-LZ-dMS 103r0Md 1N3W3A0NdW1 W31SAS WHO1S 'N 3NVl A3ldlM
3WVN 103M0ld
3nvnnu
WANOW ammom ummomw mumum mmums r" vmm� "MMON "Mmom VAWAMW along"
LO
P"l
Z.
�` C O
Z O a 0 W r- z o° N Ln
ao° wi<z w °7 p-O 0 3r ° a a LLJ z wa N w < mo Nwu3 ° � a m
aj z� ZEN owow Q� 0 ll
_j F= wz 3: . `n amz K
aSUw ma =='o wa °o riso Lj U) a
N J W J J P W W 0 a° J U 1 °N Z
o��� N ¢o N Jt c6 -<cl Wv w QZ]
RD_ xN z UW UL N¢�� ¢w W p, I—I
�a3� zF 03?am���D5 �N O W Ix
..I owww �N a�UwO Uaz� v~ivwi
f- N
patio aw z�f�fF�n
W W Z N w x U N J U Z Z K w
Z xaaW �-F= xzo-w O¢O� OtM
111 H a°m d 3 W m N m N U m U O W N U L LU
C7 ri ri a > O
N F-
2 co
N R Q
N '0 0
ro � fD
O Q� �� Z M
o ° n Z a
Z° g
ww�
N�
� Z a oo W
J
w ° �mw a
m U w-
C) xN
O N 7 O?
(Y W Q Z
WON MCJ
ZO 133HS 33S O',+Z V-18 3NIl"OiVW �-
-- - N - 00 3
Z - f"JSN9
-- — .. rn a JsNe ——
- —� z
Z
w Lou .-..— ..... ..... ..... __.
a ,
�z u�
p�a°Nwm SS b10 48i 3
p v m .:.. 3lld''0'N 9£0+l�+VIIS o a
NpW
�° Zv�a¢ N
=000aY N a z zd I �w� cT�l
1..... .. ......._._... _...... _....J ...__ `�
n
N-U N - W a
W I ....= J:N O : OQ I m d
n�aZN° _._._._w ._._... .. m - ° �. _..JO_ ~ OiOZ i m=w a
;} co .LX.
L)- O m °
O _ O in NI c
�M °wax _ w -__ am N _ o° j_ z= Q
zv J a° I F 3r o
a N - ao w f--� o
z_._._ ............ W ®
l;-Dw m_ ____ xN
LOI
N z> I ¢Z
-
-M .. M~ W 'I; O Yy:
ol
Q J I o W
- - I ...... m W I .r� °es
m .._ ..._ .I'
a
aH,JSNe?.
I�
_.
Z o
+ I
_. N. _ _ ...f7 Z.N a
4
1
._ —w
I I
o
N N ,, - iii v> > a N °w
I a U t" a
pr ..__._ ._. I _of °d-`U W N m U -' ° 0 4_ w N cv ° Z z o wi N � 3 � ��3 a N N _II w alrn -
apNW ..._. ..._ NW WNW d ° ° -Nl NOI° �o Nlm° a^ O N1-
�,_ I �.-1n-"- m- w Nwlw w!w xlOw (ZZ II ! '': d O>
N of
!-N
W o OIJ� -IT
w w x
FF, _........__.__14. O Z W� a� N Fn
a0 I O
o
v.o°
j - o
....- __......._._. ___-. ! II in
_... ....fi„ZL
- I
!
_ o
-x-
x r - :. .... __.
L L JMO 33S _ o
_...o + I 3 1 96+0 n V1�Srt -
4 - _..
xp OS„9£ X3 .. ___ ;-A ail y + z and
SNM /� /M �oNO xl
w + ���
i i `` / ? °N II M N K
I F! / ma
x
N p I W ° li
/7 _
r U
O ....__1 ! ' I i j i+ µ +o °W W U W f'
Ix N N rn a �f__ I I{.-..y i I , i Vj Q- IO'1 N�Z�r I'I_........ �. ..._... :......w ° j mw
1 I /i I W
rn 1
jj�� FF p I > N (/7
Lj
Z 3 N D QS m it ,QOw w J
NZwj W
/ -c,
x�x co
I
O I '
I X p
O I ii x O
O r
w' I a wI
LlJ W I it _ ..... _........ .;... _... _.
5
W N w d
w J a a%
zo ° I <�oC* xi 1; o 1 roNwU
op� 2 mR� o�.� iii 11 co I xlo}w i
���.+zoom i
Z3 W OOw zprrn° ii I li �w� i
J° ___.__N e r c i r
z . w U N II I I w w�
s ,
z
v)wzw i rK VSZN
x w I -- _I I
c N i I �
ij i t I i
I
tll %
LO
O I = I I r _._._
O
i lC1 ,i I - _._.
N
C
SL££-LZ-dMS 103f OUd 1N3W3AOMdW1 W31SAS WHO1S 'N 3NV I A31dIN
3NVN 103r08d
3rvrn3llf
oalNow wAmem saftwo ONOWN wows” swumm musum emunow wmwAmm Immumm Nowww" Imummw
U plr�
W
° O z 7 Z W N O
z � Q�0 W Z° m d 03 N n�d ow O F a o �0 U V) =w mo ? mrn Mz z� N zw N M
00 z w a� z o Z wF v3o p w ri -� l JJ
rm tc~ta)11� a oa =W mzd x v° cn:D aN 6 u CO a l J
�z FL ° ?W� U NV)b ° i t�a .� 03° F
Z OW Z 2 f!1 Z � NZ ZZ K t,-'p z Z
Zwo a00 to 2 0��� N QO 03 tai)U m Zm0 �
>w W °Z�� ��� w t aZZW to F �J C7 J F a
aQN Qa'� W MF a' UO�+1N Sp w� WW mH OW U a� W CL
X
O zSW U O NU ° zz m Q w U �
w w W W� O r- m Ja3� wW z� J7d' < D F- cn Z Ci W
Cr z pr., U b w Ox w° a z W o U
F- w o Jb N c��'c�W �'n Fo z0 xU Q p z U d
W OZw w U mw o m W wz a-i-i ''r� c�a 7dcpi Q� �� �n LLI °�n W
W WOS cc 0 ow z w a¢w CL o xU ° a Z fn
ix L) O a0� w� a ° Z �a°m a3 Jad Ua WooW� pwzd�S W
cn O � O O 00 N M ,t z � V) 0
F_
U)
Ix Q
O p
f
N
z M
0 0 0 o Z
0 N of N
i
S'9E
LU
IL
/.
Y1 r
I I i
y FI
I
— r I
Y
w U .n, -, -
M
M_ 0 aV- Z N N xt -- _ !
4
.. °U
z C3 rn M \
d W NI, z W o
Z° 1 __..__ \ O
Cj N r{ .I. I .._ ...... }............ ... I� o m tz
w
zo ON
W I I c
U 00
FX
z
M L)J //.
M 3no
Z lfl z w
�n w}a� d d ° I
I s 'ar�M001
- s £IViS o
Y g 3 I L£ "....._ U Q .._.. 9
x
O
CL
Z
F
of s E9+£ V�S
o ,J 9 i
' NI
4YOI O m �O Z N
1 I r I� h ! w Q
CL to 1 i I 1 a Q 3 Ol M N b y I , J Z �I __i.._.. ............... .
-CO + MCI _
I '
I a zwdiil U d j B 1813M DOI o
n L�IOw n o ❑ ' V) 9£+£ V1S o
+W b'�N7�I I b < ! f0 -
M3rnroiG7rn m p ! of ! I m
G��wu w I d LLI
I I �^ u 9 w j u.
l£ °' N ........ s Z o03 0
�; o K iZ+£ VjS O =
I
It-') C) ! m
}w 'nWm ;:❑ '£ 3.0 1.' o;w�,°n°!no\ Wc'r� v' ! �^ j
M3.:�tO�.O�aO 'I + Mb� MEO CA� r I Z J
r O^/.'J J ❑ M W } 11 O^ill l+�j I O N cn W 1 Z
N J Z.L1 W u4 W n.0 N - O
fnJ zW WW
N13M OOl
6 90+£IV1S
i£ I °
p , _
/ I w o
z Ir s'-Z ,+i
O I I
d 1 I ! CL d
IT vis
Uri.-'W W z !
W Obi C-)
/L a Z ! l O b O
W..Z.vC W
O Y
3`l I Jz ZW I •,, U I I I II 'II
uj-
ai _
I/ w !
a I �� pw N Z uj
1- =o Lu
W W f7 M N / , J w I I to
a a U +O •-I O N dp N QJ `XX� 1
M ^ MI M NZUUnO a O .� ? W I M M
rn M 1 ! to.-
_ i mrnazw - - - - 1 p j 83MOd 1 a
._....
_ I
I
_ { _... 1
.....
_ -- - rdaa no
— + iS
SS Z di a
ab I r� ✓ r
U __
. ... I I oe a°A
J \^ ...... Z.. .._ �. !ZS+ZI is 1 N 1 I I
U n n p I e' +
J a IN I 'n .
5 Z N
r
wi U I 11 1
O Z d u] - - C',
=�wo .� Ua r � o� 3NV1 A3ldRJ
N _ Q ^ l._........ ...... n._.._.__. ....... I .. ..... r
m�doa.zw 1 I 1 3N`dlA3ldRl � + �nzw j m m�
in
d03 1
1
i1
0£+Z V1S '1
1 1 1 O 1
a31MOd
, i0V3H�3A I
• _ I I
-- 1
!
I
3SN8 43 133H 33S U+Z V1S 3NIl H31VW
w b N M N r
tm z a-
0 a
Owe Z n
Y S
U z m z
C-9
�UZ a'
G- p o W
pwo
w2�
5L£E-LZ-dMS loaf oUd 1N3W3A021dW1 W31SAS WHOIS 'N 3NVI UldlU
3WVN i33PO8d
:3nvnnu
irlr Gomm" wmmmw woolow eammow Immmoo 111rwo GNOMON anown @OWN" tom� ammum
Lc) Q O
0 \ M b O
Me J5 Q J U OQ W O , N g ,
as z° ago a SW_° z = c
x° JQ o n °� wwQZ w W J r N g� LJ J
�N aN ciao 0 3� ° aQ a U 5 3 a Q)
�z vxz W,x v , 'oz UWa Z o o Ci N W
fn =° z: �wQ Q mo c�i,wpo woo j ZO
W �W OW aJ(� ?° YZmN OLd (J � N d W O
wz 3�a �amz W y \ a N X In m
O w mQ 4,:, �o o (A 3 w \ a to
Z w0 Zo vxiuw� awe ° JQQUQ¢Q 1'- � 3 �N N F-
0 v, OOU omFX5 N a° w J� a vi Z D ° d J N ° ° Z ILLI F_
F- �o 00 °w� xo o3Z� coo �� � U N a a �� 0 m > N
() �I- of Zxw U Z^- ON O a i0 M V CL
M aa- Waf m J owww xw Q wz UaZof J ° N J rl) 04
oW � J per, 9 O Q
F_ mow^ u)oz � 0Q<° wx >w Jm0 �� m W a a a Wo ° y
fn Zh oz:s w��cn d� c�cn-JU zWFc fns _� N W
o0 505 m: xzo-w oQow w w a
Ozpm ova Z I-d°m a3 wmcn�cn OmOo O O Z_ ? ? 3� ? W O
V N 0 .- N M 11 LL. N M 4 In (6 } � O
N
N W c
of n N 3 Q
.—.,.N 0 W W N
° Z Q
co
NxO� I x Q U I Z Z
Qv) �M I Cl)
N W ° }
Z
% NZOM
x
-- w
U)x 0 B' 9 =-31 (N-).-n
99'lZ=31 (SZL
9 FVN!S�, X3
SZ+Z VIS SS; - - ---
- �-
a J
a
O o
� 3
a
I J
I_LI
II ,
i a'
.x
II j N II o�0 m
�, III I tiI 'I Wv3
I ! _ °
I o° N
w
�I
O w c
Wdw °
W N N N
J-1 p
I III I I I � _ i I I �
I
r 'I ol �$
I N I I w
<
x fl n Wj
o Do _
lo, �� � iNII N � �I I I` �I o
o
XO ' = I� x t0xx N� I I II
I ! N I 1 yy
III I O I Ix"
ON-
En 1 N
I" I I I I I II
I I I to W I
of=W L£'OZ=31 N.Zl
=
1
V9 iHWSS X3 3AOV 38 w
r
q- 19tl ;LS SS
= l I a I w
i t w
x;
I' I MO I I N / W � wl o a
! _ 1I
J I %
I M .. z l i 4 cn � z �-g- -- '+ a
cwi n x ?° Io �z o� I N w
_.-0 I o
w x x ¢ co I ( :n o
z z Q
1- _ p ! m z0 3 W I °H
Z I I. O O
Z M W I t W Q M \\ OD
° xzF� N m I z3 I � ^ m
Z +F W ~ I ` Z
I ..1 Q OUZO m ! N O Ix V j I a op
Z I X -u W Q_
w cn
U °W=
:U: o �
n
ON I ! ° I O M
. W w w H
i W'Qd'N I
C9
x I :
' N N W
Y �
� It Z
w o
/ - �-• -1 O ° w
ll+l vis SS
SO+I MILS SS I T�
? I
OS 09 I I I I Z i 66+0 iS SS
-....__ I ...t.
Z
L. � -
W�
It, £ £
d
a _
L S£6+08 d1S„9£ I W N w
SS„ti I - OS
- SS
1. N =
u
LO 9M0 33S 0S,9 2103 w
L' J — --
SS g
9Z'1Z=31 N.ZI
31
T _ q
8I n
°
9'LZ=13 WRl N M
SLOB V ILOO NVId (31S 33S
NNOO 40210 301SIO0 IM '
In
v) _
.8 -d9 HWSS M3N
I�Ix o:'
o 80t1 BLS OS
n +
w. ---r S£8+0_d.1S SS I
N
Li . Rs1' 1 I I I
li lo
~ H• , H M
�yQZ
NpZO 00 1� I9I II cnej\per.- i
r of Ci I I cnz3ozw
IN I 1
(,Z I ! I ,
i
-.....__
z i
i , I ol
�I
f I I I m
I I I o II L1'
a I;
X
w 11
� I i v �
l III
i
I LO
°2oDM
rn
�v x irnroi
�F'�oc+
(n W z W r
J m
ik9B =31 N.Zl erg$
LV3 31 S).Z I I m w
L HWSS
'/ I 00+0 vis SS o f Hwy o
�3
0 0 0 0
a n N
5L££-LZ-dMS 103f021d 1N3W3A011dW1 W31SAS WUMS 'N 3Mdl A3ldlN
3WVN 103rO d
two” snow" 3rvtl„3llf
mmmINIIIIIIIIIIII
z CD O
U O � o
W() w LLI U zow w z pa z �° �c �w N aM f O
�y 2 0 W O w O N r U �' } r : p O a Q Z U) w J a' Z °¢O w > V O ¢2 fn V W Y > V) 3 J Z F Z N H r m C U W O J Z m = �...a O
ate° a N�r� z o LLI J N� ?pc.> �wa W N� �� c2i zN3?3 mz?z ¢z Qwm N U
,..-0,N a' 32¢O W p W V?2 2N�� >a.OU J= X a Y p Z Z W O O W W d° ° -1°W W
U W O C a a- W W O I � SN W-d' ¢(n W y i ¢� 7 O
wwoz ¢°wa 5 Z Z m�� p�?zp� QrQ ar}n> Wz � c�w��GJaz pD rwr�w ° ¢w3 O Yl
°a.WQ ¢ m� -w UO Wow °d'U O Q ZO0Z a3)p0 (.7Z wOZWmO O�Z w� oppWZm � °N3pW mU wawa a l /
a� z r-x rnwo 0 c ¢z m F _FFaa m Q cn � Z � rw rw w pp�z
J V p Y Z m V) 0 mW w a' U G Z F 7d 3 N>W Z N U N W I C.5 w ZO K 3 W Z-R Q O=J p w Q ¢Z3 Z° J Z 9 Z a 0 z
JFZN WZ 32¢ N a Z a0 pN p wJ°ZZ Zxp�2 NZ FOp N V W NU6O W 3 W JLJ¢tn ¢ OQ 2 _
S S m Q ¢°W c n p r X W a = X U¢ w N J Z r V)O W a' f n Z p S O V) a'r m Z W
qz Uw 2 a p woo W o NmZ z_ m ww� rz ¢� z�� zx F� z )n z 3 O
U F J aZ Oa Y. w O>Jp I U U�sc J JI�W w O Vi W r WWNw UZ a wv° LU
N J W -� Q r til w O Q pZ �U> U O ~ ~ W Z°O w r m 2 ^¢r p l w N O ¢w Q m J>Y p z ¢w>,_.I r¢ T°2 fn M
K U ¢p r N Q O z r ¢M M Z^W p a 2 Q 2 Z p N
mQj O NJQ Q 2 UVI K N (.'JWa'p U' OQ Op W �> ZpNWr¢ V I U3Z>r =4.,.... O f- O>
O to J U Z Z W O Q Z t O +
r a (n Z-_W N wW W L a 00 UO HZ I r Z NO Ul N Z O
ZW In W 4.0 O UoOw U {n O V)z O Wp O pZ ZN m w V,2 }O m p W fnOY 0' Z o
QVpWfn 20 o3ZZ Ur a'i, C) 2 ZO w Ua r )o z,G:O - g1w UW Q¢ Q YZln W Z UU two af WW d W Q
2'ZSW U- z^-g O ON(.7� xaZ V Oa.Wfn }Z w O ZJ M p wp ZU 2 W F¢-Z JZZ FS-r O °Z � r
r¢32 zr 03 m r�.zU a O U U z_o m-Wp 6., Z zzW �_ w0 3
JQ z r Ww F -mmz UJ5S lJ.l a I wW> rp^m V -¢OOQ Z OOJ o (n rVipO O W W K ¢ Z Q a' W J Z J J-'O N O N W fn 2 J (n 2 w S Z Ti N N W W Q ¢ O V w rN > V w0 9a�?r a'NJ m aZ I O> > W V> W S Ja'fn I YN I (n0 a'(n -YN °O ���U 1_ O F-
Ww?¢� V) 0 ZMP :D N aQ�a I 3a3 0�' KUZ -a UN ¢¢F?3c�Wwaa wcri w�il� UZ r ww o R' °o
x��dw a- xzO�w oaom zxo x¢W S .�,pO�C., w�>°O �., wNw gZ X¢�oJoJZa I �w �w��.i° iaz° O¢gww } +
W room a3 wmLOM c��c>o wwc� O 0 ?In3O c�zmaz m>:r z �.-O a� w3OHMa�o aln aF-c�zmp Zaw UMm� CID
o
U' Ci ri O a U- ri ri v 6 m P-: eo a' F-
N ~
Q co
Z
W
g
J
x I J
I I �
/ 01 l x f J1 1 i1
I I OZ o
.y at I I Y M N + O
U) 3
I i
N I 1 I _ _._ _—_—__. >--z
W d
Q,1 I �
2 .3
w m'
C6+0 V1S M
r1a2l I pj d J 0p a
q
J M.Z L X3 NO 4 A „Z l llV1SNI Q} x N , u(10) M;,Z l X3 1f10¢ m w Q 1N3W30V1d3N m s N - Z M Zt ON3 o N x ' I I a `! O 49+0 V1S M.m N
p tr }W I U I la.l m
= z2J g I 2
W�KJ ;I NM p,l �xb Iwl Z LL �_._
00 jR,
x zpI v cAl
N J Z p I ! ¢ w
oWN 1 �
I ��� � Wd p h
l
In Z w
.�' z
n J
I �I iw I Ovj�p o
Y
- �oQp 2 tG 0 o 0
I
- � l 3ZwKU) �l Z
tj
0
I I
W O I N I a
3 a
I i x #
31.Z L,L,w o
OX x x z 3 m \ (m) ONB �i(ZZ -,Zl og
Li W
z I _....... \ r B+0 V1S M m
\\..... Y
I w \ ^�
° \
� I \ I
wo m W w at o S 95+0:V1S
OD \\v\ y�
z 3
Ii tea° \\\\� 0'£Z=31Zt•LLJ
a w r I w v m \\\ (m ON8 .0z -Zt
_ N fn N I I `T Z N \ \\ 9"£9+0 VLS M
,
I ,
Y 2
J W I y g'OS+O V1S M \\\� u°+o 0
I � I
.n
- W I
W
a -
\-- _
9t 81-319 ...
+.
-- �L -
Z z o \
_
\ N Z => O
i - YIU In \
OZ
i f ° ZI \\
L
._J
I
-
m<N \N
CN
Z N
\ w'w J \\\ l'9 31 9£
6Z+0 V1S M
Nlli a wwn \\\\ =4t+t vls OS
w V) \ \
1i
¢O�
W. VAV 0'£Z=31 Z t I
I°3 of \\\\ �f NB Z+OZVIS M
s
W) 0
I
I
orn 3 m \\\ I I
zd \ 7(
° 1 w \ \
III I °�N wQQ Z N IN 91 1+0 V1S
I +Ina,p \K O \ ' s6t-31,Zt
N I O m
o n J�i °OO o \\ (M) ON8 .ZAZZ -21'
i ' I
(n o- 3 ie tilt M I 5, >, is >
iF9 N W J O .Y m m m R1
ILL 1 w J U �r
v�l 3zw?cn dram Q p
Z n� � O
j i I I
Gal
I I I 3? N a ri1 p2
_...__
II w 0 V1S ¢ p
Z
�O
�to
p
WI
LO En
I CI I^
I
' I
! o
wl 00+0 v1S M a
I ,
I x i
u
X
5L££-LZ-dMS 103mMd 1N31MAOUdW11 W31SAS WHOIS 'N 3Mdl JlMMM
3WVN i33' Jd
m�.�, yy00900 mmodow IMANN" uy 3rvvrv3ilf 00001W MONO
LO
90 133HS 33S M11 HDIVIN Ln
0
177 77
C4
Ln
C4 L)
Sz
if
CIO CL m
w V) III I
z
LLI
W
F-
z w
ow � I I I :. ( � � I O Q
W ZUZD
w
C)z V)
0 V)o
z C'4
0
If i U)
011
2i U)
z
w
0
Lo W
0
C14
0
0)
LLJ
—z
.............. 0
0
uj
__� fi �ll I. ,, I I � I � I v I a ,I ( o
3:z
o Li
61
0 3: -w v) <
J
l-
C)z Z, w 0
C) ON
o z'o
-00<
it
21 in
C,Lo 0
c)0
am iw�f
a-
S
x
LL,
:c
< C)
W
0
1: !� 1 1 tt-,
L
M,
pr-
4 �L
z
IIf
f
1,
HIM 1
z
'09
001
.............. . ........
j
1
J
z
V)
Li
L)
000
F=l,o
00
n M
w
1-z
z
0
Oa
En
C>w
V)
j
WE
5L££-LZ-dMS 103rOMd 1N3W3AOMdW1 W31SAS WHOIS 'N 3NVI A31d1M
3V`lVN n3road
awmaw mumo 116101111111111� "MONO "Nollm 41902W avmmw twommo 11IM11111111101111110 71MONO 1111111111111=1111110 '110111111111100 MIS
Q \
U �n1
� '' �/` I I N aM sry Ll l
L/)z I �.
N v V
II
I � w
0pw I j I —._ 1 O
=w I '� i I w
V)0 1 11 1 �� 1 a m
w� :t I - I I'. '� Z U
C)3 Y � I I I I � ' � � .,\\ 4\,� w c�wi �
w
> L)
g :I I I I I I \'' I I J a z
w ZZ� I —
°�° �V I I� I /' o W j
I
Z m U)- I w
in
P I I 11 \ O
zo w w N o L)I QtfOd MIS)..lm F�doS�, I , I' { I I I ti
W w
IIII I I o—�J Z
I I ! I I aN I O Q g
I S' N N i t w °z aJ
U)
zo II�.,111,1 11 I III I �:++� ( 3� �
j m I I'I 'I IIII II' I ' l I I li I�I I I I ( / I _z y
O
a l- v
r ° Jz`
o
0w �
co UOI
La
I I t I91I
T 1
IF,
N I l i w a
d x I I ;� r11C1 1 '
in
ui
U Y: W 1n Z IA R$
oax' i 7 Ix t' i l04 7do
w3U §' I 1 �; II I ' II' ll ! I I �I�'I °N U3 '
sfw ri I �jI +i (� a I Y I I ma
moo WoJ� I II{ w�
%H an d II II Q O a N I I �': 1 III I I I I'r ¢ O o
}I w r-0
r I
1 1 i Q I III I ' -S. Z Q
� � I'. € I I I J 1 o`-'
I l i ill r� r
v
I I I� v w w•y �
,I Z0-Tr o^ �v / wm 1koZ �y
a
m : I)f cn
7 d �Z
T d V)
<w
E:N-D�-II
uj
G I IZ rJ+2! �I� II ! � � �� m I
o�O; I }
{ I 'OIw UZ I j IIi Ii I O t~JiC 3v'S
ll m g
;:ai- w x I I it iK- Q I I 1 Y `' D U x� 3
� 0
Ilryl
III + I Ilr t ' �� I O \ -� <
i ! X: ..% I I I M
Lj ILL)
w W �I II I I I ' I,/� I I ❑--❑�❑ 1-V) o
Ir w
I
it
I
' '
it t,
T � r
k ' I
1 1'.
I 1 I
: I
/
I R I , ,,II
I -
I --
I
i 7
r V i I I I VfI r I
C) -- i IIII I I _ I I I
xl
f �
I
Yw w
ZZ< r` I �.i II I LI N Ii..J 4
O i- �5 s :C
~ 0
lit
O
W I fN/1
av~w I I 1 Q ' v w
ZLL; ( II I a ILL
wo3 II Z I I !. {I I I' I II ,,.I z w CD
CO z Z
m I 111' J'I J I :I , o m a m Q w N
xz J
a o z o.
II: z o aa
N
� I
I I
''o 3 0
I I II MI I'( I N
m I I 9 c 'I I' I
I N I III i wV LI
_ I I I LL' „I I I
� v -I v
N �
I 1
€''.0 I I I '' i l I I I�i� li s II• i, �'! I' ' I
It
IIII
101
1 1
is I II, ( I I I III IIIIII I I 1 '
I
l l IIII I I o I I I I
II�
wwm'm
' o
z
'' III III I I I i ''I I I 111 III
0 o l
rn I
x i I I I j (IIII i, i
N I
o f I II
N it
o i I I
J� I
O
I I
53133HS 33S 314I1 HD1dW
N� _
s` >� E
r
° ' ;m
F t
5L££-LZ-dMS 103roUd 1N3W3AOHdWl W31SAS WMOIS 'N 3NVI A31dIM
INVN 1311•08d
3rvm3IU
ftwwwo
Ln m - M
C)
n
CV
N vw
0
V) a
~ N
z N
w w
> U
o Q
a z
o O
L
zN z
O w O
�r Z O U
I (I ) N Z W
Wa
g �
'US
I I I J, < w
� J
lm a
tia �
O m U o
v U j LL i
.3 5 a1 I a K Ori J U 0 3
�! 0 1 u
W Q �I W
W Z 3Q
J Q x W J U
a� g O �
K N 1 Q Z O a' O L) N
I.•.. Q a J N O L, 0 = U O N
N 3 U N � Z tw/ rn
T c
N N x �I
_ t r
ILL u
k: I o Q
LU
o °
q W
N I
I _ y
OJT
II W v o
IIgj z ial c
11 Z
W 11
4 I N
! Yy
K
a
a
a
w
a
°
r
m
1
}
z
w 10
J Y O Z
O
z
}
W It O
X
Z I I F ~
C I:• 4 �. =O d U
w II K o x o
Z M N 4*
S ,� x_... W < 3 9 p
+
�N t 4- Z W
as > Z Y °� v
d'N Z N J F- N N
It
Q a J m W O a
O < N Z n
.l — N O
�f"�{I �`• Q OU m
j O
I YjI N
w O W rn
d O N K U N O I i
q 1 111 U I W W W N i i 4
W
W j
1(t
t 1X
0 4 1 I
w51 5.1 m51
'I III
0
I '�1 I I 4 Orn
1 W fp
Of
Z
a
II i
s
51££-LZ-dMS 103rOUd 1N3W3AOUdW1 W31SAS MO1S 'N 3NVI A31diH
3VVVN IAPOLld
arvvn3w
ummoo waxwmm mosor upwom one" foommum rsaw ommum vwm� ammow "am" "Nommo own" moor
C9 y l_UUly �a
ot
zp JN N ��� ?W{/� W V C f LI
�o _j z wJ Mqq5$� V) vai�v ac��vain N w Cy
'mg mya rn� GfQ �y 3 O
bz0 �p a � 3 � & z^ n'OZ E �� � a Cy
oj2z Za Qyb 6.f �tn�g D0 K Fa 0.� Z icw a z CL
as J 37z �a ° p° gC-4 6 Qz
O 00 RA ZF�P wW � �a " 4�Q w O J
U F< a I a }�i �^ ao°? NC004 gyp
05 Cw mI I
aria $r mmr° �Uz Szc�m wz oo x o 2
zjo o�Z Sc a� o a° - z zo 8 c� ° FW- a
o w �n ° w
0
°? woo �> z �� � Q � �. � w 3v g�a > V
yowz ���?� N= z~N Ja �z e< vu °Z'u.o + <z ffla 0§ g D
��� � g� 4� �Q m � �1 _ zo zvzai z ° cU>&6�ca O g
Inn�o ��LS °2LLO Fiom� _U o�w" �xy7 p'°d Fi-°= -d w s ��QG(�_� p"`(]s 30
°�jr pp <u• O < rm J� y OCCQ B �Oz Z
t�/nfWW 7Y� C�� OR �J Z ? fna C'O]a2 (!!< fnw Oz-V' Z° 2 zz J w O N� w uJ Z IL 0 ¢z zF -_ m '� __° °° g
Y3� Ic a& a� p b'� b �_ 8� q.
N &w� rroz? �Oe� 2ROO Z ? � w U .ca a O� oe Q
q� y N_ _
H a°vS o_j c�}N z aw F �8 pqi; �x N W �y j my a
°o= € z'iZF � I��a Iie ° w 8 00 G S zo Owy Q U�' Qa
Z�i3 >- \ z o �� F ° Fb c~i
Z ya mc� wQZ z tvgn�tyi :t 2SP'� o gx ~ w S �.7 ° w `z "a z=' ° qy��>: ~ zOp W C15� ag ° ( °cn
m
di Iau 4 ° €_ U zWxQ Z��=N 87� abF� a lom
zd cna a a33 F5 a c� 3 0p v�� �� 3
o Z v;��s��
O. Cl Ni w vi �ri r� m of z ~W a'
g � Cl- a
ZO 133HS 33S££+Z d1S 3NIl HO1WW
5
I 'c
uj
z _._ a' Y L.
— { - --- ar°� zoo 0 rr
a -
_..__
w w => b
-- Z m S 0 Z
_ �. a - __ __ l_
'°p z Q� o
¢ Q
°
o a - 2 K� d 0 9M�m
a� Td �
Z F z
Li -�z0 0
_
moo °� °
��do 7o,c in a v°i co>tn
z6 0
" w
Z
y 0Uj a� "qzz`
�Q
z &�
Z
- u &z s z
a F J a
w
m
� 0 O
0 0'
L O 0 fmsn e s
°A.- Nid3a 0 Q 0 O t MSS1W 0 � 0© 0
0 0
o _j
(� a b Z
� ' 000 0
0 0
'O O O c
12 O O O y �.� N°y
p
= 0 0
I 0 00 0001 1
O O 00 0
O 0 O
t
�
0 0 1 0 O 10 OHO? i �� = o G G P E Lu
r, O b 0 Oi CS r
O O O O'I �i.
O OHO �O 0
oz
i 0 0
LO
O 0
O
_ t
tSi� O • M ;-� I 0O
OO
z Swm�
00 �
° CL
00 00O/ J M 0 O O w
gN
O
__ I OOO xz� c> z iz E2 CL
-- -- -- o
_ 3
/-� = - .. -.. >> z try a
--- V
-- --------------------- - - - - I -- ------ -
-- - -- ------ z
-- - i, >1 m o
� z
3Nd'1 A31dla
x
— --- -- — I -— rvel00a'9
_ -- -- — ---------------------
_ -
91££-1Z-dMS Loaro 1d 1N3W3AOIIdW1 W31SAS WHOIS 'N 3MV1 ATMIN
3MVN 103rMJd
3YIVN311J
o Ln
O _ N
NI g 9D
� M I L n
W M
10 3 f
I I O f-
W M
l J
O
z
W
llllll� 1 �z
a 1-0
ao U
MW NO
U) z
/ W Z
Z � _j J
O : a
o N O
rn
2L z
I I p, LL
Z
N g
W
J
0 1\ a a
0
•°m q
U II to
o w W a0 <o 0
O �M— U) M N O�® L_Lz y
Luj ao m0 _ w) ® w�jj3 U� 3
ul,w
Lj L) i of //\\ c°� °�3 U LLJ
m
°m °ate
v mm Z o
- 3 11 } - ®� pi oI o
m W m
a to n
� iNl
a0 o y
-- --I `° <
t6 4
N I I
w
N 0 Ul O Q Gl
w
Z ao O
c 3 w � a
N �
C-4 � O n�
w
a
in
t0 M
M U' p
U Z �aW ----- I
=r ----- 1 - --� ---- uwi - ------I ------ fir`
I I o
I„ I q I o
3 l 04 I
r _ 47,
J It II i i wo I
v - 00 -
� I c�
N
to
:3 r+--- ---00------ � Ha-
:5� j
�n t---------------t� I -
J I I m I
I
I N I Z
,p-,� L�-------=------t� I J i i M d
OQ I I I N M I r I N M ; i
m a i
i
L ---------------t — a f3
fi I I fn In I 7a g I r7 A o°a° o
N
O O s
I
I � I� I 5� I I iii
dAi .9� --I I w U p
co
o f to
------�� I � n- m m m ro
L -----------t� i o -
I
rtOi�
\ -in— -\
r I iB WE -
L
I o I p
lip
`i i.ii 1 t io in I in
q
I I I I
-- -- ---------- I K,-- -----------------J
R
.6 .6 r .9 .0-,Z .0-,9 .0-,Z 9F-
- - - - .0-,OL - - - - - - c .0-.0 l a� m LL
�-SLMLZ-dMS 103f021d 1N3W3AOMdW1 W31SAS WHOIS 'N 3NV-1 A3ldiN
3VWN iOlrO21d
]NVN3111
ammom om� mm� wommma almomf Mxmuw mommom fammow ftoma WANnow loww/ mommme r/wMA wow" owns" Nowum wommo ""NNW rmmow
� o
O hl
\ N b
W 0 �S G� Ln
—zoo 0-1 Z
O°UU £�
F
w ° 4/£l ti/£l W
-~4 0
v/omJ �0 z l l
-------
a l J
Z,g� o0
W
Q�3 m
N? Y FrW In > to vi z uj Q Ix O
_ � IL
maw = �� � a F Uc~i
W 0� it pw ui rn z w v o � w
Z Z O J Q ~p a ° W O
w w 3 a Z W K J O U N U Q
N Nr° W O N W
W-m W Z m Z p O 2 J Q
Z O Z IY J J 0 �w
J Q
fnJ Owow OmJ O Q U F 0�
sot ° n n¢ w° =z z W N to
wln3 rw 'r °z Z
J z Z Z0 O W
z wz U g
JO 0
O w0
Z Jr O W
z az ¢ a
J 4/Sl °� 4/4l z¢o a
Zd� w
En L0 n
(rn=O Uzi m
N N O
4l w it a _z
w
sl o o1 o I o m 00
z N 3
�
a r F
W ZJ5 �z
ti Sl N ��p oaJZ L1 a
J J Uxwzo cW=iN=� U� \
N N
>W U
Lu
0 O W J J m
Z�o Ioz NOJtn A
ix
OUZ¢ aOtn z
a z x a
Zwmw
O— Z &
K
a¢oo am
o m Z U 4
£� F
yet p
Y�
3yi?p
O Jpyy
Vt
Q h
w O M
z Z
w p o Q
N N d m Q Z a
K F
mZW Enn0 Z ..
W
n-
o°m Oz O J Wes ' T
n J
= a
° ° a5 Z 6
a w M E— N a
1 X 0 .10 3 r 0 0 uj Z a
N W Z QU tw U p Q
W N Q KQ Z LU
W ? m w Z W
�w� Z
m
on
W? WInW> wC4 O
(rn LJ?W t,_U�0
O m
w a- m w N w Z
jr. N O O J w d O J
K
N \QM N 1rD. N
Q W N
3 v>> w tO o
M
I I �
W 1 ^ t00 W
Zao W N O
a j� �/ I I w w =a w
m
� O�
a
EE
I I
I I
I •
•
— � II I •r
W
IS f �
I I
I I
°L° z (n '
pia
J oW 'n w I wa° _ _ Q
o "o 1w, I I
it I �'Zo
m F--3 W Wa' ( y 1 1 1
V)w< I N Y Y
Z ::o r K ® I Z ° O q 0
V. )4m 0 .1
C) I 1
U F-
I I1
I 1 ' i
Lu
N m W OD
= X w 1 M 1 1
V C.D 1 t
\ M >°-ZO
� I �
I l
�p � I m5`wmw
I ..
I �
Za �/ \ \\ d U �Z
• u • 1100 r4— -
\ �o I � I � 1 1
I
O N z N~
xNN ® O' -------------------- —
"'
J ® _ .SON $�j
W 0 O X/�/i
t00
XL
1p. w
n 3
J
W
51££-LZ-dMS 103roUd iN3W3AOUdWl W31SAS WUOIS 'N 3NV-1 A3ldIU
3nVN 103rOHd
anvrv3ve
wm� *MEMO rmm M/ ri murm OPONOW Immomw vmIr "Ou"M "mum" 'Mmm"m Imo Ipmomw MPMOMO WWA" wwwo i/I
� a
Q 0 \ �
C all U \ 4 I�n
i
{ cf 1
Uzi �N �O
C7 w O
w wt�
z o ° ro jo WZ'lO U` M
It OK U W m F-O \
X m
vaai �w ¢�O )+-aU
2 Z V)N Z
W
Z Nww� JMZ 17 N�d `K W cn
N W J W �Q� �' Z
U
Wo
LL, moo oa �v�i3 v d
O �M11 c�Na Y W
L) Z N m W 0
U ( QZ }
O y U
g J
0 Q
n O
N U p Q
\ J Z
O _ LLJ
Za
LU
o W I 0 o W
f
° J
w H II w N? N �° V ,I a_
L) N z oW I N oJ2 O W a'
Z N 4x U I N
U U r N n
N
o
x
_:z
z J U 3
o Z
a _
D
w w o U
o pJ.N.. Ir!)Z a Lj
U
a ° m 0
c_
pp W K O �I
U U Z N a
N Q
w O a p
UFO &
? :5 o-
U a m m y ao
O - Y
U-
Z O M w
a
® Z
w)n 3:
o
pQ
UU N �p
m
V W
V) z
J
Q w
z
a ro N L-,£ M oo v�r Jo H1d30 NIW ,Z m
` Q _� O JrZM W J_ Y rL
c�i o 1 p Sri = °w z ,Z
A. o M I
y F c�� °ciz �� a
N Z o Z J J oO O� ` m
rn I Q O I Q 6 r ¢ I o m o a Lu
° 1- 3 v) o" :>t r
0
r.01 r X W �\ W o ❑ z oo�m ° �� m Lj
42 p
L I I W \ _j -��� Z
qNISSO O
03NOVP /03x08 N1038 I o N o^ J
U
9£+l V1S w w ^I V o
n m 30 N z
1 Z_
QQ �
J ul N �R O
0
Y ° K w
aUa°� Z .{ O
m W z^ rQ N J Q r O
:,c j W ww m J G
z
U O U v U w Q J Or
�z
°O a °- x
Op 0 Q Z°W )-Q(N Q
o
3 J U Z m O o J Z
3 aco�z a
V) Nm d'ON J W
z Q
U_
"D V) o K Ww.
r O
Q o u) �3a Ljzd z
U
m
o
m
NIW ,S
Llj
`mod W C.7 U o
cl:0 0 C7 o D 0 O J O 3 J aa -
N m m W
zQMU °Q 03 x= K U
u) in W° O U O Z p
M W W� o. J fit rz W r,N x w F.
U
° O r V) W i t Lo
L M 2 W M =LL J O 0 o J w w O z M Z i
w °O o Z a J z J_ W m x m o w Q
w i+�Z Q -I Q Z W Q U OU p zNw�
Z M N W II c=> m o �'MOI� 0 W N zo o °�o� ° '
o Q 0 Cl \ p d OJ ❑ z 20 3 o
io °U w QQ U r U i
Yu�� I Qo zd Z m w m'w° w Z `�z Q`) U U y fi�o 0 Ci W
o z
N U W V)
W
II zLa
I c� � z_
Q w O m j
W °¢ W U M W J of 9-
d U r d V) v W -
°x aWoWg t)° � �° rim
o aZ�Qa mo o Giaw
W tp ZO UmU N=0J
v)
Q N W W a u
:J p'r
s ooJ¢LL'a 5 N
°co oa o mwJ
0
mN �omo� ZQ3Ni�
xII z�aDU
wW ipK Il in moo° O
o W a °�Zd o wy�°� asmC
rn r� a 3�
n �zWwwm
Na¢SOriz H
SL££-LZ-dMS 103ro8d 1N3W3AO8dW1 W31SAS W21OlS 'N 3NV-1 k3-ldlM
3NlVN 103rOad
3nVN311]
vlmm� lammom ownlow Ismomw OUNWAO "moo" vAmnow ammoom Iowa" mommom lommow =mom" "now" onow
m o W
d y
n
no
Q J J 3 w G ILn
m 0
L Q x F \
~ U m
z W \ /
O O
U r7z m M)
no a
J I N ~
<M0
w 0 W
U w
�QZ W
U w
�z O
I
uJ OwE a
0 CD CL w
Z w W O
w 1 } U
UJ
w 11 O
U
v Iw,_ 1
z i z
w
1 W
z
w � v g
1 0 >
I J
LU
I I a
ON
00 ^
I
o m 1 _
m
p Z °° ( cN 1 °
�a I pz n I
I 00
V) v �a v
� I z
w a
(n U < I U(l
z w O l Z w i o LLJ
OU N
I OU U) I m
of I i N
I a
I I
I I x
I 1 I
I I I
I I z
I I I = v
I �7 I
I I I
I N I J I .NJ
a I < f ¢ o
M} ' M r cc
I M
I I M ' €m
I
N I N
N I d
1 I I a
I I I
I I I
I (Jn
I
J m U I J Q J U U m
-------
z 1 w n z I w N z I w `)
o= i o o l 03o o Icy
r 0 I I F
X I O d J Z O W I O '�'� d J Z p W I O l d W Z O
�� �_ _ ° N z0 �I - ' O z0 �j — _ A T z0 _i
II bA N = W •� I N = W s� I y lg N LLl �
I U IA U U
dA1 ,5'£ I d)LL ,S'£
S
I d11 , '£ ` o
I I �
I i J I J
I I
I (n QCs J LU
ui
I o I w
I � o •°'; � j c� i c�
I c'w
N I I
I I 1
I 1 1
I 1 1
1 ' J
1 w i „€ 1 M
I J
I Ow I 1
I o I 1 I
I I
1 1 1 d d d d
I I 1 P P P A
I \ I I
N i I
I U)
I
I o 1 1
I o
I N 1 /
LA
I
I
I i
I 1
I 1
1
I \
I \
I \
I
I
5 �
N
I
I
5L££-LZ-dMS 103rOUd 1N3W3AOUdW1 W31SAS WUOiS 'N 3NVI A31dlU
3NVN 1�3 0Jd
3W.r3,,
vwmm 1 r M Mr arm asm"" rr.r ww OWAMW Ommung MwrM %wow* vmm� ammmo Immerw wwm I WAVINONS NOMMMI ■rW ir�ll
w
p CL In
< O
Ill °:
� c�
Z—Ow z
00 E � S � Ln
fZN 7g�.
aZa °w U
/ xF 0 c W
w� o m
oZ wW a
CLL)U CL \
W
W " O O
° 3 w CL ~
Qa pw?- a Um a W
o Ja
D Z U✓I i0-1L c�i 'o U F- .I
LU
m ?o Qol O O J ¢ Q
mw-
0 g �z
m> t o W ¢ W N Z' -�
Q U d W
W a�cQTW pWw o to 0 z O H
I-- o� W
O F V) �d� N >_ ti w
Z j�UZ°-m-m > Z
Q x ��w w Z
w 2
W J UQ~W N
W Qm OHN z �� (,� �.
Z z d
/ 0
F O
U
O_ o
Z W
O 11_7 y
W 0 O 3
Z
U�
3
° p F `
QSow� m
�pU NW�Z m rn
�mW w�l�l/n�i4
w Z Q m Z Q N a
Q O Q
w DFOw 5a� o.
a� �wWa- lnpa�w a e
w g p5 pF- W q8q8
O m m QW: I r W�} r j N f
W Z 0- H O W d'C:O UI �¢
aF z�2z°z � zoovnwmz o
000::�g n z r ' z
z am� -UOo p
p0 w:2y H QY ZW 1-N
mQ'QQ� W WO UXUa�}W
-� Ulr NOmma. m 0 N Z
CL
'it W Nw d i W a
•�f?` 4 7y; Z p v p Q
T1�
W CD
w p CL?p
f'f rya a - U z v
W ° o U' Z
Z o �Y. w �w w
'•~?1;, Li r.t<. Y LL O _I Q 3 Q p - a 0
3� H mmp p
QW Q >3.a_ Om FU W-LU N o Q z ao >t a a
U C/1 M U) Z a
H Q
yR:Yil'df tD t�
O
M S
U
Ll
w O
CL
U rn
Z M d
EE CK
I o O O O w
w I N
z
Z O
mS ^
Ii U O¢
gZ i 02O VOa Z O
} HJ ° Z.
Jw I �� Z Na m
�
�. I 2N OJ W w mZ
V) O
d'm I d ZY Y {/Qtn m =
W O Q U
Jo w mmm
�� I � � N J ..•j'
co \ o m
W
W
N�
I a-
I Z O ::. I I_I F� °M
Ea-
N Y
N Q :;J: I' v a�'+ y
I I K _ 2
+ 2 C7 + W W V i i
I v W --(w l WoZ o a � Z o ~''% -1 yuwiZ o
° I x _O i * N z 0 I '`s'`" 1- Y a O_
W
O 'm w 0 ~ II N a Q ~ II ; f'•. I 'S U t- II T a 11
uj
CL w oa Qa N r...F ll w� � \
I z :r o- In im wmmw
I a g )L
I m w '+
W O .0 d
ui
Z
ll
I I-I
J e Im
o ,o��w� _t I ^ L
I = N E Zwio\. 4+s 3 $1
j �� pmz^rmxpl aw csi� ' iF mo ny
I l=W ~ZQ 9:4Z}N
Z
m Q J W pd'-F-U QD ir w OW w N�Z Q M N O
5L££-LZ-dMS 103('0Nd 1N3W3A0MdW1 W31SAS WHO1S <N 3NV-I A3"IdlU
3WVN 103road
3nrn3�if
m o n0I
x \ � � l V
40 0
X M U
z
F
O vai 0
a l l
\ My
o L l J
a
Z a
'
r�. z
\. •\`\\ N Z G, o 040.0 < W
LLJ
_ //•/ Noy ,zE' N a �i O
a
co
LLJ
tf a1 Y U �YI Cj F
36 N W
as
o...
o zz <d 0
g O
Cl)
E 0 4 W
gl 2 >
<'^
it �• W
Uoa rL= z J
a
o 0 3
�+ z
'NIW.11 yl O
u a
at
\ 3 ¢y
\\ s 2 p
m
\� d
� g
K
v 3 4�4ppYy9�
a
y �
a
urc ro
M J ti
LLJ
5 G>
Ic Cc;
lo
n o rit
Ld
I' A T G-
I
is
C)m —
O gi
ui
uj
U�Jb•m ✓1�f� �'� Q z?'�
L Q 4
y� i I i i
• $'iW Cn� m T. � Y 1 I i
J x # J o
{ m
'NIr1 'Nxt W
A o A
W O i
' n �; ¢� ��O N N N ♦ V t� �
C O. •D ID .O .D
py
ce
♦': p o in io o io
i } r Z • :- :- � N CI tl U O ~
ZO z o o w w o
CL
�I m
�V�YU� x� i1 N rl"i 2j2 iusiry B+
�6 -01Z
u'&'a LLm7 JI �o
-
rs—L i:—L Z-dMS 103rmd 1N3W3AONdWI W31SAS WHO1S 'N 3Mdl ATMI l
3WVN 133f021d
3nVV3lit