Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContractAward Date: 10/7/2013
Awarded to: RL Alia Company
107 Williams Av S
Renton WA _8057
CAG-13 -171
City of Renton: Bidding Requirements
Contract Forms, Conditions of the Contract,
Plans and Specifications
City of Renton
NE 5th PL / Edmonds Ave NE
Storm System Improvement Project
and
NE 5th PL Water Main Replacement Project
Project No. SWP -27 -2306
WTR -27 -3673
City of Renton
1055 South Grady Way
Renton WA 98057
Stormwater Project Manager: Daniel Carey 425- 430 -7293
Water Project Manager: Andrew Weygandt 425- 430 -7208
® Printed on Recycled Paper
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
NE 5th PL / Edmonds Ave NE
Storm System Improvement Project
and
NE 5th PL Water Main Replacement Project
Project No. SWP -27 -2306
WTR -27 -3673
September 2013
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
J.
pe��o� wasy'ti.
Q
l
STE
S�ONAL
CITY OF RENTON
1055 South Grady Way
Renton, WA 98057
V. W yC
, , `q
Nzl
Q
44953
® Printed on Recycled Paper
1
1
Rm L. ALIA COMPANY
1
1 GENERAL CONTRACTORS
107 WILLIAMS AVENUE SOUTH
RENTON, WA 98055
(425) 226 - 8100 OFFICE
1 (425) 226 - 8649 FAX
1
R
K
PUMPING STATIONS
ROAD CONSTRUCTION
E -MAIL: gjpank @rlalia.com CONCRETE STRUCTURES
dpank @rlalia.com UNDERGROUND UTILITIES
LARGE DEWATERING EQUIPMENT
City of Renton
NE 5th Place/Edmonds Ave NE Storm Svstem
NE 5th Place Water Main Replacement
Project # SWP -27 -3206: #WTR -27 -3673
Alia Key Personnel
X
City of Renton - NE 5' Place Storm System and Water Main
Name
Title
Address
Phone #
Cell #
Emer ncy #
Rick Alia
Superintendant/
Project Officer
107 Williams Ave S
Renton, WA 98057
425.226.8100
206.423.3590
253.318.5985
Jason McGovern
Foreman
107 Williams Ave S
Renton, WA 98057
206.423.3680
360.629.7712
Kim Scott
TCS /ECS
107 Williams Ave S
Renton, WA 98057
425.770.5115
Parker Smith & Feek
Tim Nierman
Insurance Agent
2233 112th Ave NE
Bellevue, WA 98004
425.709.3711
425.709.3600
Parker Smith & Feek
Scott McGilvray
Bonding Agent
2233 112th Ave NE
Bellevue, WA 98004
425.709.3707
425.709.3600
CONTRACTOR'S LICENSE NUMBER RL- AL- IC *104PT
1055 South
Renton. WA 98057 (425) 430 -6851
it of
> <'
' Issued Date: License #:
08/06/2013 BL.001673
' Amount Paid: $328.59
' R L ALIA CO
107 WILLIAMS AVE S
RENTON, WA 98057 -2149
Detach License and Post at business location listed below.
------- - - - - -- - - ---------------------------------- ------ - - -- -- -- - -- ---- -- - - --
17
Lam'
I I-
kn
V
57'�
.fl
' vi .
00
O
w..
o
U�
..I
j
I�
City of
NE 5th PL / Edmonds Ave NE Storm System Improvement Project, and
NE 5th PL Water Main Replacement Project
SWP -27 -2306, WTR -27 -3673
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
Call for Bids
*Proposal and Combined Affidavit & Certificate Form:
(Non - Collusion, Anti -Trust Claims, Minimum Wage)
*Bid Bond Form
*Schedule of Prices
*Acknowledgement of Receipt of Addenda
* *Subcontractors List
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement (Contracts other than Federal - Aid FHWA)
❖Retainage Selecton
Insurance Requirements
Wash. State Prevailing Hourly Wage Rates Reference
Statement of Intent to Pay Prevailing Wages, Affidavit of Prevailing Wages Paid
Renton Certificate of Payment of Prevailing Wages
Environmental Regulation Listing
City of Renton SPECIAL PROVISIONS
WSDOT Amendments
Renton Survey Control Information
Survey Monument - Removal or Destruction Information
Traffic Control Information
Geotechnical Report
Site Photos
Standard Details
Construction Plans (reduced 11x17)
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by -laws permit. All pages must be
signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
** Submit with Bid or within 1 hour of bid
❖ Submit after Notice of Award
02 -Table of Contents.DOC\
CITY OF RENTON - Public Works Department
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION No. 4085
' It. is the policy of the City of Renton to promote and provide equal treatment and service
to all citizens and to ensure equal employment opportunity to all persons without regard
to their race; relig ion /creed; national origin; ancestry; sex; age over 4.0; sexual orientation
or gender identity; pregnancy; HIV /AIDS and Hepatitis C status; use of a guide dog /service
animal; marital status; parental /family status; military status; or veteran's status; or the
presence of a physical, sensory, or mental disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment
and fair, non - discriminatory treatment to all citizens. All departments of the City of
Renton shall adhere to the following guidelines:
i(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
related activities included recruitment, selection, promotion; demotion
' training, retention and separation are conducted in a manner which is
based on job- related criteria which does not discriminate against women,
minorities and other protected classes. Human resources decisions will be
t
in accordance with individual performance, staffing requirements,
.governing civil service rules, and labor contract agreements..
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions
organized to promote fair practices and equal opportunity in employment.
(3) CONTRACTORS' OBLIGATIONS - Contractors, sub - contractors, consultants
and 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 by City policy.
Copies of this policy shall be distributed to all City employees, shall appear in all
operational documentation of the City, including bid calls, and shall be. prominently
displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of Renton, Washington, this 7th day of
March. ,.2011
CITY (05 RENTON
Denis Law, Mayor
Attest;
Bonnie I. Walton, City Clerk
RENTON CITY COUNCIL
uncil Pr sident
CITY OF RENTON
SUAfly RY OFAAdMCANS WITH DISABII.lTIE4ACT POLICY
ADOPTED BYRESOLUTIONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and Iocal 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 WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services, activities and programs.
(3) AMERICANS WITH DISABILITIES ACT POLICY - The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th. day of October 1993:
CnYQW RENTON
' Mayor
Attest:
' City Clerk ` VU
RENTON CITY COUNCIL:
��Y'r4'7/z- -
ouncii Preside&
J
CITY OF RENTON
NE 5th PL / Edmonds Ave NE Storm System Improvement Project, and
NE 5th PL Water Main Replacement Project
SWP -27 -2306, WTR -27 -3673
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of
the facilities, as shown on the plans and as described in the construction specifications, to include but
not be limited to:
• Construction surveying, staking, and as- builts, replacing survey monuments,
• Traffic control and installing and maintianing erosion control,
• Installing the new storm system including approximately 3200 feet of 24 -inch and 30 -inch CPE
pipe,
• Approximately 860 feet of 12 -inch CPE, 8 -inch CPE, and 8 -inch ductile iron pipe,
• 36 Type 2 catch basins and 40 Type 1 catch basins and inlets,
• Temporary stormwater control and bypass of the existing storm system,
• Relocating side sewers and rebuilding sewer main tees,
• Removing and restoring asphalt pavement.
• Removing and restoring concrete cub, gutter, sidewalk, and driveways,
• Landscape and property restoration.
• Installation of approximately 1,450 linear feet of Class 52, 8 -Inch Diameter Cement Lined Ductile
Iron Water Pipe with Poly -wrap, including fittings, valves, and fire hydrant assemblies.
• Trench excavation, including removal of existing unsuitable material, stockpiling excavated
material, and maintenance of existing utilities.
• Removal and replacement of asphalt concrete pavement, asphalt overlay, concrete curbs, gutters,
and driveways.
• Testing, poly - pigging, disinfecting and flushing of water mains, and connecting to existing water
mains.
• Installing and maintaining adequate TESC measures and restoring all disturbed areas.
The estimated project cost is $1,700,000 to $1,850,000.
A total of 150 working days is allowed for completion of the project.
For Bid Item Descriptions see Special Provisions Section 1 -09.14
Any contractor connected with this project shall comply with all Federal, State, County, and City
codes and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document.
05- SCOPE- WORK.DOC\
i
u _I sE 90t St
N 33rd P IE 33rd St SE 9181 St b 9
N 32nd St N 32n S SE 92nd Stsy
NE 31st St < 92 �b
N 30th St N 30th St ^ SE 9 d
St
5f
95th way
4 SE 95th Woy
N 28th St
N
th St
-
SE 96th
SE 98th
NE 27th St
W
Y
St `
NE 25th I
-
�
s
St
NE 22nd
NE 24
L
_T
PI NE 22nd
1
s
a
r
3r
NE 2 lh t
NE 2 1
N 24tH
'77
i
NE 21st St
NE 23rd PI
9
NE 23r
LO
ja NE 19th
N 22nd
HE 23rd St
NE 19
C
17th,./
!'-NE
1.
<
X
NE 17th
E SL
NE
6
Y
�
LAKE WASHINGTON
�L./L'�
VJ
NE
a
s P
NE 16th SL'
14th i < ».
NE 12Nr St
ms �
an. �
r cwa
7 NE 10th PI 1 I
--
�. f� cwa j r cw•
aw• c we c� ► a c w• c
we cwn � ssaa cw n NE Bfh St
`wr
! wf f�i r r cw■ NE 7th S
RENTON
cw■
i � . ` r% cwa ♦ �s�+ I1 r R0r NE 6th P
t c r cwa wa! [ ! I
N 6th
j « ! »� r cwa cw•
j ! w Il
� ! NE SN S
i ■ w ! : .ems 1
� � a
cwa
a wa ewf ew■ ?�
NE 4
NF 4W tk
Y a Y
PROJECT LOCATION
N d
S Tow St o �' bi ,yd, NE tad St
SE 1st P
fi s Bd &Q6 .$
S d St $ 5 2nd t O SE 2nd P
SE 3rd St SE 2nd P
S 3rd St
5 3rd P s d °G� mod& h1m
� + 1
PROJECT LOCATION
0' 2000' NE 5TH ST / EDMONDS AVE NE
I I STORM SYSTEM
N Scale: 1' = 2000'
City of Renton Surface Water Utility
D. Carey 1/29/13
5f
95th way
4 SE 95th Woy
w
95th Way
-
SE 96th
SE 98th
St
Y
NE 25th I
SE 100th
St
NE 22nd
NE 24
L
PI NE 22nd
1
a
NE 22nd St
NE 22n�
d
'77
ti
NE 21st St
€ m
9
a
NE
ja NE 19th
NE 19
ILI
17th,./
!'-NE
<
NE 17th
17th
6
Y
NE
14th St
15
s
E 12th St
7 NE 10th PI 1 I
--
�. f� cwa j r cw•
aw• c we c� ► a c w• c
we cwn � ssaa cw n NE Bfh St
`wr
! wf f�i r r cw■ NE 7th S
RENTON
cw■
i � . ` r% cwa ♦ �s�+ I1 r R0r NE 6th P
t c r cwa wa! [ ! I
N 6th
j « ! »� r cwa cw•
j ! w Il
� ! NE SN S
i ■ w ! : .ems 1
� � a
cwa
a wa ewf ew■ ?�
NE 4
NF 4W tk
Y a Y
PROJECT LOCATION
N d
S Tow St o �' bi ,yd, NE tad St
SE 1st P
fi s Bd &Q6 .$
S d St $ 5 2nd t O SE 2nd P
SE 3rd St SE 2nd P
S 3rd St
5 3rd P s d °G� mod& h1m
� + 1
PROJECT LOCATION
0' 2000' NE 5TH ST / EDMONDS AVE NE
I I STORM SYSTEM
N Scale: 1' = 2000'
City of Renton Surface Water Utility
D. Carey 1/29/13
n
r;
I
w
Z
Q
� o
m �
U)
W
Z
•�
- - • • • •
NEIGHBORHOOD DETAIL MAP
0 600' NE 5TH ST / EDMONDS AVE NE
i STORM SYSTEM
N Scale: V = 600'
City of Renton Surface Water Utility
D. Carey 2/6/13
iINSTRUCTIONS TO BIDDERS
1. -Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
tClerk, Renton City Hall, until the time and date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the
attention of the Project Engineer. Written addenda to clarify questions that arise may then be
issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way,
modify the contract documents, whether made before or after letting the contract.
tRevised: May 2011 tp
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.
t4.
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.
E5.
The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
j6.
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.
t8.
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
E
to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure.
iCity
9.
All bids must be self - explanatory. No opportunity will be offered for oral explanation except as the
may request further information on particular points.
10.
The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
11.
Payment for this work will be made in Cash Warrants.
tRevised: May 2011 tp
fl
1
t
O
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public 'liability, and property damage as identified within Special Provisions,
Specification Section 1 -07.18 "Public Liability and Property Damage Insurance ".
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
14 Before starting work under this contract, the Contractor is required to supply information to the City
of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
15. Payment of retainage shall be done in accordance with Section 1- 09.9(1) "Retainage ".
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid
forms to be considered responsive for award. The total price of all schedules will be used to
determine the successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the
Bid to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench
excavation that meet the requirements. of the Washington Industrial Safety and Health Act, Chapter
49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs
of trench safety systems shall not be considered as incidental to any other contract item and any
attempt to include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates ". The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
i19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
Revised: May 2011 tp
1
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.
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 Supplemental
Specifications, Special Provisions other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities within
this project whether referred to directly, paragraph by paragraph, or not.
1. WSDOT /APWA "2004 Standard Specifications for Road, Bridge and Municipal Construction" and
"Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
Specifications."
A. Any reference to State, State of Washington, " Department of Transportatiori,
" WSDOT," or any combination thereof in the WSDOT /APWA standards shall be modified
to read "City of Renton," unless specifically referring to a standard specification or test
j method.
B. All references to measurement and payment in the WSDOT /APWA standards shall be
detected and the measurement and payment provisions of Section 1- 09.14, Measurement
and Payment (added herein) shall govern.
21. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit
their bid. Upon approval of the City, the Bidder may make such subsurface explorations and
investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities,
utilities and other buried or surface improvements and shall restore the site to the satisfaction of the
City.
22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior
to bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With
Bid "?
t❑ 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?
IRevised: May 2011 tp
1
t
t
1
CAG -13 -171
CITY OF RENTON
CALL FOR BIDS
NE 5th PL / Edmonds Ave NE Storm System Improvement Project, and
NE 5th PL Water Main Replacement Project
SWP -27 -2306, WTR -27 -3673
Sealed bids will be received until 2:30 p.m., Thursday, September 26, 2013, at the City Clerk's office,
7"' floor, and will be opened and publicly read in conference room #519 on the 5t' floor, Renton City
Hall, 1055 South Grady Way, Renton WA 98057, for the NE 5th PL / Edmonds Ave NE Storm
System Improvement Project, and the NE 5th PL Water Main Replacement Project.
The work to be performed within 150 working days from the date of commencement under this
contract shall include, but not be limited to:
Construction surveying, staking, and as- builts, replacing survey monuments, traffic control, installing
and maintaining erosion control, installing the new storm system including approximately 3200 feet of
24 -inch and 30 -inch CPE pipe, approximately 860 feet of 12 -inch CPE, 8 -inch CPE, and 8 -inch ductile
iron pipe, 36 Type 2 catch basins and 40 Type 1 catch basins and inlets, temporary stormwater control
and bypass of the existing storm system, relocating side sewers and rebuilding sewer main tees,
removing and restoring asphalt pavement, removing and restoring concrete cub, gutter, sidewalk, and
driveways, landscape and property restoration. Installation of approximately 1,450 linear feet of Class
52, 8 -Inch Diameter Cement Lined Ductile Iron Water Pipe with Poly -wrap including fittings, valves,
and fire hydrant assemblies, trench excavation, including removal of existing unsuitable material,
stockpiling excavated material, and maintenance of existing utilities, removal and replacement of
asphalt concrete pavement, asphalt overlay, concrete curbs, gutters, and driveways, testing, poly -
pigging, disinfecting and flushing of water mains, and connecting to existing water mains, installing
and maintaining adequate TESC measures and restoring all disturbed areas.
The estimated project cost is $ 1,700,000 to $1,850,000.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Bid documents will be available September 9, 2013. Plans, specifications, addenda, and the plan
holders list for this project are available on -line through Builders Exchange of Washington, Inc., at
http: / /www.bxwa.com. Click on "bxwa.com "; "Posted Projects ", "Public Works ", "City of Renton ",
"Projects Bidding ". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive
automatic email notification of future addenda and to be placed on the `Bidders List. ")
Questions about the project shall be addressed to, Daniel Carey, City of Renton, Public Works Dept.,
1055 Grady Way, Fifth Floor, Renton, WA, 98057, phone (425) 430 -7293, fax (425) 430 -7241.
A certified check or bid bond in the amount of five percent (5 %) of the total of each bid must
accompany each bid.
The City's Fair Practices, Non - Discrimination, and Americans with Disability Act Policies shall apply.
1 J. (ya.e�t,
Bonnie L Walton, City Clerk
Published:
Daily Journal of Commerce Sept. 9, 2013
Daily Journal of Commerce Sept. 16, 2013
CAG -13 -171
CITY OF RENTON
CALL FOR BIDS
' NE 5th PL / Edmonds Ave NE Storm System Improvement Project, and
NE 5th PL Water Main Replacement Protect
' SWP -27 -2306, WTR -27 -3673
Sealed bids will be received until 2:30 p.m., Thursday, September 26, 2013, at the City Clerk's office,
' 7t' floor, and will be opened and publicly read in conference room #519 on the 51' floor, Renton City
Hall, 1055 South Grady Way, Renton WA 98057, for the NE 5th PL / Edmonds Ave NE Storm
System Improvement Project, and the NE 5th PL Water Main Replacement Project.
' The work to be performed within 150 working days from the date of commencement under this
contract shall include, but not be limited to:
' Construction surveying, staking, and as- builts, replacing survey monuments, traffic control, installing
and maintaining erosion control, installing the new storm system including approximately 3200 feet of
24 -inch and 30 -inch CPE pipe, approximately 860 feet of 12 -inch CPE, 8 -inch CPE, and 8 -inch ductile
' iron pipe, 36 Type 2 catch basins and 40 Type 1 catch basins and inlets, temporary stormwater control
and bypass of the existing storm system, relocating side sewers and rebuilding sewer main tees,
removing and restoring asphalt pavement, removing and restoring concrete cub, gutter, sidewalk, and
driveways, landscape and property restoration. Installation of approximately 1,450 linear feet of Class
' 52, 8 -Inch Diameter Cement Lined Ductile Iron Water Pipe with Poly -wrap including fittings, valves,
and fire hydrant assemblies, trench excavation, including removal of existing unsuitable material,
stockpiling excavated material, and maintenance of existing utilities, removal and replacement of
' asphalt concrete pavement, asphalt overlay, concrete curbs, gutters, and driveways, testing, poly -
pigging, disinfecting and flushing of water mains, and connecting to existing water mains, installing
and maintaining adequate TESC measures and restoring all disturbed areas.
' The estimated project cost is $1,700,000 to $1,850,000.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Bid documents will be available September 9, 2013. Plans, specifications, addenda, and the plan
holders list for this project are available on -line through Builders Exchange of Washington, Inc., at
http: / /www.bxwa.com. Click on "bxwa.com "; "Posted Projects ", "Public Works ", "City of Renton ",
' "Projects Bidding ". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive
automatic email notification of future addenda and to be placed on the "Bidders List. ")
' Questions about the project shall be addressed to, Daniel Carey, City of Renton, Public Works Dept.,
1055 Grady Way, Fifth Floor, Renton, WA, 98057, phone (425) 430 -7293, fax (425) 430 -7241.
A certified check or bid bond in the amount of five percent (5 %) of the total of each bid must
' accompany each bid.
The City's Fair Practices, Non - Discrimination, and,Americans with Disability Act Policies shall apply.
Bonnie I. Walton, City Clerk
' Published:
Daily Journal of Commerce Sept. 9, 2013
Daily Journal of Commerce Sept. 16, 2013
1 - BID SECTION
NE 5th PL / Edmonds Ave NE Storm System Improvement Project, and
NE 5th PL Water Main Replacement Project
SWP -27 -2306, WTR -27 -3673
The following documents must be submitted for the bid at the time noted, and must be executed
by the Contractor, President and Vice President or Secretary if corporation by -laws permit.
All pages must be signed. In the event another person has been duly authorized to execute
contracts, a copy of the corporation minutes establishing this authority must be attached to the bid
document.
*Proposal and Combined Affidavit & Certificate Form:
(Non- Collusion, Anti -Trust Claims, and Minimum Wage Form)
*Bid Bond Form
*Schedule of Prices
*Acknowledgement of Addenda
* *Subcontractors List
* Submit with Bid
** Submit with Bid or within 1 hour of bid
For Bid Item Descriptions see Special Provisions Section 1 -09.14
22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
I
❑
Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid "?
❑
Has bid bond or certified check been enclosed?
❑
❑
Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
Has the proposal been signed?
❑
❑
Have you bid on ALL ITEMS and ALL SCHEDULES?
Have Subcontractors List
you submitted the (If required)
❑
Have you reviewed the Prevailing Wage Requirements?
❑
Have you certified Receipt of Addenda, if any?
� I
08 -BID SECTION.DOC\
14 Proposal
led to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ........................ .........................
. . . ..... ..
Proposal - Page 2 of 2
MINIMUM WAGE AFFIDAVIT FORM
1, the undersigned, having been duly sworn, deposed, say and certi:6, 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: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO
PURCHASER AND MINIMUM WAGE AFFIDAVIT
i ___ �_ L w A C10 rye PAO'l ___
Name of Bidder's Firm
. . ... .. . .........
Printed Name R,c A R L4 Pr
Signature
Address: lD Wl"'Ams AVE SQU
arias of embers of Partnership
OR
Name of President of Corporation 12, C14 Arto
r
Name of Secretary of Comoration AW A
Corporation Organized under the laws of
With Main Office in State of Washington at
Subscribed and sworn to before me on scpil
this day of 20/1.
Notary pub: c in and for the State of Washington,
EP it
Notary (Print) 6,+,zV ic
-w
Fa( P.08/25/2015 f
' d,� 02 My appointment expires: "LS /S-
A
Of WA
ge 15 Minimum Wage Affidavit Form
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
BIDBONUFORM
J
Herewith find deposit in the form of a certified check, cashier's cheek, cash ors "`` bony in the
amount of $ o which amount is not less than fi e perc n# cif the total bid.
' Signature
Know All Men by These Presents:
That we, R.L. Alia Company as Principal, and '.
' North American:Specialty Insurance Company as Surety, ;are held and firmly bound unto the City of Renton,
as Obligee, in the penal .sum of Five Percent (5%) of Total Bid Amount------------------------ - - - - -- Dollars,
for the payment of which the :Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the .Obligee shall make any award to the Principal for
' NE 5th PL 7 Edmonds Ave NE Storm System Improvement. Praiect, and NE 5th PL eater
Main Replacement Proiect S'AT -27 -2306, WTR -27 -3673
accorcl img to the ternms of the proposal or bid made by the Principal therefor, and the Principal shall
duly make and enter into a contract with the Obligee in accordance with the terms of said proposal
tor bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties
approved by the Obligee; or if the Principal shall, in case of failure to do so, pay' and forfeit to the
Obligee 'die. penal amount of the deposit specified .in the call for bids, then this obligation shall be
' null and void; otherwise it shall be and remiain in full force and effect and the Surety shall forthwith
pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond.
SIGNER; SEALED AND DATED THIS 26th DAY OF Septerrye, 2013.
R. L. Alia Com
' Qi L. A uA
Principa. PR�n�i r
North e can Specialty Insurance Company
r
Surety Deanna M. Meyer, Attomey -in -Fact
' Received return of deposit in the sum of S
i
' 1 O- BidBond. DOC?
�rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale „_,_,
f
1
1
1
._K
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg, Illinois, each does hereby make, constitute and appoint:
STUART A. OTARRELL, KAREN P. DEVER, SUSAN B. LARSON, SCOTT FISHER, JILL A. BOYLE, MINDEE L. RANKIN,
DEANNA M. MEYER, ELIZABETH R. HAHN, JANA M. ROY, ELLEN M. BELL and SCOTT McGILVRAY
JOINTLY OR SEVERALLY
' Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
' amount of: FIFTY MILLION ($50,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
' Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 9h of May, 2012:
RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
' in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
' certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
\\QQ / i��y\ai�10N sD°n
' -: 5 GpFtPOFi;G 14Q- tiPOlyyd'G�is
a ?: co'•.�r � B ti
0
G l'•.
S (. :O = Steven P. Anderson, Senior Vice President of Washington International Insurance Company SEAL s
t;i istt Zm 1873 tyc� 1 &Senior Vice President of North American Specially Insurance Company § Q ;m
OIIIIIWNa`\\\ By •�'''? tisb,r
'.� �nrmrrxu9>nt
David M. Layman, Vice President of Washington International Insurance Company
& Vice President of North American Specialty Insurance Company
' IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this24th day of April 2013
' North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Cook ss:
' On this 24th day of April 2013 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman ,
' Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
"OFFiCiAi SFAi"
�)
' DONNA D. SKLENS
Notary Public. State of 11bois Donna D. Sklens, Notary Public
My Commission Expires 10/0612015 �j
I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this � day of SQ T*'%e 2 20 13 .
"A
Jeffrey Goldberg, Vice President & Assistant Secretary of
' Washington International Insurance Company & North American Specialty Insurance Company
1
Schedule of Prices Page 1 of 6
17 Schedule of Prices
led to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify-Scale
� I
� I
� I
n
I'
SEE SECTION 1 -09.14 OF THE SPECIAL"PROVISIONS OR BID,rrEMs.
*mote; Show UNIT PRICE and TOTAL AMOUN in# ufes only.
ITEM .
ITEM WITH UNIT PRICED BID
<APP. ROX
UNIT. PRICE# .
T..oTAL:Am0.uNT*
NO.
QUANTITY:.
..:Ciollars ::.Cents
Dollars Cents
A-16
Catch Basin - Concrete Inlet
12'
FS Dec; "
EA
Per EA
1
05
A -17
Catch .Basin - Type 1
28
_ L a_/J� _
5 G. QQ(}
EA:
P& EA
A -18
Catch Basin Type 2 48 -inch
28 _
- -31 000
Z.Li , 000
EA: -
Per EA
A -19
Catch Basin - Type 2 54 -inch
7
_ �; 5 Q� �
� `'1, SQQ do
EA
Per EA
A -20
Catch Basin Type 2 6DAnch
1
�_
y r 8 ©0'
- -.Per
00
1118,30—
EA
EA
•._
'!790 �°.:..
A=21
'Import Trench Backfill
. 7:;400;
..:..:
-
.
Ton
Per Ton
A -22
Quarry Spalls
4013
t�
_ _ _
o0
-Z 1 .200
.Ton
Per Ton
A -23
Coredrill ex SDMH, Connect.New Storm
2
Zr bpd
�4Q -_
Pipe
EA
Per EA !
A -24
Connect New Storm Pipe to Ex SDMH
5
_ -Z, coo �
c0
� ©1606r
EA
Per EA
A -25
Connect New Storm Pipe to Ex Storm
...
a
,Qc%
00
Piste
_
,
EA.
Per EA
Q�
c0
A-26
Abandon Existing Type e 1 CB
15
EA
Per :EA
A -27
Abandon Existing Type 2 CB
6
EA
Per EA
A -28
Remove Existing Type.2 CB
2
_ 100 _
�.
°�0 --
EA
- Per EA.
CO'
dJ
A -29
Plug Existing Pipe
25
_ _ c�}i� _
��; ���
EA
Per EA
A -30
Abandon Boring
6
ai
_ Y_ � _
00
' 8UC
EA
Per EA
;
%
00
A -31
Side Sewer Relocation
16
_ _1 (Oa_G
(o, CC4
EA
Per EA
Schedule of Prices
18
led to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Page 2 of 6
� I
� 1
SEE SECTION 1-69.14 OF THE SPECIAL PROVISIO1. FORBID ITEMS.
`Note: ShowUNIT PRICE and TOTAL AMOUNT Infigures drily.
ITEM
ITEM WITH UNIT PRICES BlD
APFROX ,
. t1NIT. PRIG*
TOTAL AMOUNT*
NO.
QUANTITY °
.Dgllars ..'Cenis;,
. Dollars.. Cents
A -32
Sewer Tee Replacement'
8
_ - - -
-
DOG
:EA:::
Per EA.
ao
A-;33
Rebuild,Sewer Main Crossing
1
a
EA
Per EA
,
L
A -34
Sawcutting
y'son
LF:
Per LF
oe
ap
A -35
Remove Asphalt Pavement
3,800
_
SY .
Per:SY.
A -36
Crushed 5urfacirtg
1,OOt3
Gr3
_ _ _
Ld! 000
Ton
Per. on .
QJ
cc
A -37
Hot Mix Asphalt (:HMA) Class 112"
_
Ton
PerTon
�
ofi
A -38
Cold Mix. Asphalt
550,
Tor
Per Ton
A 39
Remove and Install Cement Concrete
40 :
"� ; OQO -_
Curb
LF
-0 _ .
Per LF
A-40
Remove and install Cement Canc.
80
0o
�.-
Sidewalk; Driveway
SY
Per. SY
A-41
Property and Landscape Restoration
LS
Per LS
A -42
Mirror Changes
1
$25,0017.00 '
$2;000.00
L'S::
PerarS.
cry
{Sales tax Rule 17l .Applies To This Schedule} Total Schedule A - ° � � 7V\6 'r,Li 9
Schedule of Prices
Page 3 of 6
to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scate . ............. . ......... ._°
QUINT"
Gerfs .
oa
Co t oao -,
'i A00 00
t i c700
00
tsd
Schedule of Prices Page 4 of 6
le 20
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
CITY QF tNTE3N
SCHEDi9LE `CIF PRICER
Syr>IriprovCE S.th'PL ! Edm©nds Abe NE Sto i
ement= Project
'
{See each End ©f each Schedule fflr which Sales Tax Rule Applies}
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS 1FOR BID ITEMS.
Note: Show UNIT PRICE and TOTAL AiVIb- LINT
in figu €es drily
ITEN#
ITEM WITH :UNIT PRICED 11)
APPR{3X
1:0
UNIT PRICE* .'
TOTAL AMOUNT*
No .
JANTITY
Dollars . Cents
Dollais . Cents
SCHEDULE C.,- Water Main Replacement Peoject
C-01
Mobilization and Demobilization
1
si���
Lump Sum
Par Lurno Sum,
'
C -02
Traffic Control
1
-- # coo ae
G°
1,000
`Lump.'Sum
Per Lump Sum
1, 3
Trench Excavation Safety Systems
9
_ _ ��r� _
too
Lump Burn
Per Lurn Surn
C -04
Construction Surveying and Staking
1
06
_ ? i
Z 060
Lump :Sum
Per Lump Sum.y
605
As -Built Surveying for Progress Payments-:
o�
_ �; �:
�7 AGO --
and. Final As- Guilts
Lump Sum
Per:Lurnp Sum
i
C -06
Temporary Erosion J Sedimentation
Control
1
lr009 = -
00
i , 0()c
:Lum Sum.
Per sh Sum
Lu
C-ili
Site Specific Potholing,:
10 _
.O
30
a�
Each
_ _
Per.Each
C -[)8
1= urnish acid Instal€ 8" Ci.52 DI Water Pipe
& Fittings wl Polywrap
1,450
Lineal .Foot
oa
Per Lineal Foot:
00
�`-j
C-09
Fu€'hish and Install 16 "X.8" Wet-Tapping
-
QC10
'
Tee and Gate Valve Assembly
Each
- --� --
_ Per Each
C -1
Furnish and Install 8". Gate Valve
CIO
t ��ac '-
40
�, oCXa --
Asserribly
Each
_
Per Each
C -11
Concrete for Thrust Blocking, Dead -Man
1 £I.
C� �
60
Anchor Blocks
CubicYard
Per Cubic Yard
C-12
Furnish and Install Fire Hydrant Assembly
4
caa,
mar JQ4 -
i'
pGp 00
Each
Per Each:
r
Furnish & Install 1" Water Service
Connection
23
Each
_ iQQd _
Per Each
Z 3 ;0Q0
C-14
Connection to Existing Water Main
6
0o
a®
Each
Per Each
Schedule of Prices
Page 5 of 6
le 21
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ............ — _---° —
TOTAL FOR ENTIRE PROJECT
i 000 00
°Z.-1 z lc'), 8ci 5 �
Total Schedule A -:'
i i "'Z�Q C)L48
Total Schedule B =
Cli
Total Schedule C .
-Z�
C -15
Cut, Cap, and 'Block Existing Water Main
TOTAL BID =
5`1 q 245
Schedule of Prices
Page 6 of 6
Each
Per .Each
C -16
Remova"( and Replacement of Unsuitable
50
1 odridation Material
,Tor►
Per Ton`
C -17
Select imfrorted Trench.Backfil(
300
Ton
Per Ton
Crushed Surfacing Top Course; Crutsbed
C-18
Rock 8ackf1ll, Crushed Rock for Shoulder
ISO
'
Ton
Per Ton.
C -19
2" Temporary Cold Mix Asphalt Trench
100
d ��
r
Patchin g
Ton
-" —
Per Ton
'
C-20
H M.A..Class Y2 .PG 64,22 Roadway
45(3``" `
a
f Q �—
_ ._�._ 2—
;
Reconstruction .:
Ton
Per Ton
Removal Replacement of Concrete
C -21
and
Curb and Gutter.
Lineal Foot
Per Lineal Foot
.
Concrete i3rivev,ray andlor Sidewalk,.
SQ `-
'
C -22
Restoration
S uare -Yard
Per S care -Yard
G-23
Prt perty a ad Landscape Restoration
'
Lum Sum
Per Lump Surer
Subtotal Schedule C'-
9,i° Sales. Tax
Total Schedule G'=
TOTAL FOR ENTIRE PROJECT
i 000 00
°Z.-1 z lc'), 8ci 5 �
Total Schedule A -:'
i i "'Z�Q C)L48
Total Schedule B =
Cli
Total Schedule C .
-Z�
TOTAL BID =
5`1 q 245
Schedule of Prices
Page 6 of 6
to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
ACKNOWLEDGETYWN'T OF RECEIPT OF ADDFN 3A.
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
NO. DATE:
NO. DATE:
N'O. DATE:
NO. DATE:
SIGNED:.
TITLE: PREs'0jFt4;
NAME OF COMPANY: f- L— . 0 LI A Go m Pe N' i
ADDRESS: 101 W 1uiAMS
CITy1 STATE ZIP: RAN 0 cjy W ri aj g0 S°t
TELEPHONE: C4ZS_ Z7-G- F 100
Acknowledgement of Receipt of Addenda
to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always - Verify Scale
RM CONTRACTI
Pae I &f2
et,,and PW 5 .PL Water Main
L-27-3673
RCW .39 30060 requires. that. for all public wort s contra cts exceeding 51;000,000 .that the bidder .submit the'
names of alI heating verrtilatlon and air conditioning; and gloiril irtg subeoutzae i�rs as ::described n chapter
1$ 106 R.CW and electrical subczitttractors as described 1f1 chapter ,19 28 RCW (t)iis als . includes 01e :
control
s }rstem`integrator subc6ntractor as well as other:;eiectrical subc6ntractors }:
If the subcontractors marries are not submitted with the'bid, or within one (1) 'hour after the published bid
submittal time t3R 1f two or more; subcontractdrs are named: .to perform the same work, then the bid shall be
considered nonrespci lsiue and,, therefore, void.
subcontractors for the performance of heating, ventila €►n and" air: condidoning, plumbing, and electrical
(including automatic controls) world
Bid Item(s)__ .
Subcontractor Name
Address
Phone I No.
Bid 'Item.. (s)
Subcontractor Name
Address
State Contractor's License No..
R- L : �uA � tA/r.t �'►- �r��rt A�j /a�unaB���
Phone. Nei. State Contractor's License No.
Bid Item (s) c✓ict- tt FaR.wt
Subcontractor Name
Address
Phone No. State Cbritractor's :License No..
Bid Item (s)
Subcontractor Name
Address
- Phone No. State Contractor's License No.
h:tfile sys swp surface water prujec&,swg -2i - surface water projects (cip)W2 2306 ne' 5th- Ldmondsli514 specs -ne5i iNB3 subcontractor list- 20M,doc
Rey ed:9.,'2006
Subcontractor List
to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
is
Bid. Rein
Subcontractor Name
' -!
Address.
Phom No..
Bid .Ttern (s).
Subcontractor Narne
Address
Phone No.
I
Stable 'Contractor s. License No.
StateContractor's License No.
of AuthorizedRepresentative of Bidder
*b�oiitra orList Pagel of :2
?AN K/F
Notary (Print) 66 . P"g,6wt(,z_-
EXP 08/25015 Residing at 41-1,VA
My appointment exp
jres 9'
WASH
h: %ffle tb`13-sdbLv=actor I st 2"
sys\svvp -surface water prqiects�sqwp-27 - surface water projects (cip)\27-2306 ne Rh-edtrtond!�1614 specs-ne5 i - doe
RevisedV2006
25
led to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
2 — CONTRACT SECTION
INFORMATION ONLY
NE 5th PL / Edmonds Ave NE Storm System Improvement Project, and
NE 5th PL Water Main Replacement Project
SWP -27 -2306, WTR -27 -3673
The contract documents in this section must be executed and submitted by the successful Bidder
within ten (10) days following the Notice of Award.
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement (Contracts other than Federal - Aid FHWA)
❖Retainage Selection
14- CONTRACT SECTION.DOC\
ri
BOND TO THE CITY OF RENTON
' KNOW ALL MEN BY THESE PRESENTS:
' That we, the undersigned R.L. Alia Con
Bond No. 2173939
' as principal, and North American Specialty Insurance* corporation organized and existing
under the laws of the State of New Hampshire as a surety corporation, and qualified
under the laws of the State of Washington to become surety upon bonds of contractors with municipal
' corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the
penal sum of $1,579,245.08 for the payment of which sum on demand we bind ourselves and our
successors, heirs, administrators or person representatives, as the case may be.
' * Company
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance
of the City of Renton.
IDated at , Washington, this 14 A day of , 20/3 .
r
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG-13 -171 providing for
construction of NE 5th PL / Edmonds Ave NE Storm Svstem Imbrovement Proiect. and NE
5th PL Water Main Replacement Project, SWP -27 -2306, WTR -27 -3673 the principal is
required to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform
the work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in
the manner and within the time therein set forth, or within such extensions of time as may be granted
under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the
carrying on of said work, and shall hold said City of Renton harmless from any loss or damage
occasioned to any person or property by reason of any carelessness or negligence on the part of said
principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City
of Renton harmless from any damage or expense by reason of failure of performance as specified in
the contract or from defects appearing or developing in the material or workmanship provided or
performed under the contract within a period of one year after its acceptance thereof by the City of
Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full
force and effect.
R.L. Alia Compa
Principal
Signature
Title
North American Specialty Insurance Company
Surety
262p::�A
Signature Deanna M. Meyer
Attorney -in -Fact
Title
' NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg, Illinois, each does hereby make, constitute and appoint:
' STUART A. OTARRELL, KAREN P. DEVER, SUSAN B. LARSON, SCOTT FISHER, JILL A. BOYLE, MINDEE L. RANKIN,
DEANNA M. MEYER, ELIZABETH R. HAHN, JANA M. ROY, ELLEN M. BELL and SCOTT McGILVRAY
0
F
JOINTLY OR SEVERALLY
Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: FIFTY MILLION ($50,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 9`h of May, 2012:
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any.•
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
GIALI7Yjro'�i����i
By
Steven P. Anderson, Senior Vice President of Washington International Insurance Company
1873 ety_ & Senior Vice President of North American Specialty Insurance Company
David M. Layman, Vice President of Washington International Insurance Company
& Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this24th day of April , 2013 .
North American Specialty Insurance Company
' Washington International Insurance Company
State of Illinois
County of Cook SS:
' On this 24th day of April 201 before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman ,
Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
' personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
E FfTCIALSNNA D. SKLENStay Public, State of Illinois Donna D. Sklens, Notary Public
G1minission Expires: ] 0%7015
I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
' International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect.
'M Oefo6er /�•
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this � day of , 20
Jeffrey Goldberg, Vice President & Assistant Secretary of
Washington International Insurance Company & North American Specialty Insurance Company
n
C
1
C ty of
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
/� . L• AL iA ComPRoly hereby confirms and declares that:
(Name of contractor /subcontractor /consultant)
IIII
Sri
It is the policy of the above -named contractor /subcontractor /consultant, to offer equal
opportunity to all qualified employees and applicants for employment without regard to their
race; religion /creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental
disability; age over 40; sexual orientation or gender identity; pregnancy; HIV /AIDS and Hepatitis C
status; use of a guide dog /service animal; marital status; parental /family status; military status;
or veteran's status.
The above -named contractor /subcontractor /consultant complies with all applicable federal,
state and local laws governing non - discrimination in employment.
When applicable, the above -named contractor /subcontractor /consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
Ric_H. o 4. A A
Print Agent /Representative's Name
Pk&-S I DEW r
Print Agent /Repres ntat' e's Title
Agent /Representative's Signature
lo—q-13
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor, consultant and /or
supplier. Include or attach this document(s) with the contract.
R, cZ® ha Comparuff
'GENERAL CONTRACTORS PUMPING STATIONS
107 WILLIAMS AVENUE SOUTH ROAD CONSTRUCTION
RENTON, WA 98055 E- MAILADDRESS: GJPANK @RLALIA.COM CONCRETESTRUCTURES
'(425) 226 -8100 OFFICE UNDERGROUND UTILITIES
(425) 226 -8649 FAX LARGE DEWATERING EQUIPMENT
' Resolution of Board of Directors
' A special meeting of the directors was held on October 4, 2013 at the Corporate Offices
at 107 Williams Ave S, Renton, WA.
All directors were present.
Chairman Richard L. Alia presided over the meeting.
' R. L. Alia Company s successful low bidder on the NE 5TH
an
P Y Place /Edmonds Ave NE
Storm System Replacement and NE 5TH Water Main Replacement Project for City of
' Renton. It is presumed that Renton will award said project to R. L. Alia Company.
'
RESOLVED:
1) R. L. Alia Company shall enter into a contract with City of Renton to construct
said project.
'
2) Persons authorized to sign the ontract d change orders on behalf of R. L. Alia
Company include:
Richard L. Alia
Gary J Pankiewicz
Vito Alia
There being no further business, the meeting was adjourned.
AGREED AND CONSENTED TO:
' R. L. Alia Com y
Richard L. AAa Date
President, Chairman and Sole Shareholder
CONTRACTOR'S LICENSE NUMBER RL- AL -IC' 104PT
L!
' CONTRACTS OTHER THAN FEDERAL -AID FHWA
THIS AGREEMENT, made and entered into this � 14 day of �, 2013. by and
' between THE CITY OF RENTON, Washington, a municipal corporation of the State of
Washington, hereinafter referred to as "CITY" and RL Alia Company_, hereinafter referred
to as "CONTRACTOR."
' WITNESSETH:
CI-2009
1) The Contractor shall within the time stipulated, (to -wit: within 150 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 -2306 and WTR -27 -3673 for improvement by
'
construction and installation of: NE 5th PL / Edmonds Ave NE Storm System
Improvement Project, and NE 5th PL Water Main Replacement Project
'
Work as described in "Scope of Work" dated September 2013 , 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.
t2)
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
CI-2009
I.
' 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
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
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
' Nothing herein shall require the Contractor to indemnify the City against and hold harmless
the City, from claims, demands or suits based solely upon the conduct of the City, its
officers or employees and provided further that if claims or suits are caused by or result
from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City,
2 C 1 -2009
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. Furthermore, Contractor agrees to pay
all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the
'
enforcement of any of the covenants, provisions and agreements hereunder.
' Nothing herein shall require the Contractor to indemnify the City against and hold harmless
the City, from claims, demands or suits based solely upon the conduct of the City, its
officers or employees and provided further that if claims or suits are caused by or result
from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City,
2 C 1 -2009
I -.
' 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 150 working days from the date of commencement. For each and every
working day of delay after the established day of completion, it is hereby stipulated and
agreed that the damages to the City occasioned by said delay will be the sum of per Section
1 -08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such
day, which shall be paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or
entire use of any installation provided for by this Contract shall relieve the Contractor of
liability in respect to any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work and pay for any
damage to other work resulting therefrom which shall appear within the period of one (1)
year from the date of final acceptance of the work, unless a longer period is specified. The
City will give notice of observed defects as heretofore specified with reasonable promptness
after discovery thereof, and Contractor shall be obligated to take immediate steps to correct
and remedy any such defect, fault or breach at the sole cost and expense of Contractor.
Defective or Unauthorized Work. The City reserves its right to withhold payment from
Contractor for any defective or unauthorized work. Defective or unauthorized work
includes, without limitation: work and materials that do not conform to the requirements of
this Agreement; and extra work and materials furnished without the City's written approval.
If Contractor is unable, for any reason, to satisfactorily complete any portion of the work,
the City may complete the work by contract or otherwise, and Contractor shall be liable to
the City for any additional costs incurred by the City. "Additional costs" shall mean all
reasonable costs, including legal costs and attorney fees, incurred by the City beyond the
maximum Contract price specified above. The City further reserves its right to deduct the
cost to complete the Contract work, including any Additional Costs, from any and all
amounts due or to become due the Contractor.
C 1 -2009
' 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.
Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL
PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A
WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND
' PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE
TIME FINAL PAYMENT IS MADE AND ACCEPTED.
1
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and
miscellaneous data pertaining to the Contract as may be requested by the City from time to
time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance
of the Contract, including the payment of all persons and firms performing labor on the
construction project under this Contract or furnishing materials in connection with this
Contract; said bond to be in the full amount of the Contract price as specified in Paragraph
12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the
State of Washington.
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City.
The Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The
Contractor shall provide, and obtain City approval of, a traffic control plan prior to
conducting work in City right -of -way.
12) The total amount of this contract is the sum of $1,579,245.08
numbers
One Million, five hundred seventy nine thousand, two hundred forty five dollars and eight
written words
including Washington State Sales Tax. Payments will be made to Contractor as specified in
the "Special Provisions" of this Contract.
13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor -
Employer Relationship will be created by this Agreement and that the Contractor has the
ability to control and direct the performance and details of its work, the City being
interested only in the results obtained under this Agreement.
14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY
LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN
120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE
OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE
FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE
STATUTORY LIMITATIONS PERIOD.
4 CI -2009
' 15) Non - Waiver of Breach. The failure of the City to insist upon strict performance of any of
the covenants and agreements contained in this Agreement, or to exercise any option
conferred by this Agreement in one or more instances shall not be construed to be a waiver
or relinquishment of those covenants, agreements or options, and the same shall be and
remain in full force and effect.
'
16) Written Notice. All communications regarding this Agreement shall be sent to the parties at
the addresses listed on the signature page of the Agreement, unless notified to the contrary.
Any written notice hereunder shall become effective three (3) business days after the date of
mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the
addressee at the address stated in this Agreement or such other address as may be hereafter
specified in writing.
'
17) Assignment. Any assignment of this Agreement by either party without the written consent
of the non - assigning party shall be void. If the non - assigning party gives its consent to any
assignment, the terms of this Agreement shall continue in full force and effect and no
'
further assignment shall be made without additional written consent.
'
18) Modification. No waiver, alteration, or modification of any of the provisions of this
Agreement shall be binding unless in writing and signed by a duly authorized representative
of the city and Contractor.
iL
f
19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and
municipal laws, rules, and regulations that are now effective or in the future become
applicable to Contractor's business, equipment, and personnel engaged in operations
covered by this Agreement or accruing out of the performance of those operations.
20) Counterparts. This Agreement may be executed in any number of counterparts, each of
which shall constitute an original, and all of which will together constitute this one
Agreement.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and
attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year
first above - written.
check one • J �" — ' /
❑ Individual C1 Partnership �" Corliore"' IfInccuporated ins ',.,
, 1`VAStpdij --OA/
5 CI-2009
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.
6 CI-2009
CITY OF RENTON
' NE 5th PL / Edmonds Ave NE Storm System Improvement Project, and
NE 5th PL Water Main Replacement Project
SWP -27 -2306, WTR -27 -3673
RETAINAGE SELECTION
7
L
Per Standard Specifications Section 1- 09.9(1) Retainage, and RCW 60.28, a sum of 5- percent of the
monies earned by the Contractor will be retained from progress estimates. The retainage will be used
as a trust fund for the protection and payment of (1) the State with respect to taxes, and (2) the claims
of any person arising under the Contract.
Retainage shall be placed in a fund held by the City (non- interest bearing), unless the Contractor
selects a one of the options listed below and completes all arrangements needed for that option to the
satisfaction of the City.
Other retainage fund options:
1. Deposited by the City in an escrow account (interest bearing) in a bank, mutual savings bank, or
savings and loan association. Deposits will be in the name of the City and are not allowed to be
withdrawn without the City's written authorization, or
_ 2. The City, at its' option, may accept a bond from the Contractor in lieu of retainage.
If the Contractor selects option 1 or 2 it is fully responsible for selecting the bank or association to be
used, and for making all arrangements and paying all costs associated with that option.
All arrangements and forms needed for option 1 or 2 shall be submitted to the City for review and
approval.
Release of the Retainage will be made 60 days following the Completion Date provided the conditions
in Special Provisions Section 1- 09.9(1), and applicable State Regulations, are met.
SIGNED:
PRINT NAME: R)C -40-0 L. ,4p.4
COMPANY: R.L. A,- /g lomew
DATE: /o-'/-/
Insurance Requirements
See Special Provisions Section 1 -07.18
Also see attached information, sample Acord Certificate, and sample Endorsement form.
The Certificate holder should be address to:
City of Renton
ATTN: (enter City project contact's name and department)
1055 South Grady Way
Renton, WA 95057
19a- Insurance Reference.doc\
1ACC)R �® CERTIFICATE OF LIABILITY INSURANCE
DA 10/10/20113 Y)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
CONTACT
NAME:
Parker, Smith & Feek, Inc.
2233 112th Avenue NE
Bellevue, WA 98004
PHONE 425 - 709 -3600 FAX 425- 709 -7460
Ext : A/C No
E -M'M AIL IL
ADDRESS:
INSURERS AFFORDING COVERAGE
NAIC #
INSURERA: Continental Western Insurance Company
NSURED
R. L. Alia Company
INSURER B :
107 Williams Ave. S.
INSURER C :
INSURER D:
Renton, WA 98055
INSURER E:
INSURER F:
OVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYpE OF INSURANCE
ADDL
SUBR
POLICY NUMBER
POLICY EFF
MM /DD/YYYY
POLICY EXP
MM /DD/YYYY
LIMITS
GENERAL LIABILITY
CWP2950501
10/1/2013
10/1/2014
EACH OCCURRENCE
$ 1,000,000
DAMAGE ( RENTED
PREMISES S Ea occurrence
$ 1,000,000
x COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE FK OCCUR
X
MED EXP (Any one person)
$ 10,000
PERSONAL & ADV INJURY
$ 300,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP /OP AGG
$ 2,000,000
X
POLICY PRO X LOC
$
AUTOMOBILE
LIABILITY
CWP2950501
10/1/2013
10/1/2014
COMBINED SINGLE LIMIT
Ea accident
$ 1,000,000
X
BODILY INJURY (Per person)
$
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident)
$
P PROPERTY DAMAGE
er accident
$
HIRED AUTOS NON -OWNED
AUTOS
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAB
CLAIMS -MADE
DED RETENTION $
$
WORKERS COMPENSATION
CWP2950501
WC STATU- x OTH-
TORY LIMITS ER
AND EMPLOYERS' LIABILITY y/N
ANY PROPRIETOR /PARTNER /EXECUTIVE
OFFICER /MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N / A
WA Stop Gap Employers
Liability Only (WC statutory
benefits provided by WA State
10/1/2013
10/1/2014
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
ESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required)
RE: NE 5th PI /Edmonds Ave Ne Storm System Project and NE 5th PI Water Main Replacement Project, SWP -27 -3206, WTR -27 -3673
he City of Renton is included as Additional Insured and coverage is primary and non contributory per attached General Liability endorsement CL CG 20 48 01
2.
I C MULUtK
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
City of Renton
1055 South Grady Way AUTHORIZED REPRESENTATIVE
Renton, WA 98057 x J"�"'-�
©1988 -2010 ACORD CORPORATION. All rights reserved.
CORD 26 (2010/05) The ACORD name and logo are registered marks of ACORD
1
7
it7: I�' i��I�Z�I: �' ���TiT��r��: r�► L�i�-' �i: I�1�I�Id '�)���.��:T�T7i��3T:7�Y�1�A'�
ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR
OTHERS - COMPLETED OPERATIONS - AUTOMATIC, INCLUDING
PRIMARY NON - CONTRIBUTORY
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person(s) or
organization(s) when you are obligated by virtue of a written contract or agreement that such person
be added as an additional insured to your policy, but only with respect to "bodily injury", "property
damage" or "personal and advertising injury" caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your behalf;
for that additional insured and included in the "products- completed operations hazard ".
B. LIMITS OF INSURANCE
Limits of insurance for such additional insured are the limits in this coverage form or the limits you
and such additional insured agreed to by virtue of a contract or agreement, whichever is less. These
limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations.
C. With respect to the insurance afforded to these additional insureds, the following additional exclusions
apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of
1. The rendering of or failure to render any professional services by you or on your behalf, but only
with respect to either or both of the following operations:
a. Providing engineering, architectural or surveying services to others in your capacity as an
engineer, architect or surveyor; and
b. Providing, or hiring independent professionals to provide, engineering, architectural or
surveying services in connection with construction work you perform.
2. Subject to paragraph 3. below, professional services include:
a. Preparing, approving, or failing to prepare or approve maps, shop drawings, opinions,
reports, surveys, field orders, change orders, or drawings and specifications; and
b. Supervisory or inspection activities performed as part of any related architectural or
engineering activities.
3. Professional services do not include services within construction means, methods, techniques,
sequences and procedures employed by you or performed by or for the construction manager, its
employees or its subcontractors in connection with your products - completed operations.
D. PRIMARY NON - CONTRIBUTORY
When required by virtue of a written contract or agreement, coverage provided to any additional
insured by ADDITIONAL INSURED — OWNERS, LESSEES, CONTRACTORS OR OTHERS —
COMPLETED OPERATIONS — AUTOMATIC, INCLUDING PRIMARY NON - CONTRIBUTORY will
be on a primary basis
CL CG 20 48 01 12 Includes Copyrighted material of Insurance Services Page 1 of 1
IOffice, Inc with its permission
• Berkley North Pacific
Issuing Company: Continental western Insurance Company
' Claim Handling Office: 660 East Watertower Street, Meridian, 1D 83642; 800- 480 -2942; After Hours Claim Reporting: 866-232 -6724
Underwriting Servicing Office: 660 East Watertower Street, Meridian, 1D 83642; 800-480-2942
' COMMERCIAL GENERAL LIABILITY
DECLARATIONS Original
IPolicy No. CWP 2950501 - 23
' ivamea lnsureQ ana era
R L Alia Company
107 Williams Ave S
Renton WA 98055
s
(425 )709 -3600
Parker, Smith & Feek, Inc
2233 112th Ave NE
Bellevue, WA 98004 -2936
31006
Policy Period: From October 1, 2013 to October 1, 2014 at 12:01 A.M. Standard Time at your
mailing address shown above.
'
LIMITS OF INSURANCE
12511 Beverly
Park Rd
General Aggregate Limit . .
. . $
2,000,000
'
(Other Than Products - Completed Operations)
W
Mukilteo, WA
Products- Completed Operations Aggregate Limit . .
. . $
2,000,000
Personal & Advertising Injury Limit . . . . . . .
. . $
1,000,000
'
Each Occurrence Limit.
$
1,000,000
Damage to Premises Rented to You Limit. . . . . .
. . $
100,.000 Any One Premises
Medical Expense Limit . . . . . . . . . . . . . .
. . $
10,000 Any One Person
' Form of Business: Corporation
Location of All Premises You Own, Rent or Occupy:
107 Williams Ave S
Renton, WA 98055
. .. .......
Page 1 CWG1902 01 01
12511 Beverly
Park Rd
Lynnwood, WA
98087
'
7901 40th Ave
W
Mukilteo, WA
98275
. .. .......
Page 1 CWG1902 01 01
' Berkley North Pacific Original
Issuing Company: Continental Western Insurance Company
' Claim Handling Office: 660 East Watertower Street, Meridian, IO 83642; 800- 480 -2942; After Hours Claim Reporting: 866- 232 -6724
Underwriting Servicing Office: 660 East Watertower Street, Meridian, ID 83642; 800-480 -2942
BUSINESS AUTO DECLARATIONS
ITEM ONE Policy No.
CWP 2950501 - 23
� I
� I
� I
I I
� I
Named Insured
Address
R L Alia Company
107 Williams Ave S
Renton, WA 98055
Agency Name
(425)709 -3600
Parker, Smith & Feek, Inc
2233 112th Ave NE
Bellevue, WA 98004 -2936
31006
I Page 1
� I
CWG1911 03 09
PHYSICAL DAMAGE - Actual Cash Value or Cost of Repair, $
SPECIFIED CAUSES OF whichever is less, Minus $ See Schedule
LOSS COVERAGE Deductible for each Covered Auto, for
Loss Caused by Mischief or vandalism
7 PHYSICAL DAMAGE - Actual Cash Value or Cost of Repair, $
COLLISION COVERAGE whichever is less, Minus $ See Schedule
Deductible for Each Covered Auto
PHYSICAL DAMAGE - See Item Three - Schedule of $
TOWING AND LABOR Covered Autos
Premium for Endorsements $
CA Expansion Endorsement Platinum CW3468 $
Total Estimated Premium* $
* This Policy May be Subject to Final Audit
Page 2 CW61911 03 09
'
Policy No.:
CWP
2950501 - 23
ITEM TWO - SCHEDULE OF COVERAGES AND COVERED AUTOS
This policy provides only those
coverages where a charge is shown in
the premium column
"autos ".
'
below.
Each of these coverages will
apply only to those "autos" shown
as covered
"Autos"
are shown as covered "autos" for a particular coverage by the entry of one or more
of the
symbols from the COVERED AUTO Section of the Business Auto Coverage Form next to the
name of
the coverage.
' COVERED
LIMITS
AUTOS
The most we will pay for any
SYMBOLS
COVERAGES
one accident or loss
PREMIUM
1
LIABILITY
$ 1,000,000
$
PERSONAL INJURY
$
t
PROTECTION (PIP) (or
Equivalent No -Fault
Separately stated in each PIP
endorsement
Coverage)
ADDED PERSONAL INJURY
$
PROTECTION (APIP) (or
Separately stated in each APIP
'
Equivalent Added No -Fault
endorsement
Coverage)
7
AUTO MEDICAL PAYMENTS
$ 51000
$
'
UNINSURED MOTORISTS (UM)
$
2
UNDERINSURED MOTORISTS
$ 1,000,000
$
(When Not Included In UM
Coverage)
7
PHYSICAL DAMAGE -
Actual Cash Value or Cost of Repair,
$
OTHER THAN COLLISION whichever is less, Minus $ See Schedule
'
(OTC) COVERAGE
Deductible For Each Covered Auto
PHYSICAL DAMAGE - Actual Cash Value or Cost of Repair, $
SPECIFIED CAUSES OF whichever is less, Minus $ See Schedule
LOSS COVERAGE Deductible for each Covered Auto, for
Loss Caused by Mischief or vandalism
7 PHYSICAL DAMAGE - Actual Cash Value or Cost of Repair, $
COLLISION COVERAGE whichever is less, Minus $ See Schedule
Deductible for Each Covered Auto
PHYSICAL DAMAGE - See Item Three - Schedule of $
TOWING AND LABOR Covered Autos
Premium for Endorsements $
CA Expansion Endorsement Platinum CW3468 $
Total Estimated Premium* $
* This Policy May be Subject to Final Audit
Page 2 CW61911 03 09
Insurance Requirements For City of Renton
The City of Renton typically requires the following industry minimum insurance limits:
• $1,000,000 per occurrence Commercial General Liability (CGL);
• $2,000,000 in the Commercial General Liability aggregate;
• $1,000,000 Auto Liability (needed if a vehicle will be used in performance of work
beyond normal commutes. This would include delivery of products to worksite);
• Proof of Workers' Compensation coverage as required by the state (provide the
Washington L &I or excess coverage policy number);
• Excess Liability or Umbrella (if needed, at levels to be determined by unique
exposure risk or if required in the contract; can be in tandem with CGL);
• $1,000,000 Professional Liability (if required in the contract or if the professional
services to be provided are excluded from the CGL policy).
Requirements unique to the City of Renton:
• Name the City of Renton as a Primary and Non - contributory Additional Insured
on the policy (Only applies to Commercial General Liability);
• The City shall be provided with written notice of any policy cancellation within
two.business days of receipt of such notice by the policy holder;
• Put descriptive text of the project in the "Description of Operations" box; and
• The certificate holder should read:
City of Renton
ATTN: {enter your City contact's name here and Department)
1055 South Grady Way
Renton, WA. 98057
Direct any questions, comments, or concerns to
Revised 1/16/13
I
Gary Lamb, Risk Manager
425.430.7669 - direct
425.430.7650 - main
425.430.7665 - fax
glamb @rentonwa.gov
AC" °® CERTIFICATE OF LIABILITY INSURANCE
DATE(MMIDDIYYYY)
'THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the
terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
CONTACT
NAME:
PHONE FAX
No. E A/C No):
E-MAIL
ADDRESS:
PRODUCER
DA AGE TO RENTED
PREMISES Ea occurrence
$
CUSTOM ERID
INSURER(S) AFFORDING COVERAGE
NAIC #
$ 1,000,000
INSURED
INSURER A :
GENERAL AGGREGATE
INSURER B: `
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY PRO- LOC
JECT
PRODUCTS - COMP /OP AGG
INSURER C :
$
INSURER D :
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
INSURER E:
r
INSURER F
COMBINED SINGLE LIMIT
(Ea accident)
COVFRAGES CERTIFICATE NUMBER- REVISION NUMBER-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
SUBR
POLICY NUMBER
MM DDY/YYYY
MML
DDIIYYYY
LIMITS
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE F] OCCUR
17
EACH OCCURRENCE
$
DA AGE TO RENTED
PREMISES Ea occurrence
$
MED EXP (Any one person)
$ 5,000
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY PRO- LOC
JECT
PRODUCTS - COMP /OP AGG
$
$
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
r
r
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
X
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
$
UMBRELLALIAB
EXCESS LIAB
OCCUR
CLAIMS -MADE
`
EACH OCCURRENCE
$
AGGREGATE
$
DEDUCTIBLE
RETENTION $
$
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? F
(Mandatory In NH) _
f yes, describe under
N /A
S
"-
-
WC STATU- OTH-
TORY LIMITS ER
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYE
$
E.L. DISEASE - POLICY LIMIT
$
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
The City of Renton is Primary and Non - contributory Additional Insured.
CERTIFICATE HOLDER CANCELLATION
City of Renton
Attn:
1055 South Grady Way
Renton, WA. 98057
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE
POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
©1988- 2009 ACORD CORPORATION. All rights reserved.
ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD
WASHINGTON STATE PREVAILING WAGE RATES
FOR PUBLIC WORKS CONTRACTS
REFERENCE
The State of Washington Prevailing Wage Rates applicable for this public works contract, which is
located in _King_ County, may be found at the following website address of the Department of Labor
and Industries: https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages
for this project is _September 2013
A copy of the applicable prevailing wages rates is also available for viewing at the office of the
Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington.
Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this project.
21 a -State Prevailing Wages Reference.doc\
I
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of
fringe benefits. On public works projects, worker's wage and benefit rates must add to not less
than this total. A brief description of overtime calculation requirements are provided on the
Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date:
09/09/2013 1
rCounty
Trade
Job Classification
Wage
1Holiday
Overtime
Note
King
Laborers
Air, Gas Or Electric Vibrating
Screed-
$41.69
7A
2Y
'King
Laborers
Airtrac Drill Operator
$42.99
TA
2Y
;King
Laborers
Ballast Regular Machine
$41.69
7A
2Y
lKing
Laborers
Batch Weighman
$35.34
7A
2Y
lKing
Laborers
Brick Pavers
$41.69
7A
2Y
King
Laborers
Brush Cutter
$41.69
7A
2Y
,King
Laborers
Brush Hog Feeder
$41.69
7A
2Y
;King
Laborers
Burner
$41.69
7A
2Y
King
Laborers
Caisson Worker
$42.991
ZA
2Y
,*King
Laborers
Carpenter Tender
$41.691
7A
2Y
lKing
Laborers
Caulker
$41.691
7A
2Y
:King
Laborers
Cement Dumper-paving
$42.46
7A
2Y
King
Laborers
Cement Finisher Tender
$41.69
7A
2Y
King
Laborers
Change House Or Dry Shack
$41.69
7A-
2Y
',King
Laborers
Chipping Gun (under 30 Lbs.)
$41.69
7A
2Y
lKing
Laborers
Chipping Gun(30 Lbs. And Over)
$42.46
7A
2Y
;King
Laborers
Choker Setter
$41.69
7A
2Y
JKing
Laborers
Chuck Tender
$41.69
7A
2Y
Nng
Laborers
Clary Power Spreader
$42.461
7A
2Y
;King
Laborers
Clean -up Laborer
$41.69
7A
2Y
lKing
Laborers
Concrete Dumper/chute Operator
$42.46
7A
2Y
;King
Laborers
Concrete Form Stripper
$41.69
7A
2Y
King.
Laborers
Concrete Placement Crew
$42.46
7A
2Y
!King
Laborers
Concrete Saw Operator/core
Driller
$42.46
7A
2Y
King
Laborers
Crusher Feeder
$35.34
7A
2Y
EKing
Laborers
Curing Laborer
$41.69
7A
2Y
King
Laborers
Demolition: Wrecking Et Moving
(incl. Charred Material)
$41.69
7A
2Y
iKing
Laborers
Ditch Digger 1
$41.691
ZA I
2Y
I
jDepartment of Labor and Industries ��� sTATg0
Prevailing Wage o i, 'f-
(360) 902 -5335 s
www. lni. wa.gov /TradesLicensing /PrevWage �� oy4) 2
• This form must be typed or printed in ink.
• Fill in all blanks or the form will be returned for correction (see instructions).
• Please allow a minimum of 10 working days for processing.
• Once approved, your form will be posted online at
https://fortress.wa.gov/lni/TwiMub/SearchFor.asi)
STATEMENT. OF INTENT TO
PAY PREVAILING WAGES
Public Works Contract
$40.00 Filing Fee Required
Intent ID # (Assigned by L &I)
]'3 �,. .ill „.. tlLF �1' - 3. ,'SH ..
% Y informli ffi, -, T, .. a, kt l .: g
:, rr wx. , ..
� r � ;��. -�A.<. c �
,t.,..1�1,a t�.j�� � max„ � x r +.., w, m�
Your Company Name
ABC Company, Inc.
'.md:; ,: -._ >fl, ...:',j13!'i }.y-,. :'.}s.;C, My.i' °-7,f - .'.H'f H�YF N9�i -...'.• ,;Ya, ,
Awardtn 1 ° .e. sal
1ttormat►on N A "� �`:�..
��.., ,. g �geD��. �.�.. w.�# a� ,r��.°;� ,� ?r ;�
Project Name Contract Number
Road Repair 2011 -01B 4^
Your Address
1234 Main Street
Awarding Agency
WA State Department of.Tran • ” ation
City
Olympia
State
WA
Zip +4
98501 -1234
Awarding Agency Addres
PO Box 47354
Your Contractor Registration Number
ABCCI *0123AA
Your UBI Number
123456789
City
Olympia
State
WA
ip+4
98501
Your Industrial Insurance Account Number
111,111 -11
Awarding cy Contact Name
John Do
a her
5 -5555
Your Email Address (required for notification of approval)
prevailingwage @lni.wa.gov (555)
Your Phone Number
555 -5555
County Where . ill Be Performed
QTy Where Work Will Be Performed
Olympia .
� -:�v. aro. � h ,p... �� /f+�l�.�. ' F. 1 . ?�A'i •ttI!) .r ( S` f riMY 3 �,,. .,..�: ....
z�ddit►b a.DCtallS�t,�. �i.� � s^.....�., -,: �+r: �.. � �z; a�gi y ,xc �
.�. --, t -, � ,�<.. r _ : •n �� �,s�. ��,�.�.�> K� ��5� ,�� � ,� � �� KIP �d., _ A..��>;h .. ��' . ,,
I ,k/,..,'.,. � _.,� >��'��'" � � � �':rr
>1<(r �t �bet��ls�� :� ��:;�<�,� � ����,��
� - € r'�r�t? � �t�3 -�� �a �' .�� >,�`
�, ��3r,�'�� ,, .� �,��: >.. �`��,., ��r
Your Expected Job Start Date (mm/dd /yyyy)
01/01/2011
Bid Due Prime Co is Award Date (Prime Contractor's)
8/01/201 08/10/2010
Dollar Amount our Contract (including
ime and materials, if applicable. $1000.00
%tel
Job Site Address/Directions
State Street @ Plum Street
�. 'xxr��.�T iiha:,+3r `�' "'�,, ';�'d 7 ri,�'1-r sr,...:i..�a:;;
A2RAutids�ti$ x Jeathertzaron,arttergy
. i, �4� . .. F`,m1 ] 75"„ ..-'$ °. h'L,"SSJ 'e.
Does this project utilize American Recovery and Reinvestment Act (ARRA
❑ Yes ® No
Mh
n xN..,, :.W -.,.r --. �.;��, ,., „:'fi�t ar, �..,,' -,.v_ �'1'.�r
Effc �ntund�{ .,
'3i`.rt ,k?,..-.+ s,� # , .v
Does this u '� ze any weatherization or energy efficiency upgrade funds
(ARRA or o e)? ❑ Yes ® No
...,.ji!: , :.,('�- f- ±r..C�.; .: 3: P ": {.t, ..'.'A, 91; ff :N
P.rrrtte Go1fr�a� tor$ CompanywTnor�hattton :<
Contractor's Company Name
YZ Company, Inc.
�&'! e£, i} Eli W A "}^,tj$l?? i 3 h. _'? '..i
_ .i.sa;. t:. ;r..:::.
Pri 's Intent Nu r
12456
'm.. �., .., '5..,;>( 4..p j ..:R.'i 5 . ! �.,: '. L.Ye'.�, l2 .i,!�- •l:
Irrrng:Contractor CompdnyPnfbrtaon rd R. ;a...
tractor's Company Name
Su avers, Inc.
irrime
rime Contractor's Registration Number
YZIN *0123AA
Prime Cont is
987654321
HK ng Contractor's Contractor Registration Number
SUPERPA123AA
Hiring Contractor's UBI Number
321456987
i + 5tt4+{� ". fnRy� ..� ,� � +.Yt� Y¢rt �kd4
F�.'e'.2
,,:;i •,iZ�t"�k_a �
ist awSM'��t��
„F,� t - .12. ,-.�,. ��a..ii3L, ��4. i'G4
a`' -t ;R` �k 341�x �ti:�C^Y�M.rr -�.
3-
o you intend to use ANY subcontracto
El Yes
A0
Will employees perform work on this project?
® Yes
F1 No
ill ALL work be subcontracted?
® No
Do you intend to use apprentice employees?
® Yes
El No
umber of Owner /O
who own at leas 0° - the co mpa ho will perform work on the project: El None (0) ®One (1) [1 Two (2) E] Three (3)
Irafts/Trades/ 'ecupations = Do not list appr ices. They are listed on the Affidavit of Wages Paid only.)
an employe rks in more than one trade, ens that all hours worked in each trade are reported below.
or additional s /trades/ lease use dum A.
aborer - Asphal
Number of
Workers
Rate of Hourly
Pay
Rate of Hourly
Usual ( "Fringe ")
Benefits
2
39.28
5.00
1
Power Equipment Operator - Asphalt Pit Operator
1
48.04
2.35
ruck Driver - Asphalt Mix ds)
1
46.47
0.00
i
-
,`gg-,, �.;.,�n qa.'"r
hereby certify that I have read and understand the instructions to complete this form and that the information, including any addenda, are correct and that all workers I employ on this
ublic Works Project will be paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries.
rint Name:
Print Title:
Signature:
Date:
or L &I I)se G}atl _ ; a i
s ��a�:T" x...-
Approved by signature of the Department of Labor and Industries Industrial Statistician
IWOTICE: If the prime contract is at a cost of over one million dollars ($1,000,000.00), RCW 39.04.370 requires you to complete the EHB 2805 (RCW 39.04.370) Addendum and attach it
your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice. The EHB 2805 Addendum is not submitted with this Intent.
AMPLE - F700- 029 -000 Statement of Intent to Pay Prevailing Wages 03 -2011
Department of Labor and Industries � s'rArE o�
Prevailing Wage Program o b
(360) 902 -5335 _ s
www. Ini. wa.gov /TradesLicensing /PrevWage
�y� 1889 �Qy
• This form must be typed or printed in ink.
• Fill in ALL blanks or the form will be returned for correction (see instructions).
• Please allow a minimum of 10 working days for processing.
• Once approved, your form will be posted online at
https://fortress.wa.gov/lni/pwiapub/SearchFor.asp
AFFIDAVIT OF WAGES PAII
Public Works Contra
$40.00 Filing Fee Require
Affidavit ID # (Assigned by L &I):
SAMPLE 1.
,'%` 'S;,i^?t'i i�. 6�'lti�,'„lf'S, .�, �tr� ''',ry i�rY°�.�4e>Jt`�f li:- �.RaN�ry�t £•? '_�xt�(.u�Yle"�+?i� >.
i.
J mai�. IGr y.3i,. E".R `]; A!pK !'.`° '.' ee E w J .;�•�Ltf .�+T"a. � ...'3 � �'1
ti.:a.' «.��. , ��!,.�4t�`��,. �
WAyyardrn
Project
A errc ini'ormahon�';r,�,,:���s. , ..� ��Mt.� �- �,�:3:y��'�_.�:.y, ��.:!l��r•:�r�;.
Your Company Name
Name Contract Number
ABC Company
Road Repair 1123-456
Your Address
Awarding Agency
1234 Main Street
WA St Department oftransportation
City
State
Zip +4
Awarding Agency Address+;;
Olympia
WA
98501 -1234
PO Box 123
Your Contractor Registration Number
Your UBI Number
City e t
it
State
Zip +4
ABCCI *0123AA
123456789
Olympia It
WA
98501
Your Industrial Insurance Account Number
Awarding. Agency Contact Natne Y`
irk,
Phone Number
111,111
John
s
Doe
(555:);555 -5555
-11
County
Your Email Address (required for notification of approval)
Your Phone Number
WhereiWork Was Performed`
CtxWhere Work Was Performed
ty
555-5555
ESi
Thurstonli,i
Olympia
prevatlmgwage @lm wa gov
(
-3�
. . "' t.
- e i, '.74'�
^s'F < ?�"•sdt}" �J,':', a'.: 3• SYF.�f"
' �',a "Ti 1Y
', i. i;t - r°;'ffi:' ".4 gSsJ f 'y,
� �,Y �S_. '
�t�dd�tt6nai�Deta ►is�;f,,d�.�,,.; �
_ ,i � .H..
�;; <�� :> ,:..�.: . �.,� �, ,w.,.� :.. _...
,;. P' !('''d11tr:1'Gt,
Bid
D. t'd7IS�;2 40 aei - ,�u
-_.._ . _ __ __ _.�� .
Due Date (Prime Contractor's)'§
.,��`h. k ya�'vxi a a.' N1r�,
_ ._;� ., _ --
Award Date (Prime Contractor's)
Your Job Start Date (mm/dd/yyyy)
Your Date Work Completed (mm/dd/yyyy)
2/1/2011
3/1/2011
t °1J1
/2011
1/5/2011
'Indicate
Job Site Address /Directions
Your Approved Intent ID, #
Tota�Dollar Amount o ur Contract
Plum and State Street
123456 v!
(molud
tax).
kI0000.00
U.�:.
iigsates
,
EHB 2805 (RCW 39.04.370) — Is the Prime Contractor's
If you''an"sered "Yes" to the EHB 2805 question and the Award Date is 9/1/2010 or
El Y( �,iVo
Contract at a cost of over one million dollars ($1,000,000)?
later you�nu;'s,"t,com lete and submit the EHB 2805 (RCW 39.04.370) Addendum.
raW't� y.,- :�t,10-r
....L�
Does
e3t11C4'1$t10r1Ur'11Ci f�IC►Clit.�IJUi151;;
Does this project utilize American Recovery and Remvestrrient Act (ARRA) funds ?„
-this project':- tiilize any weatherization or energy efficiency upgrade funds
❑ Yes ®No tl
(ARRA-;or
otherwise)? ❑Yes ED No
=
Pr.,lme LUntractor s,;Coni .8'uyTnformahon, :;,, o-.. , „ a
Hiring
rin contractor's qrp alt , .. ormatron
Prime Contractor's Company Name b tt
Contractor's Company Name
XYZ Company �'`'
p Y � `l;sE € �r �� l N.
t''
,��;.CBA
3' Hiring
Company
Prime Contractor's Registration Number
Prme Contractor's UBI; Number
Contractor's Registration Number
Hiring Contractor's UBI Number
XYZCI *0123AA °a
9
CBACI *0123AA
456789123
:...e; e. "i`�!'u�43"'.�,i f, ..::fVY � .:. >.-..' .4. :� �' ,5,
Fpm loytnenLtformatton "s
:' -l' ��..�A� ��' •li g t .� Git % Y��9�y -.^ t ,�.`^i 5th:
3:1.'?'`•!i i nitiF :'_'dh"pE,i !",:.'. � 4'r �i...t _i d l:. t�✓5'!r«e j
:h _ 1 �.Tt t, K A` �. ., � 5 ''(,f
Did you use ANY subcoiztractors?
❑ Yes (A r endu' 1#'Reguire'
;,t' ® No Did
employees perform work on this project?
® Yes
[]No
Was ALL work subcontraCWd?
.0,-Yes (Addendum B Required)
®No Did
you use apprentice employees?
El Yes
® No
Number of Owner /Operators who own at least 30% o£the Company who performed work on this project:
❑None (0) ® One (1) [1 Two (2) El Three (3)
You must list the First and Last Names of an Owner /O' erator performing work below
List your Crafts/Trades /Occupations Below - For 7ouiney Level Workers you must
Number of
Total # of Hours
Rate of Hourly
Rate of Hourly
provide all of the information below. Owner /Operators*= must provide their First and Last
Workers
Worked
Pay
Usual ( "Fringe ")
name no other information required. "Apprenttces`a're not recorded below. You must
Benefits
use Addendum D to list Apprentices. t``i��t
General Labor
2
153
41.23
8.54
Carpenter
5
1 210
52.26
1 10.13
�%ttature:B)ocJt
I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this
Public Works Project were paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries.
Print Name: Jane Doe Print Title: Bookkeeper Signature: Date:3 /5/2011
Forl &I }sa Onl
APPROVED: Department of Labor and Industries
B Y Industrial Statistician
SAMPLE - F700- 007 -000 Affidavit of Wages Paid 3 -2011
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Ref: Pay Estimate No.
Project NE 5th PL / Edmonds Ave NE Storm System Improvement Project, and NE 5th PL
Water Main Replacement Project, SWP -27 -2306, WTR -27 -3673
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.
Title:
List of Subcontractors Used on the Project:
20- City- Cer[- PrevailingWages.doc\
Company Name
t
1. v A ATION
s
'I
LISTING
t
t
u
[ZEMENTS FOR THE P-REV,ENTLO.N. 1{.ENVI. Z-6' -, E11I'AZ�:P.Oq L1TT1().N ANn'
44 6.54, tvo: WW4 and No. 11 Z42 contarneel� m King County. Code Titles 8 arid: 110 are provisions for
disposition'of refuse and litter in a licensed disposal site and provide pena`lcies, for failare to comply.
Review by Division of Solid Waste.
Puget Sound Air Pollution Control A ene : Re ulation l: A regulation to: control. the emission of air
contaminants from all sources withi n the jurisdiction of the Puget Sound Air Pollution Control
Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance wiih the Washington Gleam
Air Act, R.C.W. 70.94.
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W_A.C. 18 -02: Requires operators of stationary sources of air contaminants to maintain records of
emissions, periodically report to the State information concerning these emissions from his
operations, and to make such information available to the public. See Puget Sound Pollution
Control Agency Regulation 1.
R.C.W. 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
surface of the ground or into the waters of this State except at a solid waste disposal site for which
there is a valid permit.
R.C.W. 76- 04.370: Provide for abatement of additional fire hazard (lands upon which there is forest
debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds,
and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or
spreads on property on which an extreme fire hazard exists.
R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest
fire conditions.
H: 1DIV1510N. S\ UT ILrrtE.S \WATER\RICK�Springbrook Sprin.- ABTDSPEC.130CM
Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse
without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen
may file a complaint with the U. S. Attorney and share a portion of the fine.
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying
(including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse
disposal sites and provides for land reclamation subsequent to these activities. A copy is available
at the Department of Public Works or Building and Land Development Division.
Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit
acquired by Public Works and reviewed by Building and Land Development Division_
King County Ordinance No. I488 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. S\ LFM rI'[E.S\NVA7'ER\RJCKISpringbrook SpringstBIDSPEC.DOGbh
f
t
I
1
11
WASHINGTON S.'I` VTE DEPARTMENT OF FISH.ERIIIS A. ND GAME
p 949: Requires hydraulics :pewit :tin certain ;projects. (King County
Chapter 112, Laws of 1
Department of Public Works will obtain.)
WASHINGTON STATEDEPAR'J'MEN:T
OF ECOLOGY
W.A.C. 173 =220 :Requires a I�Iational Pgllutanf,Dzsch.arge EIirrunation System (Nl'DES) permit
before discharge of pollutants from a point source .into the navigable waters. of the State of
Washington,
W.A.C. 372 -24: Permit to discharge coilimercial or industrial waste waters into State surface or
ground water (such as gravel washing, pit operations, or any operation which results in a discharge
which contains turbidity).
W.A.C. 508- 12 -I00: Requires permit to use surface water.
W.A.C. 50842490-. Requires that changes to pehiiits for water use, be reviewed, by the Department
of Ecology whenever it is desired to change tiie. purpose of use, the place of use, the point of
withdrawal andlor.the diversion of water.
W_A.C. 508=12 =220: Requires permit to use groundwater.
W.A.C. 508 -12 -260. Requires permit to construct reservoir for water storage.
W.A.C. 508 -12 -280: Requires permit to construct storage dam.
W.A.C. 508 -60: Requires permit to construct in State flood control zone. King County Public
Works secures one for design. Contractor secures one for his operation (false work design, etc.)
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for
recreational purposes or yard debris disposal. AIso the Department of Natural Resources reserves
the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, 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
bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department
of Public Works will obtain.)
LH:I DIVISION. S\ UTiLrM.StWATER\RiCK\Springbrook Springs\BiDSPEC.DOGbh
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 having1ewer 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. 98144.
It shall be the responsibility of the Contractor to familiarize himself with all requirements therein.
All costs resulting therefrom shall be included in the Bid Prices and no additional compensation
shall be made.
All permits will be available at construction site.
H:\ DIVISION. S\ UTILTnE .S\WATER\RICK\Springbrook Sp6ngs\BIDSPEC.D0Gbh
Wow-city of
V 1,
CITY OF RENTON
1 SPECIAL PROVISIONS
n
1
r
0
I
I
7
t
1
11
n
n
t
L
City of Renton
SPECIAL PROVISIONS
SPECIALPROVISIONS ................................................ ..............................9
1 -01 DEFINITIONS AND TERMS .............................. ..............................9
1 -01.1 General ................................................................. ..............................9
1 -01.3 Definitions ........................................................... ..............................9
1- 02 ... BID PROCEDURES AND CONDITIONS ...... .............................11
1 -02.6 Preparation of Proposal ................................... .............................11
1- 02.6(1) Proprietary Information .............................. .............................11
1 -02.12 Public Opening of Proposals .......................... .............................11
1 -03 AWARD AND EXECUTION OF CONTRACT .............................11
1 -03.1 Consideration of bids ........................................ .............................11
1 -03.2 Award of Contract ............................................. .............................11
1 -03.3 Execution of Contract ....................................... .............................12
1 -04 SCOPE OF WORK .............................................. .............................12
1 -04.2 Coordination of Contract Documents ............ .............................12
1 -04.3 Contractor- Discovered Discrepancies ............. .............................12
1 -04.4 Changes............ ................................................... .............................13
1 -04.8 Progress Estimates and Payments ................... .............................13
1 -04.11 Final Cleanup .................................................. .............................13
1 -05 CONTROL OF WORK ....................................... .............................13
1 -05.4 Conformity With and Deviation from Plans and Stakes ............
13
1- 05.4(3) Contractor Supplied Surveying .................. .............................14
1- 05.4(4) Contractor Provided As -Built Information ............................15
1 -05.7 Removal of Defective and Unauthorized Work ..........................15
1-05.11(3) Operational Testing ..................17
1 -05.14 Cooperation with Other Contractors ............ .............................17
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614
SPECS- NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc1
1 -05.18 Contractor's Daily Diary ................................ .............................18
1 -06 CONTROL OF MATERIAL .............................. .............................19
1 -06.1 Approval of Materials Prior to Use ................. .............................19
1- 06.2(1) Samples and Tests for Acceptance .............. .............................19
1- 06.2(2) Statistical Evaluation of Materials for Acceptance ................19
1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE
PUBLIC........................................................................... .............................19
1 -07.1 Laws to be Observed ......................................... .............................19
1 -07.6 Permits and Licenses ........................................ .............................19
1- 07.9(5) Required Documents .................................... .............................20
1- 07.11(11) City of Renton Affidavit of Compliance . .............................20
1 -07.12 Federal Agency Inspection ............................. .............................20
1- 07.13(1) General ........................................................ .............................20
1- 07.16(1) Private /Public Property ............................. .............................21
1 -07.17 Utilities and Similar Facilities ........................ .............................22
1- 07.17(1) Interruption of Services ............................. .............................24
1 -07.18 Public Liability and Property Damage Insurance ....................24
1 -07.22 Use of Explosives ............................................. .............................27
1- 07.23(1) Construction Under Traffic ....................... .............................27
1 -08 PROSECUTION AND PROGRESS ................ ...............................
28
1 -08.0 Preliminary Matters ....................................... ...............................
28
1- 08.0(1) Preconstruction Conference ........................ .............................28
1 -08.1 Subcontracting ................................................ ...............................
29
1 -08.2 Assignment ......................................................... .............................30
1 -08.3 Progress Schedule ............................................. .............................31
1 -08.5 Time For Completion ........................................ .............................32
1 -08.6 Suspension of Work ........................................ ............................... 33
1 -08.9 Liquidated Damages ....................................... ............................... 33
1 -08.11 Contractor's Plant and Equipment ............. ............................... 33
H:\File Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614
SPECS- NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc2
. 1 -08.12 Attention to Work ......................................... ............................... 33
1 -09 MEASUREMENT AND PAYMENT ............... ............................... 34
1 -09.1 Measurement of Quantities .............................. .............................34
'
1 -09.3 Scope of Payment .............................................. .............................35
42
1 -09.7 Mobilization ....................................................... .............................35
1 -09.9 Payments ............................................................ .............................35
1- 09.9(1) Retainage ....................................................... .............................36
1- 09.11(2) Claims .......................................................... .............................38
48
1- 09.13(3)B Procedures to Pursue Arbitration ........ ...............................
39
1 -09.14 Payment Schedule (New Section) ................ ...............................
39
1 -10 TEMPORARY TRAFFIC CONTROL ........... ...............................
41
2 -02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ..............48
1 -10.1 General ............................................................... .............................41
1- 10.2(1)B Traffic Control Supervisor ....................... .............................42
1- 10.2(2) Traffic Control Plans .................................... .............................42
SPECS- NESth\23 NE5th- City- SpecProv- 2006- DCv03.doc3
1- 10.3(3) Construction Signs ..................................... ...............................
42
1 -10.4 Measurement ..................................................... .............................42
1 -10.5 Payment ............................................................. .............................42
1 -11 RENTON SURVEYING STANDARDS ............. .............................43
2 -01 CLEARINGy GRUBBINCS AND ROADSIDE CLEANUP ...........
48
2 -01.1 Description ......................................................... .............................48
2 -01.2 Disposal of Usable Material and Debris.. ....................................
48
2 -01.5 Payment .......................48
.................................... ...............................
2 -02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ..............48
2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs ........................48
2 -02.4 Measurement ................................................... ...............................
49
2 -02.5 Payment ........................................................... ...............................
49
2 -03 ROADWAY EXCAVATION AND EMBANKMENT ....................
49
2 -03.3 Construction Requirements ........................... ...............................
49
2 -03.4 Measurement ........................................... :.......................................
50
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614
SPECS- NESth\23 NE5th- City- SpecProv- 2006- DCv03.doc3
2 -03.5 Payment ........................................................... ...............................
50
2 -04 HAUL .................................................................. ...............................
51
2 -04.5 Payment ........................................................... ...............................
51
2 -06 SUBGRADE PREPARATION ........................... .............................51
2 -06.5 Measurement and Payment .......................... ...............................
51
2 -09 STRUCTURE EXCAVATION ............................ .............................51
2 -09.1 Description ......................................................... .............................51
2- 09.3(1)D Disposal of Excavated Material ............... .............................51
2 -09.4 Measurement ................................................... ...............................
51
2 -09.5 Payment ........................................................... ...............................
52
5 -04 ASPHALT CONCRETE PAVEMENT ............ ...............................
53
5 -06 TRENCH RESTORATION AND OVERLAY ...............................
55
7 -01 DRAINS .............................................................. ...............................
59
7 -01.2 Materials .......................................................... ...............................
59
7 -01.3 Construction Requirements ........................... ...............................
59
7 -01.4 Measurement ................................................... ...............................
59
7 -02 CULVERTS ........................................................ ...............................
59
7 -02.2 Materials .......................................................... ...............................
59
7 -04 STORM SEWERS ............................................. ...............................
59
7 -04.2 Materials .......................................................... ...............................
59
7 -04.4 Measurement ................................................... ...............................
60
7 -04.5 Payment ........................................................... ...............................
60
7 -05 MANHOLES, INLETS, AND CATCH BASINS ...........................
61
7- 05.3(1) Adjusting Manholes and Catch Basins to Grade ...................61
7- 05.3(2) Abandon Existing Manholes ....................... .............................62
7- 05.3(3) Connections to Existing Manholes ............. .............................62
7 -05.4 Measurement ................................................... ...............................
63
7 -05.5 Payment ........................................................... ...............................
63
7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS .............63
H:\File Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614
SPECS- NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc4
i
ii
1
1
u
it
ri
7- 08.3(1)C Bedding the Pipe ........................................ .............................63
7- 09.3(2)A Survey Line and Grade ............................. .............................64
7- 08.3(2)B Pipe Laying — General ............................. ...............................
64
7- 08.3(2)E Rubber Gasketed Joints ............................ .............................65
7- 08.3(2)H Sewer Line Connections ........................... .............................65
7- 08.3(2)J Placing PVC Pipe ..................................... ...............................
65
7 -08.4 Measurement :.................................................. ...............................
65
7 -08.5 Payment ........................................................... ...............................
65
7 -09 PIPE AND FITTINGS FOR WATER MAINS ..............................
66
7- 09.3(15)A Ductile Iron Pipe ...................................... .............................66
7- 09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) .........
66
7- 09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene ...
66
7- 09.3(19)A Connections to Existing Mains ............... .............................67
7- 09.3(21) Concrete Thrust Blocking and Dead -Man Block .................67
7- 09.3(23) Hydrostatic Pressure Test .......................... .............................67
7- 09.3(24)A Flushing and ............................................. .............................68
7- 09.3(24)D Dry Calcium Hypochlorite ................... ...............................
69
7- 09.3(24)K Retention Period ....................................... ............................69.
7- 09.3(24)N Final Flushing and Testing ................... ...............................
69
7- 09.3(25) Joint Restraint Systems ........................... ...............................
69
7 -09.4 Measurement ................................................... ...............................
71
7 -09.5 Payment ........................................................... ............................... 71
7 -12 VALVES FOR WATER MAINS ....................... ............................... 71
7- 12.3(1) Installation of Valve Marker Post ............... .............................71
7- 12.3(2) Adjust Existing Valve Box to Grade ........... .............................72
7 -12.4 Measurement ..................................................... .............................72
7 -12.5 Payment ........................................................... ............................... 72
7 -14 HYDRANTS ....................................................... ............................... 73
7- 14.3(1) Setting Hydrants ........................................... .............................73
H:Tile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614
SPECS- NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc5
7- 14.3(3) Resetting Existing Hydrants ....................... .............................74
7- 14.3(4) Moving Existing Hydrants .......................... .............................74
7 -14.5 Payment ........................................................... ............................... 74
7 -15 SERVICE CONECTIONS .................................. .............................74
7 -15.3 Construction Details ....................................... ............................... 74
7 -15.5 Payment ........................................................... ............................... 75
7 -17 SANITARY SEWERS ......................................... .............................75
7 -17.2 Materials .......................................................... ............................... 75
7- 17.3(1) Protection of Existing Sewerage Facilities . .............................75
7- 17.3(2)H Television Inspection ................................. .............................75
7 -17.4 Measurement ..................................................... .............................76
7 -17.5 Payment ........................................................... .............................76
8 -09 RAISED PAVEMENT MARKERS.......... .......... .............................77
8 -09.5 Payment ........................................................... ............................... 77
8 -13 MONUMENT CASES ....................................... ............................... 77
8 -13.1 Description ......................................................... .............................77
8 -13.3 Construction Requirements ........................... ............................... 77
8 -13.4 Measurement .................................................. ............................... 77
8 -13.5 Payment .......................................................... ............................... 77
8 -14 CEMENT CONCRETE SIDEWALKS ............. .............................78
8- 14.3(4) Curing ............................................................ .............................78
8 -14.4 Measurement ..................................................... .............................78
8 -14.5 Payment ........................................................... ............................... 78
8 -17 IMPACT ATTENUATOR SYSTEMS ............. ............................... 78
8 -17.5 Payment ........................................................... ............................... 78
8 -20 . ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
ELECTRICAL............................................................. ............................... 79
8- 20.2(1) Equipment List and Drawings .................... .............................79
8 -22 PAVEMENT MARKING ..............................
H:Tile Sys \SWP -Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614
SPECS- NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc6
f
ii
t
u
1�
J
8 -22.1 Description ......................................................... .............................79
8- 22.3(5) Installation Instructions .............................. .............................80
8 -22.5 Payment ........................................................... ............................... 80
8 -23 TEMPORARY PAVEMENT MARKINGS ..... ............................... 80
8 -23.5 Payment ............................................................. .............................80
8- 24.3(1) Rock Wall ...................................................... .............................80
9- 03.8(2) HMA Test Requirements ............................ ...............................
82
9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS...
82
9 -05.4 Steel Culvert Pipe and Pipe Arch RC
82
9- 05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) ........................82
9- 05.7(2)A Basis for Acceptance (RC) ...................... ...............................
83
9- 05.7(3) Concrete Storm Sewer Pipe Joints (RC) .. ...............................
83
9- 05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) ....................83
9 -05.9 Steel Spiral Rib Storm Sewer Pipe ( RC) ......... .............................83
9- 05.12(3) CPEP Sewer Pipe ........................................ .............................84
9 -05.14 ABS Composite Sewer Pipe ............................ .............................84
9 -05.17 Aluminum Spiral Rib Storm Sewer Pipe ...... .............................84
9 -08 PAINTS ............................................................... ...............................
90
9 -08.8 Manhole Coating System Products ............... ...............................
90
9 -23 CONCRETE CURING MATERIALS AND ADMIXTURES ......
92
9 -23.9 Fly Ash (RC) .................................................... ...............................
92
9 -30 WATER DISTRIBUTION MATERIALS ......... .............................93
9- 30.3(1) Gate Valves (3inches to 12 inches) ............ ...............................
93
9- 30.3(3) Butterfly Valves ............................................ .............................93
9- 30.3(5) Valve Marker Posts .................................... ...............................
94
9- 30.3(7) Combination Air Release /Air Vacuum Valves ........................
94
9- 30.3(8) Tapping Sleeve and Valve Assembly ......... ...............................
94
9- 30.3(9) Blow -Off Assembly ..................................... ...............................
94
9 -30.5 Hydrants .......................................................... ...............................
94
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614
SPECS- NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc7
9- 30.5(1) End Connections (RC) ............................... ............................... 94
9- 30.5(2) Hydrant Dimensions .................................. ............................... 94
9- 30.6(3)B Polyethylene Pipe ....................................... .............................95
9- 30.6(4) Service Fittings ........................................... ............................... 95
9- 30.6(5) Meter Setters ................................................. .............................95
H:Tile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614
SPECS- NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc8
n
jSPECIAL PROVISIONS
1 1 -01 DEFINITIONS AND TERMS
1 -01.1 General
Section 1 -01.1 is supplemented with:
Whenever reference is made to the State, Commission, Department of Transportation, Secretary of
Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the
City of Renton acting through its City Council, employees, and duly authorized representatives for all
contracts administered by the City of Renton.
1 -01.3 Definitions
Section 1 -01.3 is revised and supplemented by the following:
Act of god
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A
rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality
of the work, which might reasonably have been anticipated from historical records of the general
locality of the work, shall not be construed as an act of god.
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the construction
program for the Contracting Agency.
Contract Price
Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly
executed change orders.
Dates
Bid Opening Date: The date on which the Contracting Agency publicly . opens and
reads bids.
Award Date: The date of the formal decision of the Contracting Agency to accept the
lowest responsible and responsive Bidder for the work.
Contract Execution Date: The date the Contracting Agency officially binds the agency to
the Contract.
Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract
time begins.
Contract Completion Date: The date by which the work is contractually required to be
completed.
Final Acceptance Date: The date the Contracting Agency accepts the work as complete
per the contract requirements.
.Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean
working days.
Engineer
The City Engineer or duly authorized representative, or an authorized member of a licensed
consulting firm retained by Owner for the construction engineering of a specific public works project.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc9
Inspector
Owner's authorized representative assigned to make necessary observations of the work performed or
being performed, or of materials furnished or being furnished by. Contractor.
Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on
recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed
substitution.
The responsibility and cost of furnishing necessary evidence, demonstrations, or other information
required to obtain the approval of alternative materials or processes by the Owner shall be entirely
borne by the Contractor. O
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency. m
Performance and Payment Bond W
Same as "Contract Bond" defined in the Standard Specifications.
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
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
Means "furnish and install" as specified and shown in the Plans.
Secretary, Secretary of Transportation
The chief executive officer of the Department and other authorized representatives. The chief
executive officer to the Department shall also refer to the Department of Planning/Building/Public
Works Administrator.
Shop Drawings
Same as "Working Drawings" defined in the Standard Specifications.
Special Provisions
Modifications to the standard specifications and supplemental specifications that apply to an
individual project. The special provisions may describe work the specifications do not cover. Such
work shall comply first with the special provisions and then with any specifications that apply. The
Contractor shall include all costs of doing this work within the bid prices.
State
The state of Washington acting through its representatives. The State shall also refer to The City of
Renton and its authorized representatives where applicable.
Supplemental Drawings and Instructions
Additional instructions by Engineer at request of Contractor by means of drawings or documents
necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and
instructions are consistent with the Contract Documents.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc10
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.
1 -02 BID PROCEDURES AND CONDITIONS
1 -02.6 Preparation of Proposal
' The third paragraph is revised as follows:
All prices shall be in legible figures and words written in ink or typed. The proposal shall include:
1. A unit price for each item (omitting digits more than four places to the right of the decimal
point), each unit price shall also be written in words; where a conflict arises the written words shall
prevail.
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, RCW
42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for
such claim of exemption. The Department (or State) will give notice to the vendor of any request for
disclosure of such information received within 5 (five). years from the date of submission. Failure to
so label such materials or failure to timely respond after notice of request for public disclosure has
been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in
fact, so exempt.,
1 1 -02.12 Public Opening of Proposals
Section 1 -02.12 is supplemented with the following:
I The Contracting Agency reserves the right to postpone the date and time for bid opening.
Notification to bidder will be by addenda.
1 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.
1 -03.2 Award of Contract
Section 1 -03.2 is supplemented with the following:
The contract, bond form, and all other forms requiring execution, together with a list of all other
forms or documents required to be submitted by the successful bidder, will be forwarded to the
successful bidder within 10 days of the award. The number of copies to be executed by the
Contractor shall be determined by the Contracting Agency.
l
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.docl 1
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- 07.1.8, and a satisfactory bond as
required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the
successful bidder shall provide any pre -award information the Contracting Agency may require under
Section 1- 02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor
shall any work begin within the project limits or within Contracting Agency - furnished sites. The
Contractor shall bear all risks for any work begun outside such areas and for any materials ordered
before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the contract
documents within 10 calendar days after the award date, the Contracting Agency may grant up to a
maximum of 10 additional calendar days for return of the documents, provided the Contracting
Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a
Contractor who is not registered or licensed as required by the laws of the state. In addition, the
Contracting Agency requires persons doing business with the Contracting Agency to possess a valid
City of Renton business license prior to award.
When the Bid Form provides spaces for a business license number, a Washington State Contractors
registration number, or both the Bidder shall insert such information in the spaces provided. The
Contracting Agency requires legible copies of the Contractor's Registration and business license be
submitted to the Engineer as part of the Contracting Agency's post -award information and evaluation
activities.
1 -04 SCOPE OF WORK
1 -04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications,
and Addenda
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of precedence
(e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Amendments to Division 1 -99 APWA Supplement
6. Amendments to the Standard Specifications,
7. Division 1 -99 APWA Supplement
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
Section 1 -04.3 is a new section:
1 -04.3 Contractor - Discovered Discrepancies
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
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.docl2
u
1
t
1
n
t
n
1
t
jerror, 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, fmds any discrepancy
between the Plans and the physical condition of the locality as represented in the Plans, or any such
errors or omissions in respect to .design or mode of construction in the Plans or in the layout as given
by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing,
and Engineer will promptly check the same. Any work done after such discovery, until correction of
Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be
done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-
04.4 of the Standard Specifications.
1 1 -04.4 Changes
The last two paragraphs are 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.
1 -04.8 Progress Estimates and Payments
Section 1 -04.8 is supplemented as follows:
The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of
lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in
regard to the actual percentage of any lump sum pay item accomplished and eligible for payment
unless another specific method of calculating lump sum payments is provided elsewhere in the
specifications.
1 -04.11 Final Cleanup
Section 1 -04.11 is supplemented as follows:
All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the
engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in
salvaging and delivering such items shall be considered incidental to the project and no compensation
will be made.
The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all work,
equipment and materials required to perform final cleanup. If this pay item does not appear in the
contract documents then final clean up shall be considered incidental to the contract and to other pay
item and no further compensation shall be made.
1 -05 CONTROL OF WORK
1 -05.4 Conformity With and Deviation from Plans and Stakes
Section 1 -05.4 is supplemented with the following:
If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey
work, including such work as mentioned in 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
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.
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.,
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpeeProv- 2006- DCv03.doc13
n
\J
The Contractor shall carefully preserve stakes, marks, and other reference points, including existing
monumentation, set by Contracting Agency forces. The Contractor will. be charged for the costs of
replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or
damaged by the Contractor's operations. This charge will be deducted from monies due or to become
due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work
allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control
points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the
error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum
points used to determine any variation from a straight line or grade. Any such variation shall, upon
discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for
any error in alignment or grade.
The Contractor shall provide all surveys required other than those to be performed by the Engineer.
All survey work shall be done in accordance with 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.
If the survey work provided by the Contractor does not meet the standards of the Engineer, then the
Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the
survey work and the survey work will be completed by the Engineer at the Contractor's expense.
Costs for completing the survey work required by the Engineer will be deducted from monies due or
to become due the Contractor.
All costs for survey work required to be performed by the Contractor shall be included in the prices
bid for the various items which comprise the improvement or be included in the bid item for
"Contractor Supplied Surveying" per lump sum if that item is included in the contracts.
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
the project.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.docl4 '
I
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.
1 -05.7 Removal of Defective and Unauthorized Work
Section 1 -05.7 is supplemented as follows:
Contractor shall promptly replace and re- execute work by Contractor forces, in accordance with the
intent of the Contract and without expense to Owner, and shall bear the expense of making good all
work of other contractors destroyed or damaged by such removal or replacement.
If Contractor does not remove such condemned work and materials and commence re- execution of
the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in
the Standard Specifications. In that case, Owner may store removed material.
If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date
of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar
days' written notice, sell such materials at public or private sale, and deduct all costs and expenses
incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the
net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the
amount of any deficiency from any funds otherwise due Contractor.
1 -05.10 Guarantees
Section 1 -05.10 is supplemented as follows:
If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or
unauthorized Work is discovered, the Contractor shall promptly, upon written order by the
Contracting Agency, return and in accordance with the Engineer's instructions, either correct such
Work, of if such Work has been rejected by the Engineer, remove it from the Project Site and replace
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc15
fl
it with non- defective and authorized Work, all without cost to the Contracting Agency. If the j
Contractor does not promptly comply with the written order to correct defective and/or unauthorized
Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or
unauthorized Work corrected or removed and replaced pursuant to Section 1 -05.8 "Owners Right to
Correct Defective and/or Unauthorized Work."
The Contractor agrees the above one -year limitation shall not exclude or diminish the Contracting
Agency's rights under any law to obtain damages and recover costs resulting from defective and/or
unauthorized work discovered after one year but prior to the expiration of the legal time period set
forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied
arising out of a written agreement.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or
incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the
tight of persons furnishing materials or labor, to recover under any bond given by the Contractor for
their protection, or any rights under any law permitting such persons to look to funds due the
Contractor in the hands of the Contracting Agency.
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.
1 -05.11 Final inspection
1- 05.11(1), Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall so notify
the Engineer and request the Engineer establish the Substantial Completion Date. To be considered
substantially complete the following conditions must be met:
r
1. The Contracting Agency must have full and unrestricted use and benefit of the facilities
both from the operational and safety standpoint.
2. Only minor incidental work, replacement of temporary substitute facilities, or
correction of repair work remains to reach physical completion of the work.
The Contractor's request shall list the specific items of work in subparagraph two above that remains
to be completed in order to reach physical completion. The Engineer may also establish the
Substantial Completion Date unilaterally.
If after this inspection, the Engineer concurs with the Contractor that the Work is substantially
complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the
Substantial Completion Date. If, after this inspection the Engineer does not consider the Work
substantially complete and ready for its intended use, the Engineer will, by written notice, so notify
the Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption,
the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the
Engineer with a revised schedule indicating when the Contractor expects to reach substantial and
physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial Completion Date
and the Contractor considers the work physically complete and ready for Final Inspection.
1- 05.11(2) Final Inspection Date
When the Contractor considers the Work physically complete and ready for Final Inspection, the
Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer
r
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc16
1
t
r
I
t
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.
1- 05.11(3) Operational Testing
Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3
working days' notice of the time for each test and inspection. If the inspection is by another authority
than Engineer, Contractor shall give Engineer a minimum of 3 working days' notice of the date fixed
for such inspection. Required certificates of inspection by other authority than Engineer shall be
secured by Contractor.
1 -05.12 Final Acceptance
The third and fourth sentences in paragraph 1 are deleted and replaced with:
The Final Acceptance date shall be that date in which the Renton City Council formally approves
acceptance of the Contract.
1 -05.14 Cooperation with Other Contractors
Section 1 -05.14 is supplemented as follows:
Contractor shall afford Owner and other contractors working in the area reasonable opportunity for
the introduction and storage of their materials and the execution of their respective work and shall
properly connect and coordinate Contractor's work with theirs.
Other utilities, districts, agencies, and contractors who may be working within the project area are:
1. Puget Sound Energy (gas and electric)
2. AT &T Broadband
3. QWest Communications
4. City of Renton (water, sewer, transportation)
5. Soos Creek Sewer and Water District
6. Cedar River Sewer and Water District
7. Skyway Sewer and Water District
8. Private contractors employed by adjacent property owners
The Contractor shall coordinate with City of Renton on tying into any existing electrical service
cabinet.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2,006- DCv03.doc17
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.
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.
4. An entry for each and every changed condition, dispute or potential dispute, incident,
accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or
any third party in any manner.
5. Listing of any materials received and stored on- or off -site by Contractor for future
installation, to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on -site during each day.
8. Listing of the number of Contractor's employees working during each day by category of
employment.
9. Listing of Contractor's equipment working on the site during each day. Idle equipment on
the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake -out, and all other services furnished by
Owner or other party during each day.
11. Entries to verify the daily (including non -work days) inspection and maintenance of traffic
control devices and condition of the traveled roadway surfaces. Contractor shall not allow
any conditions to develop that would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record of the nature,
quantity, and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to be used by
Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page numbers.
15. Each page must be signed and dated by Contractor's official representative on the project.
Contractor may use additional sheets separate from the diary book if necessary to provide a complete
diary record, but they must be signed, dated, and labeled with project name and number.
It is expressly agreed between Contractor and Owner that the Daily Diary maintained by
Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any
potential claims or disputes that might arise during this Contract. Failure of Contractor to
maintain this Diary in the manner described above will constitute a waiver of any such claims
or disputes by Contractor.
Engineer or other Owner's representative on the job site will also complete a Daily Construction
Report.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc18
1
J
1-1
I
t
t
1
t
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.
1 Contractor shall, at all times, enforce strict discipline and good order among all employees and shall
not employ any person unfit or not skilled in the work assigned to him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded from
public observation, shall be provided and maintained by Contractor.
1 -07.5 Environmental Regulations Project SWP -27-
1 -06 CONTROL OF MATERIAL
1 -06.1 Approval of Materials Prior to Use
Section 1 -06.1 is supplemented as follows:
permits obtained by the City.
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 forAcceptance
Section 1- 06.2(1) is supplemented a follows:
The finished Work shall be in accordance with approved samples. Approval of samples by Engineer
does not relieve Contractor of responsibility for performance of the Work in accordance with the
Contract Documents.
1- 06.2(2) Statistical Evaluation of Materials forAcceptance
Section 1- 06.02(2) is supplemented by adding the following:
Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of
Renton.
1 -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.
1 Contractor shall, at all times, enforce strict discipline and good order among all employees and shall
not employ any person unfit or not skilled in the work assigned to him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded from
public observation, shall be provided and maintained by Contractor.
1 -07.5 Environmental Regulations Project SWP -27-
Section 1 -07.5 is supplemented as follows:
The Contractor shall comply with all construction related provisions of the HPA 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:
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th - Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc19
The permits, easements, and right of entry documents that have been acquired are available for
inspection and review.
Contractor shall be required to comply with all conditions of the permits, easements, and rights of
entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all
easements and rights of entry.
All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply
with the special provisions and requirements of each.
Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and
during the prosecution of the work, and inspection fees in connection therewith shall be secured and
paid for by Contractor. If Owner is required to secure such permits, permission under franchises,
licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against
Contractor and deducted from any funds otherwise due Contractor.
1- 07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
Contractor must submit weekly- certified payrolls for the Contractor and all subcontractors and lower
tier subcontractors, regardless of project's funding source.
1- 07.11(11) City of Renton Affidavit of Compliance
Section 1- 07.11(11) is new:
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.
'
1- 07.13(1) General
Section 1- 07.13(1) is supplemented as follows:
During unfavorable . weather and other conditions, the contractor shall pursue only such portions of
the work as shall not be damaged thereby.
No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable
conditions shall be constructed while these conditions exist, unless by special means or precautions
acceptable to the engineer, the contractor shall be able to overcome them.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc20
t
t
1,
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.
1 -07.14 Responsibility for Damage Project SWP -27-
Section 1 -07.14 is supplemented by adding the following:
All references to the "State ", "Commission ", "Secretary", "Department ", and "officers and employees
of the State" shall read "Contracting Agency ".
1- 07.16(1) Private /Public Property
Section 1- 07.16(1) is supplemented by adding the following:
The Contracting Agency will obtain all easements and franchises required for the project. The
contractor shall limit his operation to the areas obtained and shall not trespass on private property.
The Contracting Agency may provide certain lands, as indicated in connection with the work under
the contract together with the right of access to such lands. The contractor shall not unreasonably
encumber the premises with his equipment or materials.
The contractor shall provide, with no liability to the Contracting Agency, any additional land and
access thereto not shown or described that may be required for temporary construction facilities or
storage of materials. He shall construct all access roads, detour roads, or other temporary work as
required by his operations. The contractor shall confine his equipment, storage of material, and
operation of his workers to those areas shown and described and such additional areas as he may
provide.
A. General. All construction work under this contract on easements, right -of -way, over private
property or franchise, shall be confined to the limits of such easements, right -of -way or franchise. All
work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of
damage. The contractor shall schedule his work so that trenches across easements shall not be left
open during weekends or holidays and trenches shall not be open for more than 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 a
condition as found. He shall also repair all existing structures which may be damaged as a result of
the work under this contract.
The contractor shall use rubber wheel equipment similar to the small tractor -type backhoes used by
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc21
C. Easements, cultivated areas and other surface improvements. All cultivated areas, either
agricultural or lawns, and other surface improvements which are damaged by actions of the contractor
shall be restored as nearly as possible to their original condition.
Prior to excavation on an easement or private right -of -way, the contractor shall strip top soil from the
trench or construction area and stockpile it in such a manner that it may be replaced by him, upon
completion of construction. Ornamental trees and shrubbery shall be carefully removed with the
earth surrounding their roots wrapped in burlap and replanted in their original positions within 48
hours.
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
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc21
side sewer contractors for all work, including excavation and backfill, on easements or rights -of -way
which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be
removed by the contractor and immediately replace, after the trench is backfilled, in their original
position. The contractor shall notify the Contracting Agency and property Owner at least 24 hours in
advance of any work done on easements or rights-of-way.
Damage to existing structures outside of easement areas that may result from dewatering and/or other
construction activity under this contract shall be restored to their original condition or better. The
original condition shall be established by photographs taken and/or inspection made prior to
construction. All such work shall be done to the satisfaction of the property Owners and the
Contracting Agency at the expense of the contractor.
D. I Streets. The contractor will assume all responsibility of restoration of the surface of all
streets (traveled ways) used by him if damaged.
In the event the contractor does not have labor or material immediately available to make necessary
repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make
the necessary repairs and the cost of such repairs shall be paid by the contractor.
The contractor is responsible for identifying and documenting any damage that is pre - existing or
caused by others. Restoration of excavation in City streets shall be done in accordance with the City
of Renton Trench Restoration Requirements, which is available at the Public Works Department
Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way.
1 -07.17 Utilities and Similar Facilities
Section 1 -07.17 is supplemented by adding:
Existing utilities indicated in the Plans have been plotted from the best information available to
Engineer. Information and data shown or indicated in the Contract Documents with respect to
existing underground utilities or services at or contiguous to 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.
Contractor shall check with the utility companies concerning any possible conflict prior to
commencing excavation in any area. Contractor shall resolve all crossing and clearance problems
with the utility company concerned. No excavation shall begin until all known facilities, in the
vicinity of the excavation area, have been located and marked.
In addition to Contractor having all utilities field marked before starting work, Contractor shall have
all utilities field marked after they are relocated in conjunction with this project.
Call Before You Dig
The 48 Hour Locators
1- 800 - 424 -5555
At least 2 and not more than 10 working days prior to commencing any excavations for utility
potholing or for any other purpose under this Contract, Contractor shall notify the Underground
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc22
I
Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is
also warned that there may be utilities on the project that are not part of the One Call system. They
must be contacted directly by Contractor for locations.
Contractor shall make arrangements 48 hours in advance with respective utility owners to have a
representative present when their utility is exposed or modified, if the utility chooses to do so.
Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or
relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments
may be completed before Contractor begins work, or may be performed in conjunction with the
contract work. Contractor shall be entirely responsible for coordination with the utility companies
and arranging for the movement or adjustment, either temporary or permanent, of their facilities
within the project limits. See also Section 1 -05.14 of these Special Provisions.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc23
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.
1- 07.17(1) Site Specific Potholing
Section 1- 07.17(1) is a new section:
Site Specific Potholing is intended to be additional potholing as directed by the Engineer, which is in
addition to potholing included as incidental for utility installation. Where underground utilities are
found to be in the way of construction, such condition shall not be deemed to be a changed or
differing site condition, and if necessary, pipe alignment or grade shall be modified. No payment will
be made unless potholing has been performed prior to trench excavation, and witnessed by the
Engineer. Different utilities may be found to occupy a common trench. Any two or more utilities
separated by 3 feet or less shall constitute one locate. Where multiple utilities exist in close proximity,
the Contractor shall be paid for one locate for every 5 feet of exploration trench. The quantity for this
item is included to provide a common proposal for bid purposes. The actual quantity used in
construction may vary from that amount. The unit price will not be adjusted if the actual quantity
used varies by more than 25 percent.
The contractor shall perform for this potholing a minimum of five working days prior to crossing to
allow for potential revisions. The contractor shall not have cause for claim of down -time or any other
additional costs. associated with `waiting' if the owner provides design revisions (related to the
information supplied per this section) within three working days after the contractor provides the
surveyed elevations.
In no way shall the Work described under Site Specific Potholing relieve the 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.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc23
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 the Contractor's responsibility to notify the affected users and the Engineer not less
than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize
the duration of outages, and shall estimate the length of time service will be interrupted and so notify
the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact
shall again be made. Temporary service; if needed, will be arranged by the Contractor at no cost to
the Owner.
Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing
temporary overhead lighting to meet above requirements shall be incidental to the various unit and
Lump sum items. of the Contract; no separate payment will be made.
1 -07.18 Public Liability and Property Damage Insurance
Section' 1 -07.18 is deleted replaced by the following new section and subsections:
1- 07.18(1) General ;
The contractor shall obtain and maintain in full force and effect, from the Contract Execution
Date to the Completion Date, public liability and property damage insurance with an insurance
company(ies) or through sources approved by the State Insurance Commissioner pursuant to
RCW 48.
The Contractor shall not begin work under the Contract until the required insurance has been
obtained and approved by the Contracting Agency. Insurance shall provide coverage to the
Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The
coverage shall protect against claims for bodily injuries, personal injuries, including accidental
death, as well as claims for property damages which may arise from any act or omission of the
Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them.
If warranted work is required the Contractor shall provide the City proof that insurance coverage
and limits established under the term of the Contract for work are in full force and effect during
the period of warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance
policy effecting coverage(s) required on the contract prior to the date work commences. Failure
of the Contractor to fully comply during the term of the Contract with the requirements
described herein will be considered a material breach of contract and shall be caused for
immediate termination of the Contract at the option of the Contracting Agency.
1- 07.18(2) Coverages
As part of the response to this proposal, the Contractor shall submit a completed City of Renton
Insurance Information form which details specific coverage and limits for this contract.
All coverage provided by the Contractor shall be in a form and underwritten by a company
acceptable to the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution
coverage are acceptable when written on a claims -made basis). The City may also
require proof of professional liability coverage be provided for up to two (2) years
after the completion of the project.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NESth\23 NE5th- City- SpecProv- 2006- DCv03.doc24
i
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 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 and if it deems appropriate and/or prudent, maintain higher limits and /or broader coverage.
CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees
and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR
shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work. The
City reserves the right to request copies of insurance policies, if at their sole discretion it is
deemed appropriate. Further, all policies of insurance described above shall:
A. Be on a primary basis not contributory with any other insurance coverage and/or self-
insurance carried by CITY OF RENTON.
jB. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause (Cross Liability)
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc25
Coverage shall include:
A.
Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be
written on an occurrence basis and include:
• Premises and Operations (including CG2503; General Aggregate to apply per
project, if applicable).
• Explosion, Collapse and Underground Hazards
• Products /Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which includes defense coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
B.
Automobile Liability including all
• Owned Vehicles
• Non -Owned Vehicles
-
• Hired Vehicles
C.
Workers' Compensation
• Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number
i
D.
Umbrella Liability (when necessary)
• Excess of Commercial General Liability and Automobile Liability. Coverage
,..
should be as broad as primary.
E.
Professional Liability - (whenever the work under this Contract includes Professional
Liability, (i.e. architectural, engineering, advertising, or computer programming) the
CONTRACTOR shall maintain professional liability covering wrongful acts, errors
r-
and/or omissions of the CONTRACTOR for damage sustained by reason of or in the
course of operations under this Contract.
F.
The Contracting Agency reserves the right to request and/or require additional
_
coverages as may be appropriate based on work performed (i.e. pollution liability).
CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees
and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR
shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work. The
City reserves the right to request copies of insurance policies, if at their sole discretion it is
deemed appropriate. Further, all policies of insurance described above shall:
A. Be on a primary basis not contributory with any other insurance coverage and/or self-
insurance carried by CITY OF RENTON.
jB. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause (Cross Liability)
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc25
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.
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
The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional
documents may be famished 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 whi Ih the Contractor
may discover. j
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23, NE5th- City- SpecProv- 2006- DCv03. doc28 r
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 Contactgr. 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.
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
The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional
documents may be famished 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 whi Ih the Contractor
may discover. j
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23, NE5th- City- SpecProv- 2006- DCv03. doc28 r
FJ
I
a
t
1
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:
4 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)
4 List of materials fabricated or manufactured off the project
4 Material sources on the project
4 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
+ Cost percentage breakdown for lump sum bid item(s)
4 Shop Drawings (bring preliminary list)
4 Traffic Control Plans (3+ copies)
4 Temporary Water Pollution/Erosion Control Plan
In addition, the Contractor shall be prepared to address:
Bonds and insurance
Project meetings — schedule and responsibilities
Provision for inspection for materials from outside sources
Responsibility for locating 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
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.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th - Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc29
Contractor shall be responsible for making sure all subcontractors submit all required' documentation,
forms, etc.
1- 08.1(3) 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.
1- 08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees
Where the Contractor elects to work on a Saturday, Sunday, or other holiday, of longer than an 8 -hour
work shift on a regular working day, as defined in the Standard Specifications, such work shall be
considered as overtime work. On all such overtime work an inspector will be present, and a survey
crew may be required at the discretion of the Engineer. The Contractor shall reimburse the
Contraction Agency for the full amount of the straight time plus overtime costs for employees of the
Contracting Agency required to work overtime hours.
The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from
the amount due or to become due the Contractor.
1 -08.2 Assignment
The second paragraph of Section 1 -08.2 is modified as follows:
Contractor shall not assign any moneys due or to become due to Contractor hereunder without the
prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs,
withholdings, and deductions required by law and the Contract.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc30
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
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.
Contractor shall promptly report to Engineer any conditions which Contractor feels will require
revision of the schedule and shall promptly submit proposed revisions in the progress schedule for
acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be
followed by Contractor.
Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth
specific work to be performed the following week, and a tentative schedule for the second -week.
Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the
progress schedule a minimum of two times per month. Failure, without just cause, to maintain
progress in accordance with the approved schedule shall constitute a breach of Contract. If, through
no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require
Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will
thereafter, in all respects, apply in lieu of the original schedule.
Failure of Contractor to follow the progress schedule submitted and accepted, including revisions
thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or
any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the
performance of the work.
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 Notice to Proceed and Prosecution of the Work
Section 1 -08.4 is supplemented as follows:
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc31
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.
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
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc32
C
'I
I
Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a
purchase order within 10 calendar days after execution of the Contract by the Contracting Agency.
Contractor will be entitled to only one such suspension of time during the performance of the work
and during such suspension shall not perform any additional work on the project. Upon delivery of
the critical items, contract time will resume and continue to be charged in accordance with Section 1-
08.
1 -08.6 Suspension of Work
Section 1 -08.6 is supplemented as follows:
Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in
writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the
written notice from Owner to Contractor to do so.
Contractor shall not suspend work under the Contract without the written order of Owner.
If it has been determined that Contractor is entitled to an extension of time, the amount of such
extension shall be only to compensate for direct delays and shall be based upon Contractor's
diligently pursuing the work at a rate not less than that which would have been necessary to complete
the original Contract Work on time.
1 -08.9 Liquidated Damages
Section 1 -08.9 is supplemented as follows:
In addition, Contractor shall compensate Owner for actual engineering inspection and supervision
costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor
costs will be billed to Contractor at actual costs, including administrative overhead costs.
In the event that Owner is required to commence any lawsuit in order to enforce any provision of this
Contract or to seek redress for any breach thereof, Owner shall be entitled to 'recover its costs,
including reasonable attorneys fees, from Contractor.
1 -08.11 Contractor's Plant and Equipment
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.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCvo3.doc33
1 -09 MEASUREMENT AND PAYMENT
1 -09.1 Measurement of Quantities
Section 1 -09.1 is supplemented by adding the following:
Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost
percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall
list the items included in the lump sum together with a unit price of labor, materials; and equipment
for each item. The summation of the detailed unit prices for each item shall add up to the lump sum
bid. The unit price values may be used as a guideline for determining progress payments or
deductions or additions in payment for ordered work changes.
Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the
following manner. Where items are specified to be paid by the cubic yard, the following tally system
shall be used.
All trucks to be employed on this work will be measured to determine the volume of each truck.
Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication
of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the
project. All tickets received that do not contain the following information will not be processed for
payment:
1 Truck number
2 Quantity and type of material delivered in cubic yards
3 Drivers name, date and time of delivery
4 Location of delivery, by street and stationing on each street
5 Place for Engineer to acknowledge receipt
6 Pay item number
7 Contract number and/or name
It will be Contractor's responsibility to see that a ticket is given to Engineer on thelproject for each
truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets.
Loads will be checked by Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to
the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay
quantities will be prepared on the basis of said tally tickets, delivered to Inspector 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
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc34
t
LJ
�1
t
1 -09.3 Scope of Payment
Section 1 -09.3 is supplemented by adding the following:
Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the
"Payment" clause of each Section of the Standard Specifications, will be the only items for which
compensation will be made for the Work described in or specified in that particular Section when the
Contractor performs the specified Work. Should a Bid Item be listed in a "Payment" clause but not in
the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated
as included in or incidental to a pay item in the contract and is not work that would be required to
complete the intent of the Contract per Section 1 -04.1, then payment for that Work will be made as
for Extra Work pursuant to a Change Order.
The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the
Contract Documents are synonymous.
If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form
requires that said unit Bid Item price cover and be considered compensation for certain work or
material essential to the item, then the work or material will not be measured or paid for under any
other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications.
Pluralized unit Bid Items appearing in these Specifications are changed to singular form.
Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the
Specifications shall be considered as including all of the Work required, specified, or described in that
particular Section. Payment items will generally be listed generically in the Specifications, and
specifically in the bid form. When items are to be "furnished" under one payment item and "installed"
under another payment item, such items shall be furnished FOB project site, or, if specified in the
Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and
installed" under these conditions, shall be the responsibility of the Contractor with regard to storage
until such items are incorporated into the Work or, if such items are not to be incorporated into the
work, delivered to the applicable Contracting Agency storage site when provided for in the
Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be
made on monthly estimates to the extent allowed.
1 -09.7 Mobilization
Section 1 -09.7 is supplemented as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of
an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities
for Contractor's personnel; and obtaining permits or licenses required to complete the project not
furnished by Owner.
This item shall also include providing Engineer and Inspectors with access to telephone, facsimile
machine, and copy machine during all hours Contractor is working on the jobsite; and a table and
chair for their use when needed.
�. Payment will be made for the following bid item(s):
"Mobilization," Lump Sum.
1 -09.9 Payments
Section 1 -09.9 is supplemented as follows:
Applications for payment shall be itemized and supported to the extent required by Engineer by
receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and
other such evidence of Contractor's right to payment as Engineer may direct.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCvo3.doc35
I'
Contractor shall submit a progress report with each monthly request for a progress payment. The
progress report shall indicate the estimated percent complete for each activity listed on the progress
schedule (see Section 1- 08.3).
1- 09.9(1) Retainage
Section 1- 09.9(1) is supplemented as follows:
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
settled.
Neither the final payment nor any part of the retained percentage shall become due until Contractor, if
requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in
full in lieu thereof, and, if required in either case, an affidavit that so far as Contractor has knowledge
or information, the release and receipts include all labor and materials for which a lien could be filed:
but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond
satisfactorily to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all
payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled
to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees.
1- 09.9(2) Contracting Agency's Right to Withhold and Disburse Certain
Amounts
Section 1- 09.9(2) is a new section:
In addition to monies retained pursuant to RCW 60.28 and subject to RXW 39.04.250, RCW 39.12
and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct
an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may
be necessary to cover the Contracting Agency's costs for or to remedy the following situations:
1. Damage to another contractor when there is evidence thereof and a claim has been
filed.
2. Where the Contractor has not paid fees or charges to public authorities of municipalities
which the contractor is obligated to pay.
3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with
the Work (Section 1 -05.6)
4. Landscape damage assessments per Section 1- 07.16.
5. For overtime work performed by City personnel per Section 1- 08.1(4)
6. Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1 -08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer's review of the Contractor's
approved progress schedule which indicates the Work will not be complete within the
Contract Time. When calculating an anticipated time overrun, the Engineer will make
allowances for weather delays, approved unavoidable delays, and suspensions of the
Work. The amount withheld under this subparagraph will be base upon the liquidated
dames amount per day se forth in Contract Documents multiplied by the number of days
the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the
Contract may exceed the Contract Time.
H11
v
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc36 I
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.
t
11.1
t
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
' NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc37
7. Failure of the Contractor to perform any of the Contractor's other obligations under the
contract, including but not limited to:
a. Failure of the Contractor to perform any of the Contractor to provide the Engineer
with a field office when required by the Contract Provisions.
b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate
survey work as required by Section 1 -05.5.
c. Failure of the Contractor to correct defective or unauthorized work (Section 1- 05.8).
d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu
of material testing and inspection as required by Section 1 -06.3.
e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct
underpayment to employees of the Contractor of subcontractor an--of any tier as required
by Section 1 -07.9.
f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as
required by Section 1- 07.10.
g. Failure of the Contractor to submit and obtain approval of a progress schedule per
Section 1 -08.3.
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as
have been withheld pursuant to this section to a party or parties who are entitled to payment.
Disbursement of such funds, if the Engineer elects to do so will be made only after giving the
Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and
if prior to the expiration of the 15- calendar day period,
1. no legal action has commenced to resolve the validity of the claims, and
2. the Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this
section will be made. A payment made pursuant to this section shall be considered as payment
make under the terms and conditions of the Contract. The Contracting Agency shall not be liable
to the Contractor for such payment make in good faith.
t
11.1
t
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
' NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc37
1- 09.9(3) Final Payment
Section 1- 09.9(2) is a new section:
Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the Contactor
will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the
Contractor of the Final Payment shall be and shall operate as a release:
1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims
in stated amounts as may be specifically excepted in writing by the Contractor;
•2. for all things done or furnished in connection with the Work;
3. for every act and neglect by the Contracting Agency; and
4. for all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the
Contractor's Surety from any obligation required under the terms of the Contract Documents or the
Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to
investigate and act upon findings of non - compliance with the WMBE requirements of the Contract;
nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties,
or obtaining such other remedies as may be permitted by law.
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 (E'L'BE) participating in the 1,110ork. 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
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- 05.1,2).
1- 09.11(2) Claims
Paragraph 5 is revised as follows:
Failure to submit with the Final Application for Payment such information and details as described in
this section for any claim shall operate as a waiver of the claims by the Contractor as provided in
Section 1 -09.9.
1- 09.11(3) Time Limitations and Jurisdiction
Paragraph 1, Sentence 1 is revised as follows:
... such claims or causes of action shall be brought in the Superior Court of the county where the work
is performed.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc38
�I
it
n
d
Hill
t
n
IT]
1- 09.13(3)B Procedures to Pursue Arbitration
Section 1- 09.13(3)B is supplemented by adding:
The findings and decision of the board of arbitrators shall be final and binding on the parties, unless
the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a
petition for review by the superior court of King County, Washington. The grounds for the petition
for review are limited to showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and/or . is not based upon the applicable facts and the law controlling the issues
submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing
their findings and conclusions based on the evidence adduced at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of Washington and
court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the contractor unless it is the
board's majority opinion that the contractor's filing of the protest or action is capricious or without
reasonable foundation. In the latter case, all costs shall be borne by the contractor.
e
n
11
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
' NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc39
I�I
NE 5th PL /Edmonds Ave NW Storm System Project
r
1,
1 -09.14 Payment Schedule (New Section) Project SWP -27 -2306
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 she inteiiiii3i �� of these SpecilicationS than 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 will be made for these incidental items.
' 1- 09.14(1) Basic Bid (New Section)
This section lists the basic bid items which will determine the low bidder for this project.
Measurement and Payment, where described in a bid item, shall supercede Measurement
and Payment listed in other sections of the Special Provisions and Standard Specifications.
Basis For Award
The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedule items of all schedules set forth
in the bid forms to be considered responsive for award. Partial bids will not be accepted.
The total price of all schedules will be used to determine the successful low responsive
bidder.
' 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.
f
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NESth- BID -ITEMS Sect 1- 09- 14.doc Page 1
NE 5th PL /Edmonds Ave NW Storm System Project
SCHEDULE A — Storm System
Bid Item A -1: Mobilization (Lump Sum)
This bid item may not be more than ten percent (10 %) of the total amount of this
Bid Schedule. The City may disqualify bids which exceed this limit.
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 job site, provide
and maintain all necessary support facilities and utilities, obtain all necessary permits and
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. Equipment and material
shall not be stored on private property outside existing easements or work area limits.
For any proposed storage on private property outside the easement or work 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.
Allowable work hours are given in Special Provisions Section 1 -08.1, and as may be noted
in the plans and specifications. Work hours may be limited by those approved in the Traffic
Control Plan.
Machinery shall not be started before 7:00 a.m.
Work on weekends will not be allowed, except as approved in writing by the Engineer.
The Contractor shall prepare a Work Plan that shall include the following:
A. Proposed Construction Sequence, Phasing, and Schedule for all major items of
work.
B. Mobilization Plan showing the proposed location for storage of all equipment
and materials.
C. Temporary Erosion and Sediment Control Plan for all stages of the project.
D. Traffic Control Plan, including provisions for cleaning and sweeping of any
impacted roadways.
E. Trench Excavation Safety Systems plan /provisions.
F. Temporary Storm Water Bypass Plan.
G. Identify Disposal Sites for various waste materials and provide copies of the
site's permits, licenses, and approvals.
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -rrEMS Sect 1- 09- 14.doc Page 2
NE 5th PL /Edmonds Ave NW Storm System Project
The Work Plan shall be submitted to the City for review and approval within 14 days of the
contract award.
Final cleanup, dressing, and trimming the project area after construction, and removing all
personnel and equipment off the site shall be included in this bid item, or in the Restoration
bid item if one is included for the project.
Payment for Mobilization will be made at the lump sum amount bid, which payment will be
considered complete compensation for all materials, equipment, and labor required to
complete this item of work in accordance with the Contract Documents.
Up to 70 percent of this item will be paid after the Contractor is fully in operation and
' construction has begun.
20 Percent of this item will paid when the project is finished, cleanup and restoration is
complete, and all items are to the satisfaction of the Owner.
' The remaining 10 percent will be paid after the Final Pay Estimate is approved by the City
Council.
' Bid Item A -2: Construction Surveying, Staking, and As -built (Lump Sure)
Surveying shall be per Special Provisions Section 1 -05.4 and the City of Renton Surveying
' Standards in Special Provisions Section 1 -11. The as -built survey shall be per Special
Provisions Section 1- 05.4(4). The surveyor shall provide the City with a set of redline
drawings with the as -built locations and elevations of all new utilities and construction work.
All work shall be located per the City of Renton Survey Control Network. Coordinates shall
be given for the new and existing storm system structures.
1 Measurement for construction surveying, staking and as -built information will be based on
the percentage of work complete at the time of measurement.
Payment may be prorated over the construction period based on the amount of work
completed for construction surveying, staking and as -built information.
Payment will be complete compensation for all labor, materials, equipment, travel,
' surveying needed to construct the improvements to the line and grade as shown on the
plans, to provide the required construction and as- constructed field (as -built information)
notes and drawings, etc. required to complete this item of work in conformance with the
' Contract Documents.
No more than 70% of the bid amount for this item shall be paid prior to the review and
' acceptance of the final as -built information by the Engineer.
Bid Item A -3: Replace Survey Monument (Each)
' Replace Survey Monument shall be per Special Provisions Section 1 -05.4 and the City of
Renton Surveying Standards in Special Provisions Section 1 -11.
' The Surveyor shall comply with WAC 332 -120 Survey Monuments — Removal or
Destruction.
The work includes, but is not limited to:
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-rrEMS Sect 1- 09- 14.doc Page 3
NE 5th PL /Edmonds Ave NW Storm System Project
A. Locating and surveying all existing monuments, and providing the City with a copy
of the survey results.
B. Providing the City with a copy of Application to remove a Monument submitted to
the State DNR for each monument.
C. Reset the monuments in the original positions, or setting witness monuments if
needed. All new monuments, discs, materials, and work needed to set them are
included.
D. Providing the City with a copy of the Completion Report submitted to the State DNR
for each monument.
E. Submitting a City Monument card to the City showing the new monument and
monument ties. Existing monument ties will be used whenever possible. New ties
shall be set where needed. New monuments and monument cards are subject to
City review and approval. Any corrections needed shall be incidental.
All work shall be located per the City of Renton Survey Control Network. Coordinates shall
be given for the new and existing monument.
Measurement for Replace Survey Monument shall be per each survey Monument replaced,
including each witness monument placed (if needed).
Payment will be complete compensation for all labor, materials, equipment, travel,
surveying, documentation, permits, and replacement of each survey monument as shown
on the plans required to complete this item of work in conformance with the Contract
Documents.
Up to 50 percent of the unit bid price for each monument will be paid after each existing
monument is surveyed, and the City receives a copy of the Application to remove a
Monument submitted to the DNR.
The remaining 50 percent of the unit bid price for each monument will be paid after each
new monument is placed, a copy of the completion report and a new Monument card is
submitted to the City, and the City review and acceptance of the new monument and
Monument card.
Bid Item A -4: Traffic Control (Lump Sum)
The Contractor shall prepare a Traffic Control Plan for review and approval by the City.
The plan shall address the proposed working area, signage, flaggers, contractor access to
the working area, truck and equipment haul routes, and public access during construction.
The Plan shall address any proposed lane and sidewalk closures needed for construction
activities.
Truck hauling shall be limited to the hours of 8:30 am to 3:30 PM on principle arterial
streets.
Sunset Blvd NE is a principle arterial street.
Work Hours.
Allowable work hours are given in Special Provisions Section 1 -08.1, and as may be noted
H:\File Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -ITEMS Sect 1- 09- 14.doc Page 4
t
fl
n
1
t
t
NE 5th PL/Edmonds Ave NW Storm System Project
in the plans and specifications. Work hours may be limited by those approved in the Traffic
Control Plan. The City may revise the work hours and the Traffic Control Plan to address
traffic problems or complaints. All adjustments to the work hours, the Traffic Control Plan,
and signage are considered incidental and no additional payment will be made for
adjustments.
Debris Control
The Contractor is responsible for controlling mud and dust on any route used by trucks or
equipment, as noted in Special Provisions Section 1- 07.23. The Contractor shall be
prepared to use sweeping, power sweepers, watering trucks, and other means necessary
to avoid creating a nuisance. Any debris on the roads shall be cleaned immediately.
Cleaning the road is considered incidental and no additional payment will be made for this
work.
Payment will be prorated over the construction period.
Payment for traffic control for work will be made at the measured percentage amount for
the pay period times the unit bid price. Payment will be complete compensation for all
labor, materials, equipment, preparing and conforming to the approved Traffic Control
Plan, provide for public convenience and safety, detours, flagging, barricades, signs, traffic
control devices, sequential arrow boards, temporary striping, cleanup, etc. required to
complete this item of work in conformance with the Contract Documents and the Manual on
Uniform Traffic Control Devices (MUTCD).
Bid Item A -5: Temporary Erosion and Sediment Control (Lump Sum)
Temporary Erosion and Sediment Control (TESC) 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 water, and migration of sediment -laden water into
the City drainage system, other watercourses, or private property.
Temporary Erosion Control measures include providing catch basin protection and inserts,
cleaning catch basins, filter fabric fencing, construction entrance, straw mulch, plastic
sheeting, etc. at a minimum.
Temporary Erosion Control also includes providing and using Baker tanks, or other
' sediment tanks, to capture sediment from any sediment -laden water pumped by the
project, including construction dewatering and bypass pumping.
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, mulching, netting, etc., and any other activities needed to control erosion from
the project.
' The Contractor shall develop a "red lined" Temporary Erosion and Sediment 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 erosion control system is installed the Contractor shall
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NESth- BID-ITEMS Sect 1- 09- 14.doc Page 5
NE 5th PL /Edmonds Ave NW Storm System Project
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.
Bid Item A -6: Trench Excavation Safety Systems (Lump Sum)
The Contractor is completely responsible for providing adequate shoring and support for all
excavations to provide safe access for workers, prevent soil sluffing, soil loss, damage to
pavement, structures, utilities, and ground adjacent to the excavation. Trench Shoring and
Excavation Safety System shall comply with WAC 296 -155 Part N, Standard Specifications
Section 2- 09.3(3) and 2- 09.3(4), and all other applicable State and Federal regulations.
The Contractor shall submit a Shoring Plan to the City showing how shoring will be
accomplished and detailing the techniques and equipment that will be used. Shoring shall
be capable of supporting all earth loads and traffic loads. The Contractor is responsible for
showing that the proposed shoring system meets the regulatory requirements. This bid
item shall apply to all excavations needed for the project.
The City may issue a Stop Work order if the Contractor is not following the Shoring Plan, or
is not using shoring where it appears to be needed. The Contractor shall immediately stop
work on that part of the project and shall apply the appropriate shoring measures needed.
Any delays, claims for damages, down time, labor, machinery, rentals, and incidental costs
during any Stop Work order shall be at the Contractor's expense.
If the Contractor does not rectify any situation where shoring is needed the City may deny
payment for any work items performed on that portion of the project.
Measurement for trench excavation safety systems will be based on the percentage of new
pipelines installed at the time of payment.
Payment for trench excavation safety systems will be made at the unit bid price, which will
be complete compensation for all equipment, labor, materials, hauling, planning, design,
engineering, submittals, furnishing and constructing and removal and disposal of such
temporary sheeting, shoring, and bracing complete as required under the provisions of any
permits and in the requirements of OSHA and RCW Chapter 49.17, etc. required to
complete this item of work in conformance with the Contract Documents.
Bid Item A -7: Temporary Stormwater Control (Lump Sum)
The Contractor shall submit a Temporary Stormwater Control Plan for review and approval
by the City. The plan shall include the phasing and methods that will be used to bypass
stormwater flows during construction when the existing stormwater system is taken out of
service, and to transfer flow from the existing storm system to the new storm system.
H:Tile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doc Page 6
INE 5th PL /Edmonds Ave NW Storm System Project
The Stormwater Control System may utilize pumps, gravity flow, temporary dams,
temporary pipes, connections, structures, and any other measures, or any combination
thereof. Any temporary pipes and bypass system shall have the same flow capacity as the
existing storm system.
Temporary Stormwater Control also includes providing and using Baker tanks, or other
sediment tanks, to capture sediment from any sediment -laden water pumped by the
project, including construction dewatering and bypass pumping.
The Contractor shall be responsible for maintaining the existing storm system and bypass
system at all times during construction until the new storm system is functional, and is
accepted by the City. The Contractor shall be prepared to respond immediately to prevent
I flooding if a problem develops with the existing storm system or bypass system. The
Contractor shall provide a 24 -hour contact for emergency response.
The Contractor shall be responsible for all costs, damages, and claims that may result from
failure of the existing storm system, bypass system, and transfer system.
All adjustments to the Temporary Stormwater Control Plan are considered incidental and
no additional payment will be made for adjustments.
Measurement of Temporary Stormwater Control shall be per lump sum.
Payment for this item will be prorated over the construction period. Payment for
Temporary Stormwater Control shall be at the unit bid price and shall include the complete
cost of furnishing, installing, and removing pumps, pipes, hoses, temporary connections,
structures, and equipment, materials, and labor necessary to control, bypass, and transfer
stormwater flow during construction, and any adjustment needed to the system.
Bid Item A -8: Protect Sign (Each)
The Contractor shall provide project signs for the Project. Project signs shall conform to the
standard details and include required information from the Plans and these Specifications.
Measurement for "Project Sign" shall be per each.
The unit contract price for "Project Sign" shall be full compensation for all labor, materials,
tools, equipment, transportation, supplies, and incidentals required to complete all work to
furnish, install, remove, and properly dispose of project signs.
Bid Item A -9: Utility Potholing (Each)
This item includes all work needed to pothole existing utilities as shown on the Plans, and
as directed by the City. Any other potholing not directed by the City shall be incidental.
Prior to beginning construction of the new underground utility, the Contractor shall pothole
the existing utilities at the locations shown on the plans. The Contractor shall identify any
potential utility conflicts and provide written results of all potholing to the City within 5
working days of the potholing. The City shall have 10 working days after receiving the
written results to make any design revisions to the plans, if needed.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doc Page 7
NE 5th PL /Edmonds Ave NW Storm System Project
The Contractor shall not have cause for claim of downtime or any other additional costs
associated with "waiting" if the City provides design revisions (related to the information
supplied per this section) within 10 working days after the Contractor provides the written
potholing results.
"Pothole Existing Utility" includes excavation, identification, measurement, surveying,
refilling the hole, temporary asphalt patch for potholes within excavation limits, and
permanent asphalt patch for potholes outside of excavation limits. The Contractor shall
identify the existing 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, temporary patching, or permanent patching for utility potholing will be
considered incidental to utility potholing, and no separate payment will be made.
Measurement for "Utility Potholing" shall be per each.
Payment for "Utility Potholing" shall be made at the unit contract price, which shall be
complete 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, surveying, removal, hauling and
disposal of all pavement, waste and excess materials, shoring, placement of backfill
(native) material, compaction, water, grading, temporary patch, and cleaning.
Bid Item A -10: 8 -inch Dia. Ductile Iron Storm Pipe (Linear Foot)
This item includes providing and installing new storm pipe of the type noted in the bid item
including excavation, pipe bedding, and removing, hauling, and disposal of existing piping,
and other debris that may be encountered. Dewater shall be incidental.
Ductile Iron storm sewer pipe shall meet the specifications detailed in Section 9 -05.13 of
the Special Provisions and Standard Specifications. Ductile iron storm sewer pipe shall be
Class 52. Watertight joints shall be furnished and installed.
Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches
above the top of the pipe, and compacted to 95 percent of maximum density per ASTM
D1557. 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 bid price bid for pipe in place.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum particle
size shall not exceed 3 inches, and has a moisture content that will allow at least 95
percent compaction when placed. Payment for excavated trench backfill shall be included
in the unit price bid for pipe in place.
Excess and /or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doc Page 8
t
t
it
NE 5th PL /Edmonds Ave NW Storm System Project
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
Measurement of 8 -inch Dia. Ductile Iron Storm Pipe shall be per linear foot of pipe placed
measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 8 -inch Dia. Ductile Iron Storm Pipe shall be at the 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, including all
pavement removal and disposal; storm sewer trench excavation; dewatering; furnishing
and installing storm sewer pipe and fittings; pipe bedding; backfill with native 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; haul and disposal of excess trench material including unsuitable material; cleaning
and testing; and temporary patching asphalt to allow for the passage of traffic.
Bid Item A -11: 8 -inch Dia. CPE Storm Pipe (Linear Foot)
This item includes providing and installing new storm pipe of the type noted in the bid item
including excavation, pipe bedding, and removing, hauling, and disposal of existing piping,
and other debris that may be encountered. Dewater shall be incidental
CPE storm water pipe shall be smooth interior wall meeting the requirements of Special
Provisions Section 9- 05.19, and Standard Specs. Section 9 -05.20 Corrugated Polyethylene
Storm Sewer Pipe. Water -tight joints shall be furnished and installed.
Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches
above the top of the pipe, and compacted to 95 percent of maximum density per ASTM
D1557. 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 bid for pipe in place.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum particle
size shall not exceed 3 inches, and has a moisture content that will allow at least 95
percent compaction when placed. Payment for excavated trench backfill shall be included
in the unit price bid for pipe in place.
Excess and /or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
! Import Trench Backfill shall be used only if native material is found to be unsuitable for use
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
Measurement of 8 -inch Dia. CPE Storm Pipe shall be per linear foot of pipe placed
measured horizontally over the centerline of the installed pipe.
1 H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doe Page 9
NE 5th PL /Edmonds Ave NW Storm System Project ,
Payment for furnishing and installing 8 -inch Dia. CPE Storm Pipe shall be at the 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 including all pavement removal ,
and disposal; storm sewer trench excavation; dewatering; furnishing and installing storm
sewer pipe and fittings; pipe bedding; backfill with native 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; haul and disposal of
excess trench material including unsuitable material; cleaning and testing; and temporary
patching asphalt to allow for the passage of traffic. ,
Bid Item A -12: 12 -inch Dia. CPE Storm Pipe (Linear Foot)
This item includes providing and installing new storm pipe of the type noted in the bid item
including excavation, pipe bedding, and removing, hauling, and disposal of existing piping,
and other debris that may be encountered. Dewater shall be incidental ,
CPE storm water pipe shall be smooth interior wall meeting the requirements of Special
Provisions Section 9- 05.19, and Standard Specs. Section 9 -05.20 Corrugated Polyethylene
Storm Sewer Pipe. Water -tight joints shall be furnished and installed.
Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches
above the top of the pipe, and compacted to 95 percent of maximum density per ASTM
D1557. 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 bid for pipe in place.
j
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum particle
size shall not exceed 3 inches, and has a moisture content that will allow at least 95
percent compaction when placed. Payment for excavated trench backfill shall be included
'
in the unit price bid for pipe in place.
Excess and /or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
,
price bid for pipe in place.
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
Measurement of 12 -inch Dia. CPE Storm Pipe shall be per linear foot of pipe placed
j
measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 12 -inch Dia. CPE Storm Pipe shall be at the 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 including all pavement removal
and disposal; storm sewer trench excavation; dewatering; furnishing and installing storm
'
sewer pipe and fittings; pipe bedding; backfill with native material; compaction; connection
to new or existing storm sewers and structures, all appurtenances (such as special fittings,
H:\File Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -ITEMS Sect 1- 09- 14.doc Page 10
t
t
t
t
1
NE 5th PL/Edmonds Ave NW Storm System Project
bends, connections, catch basin connectors, etc.), adjusting inverts; haul and disposal of
excess trench material including unsuitable material; cleaning and testing; and temporary
patching asphalt to allow for the passage of traffic.
Bid Item A -13: 24 -inch Dia. CPE Storm Pipe (Linear Foot)
This item includes providing and installing new storm pipe of the type noted in the bid item
including excavation, pipe bedding, and removing, hauling, and disposal of existing piping,
and other debris that may be encountered. Dewater shall be incidental
CPE storm water pipe shall be smooth interior wall meeting the requirements of Special
Provisions Section 9- 05.19, and Standard Specs. Section 9 -05.20 Corrugated Polyethylene
Storm Sewer Pipe. Water -tight joints shall be furnished and installed.
Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches
above the top of the pipe, and compacted to 95 percent of maximum density per ASTM
D1557. 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 bid for pipe in place.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum particle
size shall not exceed 3 inches, and has a moisture content that will allow at least 95
percent compaction when placed. Payment for excavated trench backfill shall be included
in the unit price bid for pipe in place.
Excess and /or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
Measurement of 24 -inch Dia. CPE Storm Pipe shall be per linear foot of pipe placed
measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 24 -inch Dia. CPE Storm Pipe shall be at the 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 including all pavement removal
and disposal; storm sewer trench excavation; dewatering; furnishing and installing storm
sewer pipe and fittings; pipe bedding; backfill with native 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; haul and disposal of
excess trench material including unsuitable material; cleaning and testing; and temporary
patching asphalt to allow for the passage of traffic.
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -ITEMS Sect 1- 09- 14.doc Page 11
NE 5th PL /Edmonds Ave NW Storm System Project
Bid Item A -14: 30 -inch Dia. CPE Storm Pipe (Linear Foot)
This item includes providing and installing new storm pipe of the type noted in the bid item
including excavation, pipe bedding, and removing, hauling, and disposal of existing piping,
and other debris that may be encountered. Dewater shall be incidental
CPE storm water pipe shall be smooth interior wall meeting the requirements of Special
t
Provisions Section 9- 05.19, and Standard Specs. Section 9 -05.20 Corrugated Polyethylene
Storm Sewer Pipe. Water -tight joints shall be furnished and installed.
Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches
above the top of the pipe, and compacted to 95 percent of maximum density per ASTM
D1557. 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 bid for pipe in place.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum particle
size shall not exceed 3 inches, and has a moisture content that will allow at least 95
percent compaction when placed. Payment for excavated trench backfill shall be included
in the unit price bid for pipe in place.
Excess and /or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in
place.
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
Measurement of 30 -inch Dia. CPE Storm Pipe shall be per linear foot of pipe placed
measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 30 -inch Dia. CPE Storm Pipe shall be at the 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 including all pavement removal
and disposal; storm sewer trench excavation; dewatering; furnishing and installing storm
sewer pipe and fittings; pipe bedding; backfill with native 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; haul and disposal of
excess trench material including unsuitable material; cleaning and testing; and temporary ,
patching asphalt to allow for the passage of traffic.
Bid Item A -15: TV Inspection (Linear Foot)
The new storm main lines shall be inspected by the use of a television camera before final
acceptance per Special Provisions Section 7 -04.3. The new storm main line includes the
30 -in line, 24 -in line, and two 12 -inch stubs in NE 6th PL. TV inspection from Type 2 CB's
ri
H:\File Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -rrEMS Sect 1- 09- 14.doc Page 12
NE 5th PL /Edmonds Ave NW Storm System Project
to Type 1 CB's is not required. Contractor shall submit the written reports of the inspection
plus the video recordings to the City for review and approval.
tThe storm drain shall be cleaned and flushed before performing the television inspection.
The television 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.
Measurement for "Television Inspection" will be the linear foot measurement of the installed
pipe measurement.
I Payment for TV Inspection shall be at the unit bid price per linear foot which shall be
complete compensation shall be for all labor, materials, tools and equipment necessary to
complete the inspection.
Bid Item A -16: Catch Basin - Concrete Inlet Each
This item includes providing and installing new catch basins of the type noted in the bid
item including frame and grate, and removing, hauling, and disposal of existing catch
basins, piping, and other debris that may be encountered. This item includes plugging all
abandoned pipes with concrete plugs per Standard Specification Section 7- 08.3(4).
Dewatering shall be incidental.
Manholes and Catch Basins shall conform to Sections 7 -05 and 9 -05 of the Special
Provisions and Standard Specifications. This item includes all the different types of frames
and grates (standard, vaned, rolled curb, other) for CB's that may be show on the plans.
Concrete Inlet shall be per City of Renton Standard Detail.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum particle
size shall not exceed 3 inches, and has a moisture content that will allow at least 95
percent compaction when placed. Payment for excavated trench backfill shall be included
in the unit price bid for pipe in place.
Excess and /or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
1 material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
Measurement for furnishing and installing Catch Basin - Concrete Inlet will be per each for
each catch basin installed in conformance with the Contract Documents.
' Payment for furnishing and installing Catch Basin - Concrete Inlet will be made at the unit
bid price per each, which payment will be complete compensation for all labor, equipment,
materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick),
dewatering, potholing for utility location, excavation, removal and disposal of waste material
H:\File Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -ITEMS Sect 1- 09- 14.doc Page 13
NE 5th PL /Edmonds Ave NW Storm System Project I
including existing pipes and structures in the excavation, foundation material, concrete
base, precast concrete catch basin sections, gaskets, catch basin frame and lid,
installation, adjustment of frames to grade, appurtenances, connections to new and
existing pipes, placement of subsequent backfill (native) materials, compaction, water,
cleaning, temporary pavement patching, and testing, etc. required to complete all catch
basins in conformance with the Contract Documents.
Bid Item A -17: Catch Basin — Type 1 (Each)
This item includes providing and installing new catch basins of the type noted in the bid t
item including frame and grate, and removing, hauling, and disposal of existing catch
basins, piping, and other debris that may be encountered. This item includes plugging all
abandoned pipes with concrete plugs per Standard Specification Section 7- 08.3(4).
Dewatering shall be incidental.
Manholes and Catch Basins shall conform to Sections 7 -05 and 9 -05 of the Special j
Provisions and Standard Specifications. This item includes all the different types of frames
and grates (standard, vaned, rolled curb, other) for CB's that may be show on the plans.
Concrete Inlet shall be per City of Renton Standard Detail
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum particle
size shall not exceed 3 inches, and has a moisture content that will allow at least 95
percent compaction when placed. Payment for excavated trench backfill shall be included
in the unit price bid for pipe in place.
Excess and /or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
�.
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
Measurement for furnishing and installing Catch Basin -Type 1 will be per each for each
catch basin installed in conformance with the Contract Documents.
Payment for furnishing and installing Catch Basin -Type 1 will be made at the unit bid price
per each, which payment will be complete compensation for all labor, equipment, materials
hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering,
potholing for utility location, excavation, removal and disposal of waste material including
existing pipes and structures in the excavation, foundation material, concrete base, precast
concrete catch basin sections, gaskets, catch basin frame and lid, installation, adjustment
of frames to grade, appurtenances, connections to new and existing pipes, placement of
subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement
patching, and testing, etc. required to complete all catch basins in conformance with the
Contract Documents.
H:\File Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doc Page 14
INE 5th PL/Edmonds Ave NW Storm System Project
IBid Item A -18: Catch Basin — Type 2 48 -inch (Each)
This item includes providing and installing new catch basins of the type noted in the bid
item including frame and grate, and removing, hauling, and disposal of existing catch
basins, piping, and other debris that may be encountered. This item includes plugging all
abandoned pipes with concrete plugs per Standard Specification Section 7- 08.3(4).
Dewatering shall be incidental.
Manholes and Catch Basins shall conform to Sections 7 -05 and 9 -05 of the Special
Provisions and Standard Specifications. This item includes all the different types of frames
and grates (standard, vaned, rolled curb, other) for CB's that may be show on the plans.
t Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum particle
size shall not exceed 3 inches, and has a moisture content that will allow at least 95
percent compaction when placed. Payment for excavated trench backfill shall be included
in the unit price bid for pipe in place.
Excess and /or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
Measurement for furnishing and installing Catch Basin -Type 2 48 -inch will be per each for
Ieach catch basin installed in conformance with the Contract Documents.
Payment for furnishing and installing Catch Basin -Type 2 48 -inch will be made at the unit
bid price per each, which payment will be complete compensation for all labor, equipment,
materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick),
dewatering, potholing for utility location, excavation, removal and disposal of waste material
including existing pipes and structures in the excavation, foundation material, concrete
base, precast concrete catch basin sections, gaskets, catch basin frame and lid,
installation, adjustment of frames to grade, appurtenances, connections to new and
existing pipes, placement of subsequent backfill (native) materials, compaction, water,
cleaning, temporary pavement patching, and testing, etc. required to complete all catch
basins in conformance with the Contract Documents.
Bid Item A -19: Catch Basin — Type 2 54 -inch (Each)
This item includes providing and installing new catch basins of the type noted in the bid
item including frame and grate, and removing, hauling, and disposal of existing catch
basins, piping, and other debris that may be encountered. This item includes plugging all
abandoned pipes with concrete plugs per Standard Specification Section 7- 08.3(4).
Dewatering shall be incidental.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th -BID -ITEMS Sect 1- 09- 14.doe Page 15
NE 5th PL/Edmonds Ave NW Storm System Project I
price bid for pipe in place.
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
Manholes and Catch Basins shall conform to Sections 7 -05 and 9 -05 of the Special
Provisions and Standard Specifications. This item includes all the different types of frames
and grates (standard, vaned, rolled curb, other) for CB's that may be show on the plans.
,
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum particle
size shall not exceed 3 inches, and has a moisture content that will allow at least 95
percent compaction when placed. Payment for excavated trench backfill shall be included
in the unit price bid for pipe in place.
,
Excess and /or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
Measurement for furnishing and installing Catch Basin -Type 2 54 -inch will be per each for
,
each catch basin installed in conformance with the Contract Documents.
Payment for furnishing and installing Catch Basin -Type 2 54 -inch will be made at the unit
bid price per each, which payment will be complete compensation for all labor, equipment,
materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick),
dewatering, potholing for utility location, excavation, removal and disposal of waste material
including existing pipes and structures in the excavation, foundation material, concrete
base, precast concrete catch basin sections, gaskets, catch basin frame and lid,
installation, adjustment of frames to grade, appurtenances, connections to new and
existing pipes, placement of subsequent backfill (native) materials, compaction, water,
cleaning, temporary pavement patching, and testing, etc. required to complete all catch
basins in conformance with the Contract Documents. I
Bid Item A -20: Catch Basin — Type 2 60 -inch (Each)
This item includes providing and installing new catch basins of the type noted in the bid
item including frame and grate, and removing, hauling, and disposal of existing catch
basins, piping, and other debris that may be encountered. This item includes plugging all
abandoned pipes with concrete plugs per Standard Specification Section 7- 08.3(4).
Dewatering shall be incidental.
Manholes and Catch Basins shall conform to Sections 7 -05 and 9 -05 of the Special
Provisions and Standard Specifications. This item includes all the different types of frames
and grates (standard, vaned, rolled curb, other) for CB's that may be show on the plans.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum particle
size shall not exceed 3 inches, and has a moisture content that will allow at least 95
percent compaction when placed. Payment for excavated trench backfill shall be included
in the unit price bid for pipe in place.
H:\File Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doc Page 16
NE 5th PL /Edmonds Ave NW Storm System Project
i Excess and /or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
Measurement for furnishing and installing Catch Basin -Type 2 60 -inch will be per each for
each catch basin installed in conformance with the Contract Documents.
Payment for furnishing and installing Catch Basin -Type 2 60 -inch will be made at the unit
bid price per each, which payment will be complete compensation for all labor, equipment,
materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick),
dewatering, potholing for utility location, excavation, removal and disposal of waste material
including existing pipes and structures in the excavation, foundation material, concrete
base, precast concrete catch basin sections, gaskets, catch basin frame and lid,
installation, adjustment of frames to grade, appurtenances, connections to new and
existing pipes, placement of subsequent backfill (native) materials, compaction, water,
cleaning, temporary pavement patching, and testing, etc. required to complete all catch
basins in conformance with the Contract Documents.
Bid Item A -21: Import Trench Backfill (Ton)
Import Trench Backfill shall be Bank Run Gravel for Trench Backfill per Standard Spec.
Section 9- 03.19, or as shown on the plans.
iThe 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 Import Trench Backfill, shall be in Tons based on the weight of material
installed into the work. Certified weight tickets shall accompany each load, a copy of
tickets shall be given to the Engineer daily. Wasted materials will not be included in the
measurement or payment. Only materials placed within the pay limits shown will be
considered for payment. Material placed outside of the pay limits shown on the plans will
be deducted from the certified tickets unless approved by the Engineer. Additionally, no
payment shall be made for necessary compaction to correct backfilled areas, which are not
compacted in accordance with these specifications
Payment for select imported backfill will be made at the unit bid price, which payment will
be complete compensation for all labor, materials, equipment, hauling, placement, water,
compaction, removal and disposal of waste materials including existing pipes and
structures in the excavation, etc. required to complete this item of work in conformance
with the Contract Documents.
1 Bid Item A -22: Quarry Spalls (Ton)
Quarry Spalls shall consist of broken stone, sound and resistant to weathering. Broken
concrete shall not be used. Quarry Spalls shall be 3" to 8" Quarry Spalls per Standard
H:\File Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -ITEMS Sect 1- 09- 14.doc Page 17
NE 5th PL /Edmonds Ave NW Storm System Project I
Spec. Section 9 -13.6, or as shown on the plans. This item will be used for Quarry Spalls
called out for use in the plans, or as directed by the Engineer.
This item will also be used when the bottom of excavations and trenches does not present
a stable surface for placement and compaction of backfill or pipe bedding, and over
excavation is approved by the Engineer. Unsuitable excavated material will be disposed of
offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to
remove, haul, and dispose of unsuitable excavated material shall be included in the unit bid
price. Dewatering shall be incidental.
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 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
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.
Bid Item A -23: Core Drill Ex SDMH, Connect New Storm Pipe (Each)
This item includes all work and materials needed to Core Drill existing reinforced concrete
manholes and connect new storm pipes to the existing manholes as shown on the plans, or
where required and approved by the Engineer. This item includes all items needed to
,
make the connections including cutting, enlarging, and smoothing existing openings, new
joints, couplings, fittings, sections of pipe, grouting, etc.
Measurement for Core Drill Ex SDMH, Connect New Storm Pipe will be per each for
connection made in conformance with the Contract Documents.
Payment for Core Drill Ex SDMH, Connect New Storm Pipe will be made at the unit price
bid per each, which payment will be complete compensation for all labor, equipment,
excavation around and protection of existing facilities, potholing for utility location, core
drilling, rechanneling existing manholes (catch basins), removal and disposal of waste
material including existing pipes and structures in the excavation, materials hauling,
adjustment of frames to grade, relocate ladder and rungs (if necessary), connections,
placement of subsequent backfill (native) materials, compaction, water, cleaning and
testing, etc. required to complete all the connections in conformance with the Contract
Documents. I
Bid Item A -24: Connect New Storm Pipe to Ex SDMH (Each)
This item includes all work and materials needed to connect new storm pipes to existing
storm drain manholes as shown on the plans, or where required and approved by the
Engineer. This item includes all items needed to make the connections including cutting,
enlarging, and smoothing existing openings, new joints, couplings, fittings, sections of pipe,
grouting, etc.
i�
J
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -rrEMS Sect 1- 09- 14.doc Page 18
NE 5th PL /Edmonds Ave NW Storm System Project
This item includes removing bricks and pipes from existing CBs, enlarging the opening as
needed, fitting the new pipe, replacing bricks around the new pipe, and grouting up all brick
work.,
Measurement for Connect New Storm Pipe to Existing SDMH will be per each for
connection made in conformance with the Contract Documents.
Payment for Connect New Storm Pipe to Existing SDMH will be made at the unit price bid
per each, which payment will be complete compensation for all labor, equipment,
excavation around and protection of existing facilities, potholing for utility location, core
drilling, rechanneling existing manholes (catch basins), removal and disposal of waste
material including existing pipes and structures in the excavation, materials hauling,
adjustment of frames to grade, relocate ladder and rungs (if necessary), connections,
placement of subsequent backfill (native) materials, compaction, water, cleaning and
testing, etc. required to complete all the connections in conformance with the Contract
Documents.
Bid Item A -25: Connect New Storm Pipe to Ex Storm Lateral (Each)
This item includes all work and materials needed to locate and connect new storm pipes to
existing storm laterals as shown on the plans, or where required and approved by the
Engineer.
This item includes all work and items needed to make the connections including potholing
to locate the existing lateral, excavation, revising the CB location (if needed), cutting the
lateral, providing new pipe (concrete, CPEP, ADS, DI, etc) as needed to fit the lateral,
Fernco Couplings or other couplings as needed to connect the pipes, pipe bedding, backfill
material, compaction, removal and disposal of spoils, surface restoration, etc.
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
p Y
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
Measurement for Connect New Storm Pipe to Ex Storm Lateral will be per each for
connection made in conformance with the Contract Documents.
Payment for Connect New Storm Pipe to Ex Storm Lateral will be made at the unit price bid
per each, which payment will be complete compensation for all labor, equipment,
excavation around and protection of existing facilities, potholing for utility location, core
drilling, rechanneling existing manholes (catch basins), removal and disposal of waste
material including existing pipes and structures in the excavation, materials hauling,
adjustment of frames to grade, relocate ladder and rungs (if necessary), connections,
placement of subsequent backfill (native) materials, compaction, water, cleaning and
testing, etc. required to complete all the connections in conformance with the Contract
Documents.
Bid Item A -26: Abandon Existing Type 1 Catch Basin (Each)
This item includes all work needed to remove and abandon existing type 1 catch basins as
shown on the Plans, and as directed by the Engineer. This item includes excavating,
H:\File Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -ITEMS Sect 1- 09- 14.doc Page 19
NE 5th PL /Edmonds Ave NW Storm System Project
backfill, backfill material, compaction, restoration, and removing, hauling, and disposal of
all waste material. This item includes plugging all abandoned pipes with concrete plugs per
Standard Specification Section 7- 08.3(4). Dewatering shall be incidental. ,
All material removed for this item shall be disposed of at an off -site disposal facility per
Standard Specification Section 2- 03.3(7)C Contractor Provided Disposal Site. All cost for
hauling and disposal shall be included in this bid item (no mileage cost).
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 Abandon Existing Type 1 Catch Basin will be per each for each catch
basin removed in conformance with the Contract Documents.
Payment for Remove Existing Catch Basin will be made at the unit bid price, which
payment will be complete compensation for all labor, equipment, materials, saw cutting,
removing, hauling, and disposal of all waste material required to compete this item in
conformance with the Contract Documents.
Bid Item A -27: Abandon Existing Type 2 Catch Basin (Each)
This item includes all work and materials needed to abandon existing type 2 catch basins
as shown on the plans, or where required and approved by the Engineer. Existing type 2
catch basins shall be abandoned per Standard Specification Section 7- 05.3(2). This item
includes plugging all abandoned pipes with concrete plugs per Standard Specification
Section 7- 08.3(4). Dewatering shall be incidental.
The work include excavation, plugging of all abandoned pipes, filling with sand, breaking
down the upper portion of the catch basin, backfill material, compaction, removal and
disposal of spoils and debris, surface restoration, etc.
All material removed for this item shall be disposed of at an off -site disposal facility per
Standard Specification Section 2- 03.3(7)C Contractor Provided Disposal Site. All cost for
hauling and disposal shall be included in this bid item (no mileage cost).
Measurement for Abandon Existing Type 2 Catch Basin will be per each for each catch
basin abandoned in conformance with the Contract Documents.
Payment for Abandon Existing Type 2 Catch Basin will be made at the unit bid price, which
payment will be complete compensation for all labor, equipment, materials, saw cutting,
removing, hauling, and disposal of all waste material required to compete this item in
conformance with the Contract Documents.
Bid Item A -28: Remove Existing Type 2 Catch Basin (Each) I
This item includes all work and materials needed to completely remove existing Type 2
catch basins as shown on the plans, or where required and approved by the Engineer.
This item includes plugging all abandoned pipes with concrete plugs per Standard
Specification Section 7- 08.3(4). Dewatering shall be incidental.
HAFile Sys \SWP - Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-rrEMS Sect 1- 09- 14.doc Page 20
FA
fj
1
t
NE 5th PL /Edmonds Ave NW Storm System Project
The work include excavation, plugging of all abandoned pipes, backfill material,
compaction, removal and disposal of spoils and debris, surface restoration, etc.
All material removed for this item shall be disposed of at an off -site disposal facility per
Standard Specification Section 2- 03.3(7)C Contractor Provided Disposal Site. All cost for
hauling and disposal shall be included in this bid item (no mileage cost).
Measurement for Remove Existing Type 2 Catch Basin will be per each for each catch
basin abandoned in conformance with the Contract Documents.
Payment for Remove Existing Type 2 Catch Basin will be made at the unit bid price, which
payment will be complete compensation for all labor, equipment, materials, saw cutting,
removing, hauling, and disposal of all waste material required to compete this item in
conformance with the Contract Documents.
Bid Item A -29: Plug Existing Pipe (Each)
This item includes all work and materials needed to plug existing storm pipes as shown on
the plans, or where required and approved by the Engineer. Plug Existing Pipe shall be
per Standard Specification Section 7- 08.3(4).
This item includes all work and items needed to plug existing pipes including locating the
pipe, cutting, draining and removing any liquid in the pipe, concrete plug material, pipe
bedding, backfill material, compaction, removal and disposal of spoils, surface restoration,
etc.
This item does not include pipe plugs placed as part of abandoning or removing existing
catch basins.
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
Measurement for Plug Existing Pipe will be per each for each plug made in conformance
with the Contract Documents.
Payment for Plug Existing Pipe will be made at the unit price bid per each, which payment
will be complete compensation for all labor, equipment, excavation around and protection
of existing facilities, potholing for utility location, core drilling, rechanneling existing
manholes (catch basins), removal and disposal of waste material including existing pipes
and structures in the excavation, materials hauling, adjustment of frames to grade, relocate
I ladder and rungs (if necessary), connections, placement of backfill materials, compaction,
water, cleaning and testing, etc. required to complete all the connections in conformance
with the Contract Documents.
Bid Item A -30: Abandon Boring (Each)
This item includes all work and materials needed to abandon existing soil borings or
monitoring wells as shown on the plans, or where required and approved by the Engineer.
H:\File Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CEP)\27-2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doc Page 21
NE 5th PL /Edmonds Ave NW Storm System Project
Soil boring and monitoring wells shall be abandoned by removing any debris, equipment,
and piezometers from the well casing. The top 3 feet of the casing shall be cut off below
ground level, or 1 foot below the bottom of the trench excavation. The casing shall then be
filled with neat cement grout or bentonite slurry.
This item includes all work and items needed to abandon borings including excavation,
backfill material, compaction, removal and disposal of spoils, surface restoration, etc.
Measurement for Abandon Boring will be per each for each boring abandoned in
conformance with the Contract Documents.
Payment for Abandon Boring will be made at the unit price bid per each, which payment will
be complete compensation for all labor, equipment, excavation around and protection of
existing facilities, potholing for utility location, core drilling, rechanneling existing manholes
(catch basins), removal and disposal of waste material including existing pipes and
structures in the excavation, materials hauling, adjustment of frames to grade, relocate
ladder and rungs (if necessary), connections, placement of backfill materials, compaction,
water, cleaning and testing, etc. required to complete all the connections in conformance
with the Contract Documents.
Bid Item A -31: Side Sewer Relocation (Each)
This item includes all work and materials needed to relocate existing side sewers that are
in conflict with the new storm system. Side sewers shall be relocated per the Side Sewer
Relocation detail. The Contractor shall review any side sewer relocations with the City
Inspector before starting a rebuild. Dewatering shall be incidental.
The Contractor shall document the as -built location and dimensions for each side sewer
rebuilt by submitting a new City side sewer card. The information shall include the
following:
1. The distance from the nearest sanitary sewer manhole to the tee,
2. The angle and distance from the tee to the connection to the existing side sewer.
3. The fittings, couplings and lengths of pipes used.
4. The elevation or depth below ground surface of all fittings, couplings, changes in
pipe direction and elevation, and the connection to the existing side sewer.
5. Two photographs of the reconstructed side sewer. One photo showing the side
view of new side sewer, the second looking from the sewer main along the new side
sewer to the connection with the existing side sewer.
Payment will not be made for any side sewer that is not documented.
Measurement for Side Sewer Relocation shall be per each for each side sewer relocated
and documented with a new side sewer card in conformance with the Contract Documents.
Payment for Side Sewer Relocation will be made at the amount bid per each, which
payment will be complete compensation for all labor, materials, equipment, hauling,
pavement cutting, pavement removal, excavation, dewatering, locating all existing utilities
and potholing and or CCTV inspection in advance for horizontal and vertical location,
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -ITEMS Sect 1- 09- 14.doc Page 22
t
t
I
1
1
LI
NE 5th PL /Edmonds Ave NW Storm System Project
bypass pumping, removal and disposal of waste material including existing pipes and
structures in the excavation, pipes of the sizes and types required, gaskets, fittings,
installation, laying and joining pipe and fittings, bedding, and pipe zone fill material,
appurtenances, select backfill, placement of select backfill materials, compaction,. water,
grading, cleaning, temporary pavement patching, etc. required to complete the Work in
accordance with the Contract Documents.
Bid Item A -32: Sewer Tee Replacement (Each)
This item includes all work and materials needed to install a new Sewer Tee in the existing
sewer main if the existing tee at a side sewer relocation is not suitable for use. Temporary
plugs and bypass pumping of the sewer main is included.
Dewatering shall be incidental.
Measurement for Sewer Tee Replacement shall be per each for each side sewer tee
replaced in conformance with the Contract Documents
Payment for Sewer Tee Replacement will be made at the amount bid per each, which
payment will be complete compensation for all labor, materials, equipment, hauling,
pavement cutting, pavement removal, excavation, dewatering, locating all existing utilities
and potholing and or CCTV inspection in advance for horizontal and vertical location,
bypass pumping, removal and disposal of waste material including existing pipes and
structures in the excavation, pipes of the sizes and types required, gaskets, fittings,
installation, laying and joining pipe and fittings, bedding, and pipe zone fill material,
appurtenances, select backfill, placement of select backfill materials, compaction, water,
grading, cleaning, temporary pavement patching, etc. required to complete the Work in
accordance with the Contract Documents.
Bid Item A -33: Rebuild Sewer Main Crossing (Each)
This item includes all work and materials needed to rebuild the sewer main crossing in the
existing sewer main as shown on the plans All equipment, labor, materials needed for the
work, including new PVC sewer main, flexible couplings, foam, cdf are included. Temporary
plugs and bypass pumping of the sewer main is included.
Dewatering shall be incidental.
Measurement for Rebuild Sewer Main Crossing shall be per each for each sewer main
rebuilt in conformance with the Contract Documents
Payment for Rebuild Sewer Main Crossing will be made at the amount bid per each, which
payment will be complete compensation for all labor, materials, equipment, hauling,
pavement cutting, pavement removal, excavation, dewatering, locating all existing utilities
and potholing and or CCTV inspection in advance for horizontal and vertical location,
bypass pumping, removal and disposal of waste material including existing pipes and
structures in the excavation, pipes of the sizes and types required, gaskets, fittings,
installation, laying and joining pipe and.fittings, bedding, and pipe zone fill material,
appurtenances, select backfill, placement of select backfill materials, compaction, water,
grading, cleaning, temporary pavement patching, etc. required to complete the Work in
accordance with the Contract Documents.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doc Page 23
NE 5th PL /Edmonds Ave NW Storm System Project
Bid Item A -34: Sawcutting (Linear Foot)
This item included the complete costs for Sawcutting for the project. The City will allow one
sawcut for new storm pipe installation, and a second sawcut for the final patch. Any
additional sawcutting is.incidental.
Measurement for "Sawcutting" shall be per linear foot parallel to the new storm pipes, from i
center of structure to center of structure (or end of pipe).
All other sawcutting for the project is incidental, including but not limited to cuts for
potholes, patches, side sewers, curb and gutter, driveways, sidewalks, final patch, etc.
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.
Payment for furnishing and installing Sawcutting will be made at the unit bid price, which
shall be full compensation for all materials, labor, tools, and equipment necessary to saw
cut the existing asphalt concrete and cement concrete surfaces regardless of the depth
encountered or the material to be sawcut, and including flushing of sawcuts with high
pressure water as well as pollution control. No wastewater shall be released into the storm
sewer system, drainage ditches, or onto private property.
Bid Item A -35: Remove Asphalt Pavement (Square Yard) j
This item includes grinding or removal by excavation, hauling, and disposal of existing
asphalt surfaces for areas shown on the plans, and as directed by the Engineer. This item
includes asphalt removed for installation of the new storm system pipeline, driveways,
sidewalks, and asphalt patch.
All material removed for this item shall be disposed of at an off -site disposal facility per
Standard Specification Section 2- 03.3(7)C Contractor Provided Disposal Site. The
Contractor shall provide the location of the disposal sites and copies of all permits and
approvals before any materials are hauled to the sites. All cost for hauling and disposal
shall be included in this bid item.
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 Remove Asphalt Pavement shall be in square yards horizontally over the
area where asphalt is removed.
Payment for Remove Asphalt Pavement will be made at the amount bid per square yard,
which payment will be complete compensation for all labor, grinding of existing asphalt
pavement, removal and disposal of all grinding spoils, appropriately maintaining roads
between grind and overlay (IE cleaning of loose materials and protecting vehicles from
exposed utilities) required to complete this item of work in conformance with the contract
documents. No additional payment will be made for work necessary to correct a grind and
/ or overlay not performed in accordance with specifications.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -ITEMS Sect 1- 09- 14.doc Page 24
NE 5th PL /Edmonds Ave NW Storm System Project
Bid Item A -36: Crushed Surfacing (Ton)
This item includes Crushed Surfacing Top Course and Base Course. Crushed Surfacing
shall be per Standard Spec. Section 9- 03.9(3), or as shown on the plans.
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 installing Crushed Surfacing will be based on actual
tonnage weight as determined by measurement from a certified scale. Certified weight
tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily.
Payment for Crushed Surfacing shall be per the unit bid price, which shall be complete
compensation for all materials, labor, tools, and equipment necessary for the fulfillment of
all requirements of Standard Specification Section 9- 03.9(3) in the execution of the work
shown in the Plans or as required by the Engineer. Any water added to the aggregate at
the plant or in the field for placement and compaction shall be considered incidental to this
item.
Bid Item A -37: Hot Mix Asphalt (HMA) Class 1/2" PG -64 -22 (Ton)
This item includes all Hot Mix Asphalt (HMA) used for temporary hot mix patches, asphalt
pavement, and overlays. All applications of HMA shall be per Special Provisions and
Standard Specifications Section 5 -04.
Temporary hot patches shall be placed as the new storm system is installed.
The Contractor shall place the permanent trench patch as shown on the plans or as per
"Typical Patch for Flexible Pavement" (City of Renton Detail) within 15 calendar days after
first opening the trench. The Contractor shall plan the work to place permanent trench
patches throughout project construction as the 15 -day period for each section of trench
approaches. Any delay of the permanent patch placement is subject to the Owner's
approval.
Old asphalt, concrete, soil, and other excavated material shall be disposed of offsite.
Payment to haul and dispose of old asphalt and other excavated material shall be included
in the unit bid price for "Hot Mix Asphalt (HMA) Class 1/2 ", or in the bid item for removing
old asphalt, if present.
Measurement of Hot Mix Asphalt (HMA) Class 1/2" PG -64 -22 shall be per ton with no
deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any
other component of the mixture.
The quantity for this item is included to provide a common proposal for bid purposes. The
actual quantity used in construction may vary.from that amount. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Measurement for furnishing and installing HMA will be based on actual tonnage weight as
determined by measurement from a certified scale.
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doc Page 25
NE 5th PL/Edmonds Ave NW Storm System Project
Payment for Hot Mix Asphalt (HMA) Class 1/2 shall be per the unit bid price, which shall be
complete compensation for all labor, materials, equipment, tools, and incidental costs
necessary for placing, compacting and constructing asphalt pavement in and along the
Project including asphalt concrete driveways, traffic islands, trench patching, sealing all
cold joints, tack coat, joint seal, raising shoulder to grade, asphalt sidewalk transitions,
hauling, notifications, aggregate, sweeping, utility marking, adjustment of utilities to grade„
furnishing and preparing subgrade, removal of existing asphalt, cleanup, and all other
incidentals necessary for a complete paving system to the lines, cross - section and grades
as shown on the Plans.
Bid Item A -38: Cold Mix Asphalt (Ton)
This item includes all Cold Mix Asphalt used for temporary patches and repairs before
temporary hot mix patches and the final hot mix asphalt is placed. Material placed shall
have a minimum depth of 2 inches. "Cold Mix" shall be used at the discretion of the City.
This item includes all costs to place, maintain, remove, haul, and dispose of the material.
The quantity for this item is included to provide a common proposal for bid purposes. The
actual quantity used in construction may vary from that amount. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Measurement for furnishing and installing Cold Mix will be based on actual tonnage weight
as determined by measurement from a certified scale.
Payment for Cold Mix Asphalt will be made in accordance with Section 1 -04 and will be full
"Cold
compensation for all costs associated with the placement of the Mix" and removal, of
the material in its entirety before asphalt concrete pavement is placed.
Payment for Cold Mix Asphalt shall be per the unit bid price, which shall be complete
compensation for all labor, materials, equipment, tools, and incidental costs necessary for
placing, compacting, maintaining, removing, cleanup, hauling and disposing of the material.
Bid Item A -39: Remove and Install Cement Concrete Curb (Linear Foot)
This item includes all work needed to remove and install new cement concrete curbs
needed for project construction. Concrete curbs shall conform to City of Renton Standard
Details, and as shown on the Plans. New concrete curbs shall be adjusted to match
existing.
All costs for removing, hauling, and disposing of the existing concrete curbs shall be
included in the unit bid price. Sawcutting is incidental.
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 Remove and Install Cement Concrete Curb shall be in linear feet of new
curb installed.
Payment for Remove and Install Cement Concrete Curb will be made at the unit bid price,
which payment will be complete compensation for all labor, equipment, materials, saw
cutting, removing and disposal of waste material, materials hauling, preparation, forming,
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -ITEMS Sect 1- 09- 14.doc Page 26
1
I
f
NE 5th PL /Edmonds Ave NW Storm System Project
placement, joint filler, finishing, cleanup, etc. required to compete this item in conformance
with the Contract Documents.
Bid Item A -40: Remove and Install Cement Concrete Sidewalk and Driveway
(Square Yard),
This item includes all work needed to remove and install new cement concrete sidewalks
and driveways needed for project construction. Concrete sidewalks shall conform to City of
Renton Standard Details, and as shown on the Plans. New concrete sidewalks shall be
adjusted to match existing.
Concrete driveway shall conform to City of Renton Standard Detail, and as shown on the
Plans. New concrete driveway includes the concrete ramps, and shall be adjusted to
match existing. New concrete driveways shall match the existing concrete finish, including
plain or washed aggregate.
New concrete driveways shall have an admixture to accelerate curing so the driveway can
be driven on without damage after 24 -hours of curing. Admixtures shall comply with
WSDQT Standard Spec. 9-23 Curing Materials and Admixtures.
All costs for removing, hauling, and disposing of the existing concrete sidewalks and
driveways shall be included in the unit bid price. Sawcutting is incidental.
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 Remove and Install Cement Concrete Sidewalk and Driveways shall be in
square yards of new sidewalk installed.
Payment for Remove and Install Cement Concrete Sidewalk and Driveway will be made at
the unit bid price, which payment will be complete compensation for all labor, equipment,
materials, saw cutting, removing and disposal of waste material, materials hauling,
preparation, forming, placement, joint filler, finishing, cleanup, etc. required to compete this
item in conformance with the Contract Documents.
Bid Item A -41: Property and Landscape Restoration (Lump Sum)
This item includes restoration of the entire project area, including general cleanup, removal
of all debris, sweeping the project area, demobilization, and any other work needed to
clean and close the project area.
This item includes replacing all traffic lane markings disturbed by construction including
traffic and bicycle lane lines, stop bars, walk lines, parking lines, markings, signs, and
traffic buttons.
This item includes all labor, equipment, and materials needed to restore the existing
landscaping and surfaces for the project including sod, gravel, topsoil, beauty bark, etc.
All materials shall match and be blended into adjacent areas.
Landscaping Restoration includes:
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -ITEMS Sect 1- 09- 14.doc Page 27
NE 5th PL/Edmonds Ave NW Storm System Project
1. Restoring all mailboxes, signs, wood cribbing, timbers, landscaping rock, fences,
and any other manmade features disturbed or damaged by construction.
2. Protecting, saving, and replacing any trees, shrubs, plants, flowers, and other
vegetation disturbed or damaged by construction.
3. Grass areas along the edge of the street shall be restored with sod.
All areas for sod installation shall be trimmed, graded and raked smooth. Sod
Installation shall be per Standard Specifications Section 8- 02.3(16) Lawn Installation.
4. Gravel shoulders along the edge of the street shall be restored with crushed Surface
Base Course per Standard Spec. Section 9- 03.9(3), or as approved by the City.
The quantities used for the following materials for restoration will be paid for separately
under those bid items:
a. Crushed Surfacing.
Measurement for Restoration shall be per lump sum.
Payment for Restoration shall be made at the unit contract price, which payment will be
considered complete compensation for all labor, equipment, materials, haul, place, and
disposal required to complete this item of work in accordance with the Contract
Documents.
Bid Item A -42: Minor Changes (Lump Sum)
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 shall 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.
Payment for this item will be only 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).
n
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CEP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NESth- BID -ITEMS Sect 1- 09- 14.doc Page 28
t
i
r
t
1,
I
NE 5th PL /Edmonds Ave NW Storm System Project
SCHEDULE B — Sewer Tee Replacement
Bid Item B -01: Side Sewer Tee Replacement (Each)
Measurement for side sewer tee replacement shall be per each for each side sewer tee
replaced in conformance with the Contract Documents
Payment for side sewer tee replacement will be made at the amount bid per each, which
payment will be complete compensation for all labor, materials, equipment, hauling, pavement
cutting, pavement removal, excavation, dewatering, locating all existing utilities and potholing
and or CCTV inspection in advance for horizontal and vertical location, bypass pumping,
removal and disposal of waste material including existing pipes and structures in the
excavation, pipes of the sizes and types required, gaskets, fittings, installation, laying and
joining pipe and fittings, bedding, and pipe zone fill material, appurtenances, select backfill,
placement of select backfill materials, compaction, water, grading, cleaning, temporary
pavement patching, final asphalt patch, etc. required to complete the Work in accordance with
the Contract Documents.
Bid Item B -02: Remove and Replace Concrete Sidewalk and Driveway (Sq Yard)
Measurement for remove and replace concrete sidewalk and driveways - side sewer tee
replacement shall be in square yards of sidewalk and driveway repair required for side sewer
tee replacement as shown in the Contract Documents, unless otherwise approved by the
Engineer.
Payment for remove and replace concrete sidewalk and driveways - side sewer tee
replacement will be made at the amount bid per square yard, which payment will be complete
compensation for all labor, equipment, materials, sawcutting, removal of existing, materials
hauling, preparation, forming, placement, finishing, cleanup, etc., required to compete this item
in conformance with the Contract Documents.
Bid Item B -03: Landscape Restoration (Lump Sum)
Measurement for landscape restoration work - side sewer tee replacement will be based on the
percentage of total Schedule B Work complete, by dollar value, at the time of measurement.
Payment for landscape restoration - side sewer tee replacement will be made at the unit price
bid per lump sum, which payment will be complete compensation for all labor, equipment,
materials, hauling, excavation, sod, grass seed, topsoil, landscape bark, tree removal and
replacement, trees, existing structure removal and replacement (i.e. block walls, etc.),
preparation, compaction, watering, restoration, etc. required to compete this item in
conformance with the Contract Documents.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doc Page 29
NE 5th PL /Edmonds Ave NW Storm System Project
SCHEDULE C — Water Main Project
Bid Item C -01: Mobilization and Demobilization (Lump Sum)
This bid item may not be more than ten percent (10 %) of the total amount of this
Bid Schedule. The City may disqualify bids which exceed this limit.
Measurement for mobilization and demobilization, shall be lump sum. The lump sum price
shown shall constitute full compensation for all labor, materials and equipment required for
mobilizing, moving and organizing labor, equipment, materials, supplies, and incidentals to
the job site(s), providing and maintaining all necessary support facilities and utilities,
providing, erecting, maintaining, relocating project signs, obtaining all necessary permits,
licenses, premiums for bonding and insurance, preparing the site for construction
operations, and maintaining the site and surrounding areas during construction, providing
L
protection of existing utilities, providing component and system testing, final clean -up of the
site, and demobilizing and moving all labor, equipment, materials, surplus materials, and
incidentals, off the project site(s) after contract completion. Mobilization /demobilization
costs for all subcontracted work shall be considered included in the price bid and no
additional payment will be allowed.
Payment for Mobilization and Demobilization will be made at the lump sum amount bid
(NOT to exceed 80% of the bid item price prior to completion of construction) based on the
percent of completed Work as defined in the 2008 Standard Specifications for Road,
Bridge, and Municipal Construction ( WSDOT) for mobilization. Payment for the remaining
20% will be made upon completion and final clean up of the construction site and after the
demobilization of all equipment, material and labor from the project site(s).
Bid Item C -02: Traffic Control (Lump Sum)
Measurement for Traffic Control work will be based on the percentage of total work
complete, by dollar value, at the time of measurement.
Payment for Traffic Control work will be made at the measured percentage amount for the
pay period times the lump sum amount bid, said payment will be complete compensation
for all labor (e.g. flaggers), materials, tools, equipment, and incidentals, for providing
WSDOT certified Traffic Control Supervisor JCS), certified flaggers, off -duty police
officer(s) when working within 50 feet of any signalized intersection, furnishing, installing,
maintaining, removing traffic control signs, VMS information boards, construction warning
and detour signs, sequential arrow boards, traffic cones, barrels, barricades and the like,
steel plating, pins, shims, temporary pavement markers and striping, removing, relocating,
l
re- installing existing roadway signs, preparing, revising, and implementing any traffic
control /detour plans required by the contract documents and right -of -way use permit, and
conforming to the Manual on Uniform Traffic Control Devices (MUTCD) and as directed by
the Engineer and by the City's Transportation Department. Also, included in the contract
price is the cost to furnish traffic control services and equipment for construction surveying,
staking, and as- builting. I
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doc Page 30
1
f
t
1
t
NE 5th PL /Edmonds Ave NW Storm System Project
Bid Item C -03: Trench Excavation Safety Systems (Lump Sum)
Measurement for trench excavation safety systems will be based on a percentage defined
as the amount of water mains installed divided by the total length of water mains shown to
be installed.
Payment for trench excavation safety systems will be made at the measured percentage
amount for the pay period times the lump sum amount bid, said payment will be complete
compensation for all labor, equipment, materials, hauling, planning, design, engineering,
submittals, furnishing and constructing and removal and disposal of such temporary
sheeting, shoring, and bracing to complete the work and ensure worker safety, as defined
and shown in the contract specifications and plans, and as required under the provisions of
any permits and in the requirements of OSHA and Chapter 49.17 RCW, and Chapter
39.04.180 RCW.
Bid Item C -04: Construction Surveying and Staking (Lump Sum)
Measurement for construction surveying and staking will be based on the percentage of
total work complete, by dollar value, at the time of measurement.
Payment for construction surveying and staking will be made at the measured percentage
amount for the pay period times the lump sum amount bid. Said payment will be complete
compensation for all labor, materials, equipment, tools, all incidental work needed to
provide construction surveying and of the improvements (including providing a Washington
State licensed surveyor for said work), staking in advance of pipe laying, fittings and
structure installation, surveying the horizontal and vertical locations of all potholed existing
utilities within the work area, verification and recording of the elevations of existing roadway
centerline, crown, and edge of pavement to ensure that all roadways can be reconstructed
to existing grade, and preparation of cut - sheets.
Bid Item C -05: As -Built Surveying for Progress Payments and Final As- Builts
(LumpSum)
Measurement for construction as -built information will be based on the percentage of total
work complete, by dollar value, at the time of measurement.
Payment for As -Built Surveying for Progress Payments and Final As- Builts will be made at
the measured percentage amount for the pay period times the lump sum amount bid. Said
payment will be complete compensation for all labor, materials, equipment, tools, all
incidental work needed to provide as -built surveying, preparing "red line" as -built drawings
for pay estimate submittal with fittings and dimensions of existing and proposed facilities
installed or encountered during the pay period, furnishing an electronic file with
construction drawings stamped and signed by a licensed land surveyor that contains the
as -built information and copies of field notes, and furnishing and resetting property corners
when disturbed by the contractor's activities. No more than 50% of the bid amount for this
item shall be paid prior to the review and acceptance of the as- constructed information by
the Engineer.
HARIe Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -ITEMS Sect 1- 09- 14.doc Page 31
NE 5th PL /Edmonds Ave NW Storm System Project I
Bid Item C -06: Temporary Erosion /Sedimentation Controls (Lump Sum)
Measurement for temporary erosion /sediment control(s) will be based on the percentage of
total work complete, by dollar value, at the time of measurement.
Payment for temporary erosion /sedimentation control(s) will be at the lump sum amount
bid, which payment shall be complete compensation for all labor, materials, equipment, to
furnish, install, maintain, and remove water pollution /erosion and sedimentation control,
including but not limited to straw -bale check dams, temporary silt fencing, sand bags,
covering and recovering stockpiles and disturbed areas with plastic sheeting, hand
seeding /hydroseeding and straw mulching disturbed areas, catch basins filters, and any
additional erosion control best management practices required to complete this item of
work in conformance with the Contract Documents.
Bid Item C -07: Site Specific Potholing (each)
Measurement for performing Site Specific Potholing will be per each for each location
shown on the engineering drawings, or as directed by the Engineer. Work shall be
performed in conformance with the Contract Documents (see Section 1- 07.17(1) for Site
Specific Potholing).
Payment for Site Specific Potholing will be made at the unit price bid per each, which
payment will be complete compensation for all labor, tools, equipment, and materials
required to complete the work in conformance with the contract Documents including but
not limited to pavement and concrete cutting, excavation, dewatering, potholing for utility
location, removal, hauling and disposal of all pavement, waste and excess materials,
shoring, relocating or coordinating relocation of the unknown utility, placement of backfill
(native) material, compaction, water, grading, temporary patch, and cleaning. Select
imported backfill materials are included in other bid items.
Bid Item C -08: Furnish and Install 8" Cl 52 DI Water Pipe w/ Polywrap
& DI Fittings (Lineal Foot)
Measurement for furnishing and installing water pipes and fittings of the size, type and
class specified will be based on the actual lineal footage measured horizontally over the
centerline of the installed pipe.
Payment for furnishing and installing ductile iron water pipes and fittings of the size, type
and class specified shall cover the complete cost of providing all labor, materials, tools,
equipment required to complete the work specified in the contract documents and plans,
and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and
vertical location, including potholing in advance for existing side sewers and television
inspection of existing sanitary sewer to determine location of side sewer branches if
necessary.
• Saw cutting up to 12" in depth, trench excavation, and dewatering (if needed),
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NESth\24-
NE5th- BID -ITEMS Sect 1- 09- 14.doc Page 32
t
t
I
t
NE 5th PL /Edmonds Ave NW Storm System Project
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and
unsuitable excavated material including existing pipes and structures in the excavation
and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as
directed by the Engineer,
• Furnishing, installing, laying and jointing water pipes and fittings of the size, type and
class shown, polyethylene encasement, special fittings, horizontal and vertical bends,
mechanical joint pipe restraint, vertical crosses for poly - pigging, shackle rods,
temporary blow -off assemblies, and all incidentals,
• Furnishing bedding materials, placing and compacting pipe bedding, as shown on the
plans,
• Placing and compacting trench backfill,
• Testing, poly - pigging, disinfecting and flushing of new valves,
• Replacing, protecting and /or maintaining existing utilities.
Bid Item C -09: Furnish and Install 16" X 8" Wet - Tapping Tee and Gate Valve
Assembly (Each)
Measurement for furnishing and installing 16 "x 8" wet tapping tee and gate valve assembly
will be per each tapping tee with tapping gate valve assembly installed in conformance with
the Contract Documents.
Payment for furnishing and installing 16" x 8" wet - tapping tee and gate valve assembly
shall cover the complete cost of providing all labor, materials, tools, equipment required to
complete the work specified in the contract documents and plans, and shall include but not
be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and
vertical location,
• Saw cutting, trench excavation, and dewatering (if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and
unsuitable excavated material including existing pipes and structures in the excavation
and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as
directed by the Engineer,
• Furnishing and installing a full -body cast -iron or epoxy- coated steel tapping tee, tapping
gate valve,
• Tapping the existing water main by a City- approved wet -tap contractor licensed and
bonded,
• Furnishing and installing valve boxes and covers to grade, stem extensions, valve
marker posts, pipe nipples, couplings, polyethylene encasement, concrete blocking,
and all incidentals,
• Placing and compacting trench backfill,
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -ITEMS Sect 1- 09- 14.doe Page 33
NE 5th PL /Edmonds Ave NW Storm System Project
• Testing, poly - pigging, disinfecting and flushing of new valves,
• Replacing, protecting and /or maintaining existing utilities.
Bid Item C -10: Furnish and Install 8" Gate Valve Assembly (Each)
Measurement for furnishing and installing 8" gate valve assembly will be per each for each
type valve installed in conformance with the Contract Documents.
Payment for furnishing and installing 8" gate valve assembly shall cover the complete cost
of providing all labor, materials, tools, equipment required to complete the work specified in
the contract documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and
vertical location,
• Saw cutting, trench excavation, and dewatering (if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and
unsuitable excavated material including existing pipes and structures in the excavation
,
and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as
directed by the Engineer,
• Furnishing and installing valves, valve boxes and covers to grade, stem extensions,
valve marker posts, pipe nipples, couplings, polyethylene encasement, concrete
blocking, and all incidentals,
• Placing and compacting trench backfill,
• Testing, poly - pigging, disinfecting and flushing of new valves,
• Replacing, protecting and /or maintaining existing utilities.
Bid Item C -11: Concrete for Thrust Blocking and Dead -Man Anchor Blocks
(Cubic Yard)
Measurement for concrete for thrust blocking, horizontal and vertical, dead -man anchor
blocks will be per cubic yard for all concrete installed for thrust blocking and dead -man
anchor blocks in conformance with the Contract Documents.
Payment for concrete thrust blocking and dead man anchor blocks shall cover the
complete cost of providing all labor, materials, tools, equipment required to complete the
work specified in the contract documents and plans, and shall include but not be limited to
the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and
vertical location,
• Saw cutting, trench excavation, shoring and dewatering (if needed),
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doc Page 34
t
d
e
NE 5th PL /Edmonds Ave NW Storm System Project
• - Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and
unsuitable excavated material including existing pipes and structures in the excavation
and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as
directed by the Engineer,
• Furnishing and placing concrete for vertical and horizontal blocks, dead -man anchor
blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, turnbuckles,
concrete form work,
• Placing and compacting trench backfill,
• Replacing, protecting and /or maintaining existing utilities.
Bid Item C -12: Furnish and Install Fire Hydrant Assembly (Each)
Measurement for furnishing and installing fire hydrant assembly will be per each for each
fire hydrant assembly installed in conformance with the Contract Documents.
Payment for furnishing and installing fire hydrant assembly shall cover the complete cost of
providing all labor, materials, tools, equipment required to complete the work specified in
the contract documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and
vertical location,
• Saw cutting, trench excavation, and dewatering (if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and
unsuitable excavated material including existing pipes and structures in the excavation
and the like,
• Removal of existing fire hydrant, if existing hydrant is being replaced,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as
directed by the Engineer,
• Furnishing and installing new fire hydrant assembly, standpipe, shoe, and 6 -inch DI
piping, Storz adapter,
• Furnishing and installing shut -off valve, valve box, valve extension,
• Furnishing and installing shackles, tie -rods, concrete blocking, and joint restraints, drain
rocks, polyfilm,
• Adjust hydrant to finish grade and install concrete shear block,
• Placing and compacting trench backfill,
• Testing, disinfecting and flushing of new hydrants,
• Replacing, protecting and /or maintaining existing utilities
• Painting the hydrants
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-rrEMS Sect 1- 09- 14.doc Page 35
Bid Item C -14: Connection to Existinq Water Main (Each)
Measurement for connection to existing water main will be per each connection for
completion in conformance with the Contract Documents.
Payment for connection to existing water main shall cover the complete cost of providing all
labor, materials, tools, equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and
vertical location,
• Saw cutting, trench excavation, shoring and dewatering (if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and
unsuitable excavated material including existing pipes and structures in the excavation
and the like,
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doc Page 36
NE 5th PL /Edmonds Ave NW Storm System Project
1
Bid Item C -13: Furnish and Install 1" Water Service Connection (Each)
Measurement for furnishing and installing 1" water connection will be per each for each 1"
water connection installed in conformance with the Contract Documents.
Payment for furnishing and installing 1" water connection shall cover the complete cost of
providing all labor, materials, tools, equipment required to complete the work specified in
the contract documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and
vertical location,
• Saw cutting, trench excavation as needed, shoring and dewatering (if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and
unsuitable excavated material including existing pipes and structures in the excavation
and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as
directed by the Engineer,
hole- hogging, hand to install
• Boring, tunneling, mechanical or trenching new water
service lines,
• Furnishing and installing new 1- inch ball valve corporation stops, tapping the main,
laying and jointing the new copper water service lines and fittings, new meter setter,
new meter boxes and lids,
• Testing, disinfecting and flushing the new service line,
,
• Connecting the customer -side private service line to the new copper tailpiece behind
the new meter setter and property lines,
• Placing and compacting trench backfill,
• Replacing, protecting and /or maintaining existing utilities.
• Restoration of public and private properties
Bid Item C -14: Connection to Existinq Water Main (Each)
Measurement for connection to existing water main will be per each connection for
completion in conformance with the Contract Documents.
Payment for connection to existing water main shall cover the complete cost of providing all
labor, materials, tools, equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and
vertical location,
• Saw cutting, trench excavation, shoring and dewatering (if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and
unsuitable excavated material including existing pipes and structures in the excavation
and the like,
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doc Page 36
t
NE 5th PL/Edmonds Ave NW Storm System Project
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as
directed by the Engineer,
• Furnishing all required pipes, fittings, adapters, couplings and incidentals as required
for City's water department's personnel to perform the initial cut -in installation of valves,
and fittings on the existing water main(s),
• Furnishing all required pipes, fittings, adapters, couplings and incidentals as required
for City's water department's personnel to perform the second and final connection of
the new water line to the existing water system and to the valves installed during the
initial cut -in as described above,
• Placing and compacting trench backfill,
• Replacing, protecting and /or maintaining existing utilities.
Bid Item C -15: Cut, Cap, and Block Existing Water Main (Each)
Measurement for cut, cap, and block existing water main will be per each in conformance
with the Contract Documents.
Payment for cut, cap, and block water main shall cover the complete cost of providing all
labor, materials, tools, equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and
vertical location,
• Saw cutting, trench excavation, shoring and dewatering (if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and
unsuitable excavated material, excluding any asbestos cement pipe or fittings
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as
directed by the Engineer,
• Furnishing all required pipes, fittings, adapters, couplings and incidentals as required
for City's water department's personnel to perform the cut and cap,
• Excavating for and installing thrust block,
• Placing and compacting trench backfill,
• Replacing, protecting and /or maintaining existing utilities.
Bid Item C -16: Removal and Replacement of Unsuitable Foundation Material
Ton
Measurement for removal and replacement of unsuitable foundation material shall be
measured in tons based on the placed weight of material installed. Placement of
foundation material will be, measured only for the area(s) authorized by the Engineer.
Certified weight tickets shall accompany each load, a copy of tickets shall be given to the
Engineer daily. Wasted materials will not be included in the measurement or payment.
Payment for removal and replacement of unsuitable foundation material will be made at the
amount bid per ton, which payment will be complete compensation for all, labor, materials,
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-UEMS Sect 1- 09- 14.doc Page 37
NE 5th PL /Edmonds Ave NW Storm System Project
equipment, for excavation, removal and disposal of unsuitable foundation material,
furnishing, haul, placement, and compaction of foundation materials approved by the
Engineer, etc., required to complete this item of work in conformance with the Contract
Documents.
Bid Item C -17: Select Imported Trench Backfill (Ton)
Measurement for select imported trench backfill shall be measured in tons based on the
weight of material installed into the Work. Certified weight tickets shall accompany each
load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be
included in the measurement or payment. Only materials placed within the pay limits
shown will be considered for payment. Material placed outside of the pay limits shown on
the Plans or as approved by the Engineer will be deducted from the certified tickets.
Payment for select imported backfill will be made at the amount bid per ton, which payment
will be complete compensation for all labor, materials, tools, equipment, incidentals
necessary to furnish and install select import backfill, hauling, placement, compaction,
removal, haul and disposal of unsuitable excavated materials, waste and surplus materials,
etc., required to complete this item of Work in conformance with the Contract Documents. I
Bid Item C -18: Crushed Surfacing Top Course, Crushed Rock Backfill, �.
Crushed Rock for Shoulder Restoration (Ton)
Measurement for crushed surfacing top course and crushed rock backfill shall be
measured in tons based on the weight of material installed into the work. Certified weight
tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily.
Wasted materials will not be included in the measurement or payment. Only materials
placed within the pay limits shown will be considered for payment. Material placed outside
of the pay limits shown on the plans or as approved by the Engineer will be deducted from
the certified tickets.
Payment for crushed surfacing to course, crushed rock backfill, and crushed rock for
Y 9 P
shoulder restoration will be made at the amount Bid per ton, which payment will be
complete compensation for all labor, materials, equipment, hauling, placement, water,
compaction, removal and disposal of waste materials, etc. required to complete this item of
Work in conformance with the Contract Documents.
Bid Item C -19: 2" Temporary Cold Mix Asphalt Trench Patching (Ton)
Cold Mix Temporary Asphalt Trench Patching mix shall be capable of being placed in air
temperatures below freezing while remaining cohesive and flexible. Asphalt shall maintain
adhesive qualities in areas that are damp or wet at the time of application. Completed cold
mix asphalt temporary trench patching shall not show any significant signs of shoving,
rutting, tracking, kick -up, or ravel out while open to traffic. Each week, the engineer will
inspect the temporary patches. In the event that the furnished material does not meet the
above requirements, the Contractor shall be required to repair and replace unacceptable
material or provide hot mix asphalt pavement.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -ITEMS Sect 1- 09- 14.doc Page 38
f
NE 5th PL /Edmonds Ave NW Storm System Project
Measurement for 2" deep cold mix temporary asphalt trench patching shall be measured in
tons of cold mix asphalt over the completed surface of the patch. Measurement shall be as
defined by the limit of asphalt payment shown in the engineering drawings, unless
otherwise approved by the Engineer. Certified weight tickets shall accompany each load, a
copy of tickets shall be given to the Engineer. Wasted materials will not be included in the
measurement or payment. Only materials placed within the pay limits shown will be
considered for payment. Material placed outside of the pay limits shown on the plans or as
approved by the Engineer will be deducted from the certified tickets.
Payment for 2" deep Cold Mix Asphalt Trench Patching will be made at the amount Bid per
ton, which payment will be complete compensation for all labor, materials, haul, placing
gravel materials, including crushed surfacing top course, aggregate, asphaltic materials,
subgrade compaction, placement, roller compaction, haul to waste of spoil material,
cleanup, etc. required to complete this item of Work in conformance with the contract
documents. No additional payment will be made for work necessary to correct an asphalt
concrete patch not installed in accordance with specifications or for work necessary to
correct damage to curbs, gutters, utility structures, or other appurtenances resulting from
the Contractor's paving operations.
Bid Item C -20: H.M.A. Class %" PG 64 -22 for Roadway Restoration (Ton)
Measurement for HMA Class 1/2" PG 64 -22 for Roadway Restoration shall be measured in
tons. Pavement repair measurement width shall be as defined by the limit of patch
payment shown in the Plans and Contract Documents, unless otherwise approved by the
Engineer. Certified weight tickets shall accompany each load, a copy of tickets shall be
given to the Engineer daily. Wasted materials will not be included in the measurement or
payment. Only materials placed within the pay limits shown will be considered for payment.
Material placed outside of the pay limits shown on the plans or as approved by the
Engineer will be deducted from the certified tickets.
Payment for HMA Class 1/2" PG 64 -22 for Roadway Restoration will be made at the amount
Bid per ton, which payment will be complete compensation for all labor, materials, tools,
and equipment required to complete the work specified in the contract documents and
plans, and shall include but not be limited to the following:
• removal of temporary asphalt patching, grinding for overlay, pavement saw cutting,
water, haul, surface preparation, placing gravel materials including crushed surfacing
top course, and compaction
• Furnishing, placing, and compacting hot mix asphaltic materials, tack oil, placement,
final trench patch
• adjustment of utilities to grade, tack coat, joint sealing, cleanup, incidentals, etc.
required to complete this item of Work in conformance with the contract documents.
No additional payment will be made for work necessary to correct asphalt concrete
pavement not installed in accordance with specifications or for work necessary to correct
H:\FileSys\SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID-ITEMS Sect 1- 09- 14.doc Page 39
NE 5th PL /Edmonds Ave NW Storm System Project
damage to curbs, gutters, utility structures, or other appurtenances resulting from the
Contractor's paving operations.
Bid Item C -21: Removal and Replacement of Concrete Curb and Gutter
(Lineal Foot)
Measurement for remove and replace concrete curb and gutter shall be in lineal feet of
curb repair required for installation of utilities as shown in the Contract Documents, unless
otherwise approved by the Engineer.
Payment for remove and replace concrete curb and gutter will be made at the amount bid
per lineal foot, which payment will be complete compensation for all labor, materials, tools,
equipment required to complete the work specified in the contract documents and plans,
and shall include but not be limited to the following:
• Sawcutting, removal and disposal of existing curb and gutter
• Removal and disposal of surplus, unsuitable and /or waste materials
• Placing and compacting crushed surfacing top course for subgrade
• Furnishing and installing temporary formwork
• Furnishing and placing concrete and joint filler for new curb and gutter
Bid Item C -22: Concrete Driveway and /or Sidewalk Restoration (Square Yard)
Measurement for cement. concrete driveway and /or sidewalk restoration work will be based
on square yard of concrete driveway, to match existing, restored to a saw -line line cut as
directed by the Engineer.
Payment for driveway and /or sidewalk restoration will be made at the unit price bid per
square yard, which payment will be complete compensation for all labor, equipment,
materials, tools and incidentals to satisfactorily replace cement concrete driveway and
sidewalk as work specified in the contract documents and plans, and shall include but not
be limited to the following:
Sawcuttin existing driveway, sidewalk and existing pavement
• 9 9 Y, 9 p
• Removal and disposal of surplus, unsuitable and /or waste materials
• Placing and compacting crushed surfacing top course for subgrade
• Furnishing and installing formwork
• Furnishing, placing, compacting, and finishing concrete for new driveway and /or
sidewalk surface. Gravel driveway and gravel parking areas shall be restored under
landscape restoration.
t
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -rrEMS Sect 1- 09- 14.doc Page 40
INE 5th PL/Edmonds Ave NW Storm System Project
IBid Item C -23: Property and Landscape Restoration (Lump Sum
Measurement for Property and Landscape Restoration Work will be based on the
percentage of total Work complete, by dollar value, at the time of measurement.
Payment for landscape restoration will be made at the unit price bid per lump sum, which
payment will be complete compensation for all labor, equipment, materials, tools to
complete the work specified in the contract documents and plans, and shall include but not
be limited to the following:
' • Fine grading all areas disturbed by contractor's construction activities to the lines and
grades indicated on the contract plans
• Furnishing and installing select import backfill material, or native material as approved
by the Engineer, to match existing grade, compact material to 90% maximum density
• Hauling and disposing unsuitable, surplus and /or waste materials
' • Replacing and restoring any landscaping, rockeries, walls, tree removal and
replacement, trees, bark, and other improvements disturbed by construction activities,
as directed by the Engineer
• Preparation, placement, and maintenance of 3" depth topsoil and lawn sod per City
specifications as supplemented in the Special Provisions.
• Site cleanup of all areas disturbed by contractor's activities to match the conditions as
closely as existed prior to contractor's beginning work or as directed by the Engineer.
s
HAFile Sys \SWP - Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS- NE5th\24-
NE5th- BID -frEMS Sect 1- 09- 14.doc Page 41
t
�1
0
J
J
i
1 -10 TEMPORARY TRAFFIC CONTROL
1 -10.1 General
Section 1 -10.1 is supplemented by adding the following:
When the bid proposal includes an item for "Traffic Control," the work required for this item shall be
all items described in Section 1 -10, including, but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing and other
channelization devices, unless a pay item is in the bid proposal for any specific device and
the Special Provisions specify furnishing, maintaining, and payment in a different manner
for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control
labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs
and other traffic control devices; ,
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices, unless a pay item is in the bid proposal to
specifically pay for this work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
replacing of the construction signs and the traffic control devices destroyed or damaged
during the life of the project.
6. Removing existing signs as specified or a directed by the engineer and delivering to the
City Shops or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person responsible for
traffic control at the work site. The traffic control plan shall include descriptions of the
traffic control methods and devices to be used by the prime contractor, and subcontractors,
shall be submitted at or before the preconstruction conference, and shall be subject to
review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work
that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak traffic
periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special
provisions, or as directed by the Engineer.
10. Promptly removing or covering all nonapplicable signs during periods when they are not
needed.
If no bid item "Traffic Control" appears in the proposal then all work required by these sections will
be considered incidental and their cost shall be included in the other items of work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
equipment, or services which could not be usually anticipated by a prudent contractor for the
maintenance and protection of traffic, then a new item or items may be established to pay for such
items. Further limitations for consideration of payment for these items are that they are not covered
by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental,
and the accumulative cost for the use of each individual channelizing device, piece of equipment, or
service must exceed $200 in total cost for the duration of their need. In the event of disputes, the
Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items
will be by agreed price, price established by the Engineer, or by force account. Additional items
required as a result of the contractor's modification to the traffic control plan(s) appearing in the
contract shall not be covered by the provisions in this paragraph.
If the total 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
decrease.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc41
Traffic control and maintenance for the safety of the traveling public on this project shall be the sole
responsibility of Contractor and all methods and equipment used will be subject to the approval of
Owner.
Traffic control devices and their use shall conform to City of Renton standards and the Manual on
Uniform Traffic Control Devices.
Contractor shall not proceed with any construction until proper traffic control has been provided to
the satisfaction of Engineer. Any days lost due to improper traffic control will be' charged against
Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete
the Work.
1- 10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are revised as follows:
A TCS shall be on the project whenever traffic control labor is required or as authorized by the
Engineer.
The TCS shall assure that all the duties of the TCS are performed during the duration of the contract.
During nonwork periods, the TCS shall be able to be on the job site within a 45- minute time period
after notification by the Engineer.
1- 10.2(2) Traffic Control Plans !
Section 1- 10.2(2) is supplemented as follows:
The Contractor shall be responsible for assuring that traffic control is installed and maintained in
conformance to established standards. The Contractor shall continuously evaluate the operation of
the traffic control plan and take prompt action to correct any problems that become evident during
operation.
1 -10.3 Flagging, Signs, and All Other Traffic Control Devices
Section 1 -10.3 is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non - working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall ibe 3M diamond
grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers.
1- 10.3(3) Construction Signs
Section 1- 10.3(3) paragraph 4.is supplemented as follows:
No separate pay item will be provided in the bid proposal for Class A or Class B construction signs.
All costs for the work to provide Class A or Class B construction signs shall be included in the unit
contract price for the various other items of the work in the bid proposal.
1 -10.4 Measurement
Section 1 -10.4 is replaced with:
No specific unit of measurement will apply to the lump sum item of "Traffic Control'.
No adjustment in the lump sum bid amount will be made for overtime work or for use of relief
flaggers.
1 -10.5 Payment
Section 1 -10.5 is replaced with:
H:\File Sys \SWP Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th - Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc42
7
7
i
L
G
C
e
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:
"Traffic Control," lump sum.
The lump sum contract price shall be full pay for all costs not covered by other specific pay items in
the bid proposal for furnishing, installing, maintaining, and removing traffic control devices required
by the contract and as directed by the Engineer in conformance with accepted standards 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
when the total contract price increases or decreases by more than -25 percent.
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
Contracting Agency - furnished signs
The Lump Sum contract price shall be full pay for all costs involved when a person performs the
duties described in Section 1- 10.2(1)B including when performing traffic control labor duties.
The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle or
vehicles for the work described in Sections 1- 10.2(1)B and 1- 10.3(2).
1 -11 RENTON SURVEYING STANDARDS
The following is a new section with new subsections:
1- 11.1(1) Responsibility for surveys
All surveys and survey reports shall be prepared under the direct supervision of a person
registered to practice land surveying under the provisions of Chapter 18.43 RCW
All surveys and survey reports shall be prepared in accordance with the requirements established
by the Board of Registration for Professional Engineers and Land Surveyors under the
provisions of Chapter 18.43 RCW
1- 11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North American
Datum of 1983/91.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc43
All horizontal control for projects must be referenced to or in conjunction with a minimum of
two of the City of Renton's Survey Control Network monuments. The source of the coordinate
values used will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of WAC
332 -130 -060. The control base lines for all surveys shall meet or exceed the requirements for a
Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for
ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992
or comparable classification in future editions of said document. The angular and linear closure
and precision ratio of traverses used for survey control shall be revealed on the face of the
survey drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning system
methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error
analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control
Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy
Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1,
1989 or comparable classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American
Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network
benchmarks. If there are two such benchmarks within 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 bench
marks established.
1- 11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used
and the subdivision of the applicable quarter section.
Those surveys dependent on retracement 'of a plat or short plat shall reveal the controlling
monuments, measurements, and methodology used in that retracement.
1- 11.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with waterproof
pages. In cases where an electronic data collector is used field notes must also be kept with a
sketch and a record of control and base line traverses describing station occupations and what
measurements were made at each point.
Every point located or set shall be identified by a number and a description. Point numbers shall
be unique within a complete job. The preferred method of point numbering is field notebook,
page and point set on that page. Example: The first point set or found on page 16 of field book
348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s) provided by the City
or the original field notebook(s) used by the surveyor will be given to the City. For all other
work, surveyors will provide a copy of the notes to the City upon request. In those cases where
an electronic data collector is used, a hard copy print out in ASCII text formatwill 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:
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc44
t
t
1
L7
• 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.
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.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc45
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
1
with the King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar,
and the original or a photographic mylar thereof will be submitted to the City of Renton.
The survey drawings shall meet or exceed the requirements of WAC 332 -130 -050 and shall
conform to the City of Renton's Drafting Standards. American Public Works Association
symbols shall be used whenever possible, and a legend shall identify all symbols used if each
point marked by a symbol is not described at each use.
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
1
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.
141.1(7) Precision Levels
Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of
section 1 -05 and 1 -11.1.
'
Vertical surveys for the establishment of bench marks shall meet or exceed the standards,
specifications and procedures of third order elevation accuracy established by the Federal
Geodetic Control Committee.
Bench marks must possess both permanence and vertical stability. Descriptions of bench marks
must be complete to insure both recoverability and positive identification on recovery.
1- 11.1(8) Radial and Station --Offset Topography
Topographic surveys shall satisfy all applicable requirements of section 1 A 1.1 herein.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc45
All points occupied or back sighted in developing radial topography or establishing baselines for
station -- offset topography shall meet the requirements of section 1 -11.1 herein.
The drawing and electronic listing requirements set forth in section 1 -11.1 herein shall be
observed for all topographic surveys.
1- 11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be
determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic
Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling
with elevation differences determined in at least two directions for each point and with
misclosure of the circuit not to exceed 0.1 feet.
1- 11.1(10) Station -- Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and shall
satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not
exceed 0.1 foot's error as to side shots.
1- 11.1(11) As -Built Survey
All improvements required to be "as- built" (post construction survey) per City of Renton Codes,
TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both
horizontally and vertically by a Radial survey or by a Station offset survey. The "as- built"
survey must be based on the same base line or control survey used for the construction staking
survey for the improvements being "as- built ". The "as- built" survey for all subsurface
improvements should occur prior to backfilling. Close cooperation between the installing
contractor and the "as- builting" surveyor is therefore required.
All "as- built" surveys shall satisfy the requirements of section 1- 11.1(1) herein and shall be
based upon control or base line surveys made in conformance with these Specifications.
The field notes for "as- built" shall meet the requirements of section 1- 11.1(4) herein and
submitted with stamped and signed "as- built" drawings which includes a statement certifying the
accuracy of the "as built ".
The drawing and electronic listing requirements set forth in section 1- 11.1(6) herein shall be
observed for all "as- built" surveys.
1- 11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 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 1- 11.1(5), shall meet the requirements of section 1-
11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the
monument shall be set below the ground surface and contained within a lidded case kept
separate from the monument and flush with the pavement surface, per section 1- 11.2(3).
In the case of right of way centerline monuments all points of curvature (PC), points of tangency
(PT), street intersections, center points of cul -de -sacs shall be set. If the point of intersection, PI,
for the tangents of a curve fall within the paved portion of the right of way, a monument can be
set at the PI instead of the PC and PT of the curve.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc46
1
i
1
fFor all non corner monuments set while under contract to the City of Renton or as part of a City
of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the
city) ' identifying the monument; point of intersection (PI), point of tangency (PT), point of
curvature (PC), one- sixteenth corner, Plat monument, street intersection, etc., complete with a
description of the monument, a minimum of two reference points and NAD 83/91 coordinates
and NAVD 88 elevation shall be filled out and filed with the city.
I
I7
t
�i
(�
LI
1
1 -11.2 Materials
1- 11.2(1) Property /Lot Corners
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 by the surveyor at the time of installation.
1- 11.2(2) Monuments
Monuments per 1- 11.1(5) shall. meet the requirements as set forth in City of Renton Standard
Plans page H031 and permanently marked or tagged with the surveyor's identification number.
1- 11.2(3) Monument Case and Cover
Materials shall meet the requirements of section 9 -22 and. City of Renton Standard Plans page
H031.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc47
'I
2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
a 1
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 I 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
I
shall be replaced in kind at the Contractor's expense.
Existing landscaping outside the construction limits, including but not limited toi sod, rockeries,
beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from Idamage.
The property owners shall be responsible for removing and/or relocating irrigation equipment, trees,
shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the
construction limits that they wish to save. The Contractor shall give property owners 10 days'
written notice prior to removing landscaping materials. 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.
I
The Contractor shall receive approval from the Engineer prior to removal.
2 -01.2 Disposal of Usable Material and Debris
Section 2 -01.2 is supplemented as follows:
The Contractor shall dispose of all debris by Disposal Method No. 2 — Waste Site.
i
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
herein and shown in the Plans, including removing trees and shrubbery where shown' in the Plans and
directed by the Engineer.
i
2 -02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS !
I
2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs
t
Section 2- 02.3(3) is revised and supplemented as follows:
Item "1." Is revised as follows:
In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken -up pieces
to some off - project site.
The section is supplemented as follows:
i
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. j
i
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc48
t
t
t
t
2 -02.4 Measurement
Section 2 -02.4 replaces the existing vacant section:
Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot
along the sawcut, full depth. Wheelcutting of pavement will not be measured for separate payment,
but shall be included in other items of Work.
2 -02.5 Payment
Section 2 -02.5 is supplemented by adding:
"Saw Cutting ", per Lineal Foot.
"Remove Sidewalk ", per Square Yard.
"Remove Curb and Gutter ", per Lineal Foot.
"Cold Mix ", per Ton
"Remove Asphalt Concrete Pavement," per square yard.
"Remove Cement Concrete pavement," per square yard.
"Remove existing ," per
All costs related to the removal and disposal of structures and obstructions including saw cutting,
excavation, backfilling and temporary asphalt shall be considered incidental to and included in other
items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie
within an excavation area and are not mentioned as separate pay items, their removal will be paid for
as part of the quantity removed in excavation. If they are mentioned as a separate item in the
proposal, they will be measured and paid for as provided under Section 2 -02.5, and will not be
included in the quantity calculated for excavation.
2 -03 ROADWAY EXCAVATION AND EMBANKMENT
2 -03.3 Construction Requirements
Section 2 -03.3 is supplemented by adding the following:
Roadway excavation shall include the removal of all materials excavated from within the limits
shown on the plans. Suitable excavated material shall be used for embankments, while surplus
excavated material or unsuitable material shall be disposed of by the Contractor.
Earthwork quantities and changes will be computed, either manually or by means of electronic data
processing equipment, by use of the average end area method. Any changes to the proposed work as
directed by the Engineer that would alter these quantities shall be calculated by the Engineer and
submitted to the Contractor for his review and verification.
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the
Engineer, shall not be paid for. All work and material required to return these areas to their original
conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense.
All areas shall be excavated, filled, and/or backfilied as necessary to comply with the grades shown
on the Plans. In filled and backfilied 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.
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections,
grades and elevations shown. Care shall be taken not to excavate below the specified grades. The
contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash
and other debris until final acceptance of the Work.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc49
Following removal of topsoil or excavation to grade and before placement of fills on base course, the
subgrade under the roadway shall be proof - rolled to identify any soft or loose areas which may
warrant additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free from
standing water.
Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken
to place excavated material at the optimum moisture content to achieve the specified compaction.
Any native material used for fill shall be free of organics and debris and have a maximum particle
size of 6 inches.
It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated
with water. The measures may include sloping to drain, compacting the native materials, and
diverting runoff away from the materials. If the Contractor fails to take such preventative measures,
any costs or delay related to drying the materials shall be at his own expense.
If the native materials become saturated, it shall be the responsibility of the Contractor to dry the
materials, to the optimum moisture content. If sufficient acceptable native soils are not available to
complete construction of the roadway embankment, Gravel Borrow shall be used.
If subgrade trimmer is not required on the project, all portions of Section 2 -03 shall apply as though a
subgrade trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to complete
construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-
03..14 of the Standard Specifications shall be used.
2 -03.4 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
the point of loading. The contractor shall provide truck tickets for each .load removed. Each ticket
shall have the truck number, time and date, and be approved by the engineer.
2 -03.5 Payment
Section 2 -03.5 is revised as follows:
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:
"Roadway Excavation Including Haul," Per Cubic Yard
"Unsuitable Foundation Excavation Including Haul," Per Cubic Yard
"Gravel Borrow Including Haul," Per Ton
When the Engineer orders excavation below subgrade, unit contract prices for roadway excavation
and haul shall apply, unless the work and/or equipment to perform the work differs materially from
the excavation above subgrade, then payment will be in accordance with the item "Unsuitable
Foundation Excavation Including Haul ". In this case, all items of work other than roadway excavation
shall be paid at unit contract prices.
The unit contract price per cubic yard for "Roadway Excavation Including Haul" shall be full pay for
excavating, loading, placing, or otherwise disposing of the material.
The unit contract price per cubic yard for "Unsuitable Foundation Excavation Including Haul" shall
be full pay for excavating, loading, and disposing of the material.
I
I
I
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc50
I
t
1
1
!d
t
t
fl
t
t
t
1
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.
2 -06 SUBGRADE PREPARATION
2 -06.5 Measurement and Payment
Section 2 -06.5 is supplemented by adding the following:
Subgrade preparation and maintenance including watering shall be considered as incidental to the
construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid
prices.
2 -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 included
in the unit contract price for structure excavation, Class A or B.
The third paragraph is replaced with:
If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall
include all costs for loading and hauling the material the full required distance, otherwise all such
disposal costs shall be considered incidental to the work.
2 -09.4 Measurement
Section 2 -09.4 is revised and supplemented as follows:
Gravel backfdl. 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.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc51
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:
"Structure Excavation Class A ", per cubic yard.
"Structure Excavation Class B ", per cubic yard.
"Structure Excavation Class A Incl. Haul ", per cubic yard.
"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
contract price per cubic yard for "Structure Excavation Class A or B" 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" or "Structure Excavation Incl Haul" are not
listed as pay items in the contract.
"Shoring or Extra Excavation Class B ", per square foot.
The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and
other work required when extra excavation is used in lieu of constructing shoring. If select backfill
material is required for backfilling within the limits of the structure excavation, it shall also be
required as backfill material for the extra excavation at the Contractor's expense. Any excavation or
backfill material being paid by unit price shall be calculated by the Engineer only for the neat line
measurement of the excavation and shall not include the extra excavation beyond the neat line.
If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of
the excavation is such that shoring or extra excavation is required as determined by the Engineer, then
shoring or extra excavation shall be considered incidental to the work involved and no further
compensation shall be made.
"Gravel Backfill (Kind) for (Type of Excavation) ", per cubic yard or per Ton.
"Controlled Density Fill ", per cubic yard.
When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of
the Engineer that such per ton backfill is only being used for the specified purpose and not for
purposes where backfill is incidental or being paid by cubic yard. Evidence .that per ton gravel
backfill is not being used for its designated purpose shall be grounds for the Engineer to deny
payment for such load tickets.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
.NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc52
C�
t
t
J
t
t
t
t
t
I I
1
h
t
�l
t
t
it
t
1
5 -04 ASPHALT CONCRETE PAVEMENT
5- 04.3(7)A Mix Design
Item 2 is deleted and replaced with:
1. Nonstatistical HMA Evaluation. The contractor shall submit a certification that the
mix design submitted meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6). The
contractor must submit the mix design using DOT Form 350 -042 EF. Verification of the
mix design by the Contracting Agency is not needed. The 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
may be made per Section 9- 03.8(7).
5- 04.3(8)A Acceptance Sampling and Testing —HMA Mixture
Item 1 is deleted and replaced with:
1. , General. Acceptance of HMA shall be as provided under nonstatistical or commercial
evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores,
prelevel, and pavement repair. Other nonstructural applications as approved by the Project
Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the
option of the Engineer. The proposal quantity of HMA that is accepted by commercial
evaluation will be excluded from the quantities used in the determination of nonstatistical
evaluation.
Item 7 is deleted.
5-04.5(1)A Price Adjustments for Quality of HMA
Section is deleted and replaced with:
Statistical analysis of quality of gradation and asphalt content will be performed based on
Section 1 -06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor "f'
All aggregate passing: 1 '' /z", 111, 3/",
'' /z ", 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
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc53
A pay factor will be calculated for sieves listed in Section 9- 03.8(7) for the class. of HMA and
for the asphalt binder.
1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical
Evaluation and having all constituents falling within the tolerance limits of the job
mix formula shall be accepted at the unit contract price with no further evaluation.
When one or more constituents fall outside the nonstatistical acceptance tolerance
limits in Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1- ,
06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be
used in the calculation of the CPF and the maximum CPF shall be 1.00. When less
than three sublots exist, backup samples of the existing sublots or samples from the
street shall be tested to provide a minimum of three sets of results for evaluation.
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.
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.
i
5- 04.5(1)A Price Adjustments for Quality of HMA Compaction
Section is deleted and replaced with:
The maximum CPF of a compaction lot is 1.00
For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming
Compaction Factor (NCCF) will be determined. THE NCCF equal's the algebraic
difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment
will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and
the unit contract price per ton of the mix.
�I
I�
HAFile Sys \SWP -Surface Water Projects \SWP -27 -Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc54
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
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
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc55
SECTION 1 PURPOSE
The purpose of this code section is to establish guidelines for the restoration of City streets disturbed
by installation of utilities and other construction activities. Any public or private utilities, general
contractors, or others permitted to work in the public right -of -way will adhere to the procedures set
forth in this policy.
SECTION 2 DEFINITIONS
Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer,
or their designated representative.
SECTION 3 HOURS OF OPERATIONS
Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by
the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer.
SECTION 4 APPLICATION
1. The following standards shall be followed when doing trench or excavation work within
the paved portion of any City of Renton right -of -way.
2. Modifications or exemptions to these standards may be authorized by the.
Planning/Building/Public Works Administrator, or authorized representative, upon
written request by the permittee, their contractor or engineer and demonstration of an
equivalent alternative.
SECTION 5 INSPECTION
The Engineer may determine in the field that a full street -width (edge -of- pavement to edge -of-
pavement) overlay is required due to changes in the permit conditions such as, but not limited to the
following:
1. There has been damage to the existing asphalt surface due to the contractor's equipment.
2. The trench width was increased significantly or the existing pavement is undermined or
damaged.
3. Any other construction related activities that require additional pavement restoration.
SECTION 6 CITY OF RENTON STANDARDS
1. All materials and workmanship shall be in accordance with the City of Renton Standard
and Supplemental Specifications (current adopted version) except where otherwise noted
in these Standards. Materials and workmanship are required to be in conformance with
standards for the Standard Specifications for Road, Bridge, and Municipal Construction
prepared by the Washington State Chapter of the American Public Works Association
(APWA) and the Washington State Department of Transportation (WSDOT) and shall
comply with the most current edition, as modified by the City of Renton Supplemental
Specifications.
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
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc55
minimums and may be increased by the Engineer to meet traffic loads or site
conditions.
SECTION 7 REQUIREMENT FOR PATCHING, OVERLAY, OVERLAY WIDTHS
All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall be a
minimum of one foot (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: 11032A).
b Any affected lane will be ground down two inches (2 ") and paved for the entire width
of the lane.
c Patch shall be a minimum of one foot (1') beyond the excavation and patch length
shall be a minimum of an entire traveled lane.
d If the outside of the trenching is within three feet (3') of any adjacent lane line, the
entire adjacent traveled lane affected will be repaved
e An area including the trench and one foot (1') on each side of the trench but not less
than six and one half feet (6.5') total for the entire width of the affected traveled lanes
will be ground down to a depth of two inches (2 "). A two -inch (2 ") overlay of Class
B asphalt will be applied per City standards.
2. Trenches Running Parallel With the Street:
a The minimum width of a longitudinal patch shall be four and one -half feet (4.5'). See
City of Renton Standard Plan Drawing #HR -05 (SP Page H032).
b If the trenching is within a single traveled lane, an entire lane -width overlay will be
required.
c If the outside of the trenching is within three feet (3') of any adjacent lane line, the
entire adjacent traveled lane affected will be overlaid.
d If the trenching is greater than, or equal to 30% of lane per block (660 -foot maximum
block length), or if the total patches exceed 12 per block, then the lanes affected will
be overlaid. Minimum overlay shall include all patches within the block section.
e The entire traveled lane width for the length of the trench and an additional ten feet
(10') at each end of the trench will be ground down to a depth of two, inches (2 "). A
two -inch (2 ") overlay of Class B will be applied per City standards.
3. Potholing:
Potholing shall meet the same requirements as trenching and pavement restoration.
Potholing shall be a minimum of one foot (1') beyond the excavation. All affected lanes
will be ground down to a depth of two inches (2 ") and paved not less than six and one
half feet (6.5') wide for the entire width of the lane. Potholes greater than five feet (5') in
length, width or diameter shall be restored to trench restoration standards. In all cases,
potholes shall be repaired per Renton Standard Plan # HR05 (SP Page H032).
Restoration requirements utilizing vactor equipment will be determined by the
engineer.
SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING
The contractor in all cases can remove the pavement in the replacement area instead of grinding out
the specified two inches (2 ") of asphalt. Full pavement replacement to meet or exceed the existing
pavement depth will be required for the area of pavement removal.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc56
1
t
H"
t
F1
t
011
Hill
I
t
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).
I
2. All trench and pavement cuts, which will not be overlaid, shall be made by sawcut or
grinding. ` Sawcuts shall be a minimum of two feet (2') outside the excavated trench
width.
3. All trenching within the top four feet (4') shall be backfilled with crushed surfacing
materials conforming to Section 4 -04 of the Standard Specifications. Any trenching over
four feet (4') in depth may use materials approved by the Engineer or Materials Lab for
backfilling below the four -foot (4') depth. If the existing material (or other material) is
determined by the Engineer to be suitable for backfill, the contractor may use the native
material, except that the top six inches (6 ") shall be crushed surfacing top course
material. The trench shall be compacted to a minimum ninety -five percent (95 %)
density, as described in Section 2 -03 of the Standard Specifications. In the top six feet
(6) of any trench, backfill compaction shall be performed in eight to 12 -inch (8 -12 ") lifts.
Any trench deeper than six feet (6) may be compacted in 24 -inch lifts, up to the top six -
foot (6) zone.
All compaction shall be performed by mechanical methods. The compaction tests may
be performed in maximum four -foot (4') vertical increments. The test results shall be
given to the Engineer for review and approval prior to paving. The number and location
of tests required shall be determined by the Engineer.
4. Temporary restoration of trenches for overnight use shall be accomplished by using MC
mix (cold mix), Asphalt Treated Base,(ATB), or steel plates, as approved by the
Engineer. ATB used for temporary restoration may be dumped directly into the trench,
bladed out and rolled. After rolling, the trench must be filled flush with asphalt to
provide a smooth riding surface. If the temporary restoration does not hold up, the
Contractor shall repair the patch within eight hours of being notified of the problem by
the City. This requirement applies 24 hours per day, seven days a week. In the event that
the City determines to repair the temporary patch, the contractor shall reimburse the City
in an amount that is double the City's cost in repairing the patch, with the second half of
the reimbursement to represent City overhead and hidden costs.
5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required
and indicated on City of Renton Standard Plans #HR -05, HR -23, and HR -22 (SP Pages
#H032, H032A, and H033) or as directed by the Engineer. The grade of asphalt shall be
AR- 4000W. The materials shall be made in conformance with Section 9- 02.1(4) of the
Standard Specifications.
6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be
emulsified asphalt grade CSS -1, as specified in Section 9- 02.1(6) of the Standard
Specifications. Tack shall be applied as specified in Section 5 -04 of the Standard
Specifications.
7. Asphalt Concrete Class E or Class B, shall be placed in accordance with Section 5 -04 of
the Standard Specifications; except those longitudinal joints between successive layers of
asphalt concrete shall be displaced laterally a minimum of twelve inches (12 "), unless
otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance
with Section 9 -03.8 of the Standard Specifications.
All street surfaces, walks or driveways within the street trenching areas shall be feathered
and shimmed to an extent that provides a smooth - riding connection and expeditious
drainage flow for the newly paved surface.
Feathering and shimming shall not decrease the minimum vertical curb depth below four
inches (4 ") for storm water flow. The Engineer may require additional grinding to
increase the curb depth available for storm water flow in areas that are inadequate.
Shimming and feathering, as required by the Engineer, shall be accomplished by raking
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc57
out the oversized aggregates from the Class B mix as appropriate.
Surface smoothness shall be per Section 5- 04.3(13) of the Standard Speeifications. 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 ibeing 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, thatjthe restoration
meets these specifications.
8. All joints shall be sealed using paving asphalt AR- 4000W.
9. When trenching within the unpaved roadway shoulder(s), the shoulder shall be restored
to its original condition, or better.
10. The final patch or overlay shall be completed as soon as possible and shall not exceed
fifteen G 5) working days after first opening the trench. This time frame may be adjusted
if delays are due to inclement paving weather or other adverse conditions that may exist.
However, delaying of final patch or overlay work is subject to the Engineer's approval.
The Engineer may deem it necessary to complete the work within the fifteen (15)
working day time frame and not allow any time extension. Should this occur, the
Contractor shall perform the necessary work, as directed by the Engineer
11. A City of Renton temporary Traffic Control Plan (from Renton Transportation
Engineering) shall be submitted and approved by the Engineer a minimum of three (3)
working days prior to commencement of work.
SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS
REQUIRED
The Permittee will be required to remove utility locate marks on sidewalks only within the
Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job
completion.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc58 i
t
t
I
r�
[a
u
t
I�
70
- 1 DRAINS .
7 -01.2 Materials
The second paragraph of Section 7 -01.2 is revised as follows:
' Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I,
aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized)
steel. with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated
polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used.
t
t
t
t
t
7 -01.3 Construction Requirements
Section 7 -01.3 is revised as follows:
The second paragraph is revised as follows:
PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as
described in Section 9 -04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be jointed
with snap -on, screw -on, or wraparound coupling bands as recommended by the manufacturer of the
tubing.
The sixth paragraph is revised as follows:
PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in
Section 9 -04.8 or solvent cement as described in Section 9 -04.9, at the option of the Contractor unless
otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing
underdrain pipe shall be jointed with snap -on, screw -on, or wraparound coupling bands, as
recommended by the manufacturer of the tubing.
7 -01.4 Measurement
Section 7 -01.4 is supplemented adding the following:
When the contract does not include "structure excavation Class B" or "Structure excavation Class B
including haul" as a pay item all costs associated with these items shall be included in other contract
pay items.
7 -02 CULVERTS
7 -02.2 Materials
The second paragraph of Section 7 -02.2 is revised and supplemented as follows:
Where steel or aluminum are referred to in this Section in regard to a kind of culvert pipe, pipe arch,
or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I
or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum
alloy as specified in Sections 9 -05.4 and 9 -05.5. Where plain or reinforced concrete, steel, or
aluminum are referred to in Section 7 -02 it shall be understood that reference is also made to PVC.
7 -04 STORM SEWERS
7 -04.2 Materials
The second paragraph of Section 7 -04.2 is d replaced as follows:
Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, it
shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated corrugated iron
or steel and aluminum is corrugated aluminum alloy as specified in Sections 9 -05.4 and 9 -05.5.
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
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th - Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc59
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
by Engineer Contractor his /her to
products, and such action will not relieve of responsibility perform
field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor's
own expense.
I
7- 04.3(2) Abandon Existing Storm Drain Pipe (New Section) (Project SWP)
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
specified in Section 7- 08.3(4) (Plugging Existing Pipe).
Existing pipe adjacent to the ends to be plugged shall be removed, subject to the limits approved by
the Engineer, to allow for the plugging and abandonment of the remaining existing pipe.
7- 04.3(3) Television Inspection (New Section) (Project No. SWP, 27)
All storm drain main lines and laterals constructed as part of this project shall be inspected by the use
of a television camera before substantial completion. The costs incurred in making the inspection
shall be paid for under "Television Inspection."
The Contractor shall bear all costs incurred in correcting any deficiencies found during television
inspection, including the cost of any additional television inspection that may be !required by the
Engineer to verify the correction of said deficiency.
The Contractor shall be responsible for all costs incurred in any television inspection performed
solely for the benefit of the Contractor.
Once the "Television Inspection" has been completed, the Contractor shall submit to the Engineer the
written reports of the inspection plus the video recordings. Video recordings shalllbe in color and
provided on compact disc in Moving Picture Experts Group (MPEG) format and compatible for
viewing using Microsoft Windows Media Player, Apple QuickTime Player, and Adobe Flash Player.
The Contractor shall use television inspection report forms as considered industry !standard and as
approved by the Engineer, and provide completed forms and video recordings of the completed
"Television Inspection" to the Engineer.
7 -04.4 Measurement
The first paragraph of Section 7 -04.4 is revised as follows:
The length of storm sewer pipe will be the number of linear feet of completed installation measured
along the invert and will include the length through elbows, tees, and fittings. The number of linear
feet will be measured from the center of manhole or from the center of catch basin to center of catch
basins and similar type structures.
7 -04.5 Payment
The second and third paragraphs of Section 7 -04.5 are revised as follows:
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 standard plans, shall be considered incidental to the pipe and no additional payment
shall be made.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th -Ed onds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc6o
7 -05 MANHOLES, INLETS, AND CATCH BASINS
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.
iThe 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 B074, 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
1 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
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
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc61
Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and
included in the unit contract prices for other items.
Cost of connecting pipe to structures shall be included in the various unit contract prices for storm
sewer pipe, and no additional compensation will be allowed.
I
Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of
Structure and Obstruction ". No separate payment will be made.
7 -05 MANHOLES, INLETS, AND CATCH BASINS
7 -05.3 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.
iThe 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 B074, 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
1 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
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
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc61
frame two feet. The base materials and crushed rock be removed Class 3000
plus shall and 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
frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The
existing concrete pavement and edge of the casting shall be painted with hot asphalt cement.
Adjustments in the inlet structure shall be constructed in the same manner and of the same material as
that required for new inlets. The inside of the inlets shall be mortared and plastered.
Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to
grade in the same manner as for manholes.
Valve box castings: Adjustments of valve box castings shall be made in the same manner as for
manholes.
7- 05.3(2) Abandon Existing Manholes
Section 7- 05.3(2) is revised as follows:
( * * * * * *)
Where it is required that an existing manhole be abandoned, the structure shall be broken down to a
depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base
shall be fractured to prevent standing water, and the manhole filled with sand and compacted to
90 percent density as specified in Section 2- 03.3(14)C. Debris resulting from breaking the upper part
of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and
cover shall be salvaged and all other surplus material disposed of.
7- 05.3(3) Connections to Existing Manholes
Section 7- 05.3(3) is supplemented by adding the following:
( * * * * * *)
Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, curb
inlets and/or manholes. The contractor shall be required to core drill into the structure, shape the new
pipe to fit and re -grout the opening in a workmanlike manner. Where directed by the engineer or
where shown on the plans, additional structure channeling will be required.
Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to
"Kor -n -Seal boots. Existing sanitary sewer manholes shall be cleaned. Repaired, and rechanneled as
necessary to match the new pipe configuration and as shown on the construction plans.
A "connection to existing" item will be allowed at any connection of a new line to an existing
structure, or the connection of a new structure to 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.
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.
1
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th - Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc62
r-,
II
1
i�
f]
fl
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
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP -7
(Sweep of brush off blast)
Application: Shop/Field
The drying time between coats shall not exceed 24 hours in any case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of Wasser MC- Aroshield (2.0 mils DFT)
Finish: Two or more coats of Wasser MC- Aroshield (min. 4.0 mils DFT)
Color: White
7 -05.4 Measurement
Section 7 -05.4 is revised and supplemented as follows:
Manholes will be measured per each. Measurement of manhole heights for payment purposes will be
the distance from finished rim elevation to the invert of the lowest outlet pipe.
Adjustments of new structures and miscellaneous items such as valve boxes shall be considered
incidental to the unit contract price of the new item and no further compensation shall be made.
Adjustment of existing structures and miscellaneous items such as valve boxes shall be measured by
"Adjust Existing ," per each, which shall be full pay for all labor and materials including all
concrete for the completed adjustment in accordance with Section 7- 05.3(1) and the City of Renton
Standard Details.
Connection to existing pipes and structures shall be measured per each.
7- 08.3(1)C Bedding the Pipe
Section 7- 08.3(1)C is supplemented by adding the following:
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc63
7 -05.5 Payment
Section 7 -05.5 is supplemented as follows:
"Adjust Existing ," per each.
The unit contract price per each for "Adjust Existing shall be full pay for all costs necessary to
make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer.
If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the
schedule of prices then the work will be considered incidental and its cost should be included in the
cost of the pipe.
"Connect to Existing Catch Basin," per each.
"Connect Structure to existing pipe," per each.
7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS
7- 08.3(1)C Bedding the Pipe
Section 7- 08.3(1)C is supplemented by adding the following:
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc63
Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9-
03.12(3). It shall be placed to a depth of 6" over and 6" 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.
7- 08.3(2)A Survey Line and Grade
Section 7- 08.3(2)A is replaced with:
Survey line and grade control shall be provided in accordance with Sections 1 -05.4, 1 -05.5 and 1 -11
in a manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by means of a
laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the
written approval of the Engineer.
7- 08.3(2)B Pipe Laying — General
Section 7- 08.3(2)B is supplemented by adding the following:
Checking of the invert elevation of the pipe may be made by calculations from measurements on the
top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At
manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the
(eight- tenths) flow elevation, unless otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and
free fall. All pipe handling equipment shall be acceptable to the ENGINEER. Pipe shall not be
placed directly on rough ground but shall be supported in a manner which will protect the pipe against
injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or
coating show defects that may be harmful as determined by the ENGINEER. Such damaged lining or
coating shall be repaired, or a new undamaged pipe shall be furnished and installed.
The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not
damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced.
All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position
in the trench. Pipe shall be kept clean during and after laying. All openings in the pipe line shall be
closed with water tight expandable type sewer plugs at the end of each day's operation or whenever
the pipe openings are left 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.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc64
I
1
i
1
t
1
t
7- 08.3(2)E Rubber Gasketed Joints
Section 7- 08.3(2)E is supplemented as follows:
Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the pipe or
joint system. Any damaged pipe shall be replaced by the Contractor at his expense.
7- 08.3(2)H Sewer Line Connections
Section 7- 04.3(2)H is supplemented by adding the following:
All connections not occurring at a manhole or catch basin shall be done utilizing pre- manufactured
tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed
for use in making connections shall be subject to approval by the Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall
be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the
existing main is constructed of vitrified clay, plain or reinforced concrete, cast or ductile iron pipe, the
existing main shall be core drilled.
Connections (unless booted connections have been provided for) to existing concrete manholes shall
be core - drilled, and shall have an "O ring rubber gasket meeting ASTM C -478 in a manhole
coupling equal to the Johns- Manville Asbestos- Cement collar, or use a conical type flexible seal equal
to Kor -N -Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the
Engineer.
7- 08.3(2)J Placing PVC Pipe
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 at the point of
connection.
j7 -08.4 Measurement
The first paragraph of Section 7 -08.4 is revised as follows:
Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations,
shall be measured by the cubic yard, including haul, as specified in 2 -09, or 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:
"Gravel Backfill for Foundations Class ", per cubic yard, or Ton.
"Gravel Backfill for Pipe Zone Bedding ", per cubic yard, or 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.
"Plugging Existing Pipe ", per each.
"Commercial Concrete ", per cubic yard.
"Structure Excavation Class B ", per cubic yard.
"Structure Excavation Class B Incl. Haul ", per cubic yard.
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.
"Shoring or Extra Excavation Class B ", per square foot.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NESth- City- SpecProv- 2006- DCv03.doc65
t
t
7 -09 PIPE AND FITTINGS FOR WATER MAINS
7- 09.3(15)A Ductile Iron Pipe
The first paragraph of Section 7- 09.3(15)A is revised as follows:
Long radius (500 feet or more) curves, either horizontal or vertical, may be laid with standard pipe by
deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the
Contractor can assume that the curves can be made by deflecting the joints with standard lengths of
pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The
amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not
exceed one half of 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 and Fittings with Polyethylene Encasement
The title and text of section 7- 09.3(17) has been revised as follows:
The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene
encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall
also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8 mil.
polyethylene plastic in accordance with Section 4 -5 of ANSI 21.5 or AWWA C105.
The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall
be repaired in accordance withANSI/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.
1
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NESth\23 NE5th- City- SpecProv- 2006- DCv03.doc66
t
I]
t
t
t
t
7- 09.3(19)A Connections to Existing Mains
Section 7- 09.3(19)A is revised and supplemented as follows:
The Contractor may be required to perform the connection during times other than normal working
hours. The Contractor shall not operate any valves on the. existing system: Water system personnel
will operate all valves on the existing system for the Contractor when required.
No Work shall be performed on the connections unless a representative of the water department is
present to inspect the Work.
When not stated otherwise in the special provisions or on the plans, all connections to existing water
mains will be done by City forces as provided below:
City Installed Connections:
Connections to existing piping and tie -ins are indicated on the drawings. The Contractor must verify
all existing piping, dimensions, and elevations to assure proper fit.
Connections to the existing water main shall not be made without first making the necessary
arrangements with the Engineer in advance.
A two -week advance notice shall be required for each connection which requires a cutting of the
existing water mains or a shut -down of the existing water mains. The City reserves the right to re-
schedule the connection if the Work area is not ready at the scheduled time for the connection.
Work shall not be started until all the materials, equipment and labor necessary to properly complete
the Work are assembled on site.
The Contractor shall provide all saw - cutting, removal and disposal of existing surface improvements,
excavation, haul and disposal of unsuitable materials, shoring, de- watering, foundation material, at
the connection areas before the scheduled time for the connection by the City. The Contractor shall
provide all materials necessary to install all connections as indicated on the construction plans,
including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete
the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at
the connections, backfill and surface restoration at the locations shown on the plans for the
connections to the existing water mains.
The City will cut the existing main and assemble all materials.
7- 09.3(21) Concrete Thrust Blocking and Dead -Man Block .
Section 7- 09.3(21) has been supplemented by adding the following:
Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to
The City of Renton standard details for general blocking, and vertical blocks herein. All fittings to be
blocked shall be wrapped with 8 -mil polyethylene plastic. Concrete blocking shall be properly
formed with plywood or other acceptable forming materials and shall not be poured around joints.
The forms shall be stripped prior to backfilling. Joint restraint (shackle rods), where required, shall
be installed in accordance with section 7- 11.3(15).
Provide concrete dead -man blocks at locations shown on the plans. The dead -man block shall include
reinforcing steels, shackle rods, installation and removal of formwork.
Blocking shall be commercial concrete (hand mixed concrete is not allowed) and poured in place.
7- 09.3(23) Hydrostatic Pressure Test
Section 7- 09.3(23) is supplemented and revised as follows:
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCvo3.doc67
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.
The quantity of water required to restore the pressure shall be accurately determined by either 1)
pumping from an open container of suitable size such that accurate volume measurements can be
made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit
pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per
revolution. The meter shall be approved by the Engineer.
Acceptability of the test will be determined by two factors, as follows:
1. The quantity of water lost from the main shall not exceed the number of gallons per hour as
listed in the following table.
2. The loss in pressure shall not exceed 5 psi during the 2 hour test period.
All water used to perform hydrostatic pressure shall be charged a usage fee.
Allowable leakage per 1000 ft. of pipeline* in GPH
*If the pipeline under t
est contains sections of various diameters, the allow
able leakage will be the
sum of the computed leakage for each size. For those diameters or pressures not listed, the formula
below shall be used:
The quantity of water lost from the main shall not exceed the number of gallons per hour as
determined by the formula
L= P
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
The paragraph stating that `:`There shall not be an appreciable or abrupt loss in pressure during the 15
minute test ep riod." Is deleted.
Section 7- 09.3(24)A shall be revised and supplemented as follows:
7- 09.3(24)A Flushing and "Poly- pigging"
Sections of pipe to be disinfected shall first be poly - pigged to remove any solids or contaminated
material that may have become lodged in the pipe. If the main cannot be "poly- pigged ", then a tap
shall be provided large enough to develop a velocity of at least 2.5 fps in the main.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc68
1
I
t
t
IJ
t
Nominal Pipe Diameter in inches
PSI 6
6" 8
8" 1
10" 1
12" 1
16" 2
20" 2
24"
450 0
0.95 1
1.27 1
1.59 1
1.91 2
2.55 3
3.18 3
3.82
400 0
0.90 1
1.20 1
1.50 1
1.80 2
2.40 3
3.00 3
3.60
350 0
0.84 1
1.12 1
1.40 1
1.69 2
2.25 2
2.81 3
3.37
275 0
0.75 1
1.00 1
1.24 1
1.49 1
1.99 2
2.49 2
2.99
250 0
0.71 0
0.95 1
1.19 1
1.42 1
1.90 2
2.37 2
2.85
225 0
0.68 0
0.90 1
1.13 1
1.35 1
1.80 2
2.25 2
2.70
200 0
0.64 0
0.85 1
1.06 1
1.28 1
1.70 2
2.12 2
2.55
able leakage will be the
sum of the computed leakage for each size. For those diameters or pressures not listed, the formula
below shall be used:
The quantity of water lost from the main shall not exceed the number of gallons per hour as
determined by the formula
L= P
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
The paragraph stating that `:`There shall not be an appreciable or abrupt loss in pressure during the 15
minute test ep riod." Is deleted.
Section 7- 09.3(24)A shall be revised and supplemented as follows:
7- 09.3(24)A Flushing and "Poly- pigging"
Sections of pipe to be disinfected shall first be poly - pigged to remove any solids or contaminated
material that may have become lodged in the pipe. If the main cannot be "poly- pigged ", then a tap
shall be provided large enough to develop a velocity of at least 2.5 fps in the main.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc68
1
I
t
t
IJ
t
1
t
I
t
1
I
The "Poly -pig" shall be equal to Girard Industries Aqua- Swab -AS, 2lb /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.
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/1.
7- 09.3(24)N Final Flushing and Testing
Section 7- 09.3(24)N has been revised as follows:
Before placing the lines into service, a satisfactory report shall be received from the local or State
health department or an approved testing lab on samples collected from representative points in the
new system. Samples will be collected and bacteriological tests obtained by the Engineer.
Section 7- 09.3(25) is a new additional section:
7- 09.3(25) Joint Restraint Systems
General_
Where shown on the plans or in the specifications or required by the engineer, joint restraint system
(shackle rods) shall be used. All joint restraint materials (shackle rods) 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:
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 A153 for galvanizing iron and steel hardware.
ASTM A123 for galvanizing rolled, pressed and forged steel shapes.
Joint restrainer system components:
Tiebolt: ASTM A242, type 2, zinc plated or hot -dip galvanized. SST 7:5/8" for 2" and 3"
mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile
strength of full -body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc69
60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufactures
reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. same
ASTM specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. same
ASTM specification as SST 7.
Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4 ", ASTM A563, grade C3, or zinc
plated. S8: 5/8" and 3/4 ", ASTM A563, grade A, zinc plated or hot -dip galvanized
Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to
aid installation, zinc plated or hot -dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM
A563, grade C3. S 10: for 5/8" and 3/4" tierods, ASTM A563, grade A.
Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot -dip
galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI 131.1. S12: 5/8" and
3/4" diameter, ASTM A36, A307.
Tiewasher: round flat washers, zinc plated or hot -dip galvanized. SS17: ASTM A242, F436.
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" nuts. Install tiecouplings with both rods threaded equal distance into
tiecouplings. Arrange tierods symmetrically around the pipe.
Pipe Diameter
Number of 3/4"
Tie Rods Required
4" ......... ...............................
2
611 ......... ...............................
2
8"
3
1011 ........ ...............................
4
1211 ........ ...............................
6
1411 ........ ...............................
8
1611 ........ ...............................
8
1811 ........ ...............................
8
2011 .......... .............................10
241f.......... .............................14
3011 ........ ...............................
(16 -7/8 "rods)
3611 ........ ...............................
(24 -7/8 "rods)
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.
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.
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.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NESth\23 NE5th- City- SpecProv- 2006- DCv03.doc70
n
1
1
t
L
C]
f�
I �
F�
t
[l
t
t
I
t
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.
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:
"Furnish and Install Ductile Iron Water Main & Fittings ", per lineal foot.
The unit contract price per linear foot for each size and kind of "Furnish and Install Ductile Iron
Water Main & Fittings" shall be full pay for the bid item as described in Section 1- 09.14.
"Concrete Thrust Blocking and Dead -Man Anchor Blocks ", per cubic yard.
The unit contract price per cubic yard for "Concrete Concrete Thrust Blocking and Dead -Man Anchor
Blocks " shall be full pay for the bid item as described in Section 1- 09.14.
"Connection to Existing Water Mains ", per each.
The unit contract price per each for "Connection to Existing Water Mains" shall be full pay for the bid
item as described in Section 1- 09.14.
"Select Imported Trench Backfill ", per cubic yard or ton.
The unit contract price per cubic yard or ton for "Select Imported Trench Backfill" shall be full pay
for the bid item as described in Section 1- 09.14.
"Removal and Replacement of Unsuitable Foundation Material ", per ton or cubic yard.
The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable
Foundation Material" shall be full pay for the bid item as described in Section 1- 09.14.
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:
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc71
Where required, a valve marker post shall be furnished and installed with each valve. Valve marker .
posts shall be placed at the edge of the right -of -way opposite the valve and be set with 18 inches of
the post exposed above grade.
The rest of this section is deleted.
7- 12.3(2) Adjust Existing Valve Box to Grade
Section 7- 12.3(2) is a new section:
Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-
05.3(1) of the Renton Standards. Valve box adjustments shall include, but not be limited to, the
locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final
installation shall be made in accordance with the applicable portions of Section 7 -12.
In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use
whatever means necessary to remove such debris, leaving the valve installation in ,a fully operable
condition.
The valve box shall be set to an elevation tolerance of one -fourth inch (1/4 ") to one -half inch (1/2 ")
below finished grade.
7 -12.4 Measurement '
Section 742.4 is supplemented by adding the following:
Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay
item in the Contract; if not a separate pay item but required to complete the work, then value box
adjustment shall be considered incidental.
Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not
be included in this measurement item.
7 -12.5 Payment I
Section 7 -12.5 is replaced with the following:
"Furnish and Install -Inch Gate Valve Assembly ", per each.
The unit contract price per each for "Furnish and Install -Inch Gate Valve Assembly" shall be full
pay for the bid item as described in Section 1- 09.14.
"Air- Release /Air - Vacuum Valve Assembly," per each.
The unit contract price per for air - release /air- vacuum valve assembly 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, baekfilling, testing,
flushing, and disinfection, meter box and cover, at location shown on the plans, and per the City of
Renton Standard Details, latest revision. �[
"Adjust Existing Valve Box to Grade (RC)," per each. i
The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation for
all labor, material, tools and equipment necessary to satisfactorily complete the Work as defined in
the Contract Documents, including all incidental Work. If not included as a separate pay item in the
Contract, but required to complete other Work in the Contract, then adjustment of valve boxes shall
be considered incidental to other items of Work and no further compensation shall be made.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc72
1
1 7 -14 HYDRANTS
t
7- 14.3(1) Setting Hydrants
Paragraph four and five of Section 7- 14.3(1) is revised and the section is supplemented as follows:
After all installation and testing is complete; the exposed portion of the hydrant shall be painted with
two field coats. The type and color of paint will be designated by the Engineer.
Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by
the Engineer. I -
Hydrants shall be installed in accordance with AWWA specifications C600 -93, Sections 3.7 and 3.8.1
and the City of Renton standard details. Hydrant and guard posts shall be painted in accordance with
the water standard detail. Upon completion of the project, all fire hydrants shall be painted to The
City of Renton specifications and guard posts painted with two coats of preservative paint NO. 43-
655 safety yellow or approved equal. Fire hydrants shall be of such length as to be suitable for
installation with connections to 6 ", 8" AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise
specified. The hydrant shall be designed for a 4 -1/2 foot burial where 12" and larger pipe is shown
unless otherwise noted on the plan.
Fire hydrant assembly shall include: cast -iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ),
6" DI spool .(PE x PE), 5 -1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron
valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts
(only if hydrants are outside right -of -way).
Joint restraint(Shackle Rods) shall be installed in accordance with Section 7- 11.3(15).
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc73
r
"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
no additional payment shall be made.
"Resetting Existing Hydrants ", per each.
The unit contract price per each for "Resetting Existing Hydrant" shall be full pay. for all work to
reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling,
blocking, painting, and guard posts and reconnecting to the main. The new pipe, connecting the
hydrant to the main shall be considered incidental and no additional payment shall be made.. Guard
posts, shown on the plans shall be incidental to the contract.
"Moving Existing Hydrants ", per each.
The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all work to move
the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling,
blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the
hydrant to the main shall be considered incidental and no additional payment shall be made . Guard
posts, shown on the plans shall be incidental to the contract.
7 -15 SERVICE CONECTIONS
I
7 -15.3 Construction Details
Section 7 -15.3 is supplemented as follows:
Pipe materials used to extend or replace existing water service lines shall be copper.
Where installation is in existing paved streets, the service lines shall be installed by a trenchless
percussion and impact method (hoe- hogging). If the trenchless percussion and impact method fails,
regular open trench methods may be used.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc74
7-14.3(3) Resetting Existing Hydrants
Section 7- 14.3(3) is supplemented by adding the following:
All hydrants shall be rebuilt to the approval of the City.(or replaced with a new hydrant). All rubber
gaskets shall be replaced with new gaskets of the type required for a new installation of the same
type.
7- 14.3(4) Moving Existing Hydrants
Section 7- 14.3(4) is supplemented by adding the following:
All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber
gaskets shall be replaced with new gaskets of the type required for a new installation of the same
type.
7 -14.5 Payment
Section 7 -14.5 is revised 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:
"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
no additional payment shall be made.
"Resetting Existing Hydrants ", per each.
The unit contract price per each for "Resetting Existing Hydrant" shall be full pay. for all work to
reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling,
blocking, painting, and guard posts and reconnecting to the main. The new pipe, connecting the
hydrant to the main shall be considered incidental and no additional payment shall be made.. Guard
posts, shown on the plans shall be incidental to the contract.
"Moving Existing Hydrants ", per each.
The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all work to move
the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling,
blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the
hydrant to the main shall be considered incidental and no additional payment shall be made . Guard
posts, shown on the plans shall be incidental to the contract.
7 -15 SERVICE CONECTIONS
I
7 -15.3 Construction Details
Section 7 -15.3 is supplemented as follows:
Pipe materials used to extend or replace existing water service lines shall be copper.
Where installation is in existing paved streets, the service lines shall be installed by a trenchless
percussion and impact method (hoe- hogging). If the trenchless percussion and impact method fails,
regular open trench methods may be used.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc74
t
-15.5 Payment
ment y
Section 7 -15.5 is revised as follows:
Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is
included in the proposal:
"Service Connection In. Water Service Connection ", per each.
The unit contract.price per each for "Service Connection In. Diam." shall be full pay for all
work to install the service connection, including but not limited to, excavating or (hoe- hogging),
tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing,
flushing, and disinfection of the service connection.
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
Concrete
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.
Plain Concrete Storm Sewer Pipe
9- 05.7(1)
Reinforced Concrete Storm Sewer Pipe
9- 05.7(2)
Solid Wall PVC Sanitary Sewer Pipe
9- 05.12(1)
Profile Wall PVC Sanitary Sewer Pipe
9- 05.12(2)
Ductile Iron Sewer Pipe
9 -05.13
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and
permanent under normal conditions of handling and storage.
7- 17.3(1) Protection of Existing Sewerage Facilities
Section 7- 17.3(1) is supplemented by adding the following:
When extending an existing sewer, the downstream system shall be protected from construction
debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall
be the contractor's responsibility to maintain this screen or trap until the new system is placed in
service and then to remove it. Any construction debris which enter the existing downstream system,
shall be removed by the contractor at his expense, and to the satisfaction of the Engineer. When the
first manhole is set, it's outlet shall be plugged until acceptance by the Engineer.
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" wide high
density VHS Tapes. The tapes will be run at standard speed SP (15/16 I.P.S.).
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc75
7 -17.4 Measurement
Section 7 -17.4 is supplemented as follows:
Measurement of "Bank Run Gravel for Trench Backfill Sewer" will be determined b'y the cubic yard
in place, measured by the neat line dimensions shown in the Plans, or by the Ton on truck tickets.
7 -17.5 Payment
Section 7 -17.5 is revised and supplemented as follows:
Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are
included in the proposal:
"Plain Conc. Sewer Pipe _ In. Diam. ", per linear foot.
"Cl. Reinf. Conc. Sewer Pipe _ In. Diam. ", per linear foot.
"PVC-Sanitary Sewer Pipe UT Diam. ", per linear foot.
"Ductile Iron Sewer Pipe In. Diam. ", per linear foot.
The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay
for furnishing, hauling, and assembling in place the completed installation including all wyes, tees,
special fittings, joint materials, bedding material, and adjustment of inverts to manholes for the
completion of the installation to the required lines and grades.
"Testing Sewer Pipe ", per linear foot.
The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for all labor, material
and equipment required to conduct the leakage tests required in Section 7- 17.3(2). If no unit price for
"Testing Sewer Pipe" is included it shall be considered incidental to the pipe items.
"Removal and Replacement of Unsuitable Material ", per cubic yard.
The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Material" shall
be full pay for all work to remove unsuitable material and replace and compact suitable material as
specified in Section 7- 08.3(1)A.
"Bank Run Gravel for Trench Backfill Sewer ", per cubic yard, or Ton.
The unit contract price per cubic yard, or Ton 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.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc76 j
1
1
1
1
r
-8 =09 RAISED PAVEMENT MARKERS
8 -09.5 Payment
Section 8 -09.5 has been revised as follows:
Payment will be made for each of the following bid items that are included in the proposal:
"Raised Pavement Marker Type 1 ", per each.
"Raised Pavement Marker Type 2 ", per each.
"Raised Pavement Marker Type 3- In. ", per each.
"Recessed Pavement Marker ", per each.
The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement Marker
Type 2 ", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker "shall
be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers
in accordance with these Specifications including all cost involved with traffic control unless traffic
control is listed in the contract as a separate pay item.
8 -13 MONUMENT CASES
8 -13.1 Description
Section 8 -13.1 is revised and supplemented as follows:
This work shall consist of furnishing and placing monument cases and covers, in accordance with the
Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans
or as staked by the Engineer or by the Contractor supplied surveyor.
8 -13.3 Construction Requirements
Paragraphs 2 and 3 of Section 8 -13.3 is revised and supplemented as follows:
The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor.
When existing monuments will be impacted by a project, the Contractor shall be responsible for
assuring that a registered surveyor references the existing monuments prior to construction. After
construction is complete, the monuments shall be re- established by the surveyor in accordance with
RCW58.09.130.
8 -13.4 Measurement
Section 8 -13.4 is supplemented by adding the following:
All costs for surveying and resetting existing monuments impacted by construction shall be
considered incidental to the contract unless specifically called out to be paid as a bid item.
8 -13.5 Payment--
Section 8 -13.5 is supplemented by adding the following:
"Reset Existing Monument" per each.
Resetting an existing monument impacted by construction shall be incidental unless included as a pay
item in the Schedule of Prices.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc77
8 -14 CEMENT CONCRETE SIDEWALKS
8- 14.3(4) Curing
Section 8- 14.3(4) is replaced with:
The curing materials and procedures outlined in Section 5- 05.3(13) of the Standard Specifications
shall prevail, except that white pigmented curing compound shall not be used on 'sidewalks. The
curing agent shall be applied immediately after brushing and be maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as waterproof paper or
plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather.
During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular
traffic shall be excluded for such additional time as the Engineer may specify.
be for barricading, the
The Contractor shall responsible patrolling, or otherwise protecting newly
placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete
shall be removed and replaced at the expense of the Contractor.
8 -14.4 Measurement
Section 8 -14.4 is supplemented by adding the following:
When the contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement
shall include all costs for the complete installation per the plans and standard details including
expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and
disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base
materials and all other work, materials and equipment required per Section 8 -14 shall be included in
the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and
specified to be paid as separate pay items.
If the contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the plans call for
such installation, then quantities shall be measured with and paid for under the bid items for Curb and
Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt
concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt
Concrete."
8 -14.5 Payment
Section 8 -14.5 is supplemented by adding the following:
"Curb Ramp, Cement Concrete," per each.
Payment for excavation of material not related to the construction of the sidewalk but necessary
before the sidewalk can be placed, when and if shown in the Plans, will be made in ;accordance with
the provisions of Section 2 -03. Otherwise, the Contractor shall make all excavations including haul
and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades
shown, and shall include all costs thereof in the unit contract price per square yard for "Cement Conc.
Sidewalk" and the per each contract price for "Curb Ramp, Cement Concrete."
8 -17 IMPACT ATTENUATOR SYSTEMS
8 -17.5 Payment
Section 8 -17.5 is supplemented by the following:
If no pay item is included for temporary impact attenuators then all costs to provide; and install shall
be considered a part of the pay item for "Traffic Control." j
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc78
t
u
8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
8- 20.2(l) Equipment List and Drawings
Paragraphs four of Section 8- 20.2(1) are revised and supplemented with the following:
The Contractor shall submit for approval six sets of shop drawings for each of the following types of
standards called for on this project:
1. Light standards with or without pre- approved plans.
2. Signal standards with or without pre- approved plans.
3. Combination Signal and lighting standards.
4. Metal Strain Poles.
Paragraph five of Section 8- 20.2(1) is deleted.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc79
'I
Paragraph six of Section 8- 20.2(1) is deleted.
Section 8- 20.2(1) is supplemented as follows:
The Contractor also shall submit either on the signal standard shop drawings or attached to the signal
standard shop drawings all dimensions to clearly show the specific mast arm mounting height and
i
signal tenon locations for each signal pole to be installed.
8 20L30 MOVED TO SECTION 5 -06
Seetion 8 20.3(2) has been supplemented by adding the following:
CITY OF DENT-ON
III
Amended pri n 2005 by OFdi .. nee 5134-
I
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.
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
I
stripe is used as center line delineation on multilane, two -way highways and for channelization.
Approach Line (New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from
through movements, to separate high occupancy vehicle lanes from general purpose lanes, for islands,
hash marks, and other applications. Hash mark stripes shall be placed on 45- degree angle and 10 feet
apart.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc79
'I
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
a 15 -foot gap.
Two Way Left Turn Line (Replacement)
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated
by a 4 -inch space. The broken or "skip" pattern shall be based on a 24 -foot unit consisting of a 9 -foot
line and a 15 -foot space. The solid line shall be installed to the right of the broken line in the direction
of travel.
Crosswalk Line (Replacement)
A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe
and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes.
See detail sheet.
Stop Line (Replacement) i
A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans.
8- 22.3(5) Installation Instructions
Section 8- 22.3(5) is revised as follows:
( * * * * * *)
A manufacturer's technical representative need not be present at the initial material installation to
approve the installation procedure.
8 -22.5 Payment
Section 8 -22.5 is supplemented as follows:
( * * * * * *)
"Approach Stripe," per linear foot.
"Remove Paint Line ....." wide," per linear foot.*
"Remove Plastic Line ......" Wide," per linear foot.*
I
"Remove existing traffic markings, "per lump sum.*
*The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum
.
contract price for "Remove existing traffic markings" shall be full compensation for furnishing all
labor, tools, material, and equipment necessary for removal of existing traffic markings as per the
r
plans, specifications and detail sheets. If these pay items do not appear in the contract schedule of
prices, then the removal of old or conflicting traffic markings required to complete the channelization
of the project as shown on the plans or detail sheets shall be considered incidental to other items in
the contract and no further compensation shall be made.:
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
markings then all costs associated with these items are considered incidental to other items in the It
contract or included under "Traffic Control," if that item is included as a. bid item.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc80
I
8- 24.3(1)F.1 Rockery Backfill
The wall backfill shall.consist of 1 -1/2 inch minus crushed rock or gravel conforming to section 9-
03.9(3). This material will be placed to an 8 inch minimum thickness between the entire wall and the
cut or fill material. The backfill material will be placed in lifts to an elevation approximately 6 inches
below the course of rocks placed. The backfill will be placed after each course of rocks. Any
backfill material on the bearing surface of the rock course will be removed before setting the next
course.
8- 24.3(1)F.2 Drain Pipe
8-24.3(l) 1 Rock Wall Added SWP -27-
Section 8- 24.3(1) is supplemented with the following:
Construction Requirements
8- 24.3(1)F (new section)
The rock unloading at the site will be done in such a manner as to segregate the rock by the size
ranges indicated in the preceding paragraph.
The walls shall be started by excavating a trench, not less than 6 inches or more than one foot in depth
below subgrade in excavation sections, or not less than 6 inches or more than one foot in depth below
the existing ground level in embankment sections. Areas on which the rockery is to be placed shall be
t,
trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall
start as soon as possible upon the completion of the cut or fill section.
8- 24.3(1)H Payment
"rock ",
Rock selection and placement shall be such that there will be no open voids in the exposed face of the
wall over 6 inches across in any direction. The rocks shall be placed and keyed together with a
minimum of voids. Particular attention shall be given to the placing and keying together of the final
course of all rockeries. The final course shall have a continuous appearance and be placed to
minimize erosion of the backfill material. The larger rocks shall be placed at the base of the rockery
so that the wall will be stable and have a stable appearance. The rocks shall be carefully placed by
mechanical equipment and in a manner such that the longitudinal axis if the rock shall be at right
angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to.the
back of the rockery. Each row of rocks will be seated as tightly and evenly as possible on the rock .
below in such a manner that there will be no movement between the two. After setting a course of
rock, all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void
sufficient to pass a 2 inch square probe.
8- 24.3(1)F.1 Rockery Backfill
The wall backfill shall.consist of 1 -1/2 inch minus crushed rock or gravel conforming to section 9-
03.9(3). This material will be placed to an 8 inch minimum thickness between the entire wall and the
cut or fill material. The backfill material will be placed in lifts to an elevation approximately 6 inches
below the course of rocks placed. The backfill will be placed after each course of rocks. Any
backfill material on the bearing surface of the rock course will be removed before setting the next
course.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th - Edmonds \1614 SPECS -
NE5th\23 NE5th7City- SpecProv- 2006- DCv03.doc81
8- 24.3(1)F.2 Drain Pipe
A 4 inch diameter perforated pvc pipe shall be placed as a footing drain behind the rockeries as shown
in the standard plans, and connected to the storm drainage system where shown.
8- 24.3(1)F.3 Rejection Of Material
The inspector will have the authority to reject any defective material and to suspend any work that is
being improperly done, subject to the final decision of the engineer. All rejected material will be
removed from the construction site and any -rejected work shall be repaired or replaced at no
additional cost to the Owner.
8- 24.3(1)G Measurement
t,
Measurement of the finished rock wall for payment will be made from the footing grade to the top of
the wall and rounded to the nearest square yard.
8- 24.3(1)H Payment
"rock ",
Payment will be made under the item retaining wall per square yard.
The unit price per square yard shall be full compensation for the rockery/rock retaining wall in place
and shall include all work, materials, and equipment required to complete the installation, including
drainage pipe and all other items.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th - Edmonds \1614 SPECS -
NE5th\23 NE5th7City- SpecProv- 2006- DCv03.doc81
(January 5, 2004)
9- 03.8(2) HMA Test Requirements
Section 9- 03.8(2) is supplemented with the following:
ESAL's
The number of ESAL's for the design and acceptance of the HMA shall be * ** $$1$$j * ** million.
9- 03.8(7) HMA Tolerances and Adjustments
Item 1 is deleted and replaced with:
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 04.3(7)A, the
constituents of the mixture at the time of acceptance shall conform to the following tolerances:
Nonstatistical Commercial
Evaluation Evaluation
Aggregate, percent passing
1 ", 3/ ", '' /2 ", and 3/8" sieves
U.S. No. 4 sieve
U.S. No. 8 sieve
U.S. No. 16 sieve
U.S. No. 30 sieve
U.S. No. 50 sieve
U.S. No. 100 sieve
U.S. No. 200 sieve
Asphalt Binder
VMA
VFA
Va
±6%
±8%
±6%
±8%
±6%
±8%
±4%
±6%
±4%
±6%
±4%
±6%
±3%
±5%
±2.0%
±3.0%
±0.5%
±0.7%
1.5% below minimum value in 9- 03.8(2)
min. and max. as listed in 9703.8(2)
2.5% minimum and 5.5% maximum
These tolerance limits constitute the allowable limits as described in Section 1 -06.2. The
tolerance limit for aggregate shall not exceed the limits of the control points section, except the
tolerance limits for sieves designated as 100% passing will be 99 -100.
9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9 -05.4 Steel Culvert Pipe and Pipe Arch (RC)
Section 9 -05.4 is revised as follows:
( * * * * * *)
Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type H.
Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized
coating applied inside and out following welding is acceptable and shall be asphalt treatment coated.
9- 05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)
Section 9- 05.7(2) is replaced by the following:
( * * * * * *)
Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C -76 and shall be
Class IV. Cement used in the manufacture of reinforced concrete pipe shall' be Type II in
conformance with ASTM C150. No admixture shall be used unless otherwise specified.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NESth- City- SpecProv- 2006- DCv03.doc82
t
r
t
1
t
t
r
t
f
t
9- 05.7(2)A Basis for Acceptance (RC)
Section 9- 05.7(2)A is supplemented by the following:
All pipe shall be subject to (1) a three- edge - bearing strength (D -load) test in accordance with ASTM
C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA
C302 except test pressure shall be 5 psi.
9- 05.7(3) Concrete Storm Sewer Pipe Joints (RC)
Section 9- 05:7(3) is replaced by the following:
Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained
single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall
be neoprene.
9- 05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)
Section 9- 05.7(4) is supplemented by the following:
Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or
AWWA C302 except test pressure shall be 5 psi.
9 -05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
Section 9 -05.9 is replaced with:
The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's
Certificate of Compliance stating that the materials furnished comply in all respects with these
Specifications. The Engineer may require additional information or tests to be performed by the
Contractor at no expense to the State.
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
be fabricated either by using a continuous helical lock seam or a continuous helical welded seam
paralleling the rib.
Steel spiral rib storm sewer pipe shall be manufactured of metallic coated aluminized or galvanized)
p Pp ( g )
corrugated steel and inspected in conformance with Section 9 -05.4. The size, coating, and metal shall
be as shown in the Plans or in the Specifications.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and
shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and
shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to
outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the
outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The
maximum spacing of the ribs shall be 11.75 inches center to center (measured normal to the direction
of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch
and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a
stiffener shall be included midway between ribs, having a nominal radius of 0.25 inch and a minimum
height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be
effectively jointed with coupling bands.
When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The
bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9- 05.4(3) and
9-05.4(4).
For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch + 1/8 inch
wide (measured outside to outside) and a minimum of .4375 inch high (measured as the minimum
vertical distance of ribs shall be 4.80 inches center to center (measured normal to the direction of the
H:Tile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc83
ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable
tolerance of + 10 percent.
9- 05.12(3) CPEP Sewer Pipe
Section 9- 05.12(3) is a new additional section:
CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin
which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C
per ASTM D1248. In addition, the pipe shall comply with all material and stiffness (requirements of
AASHTO M294.
9 -5.13 Ductile Iron Storm Pipe Added Project SWP
Supplement this section with the following:
i
Ductile iron pipe for storm sewers shall conform to ANSI /AWWA C151/A21.51 i 91
Standards, except the minimum nominal thickness shall be as follows: A
8" = 0.33" (Class 52)
12" = 0.37" (Class 52)
Grade of iron shall be 60- 42 -10. The pipe shall be cement lined and the exterior shall be
coated with an asphaltic coating.
Each length shall be plainly marked with the manufacturer's identification, year cast,
thickness, class of pipe and weight. The pipe shall be furnished with mechanical joint or
push -on joint, conforming to ANSI /AWWA C111/A21.11 -85 Standards.
The pipe manufacturer shall certify in writing that the inspection and all of the specified tests
for both pipe and gaskets being supplied under this Contract have been made, and that the
results thereof comply with the requirements of the Standard.
Joints shall be "made up" in accordance with the manufacturer's recommendations.
Standard joint materials, including rubber ring gaskets, shall be furnished with the pipe.
Material shall be suitable for the specified pipe sizes.
All fittings shall be short- bodied ductile iron cement - mortar - lined, with a minimum rating of
250 psi working pressure, complying with ANSI /AWWA C110 or C153 Standards. The type
of joint shall be "Tyton ", mechanical joints.
9 -05.14 ABS Composite Sewer Pipe
Section 9 -05.14 is deleted
9 -05.17 Aluminum Spiral Rib Storm Sewer Pipe
Section 9 -05.17 is replaced with:
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
be fabricated by using a continuous helical lock seam with a seam gasket.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc84
t
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and
shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch
deep with a nominal spacing of 7 -1/2 inches center to center. Pipe shall be fabricated with ends that
can be effectively jointed with coupling bands.
For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8
1 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to
center (measured normal to the direction of the ribs). The radius of bend of the metal at the comers of
the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent.
n
For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 1/8 inch
wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum
vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of
ribs shall be 11.75 inches center to center (measured normal to the - ,direction of the ribs). The radius
of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10
percent.
9 -05.19 Corrugated Polyethylene Culvert Pipe (CPEP)
Added Project SWP -27
9- 05.19(1) Description
Corrugated Polyethylene Pipe (CPEP) shall be corrugated high- density polyethylene pipe
with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved
equivalent.
9- 05.19(2) Pipe Material and Fabrication
CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294,
Type S.
9- 05.19(3) Fittings and Gaskets
Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall
conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast
USA, Inc., or approved equivalent.
9- 05.19(4) Installation
Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate
gasket and fitting socket with manufacturer - approved lubricant prior to pushing pipe into
fitting.
H.\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS-
NESth\23 NE5th- City- SpecProv- 2006- DCv03.doc85
1
9 -05.21 High Density Polyethylene Pipe (HDPE) (New Section) Project SWP -27
DRISCOPLEXTm 4000 and DRISCOPLEXTm 4100 High- density Polyethylene Piping
1 General Terms and Conditions l
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. _
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.
i
1.3 Referenced Standards - Where all or part of a Federal, ASTM, ANSI, AWWA, etc.,
standard 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.
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.
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.
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 - contractors or distributors are prohibited.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc86
I
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" thru 16" may be provided with optional Stainless Steel
Stiffener upon request. MJ Adapters 14" and above shall be provided with Heavy Duty
Back -up Ring Kits. All MJ Adapters 18" and above must be provided with Stainless Steel
�r 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.
1 4 Installation
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc87
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 D 2774, 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" IPS
and larger fabricated directional fittings (elbows, tees, etc.) shall be butt fuse&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 to at 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
r
I
H:Tile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Ed monds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv_- 2006- DCv03.doc88
t
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.
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CTP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc89
9 -08 PAINTS
9 -08.8 Manhole Coating System Products
Section 9 -08.8 is a new section and subsections:
9- 08.8(1) Coating Systems Specification
A. High Solids Urethane
Coating System:
Cl
Coating Material:
High Solids Urethane
Surfaces:
Concrete
Surface
In accordance with SSPC
Preparation:
SP -7 (Sweep or brush off
blast) I
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
i
I
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th - Ed monds \1614 SPECS-
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc90 i
I
9 -14 Hydroseed Bid Item (Added. Section) Project SWP -27-
Description
Contractor shall Hydroseed all areas disturbed as a result of the construction activities.
Seed (addition)
Seed mix for hydroseeding shall be as follows:
Meadow Seed Mix
%
% Purity
%
Weight
Germination
Redtop or Oregon Bentgrass
40
92
85
Agrostis albs or Agrostis oregonensis
Red Fescue
40
98
90
Festuca rubra
White Dutch Clover
20
98
90
Trifolium repens
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.
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.
Soil Binder or Tacking Agent (addition)
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc91
Tackifier shall be primarily composted of guar gum. Tackifier shall be incorporated into
the wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or
greater than 10 %, with the percentage used clearly labeled on the outside of package.
Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular
wood fiber mulch to provide tackifier rates equivalent to or greater than specified.
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.
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 and barriers as required.
C. Provide watering equipment as required.
Installation
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 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. i
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
9 -23.9 Fly Ash (RC)
Section 9 -23.9 is revised as follows:
Fly ash shall not be used around water lines.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc92
i -e
9 -30 WATER DISTRIBUTION MATERIALS
9- 30.1(1) Ductile Iron Pipe (RC)
Section 9- 30.1(1) is revised as follows:
1. 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 C104.. All other
ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans.
9- 30.3(1) Gate Valves (3inches to 12 inches)
Section 9- 30.3(1) is replaced with:
Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be
Iowa List 14, Mueller Company No. A2380, Kennedy, or M &H.
Approval of valves other than models specified shall be obtained prior to bid opening.
All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and
extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See
Water Standard Detail for 12" gate valve assembly vault and 1" bypass installation.
Gate valves shall conform to AWWA C500 and shall be iron body, bronze- mounted, double disc with
bronze wedging device and O -ring stuffing box.
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(3) Butterfly Valves
Section 9- 30.3(3) is supplemented by adding the following:
Butterfly valves shall be Dresser 450 or Pratt Groundhog.
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc93
9- 30.3(5) Valve Marker Posts
Section 9- 30.3(5) has been deleted and replaced with the following: 1
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."
9- 30.3(7) Combination Air Release /Air Vacuum Valves
Section 9- 30.3(7) has been supplemented as follows:
Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy- Duty," combination
air release valve, or equal.
Installation shall be per the City.of Renton Standard Detail, latest revision.
Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is
approximate. The installation shall be set at the high point of the line.
9- 30.3(8) Tapping Sleeve and Valve Assembly
Section 9- 30.3(8) is revised as follows:
"lapping sleeves shall be cast iron, ductile iron, epoxy- coated steel, or other approved material.
Section 9- 30.3(9) is a new section:
9- 30.3(9) Blow -Off Assembly
Permanent blow -off assembly shall be #78 Kupferle Foundry Co. or approved equal. Installation of
blow -off permanent blow -off assembly shall be per City of Renton Water Standard Detail, latest
revision. Pipe and fittings shall be galvanized. Blow -off assembly shall be installed at location(s)
shown on the plans. Temporary blow -off assembly on new dead -end water main shall be installed at
location shown on the plans.
Temporary blow -off assemblies for testing and flushing of the new water mains will not be included
under this item and shall be considered incidental to the contract and no additional payment shall be
made.
9 -30.5 Hydrants j
Section 9 -30.5 is supplemented by adding the following:
Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal conforming to
AWWA C- 502 -85. Approval must be obtained prior to bid opening.
Compression type fire hydrants (opening against pressure) shall be Clow Medalhon, M &H 929,
Mueller Super Centurion 200, conforming to AWWA C- 502 -85.
9- 30.5(1) End Connections (RC)
Section 9- 30.5(1) is supplemented by adding the following:
Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid
proposal description.
9- 30.5(2) Hydrant Dimensions '
Section 9- 30.5(2) is replaced with the following:
Fire hydrants shall be Corey type (opening with the pressure) or compression type ,(opening against
pressure) conforming to AWWA C- 502 -85 with a 6 inch mechanical joint inlet and a main valve
opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2
H:\File Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
NESth\23 NE5th- City- SpecProv- 2006- DCv03.doc94
D
it
0
t
0
0
t
threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60
degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall
have a 1 -1/4" pentagon operating nut opened by turning counter clockwise (left).
The two 2 -1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the
same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene
gaskets for positive water tightness under test pressures.
The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz
adapter shall be forged and/or extruded 6061 -T6 aluminum alloy, hardcoat anodized. Threaded end
portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to
weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter
with 1/8" coated stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants, latest revisions.
t
t
t
t
t
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
INE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc95
9- 30.6(3)B Polyethylene Pipe
Section 9- 30.6(3)B has been modified as follows:
Polyethylene pipe shall not be used.
9- 30.6(4) Service Fittings
Section 9- 30.6(4) has been revised as follows:
Fittings used for copper tubing shall be compression type with gripper ring.
9- 30.6(5) Meter Setters
Section 9- 30.6(5) has been supplemented as follows:
Meter setters shall be installed per the City of Renton Standard Details for water meters, latest
revision
t
t
t
t
t
HAFile Sys \SWP - Surface Water Projects \SWP -27 - Surface Water Projects (CIP)\27 -2306 NE 5th- Edmonds \1614 SPECS -
INE5th\23 NE5th- City- SpecProv- 2006- DCv03.doc95
C
WS® ©T AMENDMENTS
I
The WSDOT Amendments are incorporated
in their Entirety.
The First Page is included as a Reference
i
f
t
f
2
3
4
5
6
8
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
INTRO.AP1
INTRODUCTION
The following Amendments and Special Provisions shall be used in conjunction with the
2010 Standard Specifications for Road, Bridge, and Municipal Construction.
AMENDMENTS TO THE STANDARD SPECIFICATIONS
The following Amendments to the Standard Specifications are made a part of this contract
and supersede any conflicting provisions of the Standard Specifications. For informational
purposes, the date following each Amendment title indicates the implementation date of the
Amendment or the latest date of revision.
Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references which do not apply to this particular project.
02.AP1
SECTION 1 -02, BID PROCEDURES AND CONDITIONS
January 4, 2010
1 -02.7 Bid Deposit
In the first paragraph, the third sentence is revised to read:
For projects scheduled for bid opening in Olympia, the proposal bond may be in hard
copy or electronic format via Surety2000.com or Insurevision.com and BidX.com.
1 -02.9 Delivery of Proposal
In the first paragraph, the first sentence is revised to read:
For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and
submitted in the envelope provided with it, or electronically via Expedite software and
BidX.com at the location and time identified in Section 1- 02.12.
The following new paragraph is inserted after the first paragraph:
For projects scheduled for bid opening in the Region, each Proposal shall be sealed
and submitted in the envelope provided with it, at the location and time identified in
Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper
handling and delivery.
06.AP1
SECTION 1 -06, CONTROL OF MATERIALS
April 5, 2010
1 -06.1 Approval of Materials Prior to Use
This section is supplemented with the following new sub - section:
1- 06.1(4) Fabrication Inspection Expense
In the event the Contractor elects to have items fabricated beyond 300 miles from
Seattle, Washington the Contracting Agency will deduct from payment due the
Contractor costs to perform fabrication inspection on the following items:
ASSEMBLED AMENDMENTS
RENTON
SURVEY CONTROL AND MONUMENTS
also see
1 City of Renton
Special Provisions Section 1 -11
' Renton Surveying Standards
L�
I I
F
L_
0
TABLE OF CONTENTS
CT
SECTION I
TS_ SERVER / /SYS2\MAPS \83m \control\scn.doc Table of Contents 2. May 2000
SURVEY CONTROL NETWORK DESCRIPTION ::: :::............................ i
SURVEYING STANDARDS .... 1 -11 -1
MONUMENT CASE & COVER STANDARD PLAN .......................H031
SECTION II
MAPS, DESCRIPTIONS & VALUES
Section
Index Map
................................................
............................... Index
Section
Township
Range
Page
'
13
14
T23N
T23N
R4E WM
R4E WM
................................... ............................... F2
. . 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 Y ,-
R5E WM
..................................... .....:.......................D6
4
5
T23N
T23N
R5E WM
R5E WM
..................................... .............................D5
..................................... .............................D4
7
T23N
R5E WM
................................... ............................... E3
'
8
9
T23N
T23N
R5E WM
R5E WM
................................................ I................. E4
................................... ............................... E5
10
T23N
R5E WM
................................... ............................... E6
'
11
14
T23N
T23N
R5E WM
R5E WM
................................... ............................... E7
................................... ............................... F7
15
T23N
R5E WM
................................... ............................... F6
'
16
T23N
R5E WM
................................... ............................... F5
17
T23N
R5E WM
18
T23N
R5E WM
................................... ....... ........................ F3
19
T23N
R5E WM
..................................... .............................G3
20
T23N
R5E WM
..................................... .............................G4
'
21
22
T23N
T23N
R5E WM
R5E WM
..................................... .............................G5
..................................... .............................G6
29
T23N
R5E WM
..................................... .............................H4
'
30
31
T23N
T23N
R5E WM
R5E WM
..................................... ............................:H3
................. ............................... ................... I3
32
T23N
R5E WM
.................................... ............................... I4
29
31
T24N
T24N
R5E WM
R5E WM
................................... ............................... B4
. . C3
32
T24N
R5E WM.
..................................... .............................C4
TS_ SERVER / /SYS2\MAPS \83m \control\scn.doc Table of Contents 2. May 2000
CITY OF RENTON
r �p
SURVEY CONTROL NETWORK
r
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
r
Network Committee to prepare a plan for the development and maintenance of a Survey
Control Network for the City. The committee members were: t
Robert Anderson PLS; Bush, Roed & Hitchings, Inc.,
Carrie Davis; Technical Services Section (Recorder),
Abdoul Gafour; Utility Systems Division,
Ameta Henninger; Plan Review Section, Development Services Division, '
Jae Lee; Transportation Systems Division,
Robert Mac Onie; Technical Services Section (Chairman),
Jon Warren PLS; Dodds Engineers, Inc., '
Dennis Wegenast; National Geodetic Survey.
The committee developed the standards, specifications and phasing for all ensuing work. ,
All survey work meets the requirements specified by the Federal Geodetic Control
Committee in Standards and Specifications for Geodetic Control Networks dated: September
1984. The project was split into three phases: 1) monument recovery, 2) horizontal ,
control and 3) vertical control. The monument recovery project was performed by Dodds
Engineers, Inc., under the direction of Jon Warren PLS in 1992 and early 1993. This
project identified. existing Public Land Survey System corner monuments and other r
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. I
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
State Plane, 2nd Order, l st Class, northing and easting values for 122 monuments in and
i
TS SERVER / /SYS2\MAPS \83m \control\scn.doc i 1 2 May 2000
I
I around the Ci . Four NAD 1983/1991 National Geodetic Survey (NGS) high precision
ty
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."
tThe 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 47° 25' N to the south and 1 in 111,000 at 470 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
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
Tabular.
Grid
Latitude
Radius
Difference
Scale
0.9999761
1000
0.9999522
for 1" of Lat.
Factor
470
25'
5807452.516
30.88355
1.00001659
470
26'
5805599.504
30.88353
1.00001310
470
27'
5803746.492
30.88352
1.00000970
470
28'
5801893.480
30.88351
1.00000638
470
29'
5800040.470
30.88350
1.00000315
470
30'
5798187.460
30.88349
1.00000000
470
31'
5796334.450
30.88349
0.99999693
470
32'
5794481.441
30.88349
0.99999395
470
33'
5792628.431
30.88349
0.99999105
The range of elevation in Renton is between 0 and 200 meters (0 and 656 feet). Table 2
shows the scale factor due to elevation.
TABLE 2.
SEA LEVEL REDUCTION TABLE
Renton
Elevation
Sea Level
Feet
Factor
Sea Level
1.0000000
500
0.9999761
1000
0.9999522
The worst case relative accuracy for an elevation of 650 feet with an interpolated scale
factor of 0.99996893 is approximately 1 in 32,000. When combined with the; worst case
grid scale factor of 0.99999195 it yields a combined factor of 0.99995998 for a relative
accuracy of approximately 1 in 25,000.
It should be noted that Washington state uses the US survey foot and the conversion
between feet and meters is 3937/1200 or 3.28083333 feet per meter.
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. 1
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 at430 Z69. 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 iii 1 2 May 2000
NOTES RISER RING DIMENSIONS APPROXIMATE
1. Dimensions may vary according to manufacturer. A 1 1n° 2^ s^ WEIGHTS
(SIZE)
CASE 60 LBS
2. Base to be placed on a well compacted foundation.
3. Monument case to be installed by contractor.
4. See WSDOT Standard Plan A -10.20 for Monument (brass disc) type to place in
2" O.D. galvanized pipe.
CONCRETE BASE.•'
•D
" D
D •
,i
D• " I •p .
•D • D '
PLAN VIEW
ACP Class B, or as approved by
the Engineer.
1 1' -6" R.
O
M
•p •D I v c� •. D M
CONCRETE BASE) _\ \\�\
SAND
UNDISTURBED SOIL —
GROUT
2" O.D. GALVANIZED
STEEL PIPE - NOTE 4
Z
E
I
N
SECTION O
INSTALLATION
bl1
I
10 1/2" DIAM.
9 1/2" DIAM.
M
A
8" DIAM.
9" DIAM.
SECTION
RISER RING
COVER 19 LBS
TOTAL 79 LBS
44 5/8 R.
R.
I 13/ �
1" DIAM. M
N
1/8" R' I3 1 4" R.
3 7/8" R. 3 3/4" R.
SECTION
COVER
5 1/4- R.
II M.
1 3/4"
m
I `
4" R.
SECTION
CASE
ISOMETRIC
16"
1 4"
SECTION OF LETTER
sti'�Y o STD. PLAN - 113
+ n� PUBLIC WORKS MONUMENT CASE
•�w6 $ DEPARTMENT AND COVER MAY 2009
�'N'f0
DO XOT�
DOSTURO
t/8" DIA PUNCH MARK 1
OR R CHISELED "x" 14 ,I
(TO BE PLACED AT
ACTUAL POINT)
o
�'.
�a9 W-v
M0
TOP VIEW
BRASS DISC TYPE 2
1. The Brass Disc shall be TYPE 2 will be furnished by thel Contractor.
2. The text in the shaded area (see TOP VIEW) shall be 3/16" high and will be
stamped by the Contractor prior to setting the cap. Only the assigned identification
letters and numbers approved by the City are to be placed on the Brass Disc.
3. The hole shall be 32" minimum in depth or 6" below the deepest recorded frost line.
All loose material shall be removed from the bottom of the hole so that the concrete
is placed on firm undisturbed earth.
4. The top of the concrete shall be troweled smooth and the Brass Disc set in the
center with top flush and level. The top of the monument may be recessed or
protruding, depending on conditions.
5. The Brass Disc shall be rotated so it can be read while tI1e observer is facing north.
6. When the concrete is set, cover the entire monument with moist earth and leave for
three days.
7. To replace a Public Land Survey System (PLSS) corner, consult a Licensed
Professional Land Surveyor (PLS). i
3
6"R 118"
3/16" 3/32" —j / I
i
1/32" r 3164"
/
/
-
118"
e"
1/8'.
i/8"
1/8" 3116"
SECTION OF GROOVE
FOR 114" LETTERS
A
O
3 /4"
1/32" J 7 � 1132"
I /
/ -
118"
SECTION OF GROOVE
FOR 3116" LETTERS
T
` 1/81"
O
BOTTOM VIEW
City of Renton
Public Works Department
31 1
SECTION VIEW O
SURVEY MONUMENT DISC
TYPE 2
STD. PLAN - 113.1
per W DOT STD PLAN A- 10.20 -00
August 2013
CITY OF RENTON
SURVEY CONTROL NETWORK
MONUMENTS ' &.` BENCHMARKS INDEX
18 T24N R5E = >:
%t� >�24bf�#�5E =: >=
_.; __- _
16 T24 N RS
- - -
15 T24N R5E
14 T24N R5E
13 T24N R5E
43m
-=
A5' 9
A6
A7
A8
23 T24N `- =:3
?Flt E
19 T24N R5E = >
>.,... 5E
21 T24N R5E
22 T24N R5E
23 T24N R5E
24 T24N R5E
=:
B 7
B 8
26 " "`
R4E :
30 T24N __'= -
4
:
28 T24N R5E
7 T24N R5E
26 T24N R5E
25 T24N R5E
:
s-,
�C,6
C7
C8
35 T24N R4 ' -_;'::
_ -- _
:15t41m >;:;__.::_f.
_
:- . -4$I-
:- :::- : ::_:: :_;.
32 T24 RS
5E
R5E
35 T24N R5E
36T24 N R5E
_�
D
D8
2 T23N R4E
1 T23N R4E
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
=h{'
23N SE
4 T23 E
3 R
2 T23N RSE
1 T23N RSE
1
2
s
E5 3
7
E8
T 3 R4E
12 T23N E O
T23N 5E
8 t.R5
9 T23N E
4
10T N
1 ,R5E
12 T23N R5E
A' o-I No
e
2,W 5t
5
6
7
F8
14 T23N R
E
1 Wg3N R E
T23N R5E
16 T2 E
it T23N RSE
14 T23N R5E
13 T23N R5E
s
R— wey
3
, G 4
0
Rata
2 N
4 3 R4E
b
1
T23N 5E
20 T23 E
21 T23
22 T23N R5E
23 T23N R5E
24 T23N R5E
svmer w
a
- s Y
�u Y
H5
6
H7
H8
T2 N R4E
23;r R4E
30
3 5E
_
29 23N R5E
Ba2 1 R
5E
26 T23N R5E
25 T23N R5 -:.
12,.
I
.I
-17" f
'18
35 T23 E
3g T23N R4E4
3i T2 R5E
32 T23N
5E
33 T23N R
34 T23N
5E
35 T23N _-
36 T23N RSE.
-._- - - _
1
•_
JZ�z
3
J
rwrtmt ws
J5
a
-_- _
J "--:- - -_"
-
--
::
_
---------- _____
T22N R4E
1 T22N R4E
T22 R5E
5E
4cTQQt4 R5E 3
T2 R5E
2 T22N R5E
CITY OF RENTON
SURVEY CONTROL NETWORK
MONUMENTS ' &.` BENCHMARKS INDEX
1847
1'" A."
8th
+905
S T23N R5E NE 1/4
i 1 533
JJG
1529
150A.
f 410
+1
411tl
- r.-
+
54
F4 • 17 T23N R5E NE 1/4
CITY OF RENTON
SURVEY CONTROL NETWORK
MONUMENTS & BENCHMARKS
TECHNICAL SERVICES
• ®• PLANNINGBUII.DING/PUBLIC WORKS
0244/00
LEGEND '
0 Horizontal & Vertical
2222
8 Horizontal Only
3 333
q) Vertical Only
4"° Monument
— — — Renton Cityumlits E4
8 T23N R5E SE 1/4
9 T23N R5E NW 1/4
N
W
z
W
C
FU - 16 MN RUE NW 1/4
LEGEND
CITY OF RENTON
1111
®
Horizontal & Verticd
SURVEY CONTROL NETWORK
i
MONUMENTS & BENCHMARKS
.2222
®
Horizontd Only
TECHNICAL SERVICES
WORKS
002/14/00
3333
®
Verticd Only
♦ "--
Monument
E5
Renter City Urnits
t
11:54
9 T23N R5E SW 1/4
SECTION 8 T23N R5E W.M.
28- Apr -00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
150
Location: Found a standard National Geodetic Survey (NGS) bench mark brass disc,
�IGS archive no. SY0151, stamped "T 462 1973 ", set vertically in the northerly
y face, approximately 1' westerly of the northeasterly corner of the Boeing
Airplane Division building no. 10 -95 (library), at the southwesterly comer of N
.,,. -'8th Street & Park Avenue N, approximately 20' westerly of the westerly curb
of Park Avenue N, approximately 56' southerly of the centerline of the street
which leads west through gate K 21, approximately 13.5' southwesterly of a
chain link fence corner and approximately 1' higher than Park Avenue N.
Monument: ARCH # SY0151, NGS DISC IN N. FACE OF BOEING BLDG NO 10 -95, STA
T462
NORTHING: EASTING: ELEVATION: 9.346 t
398 W 1/4 Corner 9 T23N R5E
Location:
Found a 3/8" copper plug and a punch mark on a 4'W" concrete post
monument down 0.4' in a monument case in the constructed centerlihe of
Edmonds Avenue NE in front of house number 801
Monument:
i
3/8 IN CU PLUG & PUNCH ON 4 IN X 4 IN CONC MON, IN CASE, DN. 0.4'
NORTHING:
56022.410 EASTING: 398113.614 ELEVATION: 86.894
452
Location:
Found a tack in lead on concrete street surface in the constructed centerline
of N 4th Street, 0.2' north and 6.3' west of expansion joints between Factory
Avenue and Houser Way.
Monument:
LEAD & TK ON CONC ST. SURFACE (MRC -452)
NORTHING:
EASTING: ELEVATION: 11.036
E4 -2
I !
SECTION 8 T23N R5E W.M.
28- Apr -00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
508
Location: Top of lead & tack down in 4" steel pipe at intersection of North 4th Street and
Garden Avenue North northerly of two monumentumnets at intersection.
Monument: LEAD & TACK IN 4 IN STEEL PIPE
NORTHING: EASTING: ELEVATION: 10.785
612 NW Corner 16 T23N R5E
Location: Found a 3/8" copper plug and a punch on a 4 "x4" concrete post monument
down 0.45' in a monument case at the constructed centerline of Edmonds
Avenue NE approximately 160' south of Ferndale Avenue NE. See City of
Renton monument reference card number 612.
Monument: 3/8 IN CU PLUG & PUNCH ON 4 IN X 4 IN CONC MON, IN CASE, DN. 0.45'
NORTHING: 55213.302 EASTING: 398098.887 ELEVATION: 79.269
1121
Location: Found a bolt head in concrete in an iron pipe down 0.22 feet at the
constructed intersection of Wells Ave. N and N 4th St.
Monument: BOLT IN CONC IN IRON PIPE
NORTHING: 55229.930 EASTING: 396676.392 ELEVATION:
E4 -3
SECTION 9 T23N R5E W.M.
28- Apr -00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
398 W 1/4 Corner 9 123N R5E
Location: Found a 3/8" copper plug and a punch mark on a 4 "x4" concrete post
monument down 0.4' in a monument case in the constructed centerline of
Edmonds Avenue NE in front of house number 801
Monument: 3/8 IN CU PLUG & PUNCH ON 4 IN X 4 IN CONC MON, IN CASE, DN. 0.4'
NORTHING: 56022.410 EASTING: 398113.614 ELEVATION: 86.894
612 NW Corner 16 T23N R5*
5E
Location: Found a 3/8" copper plug and a punch on a 4 "x4" concrete post monument
down 0.45' in a monument case at the constructed centerline of Edmonds,
Avenue NE approximately 160' south of Ferndale Avenue NE. See City of
Renton monument reference card number 612.
Monument: 3/8 IN CU PLUG & PUNCH ON 4 IN X 4 IN CONC MON, IN CASE, DN. 0.45'
I
NORTHING: 55213.302 EASTING: 398098.887 ELEVATION: 79.269
I
721
t
Location: Found a copper tack in lead on a 4 "x4" concrete post monument down 0.9' in
a monument case in the constructed centerline of NE 7th:Ptge (to the east) 3'
east of the constructed centerline of Monroe Avenue NE. Z
Monument: LEAD & CU TK ON 4 INX4 IN CONC MON, IN CASE, DN. 0.9'
NORTHING: EASTING: ELEVATION: 116.312
SECTION 9 T23N R5E W.M.
28- Apr -00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
1894
Location: Found 6" monument case at intersection of NE Sunset Blvd. and Union Ave
NE
Monument: MON. IN CASE
NORTHING: 56890.539 EASTING: 399704.559 ELEVATION:
1933
Location: Top of S.W. t,olt n of f traffic signal base On N.W. quadrant of intersection of
uv off
Blvd. N:E. and Edmonds Avenue N.E.
Monument: SW BOLT TRAF. SIGNAL BASE
NORTHING: EASTING: ELEVATION: 86.203
1936
Location: Top of copper tack set in concrete monument at intersection of N.E. 4th Street
and Jefferson Avenue N.E.
Monument: COPPER TACK SET IN CONC MON
NORTHING:
EASTING:
E5-5
ELEVATION: 99.483
ity of Renton, Washington -O' Planning/Building/Public Works
h Floor, 1055 South Grady Way, Renton, WA 98055 * 425- 430 -7200
Monument Ties Sketch ,}
Lt1.
W
i
5'El H641 't •� s T t�S�,f� t fAt L
1
-scribed by
Zel o_ l
REFERENCE TIES
Field Page Date Made
Book By
1
I
t
DESCRIPTION OF INTERSECTION MARK
Date -�\ �p Z Corner
Type of new mark set �t.tu I I►c�i�� . ��• Section
Type of old mark found Township ? u
Range
Method of locating old mark (A��J�
Manner in which reset
Description
t
t
1
t
1
n.....- A.s..'a3
CITY ENGINEER'S OFFICE
MUNICIPAL BUILDING* 200 MILL AVENUE SOUTH
1T
5E e_aL C014e— i7 je;'m
4
RENTON, WASHINGTON
e RENTON, WASHINGTON 98055 0 235 -2631
75/-
MONUMENT TIES SKETCH REFERENCE TIES
t'e';o
"'. 1
R
t� j
INS coR= Cp�IC. ��,
`Z?,s t
Field Book Page Date Made By
� I
� I
� I
Described by....
..
..............................
2
PBPW6 -01 9126195
77 _ zu
� I
� I
� I
CITY ENGINEER'S OFFICE
MUNICIPAL BUILDING* 200 MILL AVENUE SOOT;
MONUMENT TIE;
I"'c AQC raE
v
I
8�'EAS� OF uiP
E r COnc'
rf
•l
tj
1 •u�•
.f
U
7
41
V
RENTON, WASHINGTON
0 RENTON, WASHINGTON 98055 0 235 -2631
3 SKETCH
34- 4-0 -33
EDC,IE A�pt�
4YP 1
' 3q.(� •2 RP J
•ter ,Ynctr
�VJ i r1w
111.4 - r5
jfT LEAV °"IegA_<s r/tCKoi5 EASr�r s' �
c Caret . oJ,a
y
Described by....-::::::'--; :::. .................. '..,'�......,
PBPW6 -01 9;26195 �CAgRn/fF £ j{RGCi/G Gl�9
i` x
2
t
1l ,�
Ar �Y
font• J
OrJys v k4l
O^1 4, lQ =errt �l<.tST J
s5m N
1
q-4
DESCRIPTION OF INTERSECTION MARK
Date ............. E 6 : l Z ... . 00 1 fl C- /''�o rJ Corner
..................................................................................... ............................... ..............................
... ............................... Section ........ 5.1...............
Type of new mark set ..................................................... ...............:............... ��
��X 4�t cant. �onJ.
y... Cl4S� ✓ j� "3,pA55 "Np ......... Township.... ...-...:
Type of old mark found...... . ............................................ ..........................arst. � ..........
............................ f ��to� l r°Ir...A.E:?44Y ..0 .................. /!'S....c�rfFt� /lEa - f :............... Ran ge ............S.S;<.............
..................
Method of locating old mark.... . FK R- e :.....
........................................................................................................................................................................................ ....... ........................
Mannerin which reset ..........................................................................................................................:.................'..... ......:........................
Description .......P
............................................................................................................................................................:............................. ...............................
. . ..
................................................................................................................................................................................... ...............................
................................................................................................................................................... ............................... I ... ...............................
........................................................................................................................................................:..:..::.......................... ...............................
...................................................................................................:...................................................................................... ...............................
1q r
CITY ENGINEER'S OFFICE RENTON, WASHINGTON
MUNICIPAL BUILDING 0 200 MILL AVENUE SOUTH * RENTON, WASHINGTON 98055 0 235-2631
MONUMENT TIES S ETCH
1 'b�
rqocl
kt-
k IL -10
� Mom �,k o� t�.lk_ —s
fl
I �'
Described by ..... . 1. .............................. 4
I REFERENCE TIES
i Field Book I Page I D#te Made. By
PBPW6-01 9/26/95
ti
v"
I�
1
MONUMENT TIES SKETCH REFERENCE TIES
Field Book Page Date Made By
pig
m,o.c,. 9K.-r-
zlkp
I .
A
LJ;7
Described by.............. ........................ I I I I — i
PBPW6-01 9/26195 C--
0A "UNENT TIES SKETCH REFERENCE TLEs
FIELD BOOK PAGE DATE MADE •Y
r
�i
k in
tSCRIDED
...................
— --
YK
I
i
i
r
CITY ENGINEER'S OFFICE * RENTON, WASHINGTON
MUNICIPAL BUILDING* 200 MILL AVENUE SOUTH* RENTON, WASHINGTON 98055 0 235 -2631
MONUMENT TIES SKETCH
Sg9
i w .
z
S
FND Tkj LD °� N Z
o �
In Co..G WAtk o�
�:.
SgT Tk /LD
0 ° in CO,L, WALK
,Qo T LINE w N 'D 5o
Iii! ?5dc! 1
Q 1
rM��vt
N �
4z ^.!
O�� SEE l`'P>$� /dr9�037
?Z ?A-F
8 kq
Described by ................... .....................!.7....... �.... i
PBPW6 -01 9126/95
REFERENCE TIES
Field Book I Page Date I Made By
DESCRIPTION OF INTERSECTION MARK
ll�f Date ►
�� Comer
............ ............................
Type of new mark set....... . % ......
i^ ... �!? ^tit. �.:« `f
Section.......... 6 ................
�
Typeof old mark found ................................................................................
............................... ....
Townshi p.....Z.3. /,�......
......................................................................................................................................
...............................
`r
Range........... ...........
{ Method of locating old mark ......................................................................................................................................
...............................
f......................................................................:................
............................... .... ..............................D .............................
..............................�
Mannerin which re set ............. :....................................................................
+.. Se I- ha
.............................................
�e� �. A
�. `.�
..............................................
S
Description .... .................... ..:..........................
............................................... .......................................................................................................................................
wad/ W enn ... - 5cG-.....8...... r^ h 4� .......................Co�
................................. .. .... ......
. ............
..... :..,5e e-
..... .............................�.
.......................................................................................................................................................................:..................
..........................................................................................................................................................................................
..........................................................................................................................................................................................
...............................
..............................1
...............................
.......................................................................................................................................
..........................................................................................................................................................................................
...............................
........:t
...............................
.........................................................................................................................................................................................
..................................................................................................................................
...............................
...............................
...;......... .............................:�
.
I
I
I
i
I
i
I
CITY OF RENTON ENGINEERING DEPT
MONUMENT TEES:
FIELD BOOK, 1 -PAGE u. D/
i fl SKETCH
spike Taut -I
LU
w 1614
lftl
4x v y,:
1`
vj
ti. y. _ { w
De- ibed by u - K -i -----------------------------------------------------
L,Y—E-N-G—IN-
EER'S OFFICE • RENTON. WASHINGTON
UNICIPAL BUILDING
200 reILL AVENUE SOUTH RENTON• WASHMIGTON 98055 • 235 -
TIES SKETCH
-MONUMENT
t
MARK. `
DESCRIPTION OF INTERSECTION
1
E
Date ._..: ::_..tr...:. ?_.. ��:'' .................. ... :..... ..... -- •_ - - -- - - - - -_:
c
fl
u a h :'2.: . :: ?' < --
Type of new mark se, �f .:. -_ -- - ...__. s
I
Sectiun
.
Type of old mark found . l r' f =� `' ` r =
Township
..z-� .._.: L...
�
id
- ................................................ _ _ ......................................................................
Range ...
- -
Ut
J u .5 -� � k �. J 4 `�' `°-
Method. locating old mark ...._.___. _s__ :._.__.___._...__
._ _.._....
_._.. ___. _.
of s ______. ...........................................
............ ....''-- •.. •.. •-•-°•--'---•--•--•-••-......------------......._........•••-•.._.._--°-•.. ..._---' °..................•...
•-- °----- -• --
--
Manner in .which reset ----- - -- - ..... _ -
-Dav flq
i
_ 4 _ 1 - - -•- =!
S.�
5TU / c
C
i�
---___---•• --••-- --
D
- - - - -
LT np n BY
- ----- ••--- -- --•------- --••-•--- ----------•-......--
•---..................•-
MARK. `
DESCRIPTION OF INTERSECTION
E
Date ._..: ::_..tr...:. ?_.. ��:'' .................. ... :..... ..... -- •_ - - -- - - - - -_:
............
Curncr
u a h :'2.: . :: ?' < --
Type of new mark se, �f .:. -_ -- - ...__. s
I
Sectiun
.
Type of old mark found . l r' f =� `' ` r =
Township
..z-� .._.: L...
�
- ................................................ _ _ ......................................................................
Range ...
- -
Jr .......
J u .5 -� � k �. J 4 `�' `°-
Method. locating old mark ...._.___. _s__ :._.__.___._...__
._ _.._....
_._.. ___. _.
of s ______. ...........................................
............ ....''-- •.. •.. •-•-°•--'---•--•--•-••-......------------......._........•••-•.._.._--°-•.. ..._---' °..................•...
•-- °----- -• --
--
Manner in .which reset ----- - -- - ..... _ -
Description._ -_ -- _. '__fir ?-------------------- _____.1r___- ___..................................... . . ___. _.. __?_..
_ 4 _ 1 - - -•- =!
C c a
......................
---___---•• --••-- --
------•---- ------- ---•-•
- - - - -
- ----- ••--- -- --•------- --••-•--- ----------•-......--
•---..................•-
• --•••.
r
I
Yl
tTY ENGINEER'S OFFICE RENTON. WASHINGTON
AUNICIPAL BUILDING 200 MILL AVENUE SOUTH RENTON, WASHINGTON 98055 • 235-2631
"UMENT TIES SKETCH
fi
T,
IN CAS-C REr MON,
CARD- X5111- kv ,E JP4,
/5'
4 74 ok C 161 1 a Fr
2-11,7
I REFERENCE TIES I
FIELD BOOK PAGE, I DATE I MACE my
Tee k-18-77 1
ICRI DE D ...................
Vl
REr AICAl 6+0 #517 AROmI5
I
TrY ENGINEER'S OFFICE RENTON, WASHINGTON 2,� 3 4
I`
1NlCIPAL BUILDING 200 MILL AVENUE SOUTH RENTON, WASHfNGTON 98055 • 235 -2631 i f
�f
k,� MONUMENT TIES SKETCH
SCRI DED BY
..... 2 .,J J, J' Y f ......... 2EF h'yoN CAS Do S l fRCt r1�� I
CITY ENGINEER'S OFFICE RENTON, WASHINGTON
NICIPAL BUILDING 200 MILL AVENUE SOUTH RENTON, WASHINGTON 98055 • 235 -2631
MONUMENT TIES SKETCH
REFERENCE TIES
2 Z3. FIELD BOOK PAGE
2/LV- z-z
CN
Uj q S'
—7
)ESCRI DE D BY
. . . . . . . . . . .
DESCRIPTION OF INTERSECTION MARK
DATE I MADE BY
Date ------- Z-1.8
... ............................... ........................................................................ --------------------- .('orner
Type of new mark set,
Section --------
5 .......... L
Type of old mark found ...... /.Vo/v ---------------------------------------------------------------------
Township
------------------------------------------------------------------------ I ....... ........................................
Prange ------- . . ......
Method of locating old mark
.......................................................................................................................................... .........................................
Manner in which reset ---- ........ fa
Description . ............. --- — ----------------------- ........
711 /;�',
------
I .........................
-------------- ------- �-e-c ---------------- ------
------ -------
S- uof - 1
2114 1.a -q..
----------- ------- - ----------- --------------------- ----- -----
-------------- -----------------------------
...................................... -------------------------
I . -2'3 ------------ I
------------
- ------------------------------------------------------------------------------------
-----------
------------------------------------------------------------------------------------
.... -.- ------ .......
fffN GEL -&SASSOCIATES, P.A.
--------------------- I-19-S-MAIN-ST; -------------------------
P. O. BOX 742
---------------- LWC'f4M-0-1D --- 8MIT --------- -----------
CITY ENGINEER'S OFFICE * FtENTON, WASHINGTON
*UNICIPAL BUILDING 200 MILL AVENUE SOUTH RENTON• WASH#NGTON 1
MMUMENT TIES SKETCH
1vV/V
p
\<1
6 TA-P1 Pc 6
,f-- r 3 o 7 35,1 -208, 5-�
-5--f conc, /-'W, K/A-'!z it
Sfass c4p 1A /Vior) C*sr
N�l
xf
--S CRI DE D BY. ...................
kEF AA0A1 (WO # 517 AP-C�! I VE.
�LS
DESCRIPTION OF INTERSECTION MARK
Date ...........•... 7-19-- ------ -- 3-q ........................ ... I ..................................................................... _...--- •---- '--- -._... (:orner
---- -
A&A Sectio� ..........
Type of new mark set -------------- ----- -------------------------- ...................•...•....•........
Type of old mark found..... •....• ...• .....• ...... •....••..••.•.••..••..••......••. Township ..... . ........
. . ...............
I Range ............
................................................ . ........................ .............................................. .... ...
Method of locating old mark ...
. . . . - -% . . . . . . . . .-- '!r'......-
. . . . . . . . . . . . . . G-/'_S . . ..... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
.....••............................ .............. ........... .............................. ...................................... ........................ ............ . .. . . .. .... - - -•••
Manner in which reset _.. rja ... Tc-aZ .... ........ . ....................................................................................
Description ........ / ilraw"I'c-Ij 1z - 9V
.............................................. ----------------------
............................. ------------- �7 -------------------------
"r , - �;� - , - �- P 124
.............................. /V,z� ;/ , ,
................... .................
. ...................... ........................................
Ti- Ion-,
�5 /01 rlr� Jrvlo -! ....
-------------- ------------ . ...................................................................... ........ ........ .•..... ---------
.......... ........................................ .. .............................................
........................................................... F-f V / I
-3c D 1,E
Fllz�, "'vwtif vt )o .....................
............................................. L --- LF ...... ............. L .....................
....................................
.......................................................... .................................................................-•••-----•••--••...---••----• •--------•---•••-------•-•-•-••
�I
..... ...... ..... .................................. . ........... . .... ........ .... ............ .. . . ................ ..... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
................................... ....... ....................................................... .............................................................. ...................... 1
-A
SCE TIES
DATZ
MA my
i
-18 --341
r- 0,C
_
--S CRI DE D BY. ...................
kEF AA0A1 (WO # 517 AP-C�! I VE.
�LS
DESCRIPTION OF INTERSECTION MARK
Date ...........•... 7-19-- ------ -- 3-q ........................ ... I ..................................................................... _...--- •---- '--- -._... (:orner
---- -
A&A Sectio� ..........
Type of new mark set -------------- ----- -------------------------- ...................•...•....•........
Type of old mark found..... •....• ...• .....• ...... •....••..••.•.••..••..••......••. Township ..... . ........
. . ...............
I Range ............
................................................ . ........................ .............................................. .... ...
Method of locating old mark ...
. . . . - -% . . . . . . . . .-- '!r'......-
. . . . . . . . . . . . . . G-/'_S . . ..... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
.....••............................ .............. ........... .............................. ...................................... ........................ ............ . .. . . .. .... - - -•••
Manner in which reset _.. rja ... Tc-aZ .... ........ . ....................................................................................
Description ........ / ilraw"I'c-Ij 1z - 9V
.............................................. ----------------------
............................. ------------- �7 -------------------------
"r , - �;� - , - �- P 124
.............................. /V,z� ;/ , ,
................... .................
. ...................... ........................................
Ti- Ion-,
�5 /01 rlr� Jrvlo -! ....
-------------- ------------ . ...................................................................... ........ ........ .•..... ---------
.......... ........................................ .. .............................................
........................................................... F-f V / I
-3c D 1,E
Fllz�, "'vwtif vt )o .....................
............................................. L --- LF ...... ............. L .....................
....................................
.......................................................... .................................................................-•••-----•••--••...---••----• •--------•---•••-------•-•-•-••
�I
..... ...... ..... .................................. . ........... . .... ........ .... ............ .. . . ................ ..... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
................................... ....... ....................................................... .............................................................. ...................... 1
CITY ENGINEER'S OFFICE * RENTON, WASHINGTON
irNICIPAL BUILDING 200 MILL AVENUE SOUTH RENTON,WAS . HMGT I ON 98055 • 235-2631
NAVY DAT0t-7,,.. MONUMENT TIES, SKETCH
2
F- 0 7,3 SS -1* - -q 2 3?a 7
e le 1--- 2532_ -z 1 ON 00
- AfolJ
E 5- 10Z - gD 4j 617
.1
-7
v
F- C <)
cqx C
T-SCRI DED BY..
>_1
<
I I
ow �2
................................................... I ---------- ....................... --------- ; ------------------------ .........................................
................
Manner in which reset
...•..••....•..• ..•• - - - - -- ..
. ................
Description
...............
Z9
------ .................. -- ------------------------------- -----------
Z --- 7 — ---------------------
----------
.7 2 1!-14q
--- — ------- .........
------ ----- --------------------- .................. . ................................
-----------
- - ---
-------- ---------------- -- ---------------------------------------
-----------
........... ......... --- -z -- ---- -----------------
.•.....•..•.••......•.• .•..••...•...•........•.•..... -----------------------------------
-------------------------------------------------------------------------------------------------
-- ......-. . -..--.-.-.-.-..-..-..-..-..-..-..-..R-.- . .I-..N-..-..-..G-..-. . -.E-..L ... .& ... ' ASSOCIATES - P
.
A.
--- hfAIN ST ------------
P-
0. BOX 742
-------------------------------- ----------------- ----------------------------------------- .............. ............................ --------------------------
DESCRIPTION OF 114TkIRSECTION
MARK
Date ............. 7--Z�.-2-5r,
................
----------------------- ........ ..........................
............
----------------------- Corner
Type of new mark set
qxL-
Section ........ 51—
Type of old mark found .... ........................................ I ............................
......
Township --- �- 2- ...
......................................................................... ................... ...•...•.......••......•
...
11ange ......
Method of locating old mark ... 1&!<./
Z-
V- r
................................................... I ---------- ....................... --------- ; ------------------------ .........................................
................
Manner in which reset
...•..••....•..• ..•• - - - - -- ..
. ................
Description
...............
Z9
------ .................. -- ------------------------------- -----------
Z --- 7 — ---------------------
----------
.7 2 1!-14q
--- — ------- .........
------ ----- --------------------- .................. . ................................
-----------
- - ---
-------- ---------------- -- ---------------------------------------
-----------
........... ......... --- -z -- ---- -----------------
.•.....•..•.••......•.• .•..••...•...•........•.•..... -----------------------------------
-------------------------------------------------------------------------------------------------
-- ......-. . -..--.-.-.-.-..-..-..-..-..-..-..-..R-.- . .I-..N-..-..-..G-..-. . -.E-..L ... .& ... ' ASSOCIATES - P
.
A.
--- hfAIN ST ------------
P-
0. BOX 742
-------------------------------- ----------------- ----------------------------------------- .............. ............................ --------------------------
� SURVEY MONUMENT
� REMOVAL OR DESTRUCTION
WAC 332 -120
� Information and Details
also see
' City of Renton
Special Provisions Section 1 -11
j Renton Surveying Standards
i
e
L
C
II
C
Ll
s
11
Survey Monuments— Removal or Destruction 332 - 120 -010
Chapter 332 -120 WAC
SURVEY MONUMENTS — REMOVAL OR
DESTRUCTION
WAC
332 -120 -010 Authority.
332 -120 -020 Definitions.
332 -120 -030 Applicability.
332 -120 -040 Monument removal or destruction.
332 -120 -050 Application process.
332 -120 -060 Project completion— Perpetuation of the original position.
332 -120 -070 Application/permitform.
332 - 120 -010 Authority.
The department of natural resources, in accordance with
RCW 58.24.030 and 58.24.040 (1) and (8), prescribes the fol-
lowing regulations concerning the removal or destruction of
survey monuments and the perpetuation of survey points.
[Statutory Authority: RCW 58.24.040(8). 94 -06 -034 (Order 617), § 332 -120-
010, filed 2/25/94, effective 3/28/94; Order 131, § 332 - 120 -010, filed 3/1/72,
effective 4/7172.]
332 - 120 -020 Definitions.
The following definitions shall apply to this chapter:
Department: The department of natural resources.
Engineer: Any person authorized to practice the profession
of engineering under the provisions of chapter 18.43 RCW who
also has authority to do land boundary surveying pursuant to
RCW 36.75.110, 36.86.050, 47.36.010 or 58.09.090.
Geodetic control point: Points established to mark horizon-
tal or vertical control positions that are part of the National Geo-
detic Survey Network.
Land boundary survey corner: A point on the boundary of
.any easement, right of way, lot, tract, or parcel of real property;
a controlling point for a plat; or a point which is a General Land
Office or Bureau of Land Management survey corner.
Land corner record: The record of corner information form
as prescribed by the department of natural resources pursuant to
chapter 58.09 RCW.
Land surveyor: Any person authorized to practice the pro -
fession of land surveying under the provisions of chapter 18.43
RCW.
Local control point: Points established to mark horizontal
or vertical control positions that are part of a permanent govern-
ment control network other than the National Geodetic Survey
network.
Parcel: A part or portion of real property including but not
limited to GLO segregations, easements, rights of way, aliquot
parts of sections or tracts.
Removal or destruction: The physical disturbance or cov-
ering of a monument such that the survey point is no longer vis-
ible or readily accessible.
Survey monument: The physical structure, along with any
references or accessories thereto, used to mark the location of a
land boundary survey corner, geodetic control point, or local
control point.
Survey Recording Act: The law as established and desig-
nated in chapter 58.09 RCW.
[Statutory Authority: RCW 58.24.040(8). 94 -06 -034 (Order 617), § 332 -120-
020, filed 2/25/94, effective 3/28/94; Order 131, § 332 - 120 -020, filed 3/1/72,
effective 4/7/72.1
332 - 120 -030 Applicability.
(1) No survey monument shall be removed or destroyed
before a permit is obtained as required by this chapter.
(2) Any person, corporation, association, department, or
subdivision of the state, county or municipality responsible for
an activity that may cause a survey monument to be removed or
destroyed shall be responsible for ensuring that the original sur-
vey point is perpetuated. It shall be the responsibility of the gov-
ernmental agency or others performing construction work or
other activity (including road or street resurfacing projects) to
adequately search the records and the physical area of the pro-
posed construction work or other activity for the purpose of lo-
cating and referencing any known or existing survey
monuments.
A government agency, when removing a local control
point that i± has established, shall be exempted from the require-
ments of this chapter.
(3) Survey monuments subject to this chapter are those
monuments marking local control points, geodetic control
points, and land boundary survey comers..
In regard to local or geodetic control points the department
will defer authorization for the removal or destruction of the
survey monument to the agency responsible for the establish-
ment or maintenance of the control point. Such agency may, at
their discretion, exempt the applicant from the remonumenta-
tion requirements of this chapter. Such exemption shall be noted
by the agency on the application form.
[Statutory Authority: RCW 58.24.040(8). 94 -06 -034 (Order 617), § 332 -120-
030, filed 2/25/94, effective 3/28/94; Order 131, § 332 - 120 -030, filed 3/1/72,
effective 417/72.]
332 - 120 -040 Monument removal or destruction.
(1) All land boundary survey monuments that are re-
moved or destroyed shall be replaced or witness monuments
shall be set to perpetuate the survey point.
(2) A land boundary survey corner shall be referenced to
the Washington Coordinate System of 1983, prior to removal or
destruction. See WAC 332 - 130 - 070(2), land boundary survey
standards.An applicant may request a variance from this refer-
encing requirement by so noting in the applicant information
section on the permit and providing the justification on the back
of the form. The department shall note whether the variance is
approved or not approved and shall provide the reason for not
approving the request.
[Statutory Authority: Chapter 58.24 RCW. 05 -13 -104, § 332 -120 -040, filed 6/
17/05, effective 7/18/05. Statutory Authority: RCW 58.24.040(8). 94 -06 -034
(Order 617), § 332 - 120 -040, filed 2/25/94, effective 3/28/94; Order 131, § 332-
120-040, filed 3/1/72, effective 4/7/72.]
(2006 Revision) [LSRM: Title 332 WAC —page 77]
332 120 -050 Title 332: Natural Resources, Board and Department of
'
-
332 - 120 -050 Application process.
(1) Whenever a survey monument needs to be removed or
'
destroyed the application required by this chapter shall be sub-
mitted to the department.
It shall be completed, signed and sealed by a land surveyor
'
or engineer as defined in this chapter.
'
(2) Upon receipt of a properly completed application, the
department shall promptly issue a permit authorizing the re-
'
moval or destruction of the monument; provided that:
'
(a) In extraordinary circumstances, to prevent hardship or
delay, a verbal authorization may be granted, pending the pro-
cessing and issuance of a written permit. A properly completed
'
application shall be submitted by the applicant within fifteen
days of the verbal authorization.
(b) Applications received by the department concerning lo-
,
cal or geodetic control points will be referred to the appropriate
,
agency for action. The applicant will be notified when such ac-
tion is taken.
1
(3) One application may be submitted for multiple monu-
,
ments to be removed or destroyed as part of a single project;
however, there shall be separate attachments to the application
form detaili..g the required information for each monument re- I
'
moved or destroyed.
[Statutory Authority: RCW 58.24.040(8). 94 -06 -034 (Order 617), § 332 -120-
050, filed 2/25/94, effective 3/28/94; Order 131, § 332 - 120 -050, filed 311/72,
effective 417!72.]
332 - 120 -060 Project completion— Perpetuation of the
original position.
'
(1) After completion of the activity that caused the removal
or destruction of the monument, a land surveyor or engineer
shall, unless specifically authorized otherwise:
'
(a) Reset a suitable monument at the original survey point
or, if that is no longer feasible;
(b) Establish permanent witness monuments easily acces-
sible from the original monument to perpetuate the position of
'
the preexisting monument.
(2) Land boundary survey monumentation required by this
chapter shall meet the requirements of the RCW 58.09.120 and
'
58.09.130.
(3) After completion of the remonumentation, the land sur-
veyor or engineer shall complete the report form required by
this chapter and forward it to the department.
(4) Additionally, after remonumenting any corner original-
ly monumented by the GLO or BLM, a land comer record form
shall also be filed with the county auditor as required by the Sur-
,
vey Recording Act.
[Statutory Authority: RCW 58.24.040(8). 94 -06 -034 (Order 617), § 332 -120-
.
060, filed 2/25/94, effective 3/28/94.1
1
332- 120 -070 Application/permit form.
The following form shall be used when making application '
to remove or destroy a survey monument:
[Statutory Authority: RCW 58.24.040(8). 94 -06 -034 (Order 617), § 332 -120-
070, filed 2/25/94, effective 3/28/94.] '
i
[LSRM: Title 332 WAC —page 781 (2006 Revision)
�I
F�
7
1
Contact Us I Media Center I Jobs I Site Map I Questions & Answers
Privacy Policy I Espanol Law Enforcement I Discover Pass
_ •
Search
Advanced Search
HOME RECREATION & PUBLIC BUSINESS &
SCIENCE & CONTACT ABOUT
INFORMATION PERMITS
ENVIRONMENT DNR DNR
Forest Leasing.& Land School Funding & Trust
Government I Landowners, Industry & Timber
Practices Transactions Beneficiaries
Contractors Sales
Home > Business & Permits > How To > Landowners, Industry &
Contractors > How Do I Locate Forms for the Public Land
Survey Office?
HOW DO 1 LOCATE FORMS FOR THE PUBLIC LAND SURVEY
OFFICE? CONTACTS
Public Land Survey
Office
DOWNLOADABLE PLSO FORMS
Engineering & General
For PDF files download Adobe Acrobat
Services Division
Washington State
Land Corner Record Form
Department of Natural
(23K PDF) (66K DWG)
Resources
360- 902 -1190
Recorded Instruments Requirements Form
Fax 360 - 902 -1191
plso @dnr.wa.gov
(35K PDF)
Affidavit Of Minor Correction (Suggested Form)
FILES
(7K PDF)
WebXtender: FAQ For PLSO's Research Database
RELATED LINKS
HTML
APPLICATION TO REMOVE OR DESTROY A SURVEY MONUMENT • Public Land
Survey Office
• Application to Remove or Destroy a Survey Monument TIFF format (zip) or Microsoft Overview
Word (DOC) or PDF or DWG
Send new applications and completed report sections to:
John Gasche
Public Land Survey Office
PO Box 47030
Olympia WA 98504 -7060
New applications will be processed in a timely manner. Be sure to print the application on
legal -size paper. A licensed land surveyor applicant is required to stamp, sign and date
the application and each additional page. The county engineer or surveyor of the affected . .
county is notified by the Public Land Survey Office (PLSO) of the application at the time
of approval. If the monument(s) applied for in the application was set by government Le,
city, county, state or federal, additional processing time may be necessary to get approval
from the appropriate agency.
When the stated.action is complete, the report section on the backside of the application
needs to be stamped by a licensed land surveyor, signed, dated and returned to the
same address indicated above. Please reference the original application number on the
report section. It is recommended the applicant retain a copy. The county engineer or
surveyor of the affected county will be notified by the PLSO of the report received thus
closing the application.
If the estimated time of completion is incorrect and an extension is needed, please
contact John Gasche at 360 - 902 -1230 or e-mail and request an extension. Be sure to
reference the application number.
Contact Us I Media Center I Site Map I Jobs I Questions & Answers I Privacy Policy I Spanish I Discover Pass
DNR is an equal opportunity employer. @ 2013 WA DNR All rights reserved.
fl't� *1
(Form prescribed 2/94 by the Public Land Survey Office, Dept. of Natural Resources, pursuant to RCW 58.24:040 (8).)
COMPLETION REPORT FOR MONUMENT
REMOVAL OR DESTRUCTION
(TO BE COMPLETED AND SENT TO THE DNR AFTER THE WORK IS DONE.)
I have perpetuated the position(s) as per the detail shown on the application form.
(Place stamp /seal here)
SEAUSIGNATURE /DATE SIGNED
m
I was unable to fulfill the plan as shown on the application form. Below is the detail of what I did do to perpetuate the original
position(s). (If the application covered multiple monuments attach sheets providing the required information. Seal, sign and date
each sheet.)
i
It is important that this portion be completed and sent to DNR, Public Land
Survey Office (PLSO) once the project is complete and the monument(s) have
been perpetuated.
(Place stamp /seal here)
SEAUSIGNATURE /DATE SIGNED
NOTES RISER RING DIMENSIONS
1. Dimensions may vary according to manufacturer. A t 1/2" z" 3"
(SIZE)
2. Base to be placed on a'well compacted foundation.
3. Monument case to be installed by contractor.
4. See WSDOT Standard Plan A -10.20 for Monument (brass disc) type to place in
2" O.D. galvanized pipe.
CONCRETE BASE o'
I
D
D
.D °D
CONCRETE BASE) \ \ \� \1
SAND
UNDISTURBED SOIL -
GROUT
2" O.D. GALVANIZED
STEEL PIPE - NOTE 4
D '
° � D
� D
,D
D e
p .
°D D'
PLAN VIEW
ACP Class B, or as approved by
the Engineer.
1' -6" R.
r
Y O
x-10n® PUBLIC WORKS
$ DEPARTMENT
0
2
� D
2
Q
O
i7
I
1 '
CASE
60 LBS
'
19 LBS
TOTAL
Z
10 1/2" DIAM.
N
9 1/2" DIAM.
A
SECTION O
INSTALLATION
8" DIAM.
9" DIAM.
SECTION
RISER RING
MONUMENT CASE
AND COVER
T
4
APPROXIMATE
WEIGHTS
CASE
60 LBS
COVER
19 LBS
TOTAL
79 LBS
R.
13/8' DIAM.
1" DIAM. n
N
H34 7/8 R.
SECTION
COVER
5 1 4" R.
1/2"
1 " I 13/4" 5 314" R.
SECTION
CASE
-v
ISOMETRIC
SECTION OF LETTER
STD. PLAN - 113
MAY 2009
Duo H04�
D� V D
Ir Ul R 3/16"
.. ........D .................... -F
118" DIAM. PUNCH MARK 1j4.
OR CHISELED
(TO BE PLACED AT AT
ACTUAL POINT)
G�t��a�oloa
TOP VIEW
BRASS DISC TYPE 2
1. The Brass Disc shall be TYPE 2 will be furnished by the Contractor.
2. The text in the shaded area (see TOP VIEW) shall be 3/16" high and will be
stamped by the Contractor prior to setting the cap. Only the assigned identification
letters and numbers approved by the City are to be placed on the Brass Disc.
3. The hole shall be 32" minimum in depth or 6" below the 'deepest recorded frost line.
All loose material shall be removed from the bottom of the hole so that the concrete
is placed on firm undisturbed earth.
4. The top of the concrete shall be troweled smooth and the Brass Disc set in the
center with top flush and level. The top of the monument may be recessed or
protruding, depending on conditions.
5. The Brass Disc shall be rotated so it can be read while the observer is facing north.
6. When the concrete is set, cover the entire monument with moist earth and leave for
three days.
7. To replace a Public Land Survey System (PLSS) corner, consult a licensed
Professional Land Surveyor (PLS).
5!8"
3"
6"R 1/8"
/
3116"
1132 "
/
31 2"
,
1/8"
1/8" /
1/8"
1
3/16"
SECTION OF GROOVE
FOR 1/4" LETTERS
f-
A
O
3!4"
1132" 1132"
SECTION OF GROOVE
FOR 3116" LETTERS
O
M
BOTTOM VIEW
City of Renton
Public Works Department
31 I
SECTION VIEW O
SURVEY MONUMENT DISC
TYPE 2
STD. PLAN -113.1
per WSDOT STD PLAN A- 10.20 -00
August 2013
(DRAFT)_INSTRUCTTONS FOR
' I estimate that this work will be finished by (date) mm /dd /vvvv.
I request.a variance from the requirement to reference to the Washington Coordinate System. (Please
provide your justification in the space below.) Check this if you're requesting a variance, otherwise leave blank.
Remember, State Plane Coordinates are on grid, not ground. If they are rotated, or scaled to ground, they're not really
State Plane Coordinates anymore...
The variance request is approved; not approved. (FOR DNR USE ONLY) Reason for not approving
'
APPLICATION FOR PERMIT
PERMIT NO.
required below for each monument affected. You must seal, sign and date-each sheet.
TO REMOVE OR DESTROY
s authorized o or destroy
1) THE MONUMENT IS LOCATED IN: SEC TWP RGE 1/4 -1/4 Example: SEC XX TXXN RXXE NE of NE, County,
the described monument(s):
2) ADDITIONAL IDENTIFIER: (e.g., BLM designation for the comer, street intersection, plat name, block, lot, etc.)
A SURVEY MONUMENT
If applicable, add the PLSO Corner Code designation, such as G15 for the C1/4 Corner of Section 10 (Corner Record Index
Diagram can be found on the PLSO website).
AUTHORIZING SIGNATURE /DATE
(DNR or Other Authorizing Agency)
APPLICANT INFORMATION:
NAME: Name of PLS or PE TELEPHONE NO: Office or cell DATE: Today's date
'
COMPANY OR AGENCY NAME AND ADDRESS:
Name and mailing address of company or agency requesting the Permit
' I estimate that this work will be finished by (date) mm /dd /vvvv.
I request.a variance from the requirement to reference to the Washington Coordinate System. (Please
provide your justification in the space below.) Check this if you're requesting a variance, otherwise leave blank.
Remember, State Plane Coordinates are on grid, not ground. If they are rotated, or scaled to ground, they're not really
State Plane Coordinates anymore...
The variance request is approved; not approved. (FOR DNR USE ONLY) Reason for not approving
'
MULTIPLE MONUMENTS:
Check here if this form is being used for more than orie monument. You must attach separate sheets showing the information
required below for each monument affected. You must seal, sign and date-each sheet.
INDEXING INFORMATION FOR AN INDIVIDUAL MONUMENT:
1) THE MONUMENT IS LOCATED IN: SEC TWP RGE 1/4 -1/4 Example: SEC XX TXXN RXXE NE of NE, County,
2) ADDITIONAL IDENTIFIER: (e.g., BLM designation for the comer, street intersection, plat name, block, lot, etc.)
If applicable, add the PLSO Corner Code designation, such as G15 for the C1/4 Corner of Section 10 (Corner Record Index
Diagram can be found on the PLSO website).
MONUMENT INFORMATION: Describe: 3) the monument/accessories found marking the position, Be thorough in the
' description.
4) the temporary references set to remonument the position (include coordinates when applicable), at a minimum provide coordinate
datum, date of adjustment and identify field methodology used to derive coordinates (i.e. NAD 83/2011 epoch 2010.00 using
real time WSRN corrections, NAD 83/1991 using RTK methods from county control point #xx etc.) and Three (3) reference
points for each monument. Provide the description and either coordinates and /or brg /dist to the RP's from each monument and
I 5) the permanent monument(s) to be placed on completion (if a permanent witness monument(s) is set include the references to the
original position). Be thorough in the description.
II I!
l__J
A sketch /map can be added in this area, or on attached sheets with the information requested above (3 -5). Please make sure
maps are legible and either on letter, legal or 11 "x17" size paper.
REMINDER: Even though in some instances a PE is allowed to stamp /sign the permits, the survey work (locating the
monuments before construction, replacing the monuments, filing the ROS and /or LCR's) must be done by a PLS and the
name and contact info for the PLS must be noted on the Permit. (This does not apply to some County and WSDOT direct
project situations.)
See RCW 58.09.130, WAC 332- 120 -150 and WAC 332- 120 -060 for reference.
(Place stamp /seal here)
SEAUSIGNATURE /DATE SIGNED
� TRAFFIC CONTROL INFORMATION
r
J
11
C
t
�►� CITY OF RENTON
DEPARTMENT OF PUBLIC WORKS
TRANSPORTATION SYSTEMS — TRAFFIC OPERATIONS
TRAFFIC CONTROL PLAN
CONSTRUCTION COMPANY: APPL. DATE:
ADDRESS: PERMIT #:
PHONE #: ( )
E —MAIL ADDRESS: MOB. /CEL.: ( )
CONSTRUCTION SUPERINTENDENT: FAX #: ( )
PROJECT NAME:
'PROJECT LOCATION:
WORK TIME:
WORK DATE:
N /E /S/W OF: _
APPROVED BY:
APPROVAL DATE:
NOTES: 1) WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON UNIFORM TRAFFIC
CONTROL DEVICES (MUTCD).
2) CALL 911 (USING A LOCAL PHONE) OR 253 -652 -2121 (USING A CELL PHONE), FIRE, AND POLICE
DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY.
3) CALL,METRO TRANSIT CONTROL CENTER AT (206) 684 -2732 AT LEAST TWENTY —FOUR (24) HOURS
BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE.
4) THIS PLAN MUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK.
5) APPROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS.
6) ANY VEHICLE AND /OR EQUIPMENT TO BE USED FOR WORK WITHIN THE CITY'RIGHT OF WAY MUST
DISPLAY A COMPANY LOGO (ANY LEGALLY ACCEPTABLE SIGN SHOWING A COMPANY NAME, ADDRESS,
AND TELEPHONE NUMBER) AT A CONSPICUOUS PLACE ON THE VEHICLE OR EQUIPMENT.
COMMENTS:
SKETCH
T-
I have been informed of my responsibilities for traffic control and coNTRncroe
agree to comply with all traffic regulations of the City of Renton, oev. SERVICE. INSPI
DEV. SERVICE. PLAN
SIGNATURE: DATE: PoucE
FlRE
K-W"—e \raANWCR.ur\"Eruno \,w. \t• AFC op— r— \u,FFC ConNa aw,\1.p1 —+.e.y
— NORTH-
.
1
GLASBY
i/R. mono
1
1
1.
1i
1'
1
1
1
1
1
1
i
1
1
1
1
1
1
I, , representing
agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic
control plan and obtain City approval of that plan. That plan shall be implemented for all
street and lane closures, and the plan shall be performed in compliance with the Manual 'on
Uniform Traffic Control Devices. I shall notify emergency services twenty -four (24) hours
before any street or lane closures. I understand any lane or street closures not in
conformance with the approved traffic control plan and/or without notification of emergency
services may result in my receiving a citation for violation of R.C.W. 47.36.200 through
47.36.220, 9A.36.050 Reckless Endangerment, and other applicable State and City codes.
I certify I am responsible for the project and the responsible party to be cited for violation of
R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other
applicable State and City codes.
NAME:
' WORK ADDRESS:
WORK PHONE:
WASHINGTON STATE DRIVERS LICENSE NUMBER
CATraffic OperationslTraffic Control Planitcpforral.doo
Il
1
1
t
I
91
� I
I I
USED
ROAD ROAD CLOSED
CLOSED AHEAD
LOCAL TRAFFIC ONLY
48" X 30" 60" X 30"
Blk on Silver (refl.) Blk on Silver (refl.)
TYP SIGNS & BARRICADES
IN ROADWAY CONSTRUCTION AREAS
ROAD CLOSED ROAD
TO CLOSED
THRU TRAFFIC
60" X 30" —r
Blk on Silver (refl.) �JLOCAL C
ROAD DETOUR ROAD
CONSTRUCTION AHEAD CLOSED
AHEAD AHEAD
III
48" X 48" 48" X 48"
Blk on Orange (refl.) Blk on Orange (refl.)
48" X 48"
DETOUR
Blk on Orange (refl.)
FLAGGER
AHEAD
48"X 48"
Blk on Orange (ref I.)
END
CONSTRUCTION
60" X 24"
Blk on Orange (refl.)
III
48" X 48" 48" X 48"
Blk on Orange (refl.) Blk on Orange (refl.)
1 48" X 18"
Blk on Orange (refl.)
� I
� I
� I
� I
48"X 24" 48"X 24"
Blk on Orange (refl.) Blk on Orange (refI.)
DETOUR
1 48" X 18"
Blk on Orange (refl.)
� I
� I
� I
� I
48"X 24" 48"X 24"
Blk on Orange (refl.) Blk on Orange (refI.)
48"X 18"
Blk on Orange (refl.) .
LOCAL X X
TRAFFIC M.P.H.
ONLY 24" X 24"
30" X 36" Blk on Orange (ref I.)
Blk on Orange (refl.)
ONLY
Type 111 Barricade
M22,11kyrIs WIN
Vertical Panel 18" Traff ic
Orange on Silver (refl.) Cone
Orange
Type III Barricade
Orange on Silver (refl.)
Type I Barricade
Orange on Silver (refl.)
ROAD
CONSTRUCTION
AHEAD
25
M,RH,
Portable
Delineator
Orange
DETOUR
48"X 18"
Blk on Orange (refl.) .
LOCAL X X
TRAFFIC M.P.H.
ONLY 24" X 24"
30" X 36" Blk on Orange (ref I.)
Blk on Orange (refl.)
ONLY
Type 111 Barricade
M22,11kyrIs WIN
Vertical Panel 18" Traff ic
Orange on Silver (refl.) Cone
Orange
Type III Barricade
Orange on Silver (refl.)
Type I Barricade
Orange on Silver (refl.)
ROAD
CONSTRUCTION
AHEAD
25
M,RH,
Portable
Delineator
Orange
m
�earmoa+r
vmuv.aw�u
.�raenruurvoa�owarrmervnu
ranr.c�r ,o,n,a
.e1rrrwra.r�r
WWO
U
Z ~
ass�pru
Lama
urrvcmrunwnr
�rruYrwrnu amr
m
C�
al
b
a�
O
O
W
Opp
IN
G
c o
=
t
a3
i Dpw
U
O
S
m
W Z
W
V.
=
?LL
Ox
=
v
s
la
n
g
E
FE
S
E
m
o
U
p U m
w
IOU
KS
w
< < }m
K�
43
O
n
tl
0 Z
►`
~Ln
x
5 5 Se 3
= 0
SIB
S
m�
�E�g
m
m
v
v
m
g—
>>
■
p
oc
p
�
z
�
z
Em�
> °° 8
aa°
c
S
P
m
n
c
—mc
cS
C1
<
.
oiyFO�
W
u
i
�z
0
w
p��
3H
��
v
m
0
m
•
m
m
a
Z
m
Z
a W
uj
0
E
'm0
> ,m e
�aim
m
a
vmtF
<az
o
r
m a
w
a> ?
mcz i
pL,
M
m
o
z
"t
Q
CL
r IL
ZS
in
U
u°.m
n S S dam
H
to
m
Q
> w >>w
C K K K C
7
z
N
ri
Y
ui
m
....
.N..
m m
m
� 6
W
CL
w g
LL
LL
m S g
z
O
O a
F �
z
= w W m
O m
J
U'
a
w
a 1O
1<-O0
O Z
W W
�gm
t
m
g
WIMA
MAN
Nmswme YNTa :Ae NMVNO
}
J W
�earmoa+r
vmuv.aw�u
.�raenruurvoa�owarrmervnu
ranr.c�r ,o,n,a
.e1rrrwra.r�r
WWO
O
Z ~
ass�pru
Lama
urrvcmrunwnr
�rruYrwrnu amr
al
b
a�
WM
U)
LULI
W
Opp
IN
G
c o
=
t
i Dpw
U
O
m
m
W Z
W
V.
=
?LL
Ox
=
v
s
la
n
g
E
I
°oo``�
5� -
z
U
p U m
JLL
KS
w
< < }m
K�
° ° �_
O
w
a 1O
1<-O0
O Z
W W
�gm
t
m
g
WIMA
MAN
Nmswme YNTa :Ae NMVNO
}
J W
�earmoa+r
vmuv.aw�u
.�raenruurvoa�owarrmervnu
ranr.c�r ,o,n,a
.e1rrrwra.r�r
�
O
Z ~
ass�pru
Lama
urrvcmrunwnr
�rruYrwrnu amr
�.
b
WM
U)
LULI
gR 8g
WE"
Z
G
c o
v
MCC
m
W Z
Z m
°o
LUI
�d
g
E
I
°oo``�
5� -
z
°z
° ° �_
�i
tl
0 Z
►`
ra
aw
LL�
1a
0a
O=
O�
m
¢¢W ML
m 6 w
W
\ L
CS
Q
O
�s3
-2
°c=
4
+ d W
o
w
s
d U
w
U
O � U
O y=1
6 p O >
Z
W
O7 a
O U a
Z WW
U OJ' z F
Z< O
CDW N U d
o � a
a
IL q
O
gK
E_
0
■ m
CL
m
+
W
q + gig
+
cc a:
O
m
'
T
ge
0 *
M
M}i3�t
M
M
�
$
<
m
aE
�`o�!
r=o
5
z
W
K
o
€a
Y
m
i wu9
�<a
O p
2 W
m
EBB o
m
S
�o
o °o °w
o
12
¢
!mow
o mo s
S c
rA
m
m
E
o
m = =a�
> °�
8
o$
me
o�
s$
13
W <a m v
Q �
s
UE
mE
o
9E
ca
W@
ea
m`Ip.
MO d »mm
Kjj z
w
m
=
m°
$o
miuJ3•
F «G w 0
« ¢
z .z
N
C7
Y
N
as
IA
m
j
jB
LU
i-
o W$���
LL, ov
IL
LU
� ttpp
Z N
S O N
$ 6
W $
U
� S �
W
LL
IL
m $
z
_ m
J
J
S
O
z
< cffs$S
d Rt
a =
W
U
> w
o �gRti
N
J O
W w
_
x S
U
-.3g
ge
M
M}i3�t
M
M
<
m
° 12
z
W
K
Y
m
i wu9
�<a
O p
2 W
m
O
IL
W
�o
o °o °w
o
12
¢
!mow
o mo s
�>9_
W p0
F
c
a
W <a m v
s
9m 9m9
3 3
9�9
3�
iw z>
z o °-m
JaM C
Kjj z
w
m
aw
= w
« ¢
j
jB
LU
i-
o W$���
LL, ov
IL
LU
� ttpp
Z N
S O N
$ 6
W $
U
� S �
W
LL
IL
m $
z
_ m
J
J
S
O
z
< cffs$S
d Rt
a =
W
U
> w
o �gRti
N
J O
W w
_
x S
U
Nr MMMIe VN3a *A9 WYNa
�- W svny1onmwma�r�ar� O
W 10!lIO�iLL
z0 ..�.,.,.�r�" ter' Z N
O
UA
CD�l�R BggN'o Oo Z led! c5 :
Z o F Z n �- lu a d
W2 .: s Q r^� y z� o F
@5 O 0
gUy °o "o` o d E
Q U doP _ W W pp
00 u F O $ Y
J U. z . = 3
0 �; �fi
0
U. z W
V z
o w
° W W
$W� O
W w �
v
z z O
z 3
z
W
X ci
a Q
° D C �
v
� a a
JOl X
c 0
w � o
0 0
J 2 °
a W
O m °
� o �
` 3
e G C
o a v
m v Cf w
O
v =
p m
z °
W
W
m
O n�
v
w
? � g
m O
e F
v F N U
W
oz Lu
Z
n
=9
n
-.3g
ge
<
y37 fw�
z
W
Y
Y
m
i wu9
�<a
o
m
O
Nr MMMIe VN3a *A9 WYNa
�- W svny1onmwma�r�ar� O
W 10!lIO�iLL
z0 ..�.,.,.�r�" ter' Z N
O
UA
CD�l�R BggN'o Oo Z led! c5 :
Z o F Z n �- lu a d
W2 .: s Q r^� y z� o F
@5 O 0
gUy °o "o` o d E
Q U doP _ W W pp
00 u F O $ Y
J U. z . = 3
0 �; �fi
0
U. z W
V z
o w
° W W
$W� O
W w �
v
z z O
z 3
z
W
X ci
a Q
° D C �
v
� a a
JOl X
c 0
w � o
0 0
J 2 °
a W
O m °
� o �
` 3
e G C
o a v
m v Cf w
O
v =
p m
z °
W
W
m
O n�
v
w
? � g
m O
e F
v F N U
W
oz Lu
Z
n
=9
n
GEOTECHNICAL REPORT
I
ri
k'% KLEINFELDER
REPORT OF GEOTECBMCAL INVESTIGATION
NE 5`h STREET AND EDMONDS AVENUE NE
STORiIM SYSTEM IMPROVEMENT PROJECT
RENTON, WASHINGTON
Kleinfelder, Inc.
3380 146th Place SE, Suite 110
Bellevue, Washington 98007
(425) 562 -4200
(425) 562 -4201 (fax)
October 13, 1997
KLEINFELDER
An emplo},ee o,vned conipany
October 9, 1997
Kleinfelder File No.: 60- 1674 -01
City of Renton
Planning/ Building/ Public Works Department
200 Mill Avenue South, Surface Water Utility
Renton, Washington 98055
Attention: Mr. Ronald J. Straka, PE
Utility Engineering Supervisor
SUBJECT: Report of Geotechnical Investigation
NE 5th Street and Edmonds Avenue NE Storm System Improvement Project
Renton, Washington
Dear Ron:
The attached report presents the results of our geotechnical investigation for the NE 5th Street and
Edmonds Avenue NE storm system improvement project planned by the City of Renton. This investigation
was performed in accordance with Consultant Contract Agreement CAG -97 -107 dated June 19, 1997.
We appreciate the opportunity to provide geotechnical services to the City of Renton on this project.
Please contact us if you have any questions regarding this report or if we can provide assistance with other
aspects of the project.
Sincerely,
KLEINFELDER, INC.
Robert M. McIntosh, PE
Project Geotechnical Engineer
7BThompson, PE
Principal Geotechnical Engineer
194
Note: The material contained in this report was prepared under the direct supervision of the undersigned,
whose seal as a registered professional engineer licensed to practice in the State of Washington is
affixed to this page.
Enclosures: Report (2 copies)
\Ucli sea\vol I \library\ 1997\wpdraft\60I7r095.doc Date Printed: 10/10/97
Copyright 1997 Kleinfelder, Inc.
KLEINFELDEP. 3380 146th Place SE, Suite 110, Bellevue, WA 913007 -6472 (206) 562 -4200 (206) 562 -4201 fax
k'% KLEINFELDER
TABLE OF CONTENTS
Page
1.0 INTRODUCTION AND SCOPE .......................................................... ..............................1
1.1 Project Description ............................................................................ ............................... 1
1.2 Purpose and Scope ............................................................................ ............................... 1
2.0 FIELD EXPLORATIONS ................................................................... .......................:....... 2
3.0 LABORATORY TESTING .................................................................. ..............................2
4.0 DISCUSSION ........................................................................................ ..............................3
4.1 Geologic Hazards ............................................................................... ............................... 3
4.2 Site Conditions .......................................:........................................... ..............................4
4.3 Subsurface Conditions ......... .............................................................. :.............................. 4
5.0 CONCLUSIONS .............................................. «.<.<<.<<<.«<.<<<.<..<........ .................................... 4
6.0 RECOMMENDATIONS ..................................................................... ............................... 5
6.1 Construction Considerations ..........................................................:....
..............................5
6. 1.1 Dewatering ................................................................................
............................... 5
6.1.2 Excavations .................................................................................
..............................6
6. 1.3 Open -Cut Slopes .........................................................................
..............................6
6.1.4 Temporary Excavation Support ...................................................
...:..........................6
6.1.5 Backfill .......................................................................................
...........:..................7
6.2 Design Considerations .......................................................................
............................... 8
6.2.1 Pipe and Manhole Support .........................................................
............................... 8
6.2.2 Hydrostatic Uplift ........................................................................
..............................9
6.2.3 Pavement Sections .....................................................................
..............................9
7.0 ADDITIONAL SERVICES ................................................................. ............................... 9
7.1 Supplemental Geotechnical Investigation ...........................................
............................... 9
7.2 Project Bid Documents ......................................................................
............................... 9
7.3 Construction Observation and Testing ..............................................
............................... 10
8.0 LIMITATIONS ....................................................................................
.............................10
APPENDICES
A Plates
B Application for Authorization to Use
\\kli sea \volI \library\1997\wpdraft \6017r095.doe Date Printed: 10/10/97
Copyright 1997 Kleinfelder, Inc.
h4 KLEINFELDER
REPORT OF GEOTECHNICAL INVESTIGATION '
NE 5TH STREET AND EDMONDS AVENUE NE j
STORM SYSTEM IMPROVEMENT PROJECT
RENTON, WASHINGTON
1.0 INTRODUCTION AND SCOPE
1.1 Project Description
This report presents the results of our geotechnical investigation for the NE 5th Street and
Edmonds Avenue NE storm system improvements planned by the City of Renton. The general
location of the site is shown on the Site Vicinity Map, Plate 1.
The project consists of improving the existing storm system in the following city streets:
Northeast 5th Street between Edmonds Avenue Northeast and Harrington Avenue Northeast;
Edmonds Avenue Northeast between Northeast 5th Street and Camas Avenue Northeast; Camas
Avenue Northeast between Edmonds Avenue Northeast and Northeast 6th Street; Northeast 6th
Street between Camas Avenue Northeast and Aberdeen Avenue Northeast; and Aberdeen Avenue
Northeast between Northeast 6th Street and Northeast 7th Street (the northern terminus of the
project). The southern terminus of the project will be at the intersection of Northeast 5th Street
and Harrington Avenue Northeast.
Conventional pipeline trench construction is planned for the storm system improvements. The '
depth of the trench is expected to range from about 5 to 15 feet below existing grades. New
manholes will be installed as part of the storm system improvements.
1.2 Purpose and Scope '
The purpose of this study is to explore the subsurface soil and groundwater conditions along the
alignment of the proposed storm system improvement project, and to develop geotechnical
recommendations and criteria for project planning and design. Our specific scope of services '
includes an evaluation of the following:
• Geologic setting, seismicity and geologic hazards;
• Soil and ground water conditions along the alignment, with emphasis on
how these conditions are expected to affect the proposed construction;
• Recommendations for earthwork during construction including site
preparation recommendations, a discussion of the re -use of excavated soils
as structural fill, and a discussion of the effects of wet weather on
construction activities,
• Recommendations for subgrade support of new stormsewer pipe and
manhole structures;
• Design parameters for manhole structures to resist_ the effects of
hydrostatic uplift pressures, where appropriate;
i
i
'
\Udi sea\ volI\library \I997\wpdraR\6017r095.doc Page 1 of 11 Date Printed: 10/10/97
Copyright 1997 Kleinfelder, Inc.
'
ik4 KLEINFELDER
• Recommendations 'for cut slopes in trenches and temporary shoring
P P rY n g
requirements;
• Potential effects of new construction on existing facilities,
• Recommendations for temporary construction dewatering including
' conceptual dewatering techniques, where appropriate;
• Recommendations for trench cutoffs to control the flow of groundwater in
trench 'backfill and pipe bedding;
• Recommendations for pavement sections which will . be used for .
reconstruction of the disturbed portions of the roadway.
2.0 FIELD EXPLORATIONS
Subsurface conditions along the project alignment were explored by drilling 6 test borings at the
locations shown on Plate 2. The exploration locations were located in the field by measuring
from existing site features.
The subsurface explorations were monitored by a geologist from our. firm who maintained
detailed logs of the explorations and obtained representative samples of the soils encountered for
further examination in our laboratory. The soils encountered were visually classified in general
accordance with the Unified Soil Classification System as described in Plate 3. A key to the
boring log symbols is presented in Plate 4. Representative samples of the soils encountered were
obtained from the borings using an SPT (Standard Penetration Test) sampler. The SPT sampler
obtains disturbed samples and was driven into the soil using a 140 -pound hammer free - falling 30
' inches. The number of blows required to drive the sampler the last 12 inches, or other indicated
distance, are recorded on the boring logs. Piezometers were installed in the borings to permit
future monitoring of groundwater levels. The logs of the test borings are presented on Plates 5
' through 10.
3.0 LABORATORY TESTING
All soil samples were brought to our laboratory for further examination. Moisture content tests
were performed on selected samples in conjunction with the other laboratory tests. The results of
moisture content tests are presented in the boring logs.
Sieve analyses were completed on 4 selected soil samples, the results of which are presented in
Plates 11 through 14. The results of another sieve test completed on a composite sample are
presented in Plate 15. The composite sample was created by combining several samples of
granular soils that will be excavated during construction and possibly re -used for structural fill. A
summary of the sieve test results is presented in Table 1.
A compaction test was completed in accordance with ASTM D -1557 using the composite soil
sample. The compaction test results are presented in Plate 16.
Akfi sea \volIUibrary\ 1997\wpdraft\6017r095.doc Page 2 of 1 I Date Printed: 10/10/97
Copyright 1997 Kleinfelder, Inc.
k'q KLEINFELDER I
TABLE 1 - SUMMARY OF SIEVE ANALYSES
Sample
Depth
(feet)
Percent
Gravel
Percent
Coarse Sand
Percent
Fine to Medium
Sand
Percent
Silt and C lay
USCS
Classification.
B -1, S -1
3
31.0
6.1
57.5
4.5
SP
B -2, S -1
3
5.4
4.4
87.3
2.9
SP
B =3, S -2
8
0.8
3.7
91.9
4.4
SP
B -5, S -1
3
18.9
4.4
47.5
29.2
SM
COMPOSITE
NA
18.9
5.1
57.5
18.5
SM
4.0 DISCUSSION
4.1 Geologic Hazards
Slope Stability and Landslide Hazards
Slopes which are steeper than 40 percent are typically considered to be potential slope stability
and landslide hazard areas. We did not observe any slopes which are steeper than 40 percent
along the project alignment. Therefore, it is our opinion that slope stability and landslide hazards
are not a concern for the existing site slopes under both static and seismic conditions. The
stability of temporary excavation slopes are discussed below under Construction Considerations.
0
C
I�!
Seismic Hazards '
Seismic hazards relate to risks of injury to people and damage to property resulting from
earthquakes. Seismic hazards include surface fault rupture, ground shaking, associated landslides,
and liquefaction. '
The Puget Sound area is a seismically active region which has experienced numerous earthquakes
in historical time. On the basis of past earthquake activity, the Uniform Building Code assigns the
Puget Sound region a Zone-3 rating for seisrriic-activity on -a scale of -1 (lowest) -to 4 (highest).
Given the thickness of glacial and post - glacial soil deposits in the region, surface fault ruptures are '
very rare. No known surface fault ruptures are present in the site vicinity.
As described in the previous section, it is our opinion that landslide hazards are not a significant
concern for the existing site slopes.
Liquefaction is the phenomenon wherein soil strength is dramatically reduced when subjected to ,
vibration or shaking. Liquefaction generally occurs in saturated, loose sand deposits. The results
of our test borings indicate that liquefaction is not a significant concern the storm system '
alignment.
\Udi sea\ voll\ Iibrary\1997\wpdraft \6017r095.doc Page 3 of 11 Date Printed: 10/10/97
Copyright 1997 Kleinfelder, Inc.
k'q KLEINFELDER
4.2 Site Conditions
The existing storm system is located in residential streets which are surfaced with asphalt concrete
pavement. There is an elevation difference of approximately 75 feet between the southeast and
northern ends of the alignment. A number of existing buried utilities are present in the vicinity of
the proposed storm system improvements.
4.3 Subsurface Conditions
The following paragraphs summarize the results of our subsurface explorations. The logs of the
test borings .should be reviewed for a more detailed description of the subsurface conditions
encountered at the locations explored.
All of the test borings were drilled in existing pavement areas. The asphalt concrete pavement
encountered in the borings, with the exception of Boring B -5, was observed to be approximately
3 inches thick. At Boring B -5, the asphalt concrete was measured to be approximately 12 inches
thick, with a 1 inch thick layer of crushed rock in the middle of the pavement section.
Except for Boring B -4, approximately 1 -1/2 to 5 feet of very loose to medium dense sand, silty
sand and sandy gravel fill was encountered in the test borings. Below the fill, and beneath the
asphalt concrete in Boring B -4, the test borings encountered native soil deposits consisting of
medium dense to very dense sand and gravel with varying silt content and very stiff to hard silt
and sandy silt. These native soils contain varying amounts of cobbles.
The depth to groundwater was measured in the borings during drilling and on September 3, 1997.
The depth to groundwater was measured to range from 5.2 to 24.5 feet in the borings on
September 3, 1997. No groundwater was measured in Boring B -1 on that date. It is important to
note. that site groundwater levels may vary significantly with seasonal variations in rainfall
duration and intensity. It should be expected that these groundwater levels may be slightly higher
than those measured in this investigation, particularly during the late winter and early spring
months.
5.0 CONCLUSIONS
Based on our geologic reconnaissance, field explorations and analyses, we conclude that the
proposed improvements to the existing storm system can be completed using conventional cut and
cover construction methods.
At some locations, the space available for trenching operations may be limited. Ground loss
should be avoided in order to protect the existing roadway, structures and utilities, and to protect
personnel. The existing roadway, along with structures and utilities which are located in close
proximity to the storm sewer alignment, may present space limitations for deep open -cut
excavations. Consequently, we expect that the storm system trench will require temporary
support in areas of deeper cuts, high ground water levels, and where it will be close to other
structures and utilities.
M sea\ vollUibrary \1997\wpdraft\6017r095.doc Page 4 of 11 Date Printed: 10/10/97
Copyright 1997 Kleinfelder, Inc.
k`i KLEINFELDER
In our opinion, the subsurface soils encountered during our field exploration program will provide
adequate support for properly bedded pipe. However, where soft and loose subgrade soils are
encountered, additional excavation will be needed to provide suitable support for the pipe and
manhole structures. Some of the on -site soils contain a substantial amount of silt and will be
susceptible to disturbance if they become wet. Care should be taken to avoid disturbing these
soils where they support pipes or other related structures (e.g., manholes).' Removal and
replacement of the upper portions of subgrade soils might be necessary should they become
disturbed.
Excavation dewatering will likely be necessary along portions of the storm sewer alignment. We
anticipate that some combination of pumping from sumps in the trenches, wells or wellpoints will
be used to control groundwater seepage during construction. !Manholes constructed in areas of
high groundwater levels should be designed to resist. uplift pressures due to groundwater.
Specific recommendations for. project design and construction including mitigation of potential
problems described above are presented in Section 6.0. y
6.0 RECOMMENDATIONS
6.1 Construction Considerations
6.1.1 Delvatering
We understand that the stormwater pipe will likely be installed to a depth of 5 to 15 feet below
existing grades. Groundwater levels were observed to be within 15 feet of existing grades during
and /or after drilling in all of our explorations except for Boring B -3. Groundwater levels were
observed to be about 5 to 8 feet below the existing grades at Borings B -4 and B -5 on September
3, 1997. As mentioned previously, the groundwater levels at the site may experience seasonal
variations. It should be expected that groundwater levels may be higher than those measured in
this investigation, particularly during the winter and early spring months.
Because of the proximity of groundwater to the expected pipe invert elevations, we recommend
that the contract documents include a provision which states that the contractor shall dewater all
excavations in a manner which will maintain the groundwater level at a minimum depth of 2 feet
below the bottom of the excavation while work is being performed in the bottom of the
excavation.
i
Possible dewatering measures include the use of ditches and sumps within the !excavation, well
points and/or wells. In our opinion, the contractor should be responsible for designing and
installing the appropriate dewatering system needed to complete the work. !This dewatering
system should include provisions for disposal of the collected water. We recommend that the
contractor be required to submit the proposed dewatering plan to the engineer for review prior to
start "of construction.
1Vdi_ sea \voll \library\ 199Twpdraft\60I7r.095.doc Page 5 of 11 Date Printed: 10/10/97
copyright 1997 Kleinfelder, Inc.
k`■ KLEINFELDER
6.1.2 Excavations
All excavations and other construction activities should be completed in accordance with
applicable city, state and federal safety standards. We anticipate that all on -site soils can be .
excavated using conventional earth moving equipment. Cobbles were observed in some, of our
test borings. Boulders are often found in these soils as well. The contractor should be prepared
to deal with these conditions.
' 6.1.3 Open -Cut Slopes
We anticipate that some of the excavations will made as open cuts. The stability of open -cut
I'
1
LJ
J
slopes is a function of soil type, groundwater levels, slope inclination and nearby surface loads.
The use of inadequately designed open -cuts could impact the stability of adjacent roadways,
nearby structures and existing utilities, and endanger personnel. In our opinion, the contractor
will be in the best position to observe subsurface conditions continuously throughout the
construction process and to respond to variable soil and groundwater conditions. We therefore
believe that the contractor should have the primary responsibility for deciding whether or not to
use an open -cut slope rather than some form of temporary excavation support.
For preliminary planning purposes only, we expect that temporary cut slopes of 1/2 :1 to 1:1
(horizontal to vertical) may be used for excavations up to 4 feet deep. Cut slopes of 1:1 to 2:1
will likely be required for deeper, unshored, excavations.
The above guidelines assume that surface loads, such as equipment loads and storage loads, will
be kept a sufficient distance away from the top of the cut so that the stability of the excavation is
not affected. The guidelines also assume that the excavations will be dewatered in such a way
that significant seepage is not present on the slope face. Flatter slopes and /or excavation support
will be necessary for those portions of the excavations which are subjected to significant seepage
in order to maintain the stability of the cut.
It should be expected that the excavation face will experience some sloughing and raveling.
Berms should be installed around the perimeter of the excavation to intercept surface runoff and
reduce the potential for sloughing and erosion of the cut slope.
6.1.4 Temporary Excavation Support
We recommend that a trench shoring system be used where excavations will be located in close
proximity to roadways, utilities or structures where these excavations might result in ground loss
and damage to these facilities. A trench box is one type of support system which might be used.
The zone behind the trench box and the excavation face should be backfilled as necessary to'limit
ground movement. Alternatively, braced or unbraced shoring of various types' could be
considered.
' \\Icli_ sea\ voll Uibrary \1997\wpdraft \6017ra95.doc Page 6 of 1 i Date Printed: 10/10/97
Copyright 1997 Kleinfelder, Inc.
k`i KLEINFELDER
The lateral soil pressures acting on a temporary excavation support system will depend on the ,
ground surface configuration adjacent to the trench, and the amount of lateral movement which
can occur as the excavation is made. For support systems that are free to yield at the top at least '
one - thousandth of the height of the excavation, soil pressures will be less than if movement is
limited by such factors as wall stiffness or bracing.
We recommend that yielding systems be designed using an equivalent fluid density of 35 pounds
per cubic foot (pcf) for horizontal ground surfaces. This is based on a water level at or below the
bottom of the excavation. For nonyielding systems, we recommend that the shoring be designed ,
for a uniform lateral pressure of 25H in pounds per square foot (psf), where H is the depth of the
planned excavation in feet below a level ground surface.
i
The above recommended lateral soil pressures do not include the effects of surcharges (e.g.,
equipment loads, storage loads, traffic loads, or other surface loading). Surcharge effects should
be considered as appropriate.
Existing structures may be sensitive to vibrations. If shoring is driven or vibrated as part of this
project, the effect on nearby facilities should be adequately evaluated. We recommend that the
contractor submit their shoring plan to the engineer for review prior to the start of i construction.
6.1. S Backfill v
We recommend that materials and procedures used for bedding and backfill of the proposed storm
sewer improvements be in accordance with . applicable provisions of the City of Renton
specifications. Backfill material should be placed in 6 -inch lifts and mechanically compacted to a
firm, nonyielding condition. Within pavement areas, trench backfill in the upper 12 feet below the
finished subgrade surface should be compacted to at least 95 percent of the maximum dry density
determined in accordance with ASTM D -1557. Other backfill material placed within pavement
areas should be compacted to at least 90 percent of ASTM D- 1.557. 1
We recommend that trench cutoffs be installed, where appropriate, to control the flow of
groundwater in trench backfill and pipe bedding. The trench cutoffs should extend from the base '
of the trench to at least 12 inches above the top of the pipe. We recommend that the cutoffs
consist of compacted impervious soil or concrete. The cutoffs should be at least 3 feet in length.
Most of the soils encountered in the borings consist of sand or gravel with a fines' content (percent ,
of soil by dry weight that passes through the U.S. Standard No.200 sieve) ranging from about 3
to 20 percent. These soils are shown on the boring logs as having USCS soil classification i
Symbols of SP, SP -SM, GP and GP -GM. We anticipate that the in -situ moisture contents of
these soils are generally at or near optimum where they are located above the groundwater table.
These soils should be suitable for use as backfill provided that moisture contents are not allowed '
to increase during construction. Some of this material would be difficult, or impossible, to use as
trench backfill during wet weather due to a high fines content. '
\\ldi sea \volI\ library\1997,,Apdraf \G017r095.doe Page 7 of l 1 Date Printed: 10/10/97
Copyright 1997 Kleinfelder, Inc. I
k� KLEINFELDER
Deposits of fine-grained silt and silty sand ( USCS Group Symbols ML and SM , respectively)
Y)
were encountered in some of the borings. These materials will be unsuitable for use as backfill
' due to a high fines content. Sands and gravels excavated from below the ground water table will
also not be suitable for use as backfill due to moisture contents being wetter than the optimum
moisture contents for compaction. These unsuitable materials should be segregated from the
other excavated soils and replaced with imported backfill. An allowance for the use of imported
backfill should be included in the project budget.
' For placement . during periods of wet weather, imported backfill. material should consist of sand
and gravel containing less than 5 percent fines (material passing US Standard No. 200 sieve) by
weight of the fraction of the soil passing the 3/4 -inch sieve. A fines content of up to 10 to 12
percent will be acceptable for the imported fill for placement during periods of dry weather.
We recommend that the placement and compaction of trench backfill be observed by a
representative of our firm. An adequate number of in -place density tests should be performed in
the backfill as it is being placed to determine if the specified compaction is being achieved.
1 6.2 Design Considerations
6.2.1 Pipe and Man hole Support
We anticipate that the storm system improvements will be constructed using conventional pipe
trenching techniques. We anticipate that the subgrade soils at pipe and manhole inverts will
generally be suitable for support of -these facilities. However the subgrade soils may be
susceptible to disturbance as a result of construction activities.
To address this concern, we recommend that a zone of select material be placed on the base of the
excavations for manholes, and other critical structures, to provide a stable "working pad" for
these structures. Further, we recommend that all slough and disturbed subgrade soils be removed
from the base of the manhole excavations before placing the "working pad" and that the manhole
excavations be made with a smooth - bucket backhoe (e.g., without teeth) to facilitate the removal
Of slough. We recommend that the "working pad" material consist of 3- to 6 -inch sized quarry
spalls or recycled concrete, or an equivalent material approved by the engineer. We recommend
that the "working pad" have a minimum thickness of 18 inches beneath manhole structures. The
' working pad material should be densely compacted into the subgrade soils with the backhoe
bucket or compactor during placement.
�I
All slough and disturbed subgrade soils should be removed from the base of the pipe trench before
placing the pipe bedding material.
The post - construction settlement of pipeline segments or manholes constructed using
conventional trenching techniques is not expected to exceed 1/2 inch, provided that the subgrade
is prepared as described above.
Ndi_ sea \volI\ library \199Twpdra11\6017r095.doc Page R of I 1 Date Printed: 10/10/97
Copyright 1997 Kleinfelder, Inc.
k'q KLEINFELDER f
6.2.2 Hydrostatic uplift
Some of the manholes will be subject to hydrostatic uplift due to a relatively shallow groundwater
table. Please refer to the logs of the borings for information on site groundwater levels.
Resistance to uplift can be developed by the dead weight of the structure and fi iction along the
sides of structure. Friction resistance can be computed using a coefficient of friction of 0.35
applied to the lateral soil pressures. This coefficient of friction value includes a factor of safety of
about 1.5. We recommend that lateral soil pressures for uplift resistance be computed using an
equivalent fluid density of 55 pcf below the groundwater table, .and 30 pcf below the groundwater
table.
6.2.3 Pavement Sections
We anticipate that it will be most cost effective to restore the pavement in construction areas by
repairing the disturbed areas rather than by repaving the entire street.
We recommend that the subgrade in areas to be paved be probed or proofrolled with heavy
rubber -tired construction equipment prior to paving. Any unsuitable areas should be
recompacted, if practical, or removed and replaced with structural fill. We recommend that the
probing or proofrolling of subgrade areas be observed by a representative of our firm to identify
areas needing remedial work and to assess the adequacy of subgrade conditions.
Provided that trench backfill and pavement subgrade areas have been prepared as recornmended,
we recommend that pavement sections be designed using a CBR value of 15. We can review the
pavement designs prepared by the City of Renton, if desired.
7.0 ADDITIONAL SERVICES
7.1 Supplemental Geotechnical Investigation
Some of the design details for the project were not available at the time of preparation of this
report. We strongly recommend that our firm be given the opportunity to review the geotechnical
aspects of the project plans and specifications as the design. is being developed to confirm the
applicability of our recommendations, or to make the appropriate modifications. It is possible that
this review might indicate the need for supplemental field explorations and engineering analysis,
depending on the issues involved.
7.2 Project Bid Documents
During the bidding process any questions regarding this report shall be directed to the City. The
geotechnical consultant will not respond to any questions from bidders, but will direct them to the
City.
It has been our experience during the bidding process that contractors often contact us to discuss
the geotechnical aspects of the project. Informal contacts between Kleinfelder and an individual
contractor could result in incorrect or incomplete information being provided to the contractor.
:Udi_ sea \vol I \library\ 1997 wpdraft \60I7r095.doc Page 9 of I I Date Printed: 10!10/97
Copyright 1997 Kleinfelder, Inc.
' k`■ KLEINFELDER
Therefore, we recommend a pre -bid meeting be held to answer any questions about the report
prior to submittal of bids. If this is not possible, questions or clarifications regarding this report
should be directed to the project Owner or his designated representative. After consultation with
Kleinfelder, the project Owner (or his representative) should provide clarifications or additional
information to all contractors bidding the job.
7.3 Construction Observation and Testing
The recommendations presented in this report are based on the assumption that an adequate
program of tests and observations will be made during construction to verify compliance with
these recommendations. These tests and observations should include, but not necessarily be
limited to, the following:
1. Observations and testing during site preparation and earthwork.
2. Observation and testing of construction materials.
3. Consultation as may be required during construction.
8.0 LIMITATIONS
The recommendations contained in this report are based on the field explorations and our
understanding of the proposed project. The investigation was performed using a mutually agreed
upon scope of work. It is our opinion that the study was a cost - effective method to explore the
subject site and evaluate some of the potential geotechnical concerns.
The soils data used in the preparation of this report were obtained from the test borings
completed at the site. It is possible that variations in soils exist between the locations explored.
The nature and extent of soil variations may not be evident until construction occurs. If any soil
conditions are encountered at the site which are different from those described in this report, our
firm should be immediately notified so that we may make any necessary revisions to our
recommendations. In addition, if the scope of the proposed project, pipeline grades, or other
' aspects of the project change from the descriptions given in this report, our firm should be
notified.
Our scope of our work does not include services related to construction safety precautions and
our recommendations are not intended to direct the contractor's methods, techniques, sequences
or procedures, except as specifically described in our report for consideration in design.
f�
This report has been prepared for use in design and construction of the subject project in
accordance with the generally accepted standards of practice at the time the report was written.
No warranty, express or implied, is made.
\\kli sea\ volIUibrary\1997\wpdraf1\6017r095.doe Page 10 of I 1 Date Printed: 10/10/97
Copyright 1997 Kleinfelder, Inc.
W" KLEINFELDER
i
This report may be used only by the Client and for the purposes stated, within a' reasonable time
from its issuance. Land use, site conditions (both on- and off - site), or other factors including
advances in man's understanding of applied science may change over time. and !could materially
affect our findings. Therefore, this report should not be relied upon after 12 months from its
issue. Kleinfelder should be notified if the project is delayed by more than 12 months from the
date of this report so that a review of site conditions can be made, and recommendations revised if
appropriate.
It is the CLIENT'S responsibility to see that all parties to the project including the designer,
contractor, subcontractors, etc., are made aware of this report in its entirety. The use of
information contained in this report for bidding purposes should be done at the Contractor's
option and risk.
Any party other than the Client who wishes to use this report shall notify Kleinfelder of such
intended use by executing the "Application for Authorization to Use" which follows this
document as an appendix. Based on the intended use of the report, Kleinfelder may require that
additional work be performed and that an updated report be issued. Non - compliance with any of
these requirements will release Kleinfelder from any liability resulting from the use of this report
by any unauthorized party.
WUi sea \volI \library\I 997\wpdraft\6017r095.doe Page 1 I of I 1
Copyright 1997 Kleinfelder, Inc.
i
Date Printed: 10/10/97
n v \ ` l� r
B B
g r i \� _.
Wx
r =lc-. - -.7
•�u
PlarC �/ 1 ' •• �r rr _J V
ON f
ze-
-� ' ■ t �:� 1. is •9 u� \
I;
L
ji
- — • .. -
I r , • tl '�' II ': a ;'• - rai!er�.
r -__ -- , . �% Iii ♦■ ■ ■ \e. °ark
Athletic�
E;eIC 1 � l• �_ n Greenwo- o3 -Cer4 i ■ i
Park �\ �- t„ 'A r - - -_
c
\l
(I h
3DO
■ ,j
APPROXIMATE SCALE
Reference: USGS 7.5' Topographic Map, Issaquah and o low 2000 - -
Renton Quadrangles Washington, 1949 and 1950,
Photo Revised 1973 1 inch = 2WO feet
Site Plan PLATE
K L E I N F E L D E R City of Renton
NE 5th St Storm System Improvements 1
PROTECT NO. 60- 1674 -01 September, 1997 Renton, WA
FELE NO. 167401. PPT
4
41 y
� C •�
E o
z� a
W
a
I
,
Y.
,
t `
r
t i -A °,{N any uu$Ja{{ f J
3N..•a�tl` uoSJajjaf ...
t .
d xaPul
it—
an
f
{
s
!
�...3N.... y, cr4 H ................ ! any...�ol,6.1
r
r I •, i o e F1F. ,
h
I
:
1"
'�l,.�. 3JIIdJOSpAtn'
- I
i
r
....... r -
,
Z i 2j i 'ii 4J ,..ri '; f.... >' U \�>� �..•'T1
^i �
V.
:
,
q
t
_405
3N
SOIL CLASSIFICATION SYSTEM
MAJOR DIVISIONS
GROUP
SYMBOL
GROUP NAME
COARSE
GRAINED
GRAVEL
CLEAN
GRAVEL
GW
WELL -GRADED GRAVEL:, FINE TO COARSE
GRAVEL
Fine
Dense Very Moist
SOILS
More Thaa,50%
Medium Dense Moist
GP
POORLY-GRADED GRAVEL
GRAVEL
GM
SILTY GRAVEL
Very Loose Driest Dry
of Coarse Fraction
Retained on
N o. 4 Sieve
WITH FINES
More Than 50%
�
GC
CLAYEY GRAVEL
Retained on
No. 200 Sieve
SAND
CLEAN
SW
WELL GRADED SAND, FINE TO COARSE SAND
SAND
SP
POORLY -GRADED SAND
More Than 50%
SAND
SM
SILTY SAPID
of Coarse Fraction
Passes
SC
CLAYEY SAND
No. 4 Sieve
WITH FINES
SILT AND CLAY
ML
SILT
FINE
INORGANIC
GRAINED
SOILS
Liquid Limit
CL
CLAY
ORGANIC
OL
ORGANIC SILT, ORGANIC CLAY
Less Than 50
SILT AND CLAY
INORGANIC
MH
SILT OF IRGHPLASn=,, ELASTIC SILT
More Than 50%
Passes
No. 200 Sieve
CH
CLAY OF HIGH PLASTICITY, FAT CLAY
Liquid Limit
ORGANIC
OH
ORGANIC CLAY, ORGANIC SILT
50 or More
HIGHLY ORGANIC SOILS
PT
PEAT
PARTICLE SIZE LIMITS
BOULDERS COBBLES
GRAVEL
SAND
SILT 1 CLAY
Coarse
Fine
Coarse
Medium
Fine
12" 3" 3/4" #4 #10 #40 #200 0.002 mm
DESCRIPTIVE TERMS USED .WITH SOILS
CONSISTENCY & APPARENT DENSITY MOISTURE CONTENT
SILTS AND CLAYS
SANDS & GRAVELS
Strongest
Hard
Very Dense Wettest A Wet
Very Stiff
Dense Very Moist
Stiff
Medium Dense Moist
Medium Stiff
Loose Slightly Moist
Weakest
Soft
Very Soft
Very Loose Driest Dry
NOTES,:
1. Field classifcation is based on visual examination of soil
in general accordance with ASTM D2488 -90.
2. Soil classification using laboratory tests is based on
ASTM D2487 -90.
3. Description of soil density or consistency are based on
interpretation of blow count data, visual appearance of
soils, and/or test data.
SOIL MOISTURE MODHUERS:
Dry - Absence of moisture, dusty, dry to touch
Moist - Damp, but no visible water
Wet - Visible free water or saturated, usually soil is
obtained from below water table
RI KLEINFELDER KEY TO SOIL CLASSIFICATION AND TERMS
Copyright 1997 Kleinfeldm Inc. LEGENDZ.PRE PLATE E 3
SYMBOLS
SAMPLE TYPE
LABORATORY TESTS
©
BULK/BAG SAMPLE
AL
CP
Atterberg limits
Compaction
CS
Consolidation
DS
Direct shear
8
MODIFIED CALIFORNIA SAMPLER
GS
%F
Grain -size analysis
Percent fines
(2 -1/2 inch outside diameter)
HA
Hydrometer analysis
SK
Permeability
STANDARD PENETRATION
SM
MD
Moisture content
Moisture and density
SPLIT SPOON SAMPLER
SP
Swelling pressure
(2 inch outside diameter)
PP
Pocket penetrometer
TV
Torvane
TX
Triaxial compression
'
SHELBY TUBE
UC
Unconfined compression
(3 inch outside diameter)
CA
Chemical analysis
SAMPLE NOT RECOVERED
Note: Blow count is the number of blows required to drive the sampler 12 inches,
or other indicated distance, using a 140 pound hammer falling 30 inches.
"P" indicates sample pushed with weight of hammer or against weight of drill rig.
GENERAL NOTES
1. The reader must refer to the discussion presented in the report text, the Key to Soil Classification
and Terms, and the exploration logs for a proper understanding of subsurface conditions.
2. Lines separating strata on the logs represent approximate boundaries only. Actual transitions
may be gradual.
3. No warranty is provided as to the continuity of soil conditions between individual sample locations.
4. Boring logs represent general soil conditions observed at the point of exploration on the date indicated.
H" KLENFELDER
Copyright 1997 Kleinfelder, Inc. K.a_LOG_LEGEND
BORING LOG LEGEND
PLATE 4
Surface• Conditions:
Asphalt Concrete Pavement.
Date Drilled:
7/15/97
Logged %r
KLB
Groundwater.
Groundwater observed at 14.5 ft. during drilling. Piezometer installed
Approx. Surface Elev. (ft):
285
to 17.5 ft. No groundwater measured in piezometer on 9/3/97.
Total Depth:
19
Laboratory
Field
DESCRIPTION
t
CL
m
c o
Z U
a
0
CO
-J F-
10
C3 e:,
m
J
a
p
111111111141
1 10
1 15
20
1 25
Broom sandy gravel with sift
QV GP Gray sandy gravel with occasional cobbles and a trace
o °
50/5 o D
f\01
AM" KLEINFELDER
capyr* 1997 bewewff. ]or- LOG-OF-BORING 6017MO17.GP]
9/-W7
NOTE: See Plates 3 and 4 for Explanation of Symbols
dense, moist)
LOG OF BORING B -1
City of Renton
Northeast 5th Street Storm System Improvements
Project # 60- 1674-01 PLATE S
5 I
10 ►
15 I
25 I
Surface Conditions: Asphalt Concrete Pavement Date Drilled: 7/15/97
Logged By, KLB
Groundwater: Groundwater observed at 13.5 ft. during drilling. Piezometer installed APpr= Surface Elev. (ft): 281
to 17.5 ft. Groundwater measured at 17.4 ft. in piezometer on 9/3197. Total Depth: 19
Laboratory
Field
DESCRIPTION
a
d
°°
OU
o
E$
v)
N
F-
0
V
o
o
n
0
a
m
-J
C7
3" asphalt concrete pavement
SP-SM
Brown fine sand with sift (very loose to loose, moist) FILL
GS
13
7
5
5
SP
Brown fine to medium sand with a trace of silt (medium dense, moist)
SM
5
25
10
10
SM
Broom silty fine to medium sand (dense to very dense, moist to wet)
SM
14
33
15
15
64
9I
LOG OF BORING B -2
k4VV TT City of Renton
.KL,E' I V FELDER - Northeast 5th Street Storm System Improvements
CopOW 1"7 K eWc1da. kr- LOG_OF- BORM 6017W17� Project # 60- 1674-01 PLATE 6
NOTE: See Plates 3 and 4 for Explanation of Symbols
I
i I
I�
u
1
Surface Conditions: Asphalt Concrete Pavement Date Drilled: 7/15/97
Logged By: KLB
Groundwater. Groundwater observed at 23.5 ft. during drilling. Piezometer installed Approx. Surface Elev. (ft): 280
to 24.0 ft! Groundwater measured at 24.5 ft. in piezometer on 9/3/97. Total Depth: 25
Laboratory
Field
DESCRIPTION
aR
CL
LL
CL
N
E
SN
J
0
U
z.0
2
C
Q
co
F-
Q
m
J
(7
Q
SP
3" as halt Concrete Pavement
Brown fine to medium sand with a trace of sift (very loose, moist) FILL
SM
7
4
5
5
SP
Brown fine to medium sand with a trace of sift (dense, moist)
GS
4
34
10
10
SP -SM
Gray fine to medium sand . with sift, occasional gravel and cobbles (very dense, moist)
SM
8
50/4
15
15
Becomes with gravel and cobbles
SM
5
50/5.5
20
20
GP
Gray fine gravel with sand, a trace of sift and occasional cobbles (very dense, moist to
wet)
O D
SM
7
50/6
Q
° 3o
O D
Q O
°
25 25
LOG OF BORING B -3
City of Renton
'W' KLEINFELDER
Northeast 5th Street Storm System Improvements
Project# 60- 1674.01
PLATE 7.
CgMi6k I M xkdddv, kr- L06-OF -BORM 60M017. 0H
INOTE: See Plates 3 and 4 for Explanation of Symbols
Surface Conditions:
Asphalt Concrete Pavement
Date Drilled:
7115/97
Logged By:
KLB
Groundwater.
No groundwater observed during drilling. Piezometer installed to 14.0 Approx. Surface Elev. (ft):
258
ft. Groundwater measured at 8.0 ft. in piezometer on 9/3/97. Total Depth:
15
Laboratory
Field
DESCRIPTION
F-
a
N
p
O
.�CD.
ii
Q
M
C
z.Ci
a.
raj
C7
O
3" asphalt concrete pavement
ML
Gray brown sandy silt with occasional gravel (hard, moist to wet)
1 5
SM 1 13
MIME3
1 15
1 20
25
45
I SM
50/6
50/6
IM KLEINFELDER
CW)Ti* 1997 xlciukkkr, Im I.oc -os soRNO 6017MO17.GPI
9/5197
ray brown to Y
dense, moist)
LOG OF BORING B -4
City of Renton
Northeast 5th Street Storm System Improvements -F Project/! 60- 1674 -01 PLATE 8
5
10 1
15 1
25 1
,Ld
t
i
Surface Conditions: Asphalt Concrete Pavement Date Drilled: 7/15/97
Logged By. KLB
Groundwater. Groundwater observed at 12 ft. during drilling. Piezometer.installed to Approx. Surface Elev. (ft): 249
15.0 ft. Groundwater measured at 5.2 ft. in piezometer on 9[3/97. Total Depth: 15
Laboratory
Field
DESCRIPTION
$
--
o
d
c
a
N
,.
:�.
m
�a
0 a
op
0
U
o
>i
aai
m
CO
O
-J F-
`2 V
�U
a
m
t
�
(9
p
12" asphalt concrete pavement with a 1" thick zone of base course in the middle
SM
Brown silty fine sand (medium dense, moist) FILL
SM
Dark gray silty fine to medium sand with occasional gravel and cobbles (medium dense,
GS
15
29
moist to wet)
5
5
SM
14
25
Becomes silty fine sand with occaasional gravel and cobbles
10
10
SP-SM
Brown fine sand with sift and occasional gravel (medium dense, wet)
26
15
15
20
20
25
L
25
LOG OF BORING B -5
City of Renton
k4KLEINFELDER
Northeast 5th Street Storm System Improvements
Project # 60-1674 -01 —F
PLATE 9
copyri* 19" locideldm kw- Loo_oF soxuao W17N�mw Ai
INOTE: See Plates 3 and 4 for Explanation of Symbols
Surface Conditions: Asphalt Concrete Pavement Date Drilled: 7/15197
Logged By: KLB
Groundwater: Groundwater observed at 13.5 ft. during drilling. Piezometer installed Approx. Surface Elev. (ft): 211
to 18.0 ft. Groundwater measured at 11.8-ft. in piezometer on 9/3/97. Total Depth: 20
Laboratory
Field
DESCRIPTION
'o
E.�
LL
�U-
U
g
to
c
J
CL
E
A
oo
Dd
GO
U
z+U
a
.0
O
C
0
o
co
►—
M
o
in
c9
3" asphalt concrete pavement
SM
Dark brown silty fine sand (very loose, moist FILL
SM
Dark brown silty fine to medium sand with toots and occasional gravel (very loose,
moist) FILL
SM
19
4
5
�A T I♦Millit�f -tU'.'
1 15
SM 1 28 1 1 31
WV
II
k4 KLEINFELDER
Copyr* 1997 KkWWder. hr- L06- OF_aoRM 6017?A17.aPJ
9/5/97
NOTE: See Plates 3 and 4 for Explanation of Symbols
Gray sandy sift with occasional gravel (hard, moist)
Brown silt with occasional sand (very stiff, wet))
LOG OF BORING B -6
City of Renton
Northeast 5th Street Storm System Improvements
Project # 60- 1674-01 1 PLATE 10
5
10 I
15 I
25 I
1�
M-6
�e
mm
�o
aun
w
oo�i
r
KIKLEI
N
FELDER
GRAIN
SIZE
DISTRIBUTION
PROJECT
NO. 60-1674-01
M-6
l�
fl
t
I
M -6
��1�10I1�
MENEM
1110
��6
III
���a�me_s�mamoo
KLEIN FELDER
GRAIN SIZE DISTRIBUTION
12
PROJECT NO. 60-1674-01
M -6
t
e
u
I
t
I
M -6
nwm�w�on�n�o��m�oo
�m
ego■
n�vu�n
�mm��m��soumoa�n
PLATE
GRAIN SIZE DISTRIBUTION
PROJECT NO. 60-1674-01
M -6
M -6
���,w�en�u■
N�
omrm�ounwsoonm�s
I
u■
MEN
aso
�nmumn�o�
COMPOSUE SAMPLE
GRAIN SIZE DISTRIBUTIO
PROJECT NO, 60-1674-01
M -6
140 SUMMARY OF TEST RESULTS
MATERIAL DESCRIPTION;
Composite Sample -
Brown gray silty fine to medium sand with gravel
135 !
130
'
ca
•
�►
ASTIVI D-1557
ad4A=jjj.j
iiiiiiiiii�
■
■■■■■ii�i��■■s��
►�\
■ ■■ ►rte
■■■■
■■
■■■■■�
■■o�►�i,
■■■■■■■■■■■■■■■N
■■■■■■■■■■■■■■■■
■■■■■■■■■■■■■■■■Wig►
■■■
■
■
■■■
■
■
■
■
■
■
■
, I 1 1
0 4 8 12 16 20 24
WATER CONTENT —PERCENT OF DRY WEIGHT
PLATE
k"KLEIN F E L D E R COMPACTION TEST RESULTS.
16
PROJECT NO 60- 1674-01 Sept. 5, 1997
M -6
OVEN DRY MOISTURE TEST
PROJECT c~ ?
SAMPLE I�FO
TES TED. r.-.Y
ATE
DATE RECIEVED REVIEWED 8Y ' --------
3 Fr
Vt. Dish Q Dry Soii
Vt. of Dish
Wt. of Water.
rl
tv
PercQmt Moisture
Dish Nr-�—ar
Wt. of Water
z
Wt. of Dry Soil
i
13
13
Dish Mmbar
-Y Soil
Wt- Of Digh
Wt. of watar
Ut- of Drf Soil
1
fl
uvc'N umy nu151 UNE TEST
ASTM D -2216
PROJECT Gr j o 'rim 'ow PROJECT NO. &0
SAMPLE I Pr'FO. L 1B N0
TESTED S Z-f/S!i �;TE ? 3
DATE RECIEVED _REVIEWED BY
Specimen 2Jusbar
Dish 2�s mb dt r
Xt. Dish & S7cc Soil
? ?• 7,
30 7,
Wt., Dish Q Dry Soil
2 �l�
27`f, 1 2
tJ ;7, G
Wt. of Dish
Wt. of Water.
' t. of Dry Soil
Percent Foisture
"!
sp ecisea Nu m-') a
r
Dish Nr bar
V[. Dish 6 Wit Soil
3jc$. 32—
r11'2,'Rev
-3,8-.y
Wt. Dish & Dry Soil
3C1 ,��
��� ,�f
3U-7
Wt. of Dish
/G?
Wt- of voter
S d
3'7, t)'3
.Wt. or Dry Soil
Percent 'Koisture
�a • �,
! 2 TD
�t�t, �+
Specimen I:Xjmb er
Dish Mr-ber
VC. Dish & Uet Soil
-3 7'q %J
Wt- Dish & Dry Soil
Wt_ of Dish
�7
Wt- of Watar
� � 7 t
vt. of Dry Soil
Percent Yotscure
2
1
ASTM C -136
PROTECT
:� PROJECT NO
r
SAMPLE INFO. —
S ' ,� LAB NO.
1
DATE
? % % /? Z
TESTED
1
DATE RECEIVED
REVIEWED BY
1
MOISTURE CONTENT
Total Wet Weight Plus Tare
Dish No.
1
Wet Weight Sample and Dish
Tare
Dry Weight Sample and Dish 2 IT ' G
Total Wet Weight
Weight of Water
`
'Wet
2f,
Weight i �iinus No. 4
Weight of Dish
D Weight of Sample
�' g
3 6�
1
-Dry Weight Minus No. 4
_
Water Content, % Dry
Weight 3 ,_ SG
1
Total Dry Weight
-
Dry Weight of Sub - Sample
U.S. WEIGHT RETAINED PERCENT
RETAINED
PERCENT PERCENT
STANDARD ACCUMULATIVE
NET ACCUMULATIVE
PASSING OF TOTAL
TARE
SIEVE GROSS
1"r
17�3
H
3
--
CPQ �' J
Ze
SCE .z n if
97. _
.2�
io a
92.7–
? • �8 S. y
,7&
Z _
ev � Z
_
GE00017.DOC/XLS
1130133Ni31)1 Ei�:
GE000 t 7.DOGXLS
b3a13�N131H ��
SIEVE ANALYSIS OF FINE AND COARSE AGGREGATE
ASTM
C -136
1
PROTECT NO.
PROJECT
SAMPLE INFO. S `' `J` —
LAB NO.
G
DATE
TESTED BY
'
DATE RECEIVED
REVIEWED BY
'
MOISTURE CONTENT
� G
Total Wet Weight Plus Tare
Dish No.
Wet Weight Sample and Dish 3 S • 017
Tare
Dry Weight Sample and Dish -36.7, b
Total Wet Weight
Weight of Water 1 `I 0
Wet Weight Minus No. 4
Weight of Dish �bG '
Dry Weight Minus No. 4
Dry Weight of Sample. y Z
Water Content, % Dry Weight 2.
Total Dry Weight
Dry Weight of Sub - Sample
U.S. WEIGHT RETAINED
PERCENT
STANDARD ACCUMULATIVE
RETAINED PERCENT PERCENT
'
SIEVE GROSS TARE NET ACCUMULATIVE PASSING OF TOTAL
� .
1
if53
y 17
� „� ,x„ •� �� �t�r rr.G�
2�.,� 9 -. ��- 9C.'A' l- t.3O7G
'
l � .� •� =i�' :.�J P cl s! , A7
7 i. v � /^ � � % Z � � � (n C P
?es _7 9.71
:sf."
1.77
!a.[
q� D
z,9
—2co
GE000 t 7.DOGXLS
b3a13�N131H ��
'l
SIEVE ANALYSIS OF FINE AND COARSE AGGREGATE
ASTM C -136
fi
PROJECT o r PROJECT NO.
SAMPLE INFO. S - 2 _LAB NO.
TESTED BY L
/ DATE
DATE RECEIVED REVIEWED BY
MOISTURE CONTENT
4
Total Wet Weight Plus Tare
Dish No.
Wet Weight Sample and Dish
AY L. L4
Tare
Dry Weight Sample and Dish
q6 C
Total Wet Weight
Weight of Water
I.2 7
Wet Weight Minus No. 4
Weight of Dish
1d 9 l
Dry Weight Minus No. 4
Dry Weight of Sample
.3eco .
Water Content, % Dry Weight
'r` • ! 2
'
Total Dry Weight
Dry Weight of Sub - Sample
1
U.S. WEIGHT RETAINED
PERCENT
STANDARD ACCUMULATIVE
RETAINED PERCENT PERCENT
SIEVE GROSS
TARE
NET
ACCUMULATIVE PASSING OF TOTAL
2,5�
O 4f ,
1
ys s
2- b
7.
/ LJ r�-
�c• �s f2.7.�7
-7 t77,
1i 7�/ l �a_� � •
�'i',. 3
�
.6
7.
-2
rjig
GE00017.DOGXLS
0133N131)( t�
� I
� I
� I
� I
� I
� I
� I
� I
� I
it
� I
1P
� I
� I
U
� I
1
C -136
PROTECT ''' PROJECT NO.
SAMPLE INFO. � _ r
LAB NO.
TESTED BY DATE
DATE RECEIVED REVIEWED BY
Total Wet Weight Plus Tare
Tare
Total Wet Weight
Wet Weight iviinus No. 4
Dry Weight Minus No. 4
Total Dry Weight
Dry Weight of Sub - Sample
U.S. W
WEIGHT RETAINED
Dish No.
STANDARD A
ACCUMULATIVE
SIEVE G
GROSS T
TARE NET
3 3,
Weight of Dish
r
Dry Weight of Sample
I--
Water Content, % Dry Weight
Pt,, ?
L -�y I
GE00017.DOCIXIS
b30131N131)1 hn
MOISTURE CONTENT
PERCENT
RETAINED PERCENT PERCENT
ACCUMULATIVE PASSING OF TOTAL
(, -7 q3.3' e 7
10 3 4.7 3,&
f$ 2,11 f $1.5
7617 41'44
z�r.3 71, 7 S•°
7,9
76 71, Z9, Z if
77, Z
Dish No.
Wet Weight Sample and Dish
Dry Weight Sample and Dish
Z 1
Weight of Water
3 3,
Weight of Dish
r
Dry Weight of Sample
X28.- 76
Water Content, % Dry Weight
Pt,, ?
PERCENT
RETAINED PERCENT PERCENT
ACCUMULATIVE PASSING OF TOTAL
(, -7 q3.3' e 7
10 3 4.7 3,&
f$ 2,11 f $1.5
7617 41'44
z�r.3 71, 7 S•°
7,9
76 71, Z9, Z if
77, Z
77, Z
SIEVE ANALYSIS OF FINE AND COARSE AGGREGATE
ASTM C -136 .
' PROJECT ROJECT NO. 72'
f1 —���
SAMPLE INFO. -- �' ^Posr`io LAB NO.
TESTED BY Ii�s L DATE
d!G-
DATE RECEIVED REVIEWED BY
Total Wet Weight Plus Tare
Tare
Total Wet Weight
Wet Weight Minus No. 4
Dry Weight Minus No. 4
MOISTURE CONTENT
Dish No.
Wet Weight Sample and Dish
Dry Weight Sample and Dish
Weight of Water
Weight of Dish
Dry Weight of Sample X390 3
Water Content, % Dry Weight
Total Dry Weight
Dry Weight of Sub - Sample
1
U.S. WEIGHT RETAINS D
PERCENT
STANDARD ACCUMULATIVE
RETAINED
PERCENT
PERCENT
SIEVE GROSS
TARE
NET
ACCUMULATIVE
PASSING
OF TOTAL
� •73
cs'&5=
t
�.
3. 1
liy, 15� r
$ x
5 .6.3
7-0.20
3z • "
,g G
�� ►�!
z3 . $�
7 ,cam
G
X3,4
c
:314
E �
�.?
GE00017 -mss
rS3013AN131)i
k" KLEINFELDER
APPLICATION FOR AUTHORIZATION TO USE
REPORT OF GEOTECHNICAL INVESTIGATION
NE 5th STREET AND EDMONDS AVENUE
NE STORM SYSTEM IMPROVEMENT PROJECT
RENTON, WASHINGTON
KLEINFELDER PROJECT NUMBER 60- 1674 --01
TO: Kleinfelder, Inc.
3380 146th Place SE, Suite 110
Bellevue, Washington 98007
FROM:
Applicant
[State here the use(s) contemplated]
DATED
October 13, 1997
hereby applies for permission to:
for the purpose(s) of:
[State here why you wish to do what is contemplated as set forth above]
Applicant understands and agrees that Kleinfelder, Inc. is the copyright owner of the above
identified report and that unauthorized use or copying of the above identified report is strictly
prohibited without the express written permission of Kleinfelder, Inc. and Kleinfelder's client.
Applicant understands that Kleinfelder, Inc. and /or Kleinfelder's client, may withhold such
permission at its sole discretion, or grant such permission upon such -terms and conditions as it
deems acceptable.
Dated:
Applicant
by
its
l:\I997\wpdraft\6017rO95.doc Page 1 of I Date Printed: 10/13/97
Copyright 1997 Meinfelder, Inc.
F1
t
t
Si�� �I -IOTO�
Side Sewer Tee Replcmt - 2209 NE 6th PL
f Side Sewer Tee Replcmt - 2217 NE 6th PL
u
�l
Side Sewer Tee Replcmt - 2221 NE 6th PL
Side Sewer Tee Replcmt - 679 Camas Ave NE
' . M� � . ,« 7 � f:i,,'Y �'. :`..A_r..+i"C�4""' - - 'fi"�'1�G:w1,. •L
i9y. h°S� °`�. ; _'A'"� "i ; - 4µ•l',
Co,
rk
RK_ Y w
z
9
i1 -- �_ , . x ,.� .�.
.._ _
.�` �, ���
. � }�
r� - � .,.:
i
!� �Yr
� � �
1 � � ����.
a , � _
'� �� � �
/yyy ..
��
.,,F, Y - ` y � .�
�' � f
i7
L
n
fl
u
f
STANDARD DETAILS
NOTES:
1. PAINTING.- THE FACE AND EDGES OF THE 1/2 INCH PLYWOOD
SIGN BOARD SHALL HAVE ONE PRIME COAT AND TWO COATS
OF EXTERIOR ENAMEL. THE POSTS, BRACES AND BACK OF SIGN
'BOARD SHALL HAVE ONE COAT OF PRIMER AND EXTERIOR
ENAMEL THE BACKGROUND COLOR IS WHITE.
2. LETTER _TYPES. THE LETTER TYPE SHALL BE SOLID HELVETICA
MEDIUM EXCEPT THE LOGO WHICH WILL BE PROVIDED BY
THE CITY. ALL LETTERS AND NUMBERS WILL BE BLACK.
3. LETTER SIZE. 4' LETTERS. ARE 1/2' WIDE, 3' LETTERS ARE 3 /8' WIDE;
2- LETTERS ARE 1/4' WIDE.
APPROVED BY:
PROJECT SIGN DETAIL DATE: 04/10/06
SHEET: 1.0
I
m
3
JOINTS IN FILTER FABRIC SHALL BE SPLICED
AT POSTS. USE STAPLES, WIRE RINGS, OR
FOi IIVAI FNT TC) ATTACH FARRIC. Tn POgTC
H OI
POST SPACING MAY BE INCREASED
TO B' IF WIRE BACKING IS USED
2 "x2" BY 14 Ga. WIRE OR
EQUIVALENT, IF STANDARD
STRENGTH FABRIC USED
FILTER FABRIC
MINIMUM 4 "x4" TRENCH /
BACKFILL TRENCH WITH
NATIVE SOIL
2 "x4" WOOD POSTS, STEEL FENCE
POSTS, REBAR, OR EQUIVALENT
Z_
N
Z
N
NOTES
1. CONDITION OF USE
1.1. SILT FENCE MAY BE USED DOWNSLOPE OF ALL DISTURBED AREAS.
1.2. SILT FENCE'IS NOT INTENDED TO TREAT CONCENTRATED FLOWS, NOR IS INTENDED TO TREAT SUBSTANTIAL AMOUNTS OF OVERLAND FLOW.
ANY CONCENTRATED FLOW MOST BE CONVEYED THROUGH THE DRAINAGE SYSTEM TO A SEDIMENT TRAP OR POND.
2. DESIGN AND INSTALLATION SPECIFICATIONS
2.1. THE GEOTEXTILE USED MOST MET THE STANDARD LISTED BELLOW. A COPY OF THE MANUFACTURER'S FABRIC SPECIFICATIONS MOST BE
AVAILABLE ON SITE.
2.2. STANDARD STRENGTH FABRIC REQUIRES WIRE BACKING TO INCREASE THE STRENGTH OF THE FENCE. WIRE BACKING OR CLOSER POST
SPACING MAY BE REQUIRED FOR EXTRA STRENGTH FABRIC IF FIELD PERFORMANCE WARRANTS A STRONGER FENCE.
2.3. WHERE THE FENCE IS INSTALLED, THE SLOPE SHALL NOT BE STEEPER THAN 2HAV
2.4. IF A TYPICAL SILT FENCE IS USED, THE STANDARD 4X4 TRENCH MAY NOT BE REDUCED AS LONG AS THE BOTTOM 8 INCHES OF THE SILT FENCE
IS WELL BURIED AND SECURE IN A TRENCH THAT STABILIZES THE FENCE AND DOES NOT ALLOW WATER TO BYPASS OR UNDERMINE THE SILT
FENCE.
3. MAINTENANCE STANDARDS
3.1. ANY DAMAGE SHALL BE REPAIR IMMEDIATELY.
3.2. IF CONCENTRATED FLOES ARE EVIDENT UPHILL OD THE FENCE, THEY MUST BE INTERCEPTED AND CONVEYED TO A SEDIMENT TRAP OR POND.
3.3. IT IS IMPORTANT TO CHECK THE UPHILL SIDE OF THE FENCE FOR SIGNS OF THE FENCE CLOGGING AND ACTING AS A BARRIER TO FLOW AND
THEN CAUSING CHANNELIZATION OF FLOWS PARALLEL TO THE FENCE. IF THIS OCCURS, REPLACE THE FENCE OR REMOVED THE TRAP
SEDIMENT.
3.4. SEDIMENT MOST BE REMOVED WHEN SEDIMENT IS 6 INCHES HIGH.
3.5. IF THE FILTER FABRIC (GEOTEXTILE) HAS DETERIORATED DUE TO ULTRAVIOLET BREAKDOWN, IT SHALL BE REPLACED.
+j PUBLIC WORKS SILT FENCE STD. PLAN - 214.00
DEPARTMENT
�NT�$ MARCH 2008
30-1DOSIEVE SIZE (0.60- 0.15MM) FOR SILT FILM
ADS (ASTM D4751)
50-100 SIEVE SIZE (0.30- 0.15MM) FOR OTHER FABRICS
WATER PERMITTIVITY (ASTM D491)
0.02SECA -1 MINIMUM
GRAB TENSILE STRENCHT (ASTM D4632)
180 LBS. MIN. FOR EXTRA STRENGH FABRIC
100 LBS. MIN. FOR STANDARD STRENGHT FABRIC
GRAB TENSILE ELONGATION ASTM D4632
30% MAX.
ULTRAVIOLATE RESISTANCE (ASTM D4355).70%
MIN.
2.2. STANDARD STRENGTH FABRIC REQUIRES WIRE BACKING TO INCREASE THE STRENGTH OF THE FENCE. WIRE BACKING OR CLOSER POST
SPACING MAY BE REQUIRED FOR EXTRA STRENGTH FABRIC IF FIELD PERFORMANCE WARRANTS A STRONGER FENCE.
2.3. WHERE THE FENCE IS INSTALLED, THE SLOPE SHALL NOT BE STEEPER THAN 2HAV
2.4. IF A TYPICAL SILT FENCE IS USED, THE STANDARD 4X4 TRENCH MAY NOT BE REDUCED AS LONG AS THE BOTTOM 8 INCHES OF THE SILT FENCE
IS WELL BURIED AND SECURE IN A TRENCH THAT STABILIZES THE FENCE AND DOES NOT ALLOW WATER TO BYPASS OR UNDERMINE THE SILT
FENCE.
3. MAINTENANCE STANDARDS
3.1. ANY DAMAGE SHALL BE REPAIR IMMEDIATELY.
3.2. IF CONCENTRATED FLOES ARE EVIDENT UPHILL OD THE FENCE, THEY MUST BE INTERCEPTED AND CONVEYED TO A SEDIMENT TRAP OR POND.
3.3. IT IS IMPORTANT TO CHECK THE UPHILL SIDE OF THE FENCE FOR SIGNS OF THE FENCE CLOGGING AND ACTING AS A BARRIER TO FLOW AND
THEN CAUSING CHANNELIZATION OF FLOWS PARALLEL TO THE FENCE. IF THIS OCCURS, REPLACE THE FENCE OR REMOVED THE TRAP
SEDIMENT.
3.4. SEDIMENT MOST BE REMOVED WHEN SEDIMENT IS 6 INCHES HIGH.
3.5. IF THE FILTER FABRIC (GEOTEXTILE) HAS DETERIORATED DUE TO ULTRAVIOLET BREAKDOWN, IT SHALL BE REPLACED.
+j PUBLIC WORKS SILT FENCE STD. PLAN - 214.00
DEPARTMENT
�NT�$ MARCH 2008
5" MAX.
DRAINAGE GRATE TRIM
a
GRATEFRAME
z
3
� oa
o °.p
SEDIMENT AND DEBRIS
a OVERFLOW BYPASS
BELOW INLET GRATE DEVICE
PFILTERED' °
WATER
DRAINAGE GRATE
- REC'
SECTION VIEW
ISOMETRIC VIEW
NOTES
1. Size the Below Inlet Grate Device (BIGD) for the storm water structure it will service.
2. The BIGD shall have a built -in high -flow relief system (overflow bypass).
3. The retrieval system must allow removal of the BIGD without spilling the collected material.
4. Perform maintenance in accordance with Standard Specification 8 -01.3(15).
=M (TYP.)
�Y
+ @� PUBLIC WORKS CATCH BASIN FILTER STD. PLAN - 216.30
O DEPARTMENT
FNTO$ MARCH 2008
QZ
K
S
U
O
a
O
a
z
3
I ¢
0
CATCH BASIN FRAME AND VANED GRATE (DETAIL 204.00)
HANDHOLD
v° RECTANGULAR ADJUSTMENT SECTION
OR CIRCULAR ADJUSTMENT SECTION
GROUT, TYPICAL (SEE NOTE 5)
_ .. FLAT SLAB TOP
P:
CATCH
BASIN
DIAMETER
WALL
THICKNESS
z
MAXIMUM
KNOCKOUT
SIZE
MINIMUM
DISTANCE
BETWEEN
KNOCKOUTS
BASE REINFORCING STEEL
in2tft. IN EACH DIRECTION
SEPARATE BASE
INTEGRAL BASE
48"
4"
6"
36"
8"
0.23
0
54"
4.5"
�+- 48 "• 54". 60% 72 -, B4' OR 96"
42"
X
0.19
0.19
<
1 5"
MORTAR (rYP.)
0
1 8"
0.25
0.25
STEPS OR
6"
8"
LADDER
12"
0.35
�L0
84"
8"
12"
72"
,
0.39
0.29
MORTAR FILLET•
g
REINFORCING STEEL(TYP.)
\ N
12.
GRAVEL BACKFILL FOR
0.29
PIPE ZONE BEDDING
SEPARATE BASE
INTEGRAL BASE
CAST -IN -PLACE
PRECAST WITH RISER
"O" RING
12'
GRAVEL BACKFILL FOR
6= PIPE ZONE BEDDING
SEPARATE BASE
PRECAST
CATCH BASIN DIMENSIONS
CATCH
BASIN
DIAMETER
WALL
THICKNESS
BASE
THICKNESS
MAXIMUM
KNOCKOUT
SIZE
MINIMUM
DISTANCE
BETWEEN
KNOCKOUTS
BASE REINFORCING STEEL
in2tft. IN EACH DIRECTION
SEPARATE BASE
INTEGRAL BASE
48"
4"
6"
36"
8"
0.23
0.15
54"
4.5"
8"
42"
8"
0.19
0.19
60"
1 5"
1 8"
48"
1 8"
0.25
0.25
72"
6"
8"
60"
12"
0.35
0.24
84"
8"
12"
72"
12"
0.39
0.29
96"
8"
12"
84"
12"
0.39
0.29
NOTES
1• No steps are required when height is 4' or less.
2. The bottom of the precast catch basin may be sloped to facilitate cleaning.
3.
The rectangular frame and grate must be installed with the flange down.
4. The frame may be cast into the adjustment section.
Knockouts shall have a wall thickness of 2" minimum to 2.5" maximum. Provide
a 1.5" minimum gap between the knockout wall and the outside of the pipe. After
5. the pipe is installed, fill the gap with joint mortar in accordance with Standard
Specification 9 -04.3.
All grade rings, risers, and castings shall be set in mortar in accordance with
Standard Specification 9 -04.3.
PIPE ALLOWANCES
CATCH
PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER
BASIN
DIAMETER
CONCRETE
ALL .
METAL
CPSSP
Q
SOLID
WALL
PVC D
PROFILE
WALL
PVC (
48"
24"
30"
24"
27"
30"
54"
30"
36"
30"
27"
36"
60"
36"
42"
36"
36"
42"
72"
42"
54"
42"
36"
48"
84"
54"
60"
54"
36"
48"
96"
60"
72"
60"
36"
48"
0 Corrugated Polyethylene Storm Sewer Pipe (Std. Spec. 9 -05.20)
zQ (Std. Spec. 9-05.12(1))
(Std. Spec. 9- 05.12(2))
TY STD.. PLAN - 201.00
+ g�j PUBLIC WORKS CATCH BASIN TYPE 2
DEPARTMENT
�NT� i MARCH 2008
I
I
I
I
I
I
I
I
I
� I
11
I
20' x 24"
24' DIAM., 48' DIAM.
OR 64" DIAM. HOLE
98 BARS @ 7- SPACING
2' (TYP.}
12T . . . . . .. ..
L
12" MAX.
84" or 96" FLAT SLAB TOP
#5 BARS @ 6- SPACING
20'x24',
24- DIAM., 48"DIAM.
OR 54" DIAM. HOLE
2 (TYP
F—T — _, I
zol LJ 1' MIN.
21/2' MAX
72" FLAT SLAB TOP
#4 BARS 6' SPACING
20" x 24"OR
24' DIAM. HOLE
2' (TYP.)
61 U 1' MIN.
2 112' MAX.
48", 54", or 60" FLAT SLAB TOP
TYPICAL ORIENTATION
FOR ACCESS AND STEPS
24, MIN.
;0 N
48" MIN.
I6' OR 12'
ECCENTRIC COME SECTION
R HOOP FOR 6' 0
i vvu n-i tsAR HOOPS FOR 12 .
RECTANGULAR ADJUSTMENT SECTION
1.0 As an acceptable alternative to rebar, wire mesh having a
minimum area of 0.12 square Inches per foot may be used
for adjustment sections.
12- (TYP.)
o.
42"
PREFABRICATED LADDER
12" MIN.
STEP
34'
QONE #3 BAR HOOP 4'
CIRCULAR ADJUSTMENT SECTION
STD. PLAN 204.60
PUBUC WORKS MISCELLANEOUS DETAILS FOR
DEPARTMENT DRAINAGE STRUCTURES 200U
MARCH
age 205
of IAIA I P-, ...... k—.,, ...... o 1/-rif,. Q• -l-
O��UjANIS - DR,
Q 4
1Q J j
qJ 9i
RENTON
AHEAD OF THE CURVE
\ DRAIN /'
1/2 "- [13mm] LETTERING
BOLTHOLES - 3 PLCS EQUALLY SPACED 120"
APART ON 23 1/16" (586mm) DIA B.C.
(1) 1" (25mm)
DIA PIC_ KHOLE
0
cv
1 114" [32mm] LETTERING
PLAN VIEW
25" DIA.
~- [635mm] 1"
mm]
3/4"
[19mm)
[222 [64m 222mm] 64mm]
TYP
COVER SECTION VIEW
26 1/2" DIA
[673mm]
25 1/4" DIA
[641 mm] 1 1/16"
F�IE.(P�MIENE m) DIA GASKET 11
6±
[152mm]
5/8" 23 3/8" DIA CL OPEN
[16mm] [594mm]
27 5/16" DIA
[694mm]
34 1/8" DIA
1867mm]
COVER BOTTOM VIEW
(3) BLT SOC. (ALLEN HEAD)
5/8 %11 X 1.5 SS
RUBBER WASHER
EON BOLTING DETAIL
1/4"
[6mm] 11116"
[27mm)
[3mm]
1/8"
[R3mm]
GASKET GROOVE DETAIL
NOTES
FRAME SECTION VIEW
ALL COVERS SHALL BE LOCKING LID PER EASTJORDAN IRON WORKS INC. No. 3717C1
OR APPROVED EQUAL.
ti�Y o
+ PUBLIC WORKS STORM ROUND FRAME AND COVER STD. PLAN - 204.50
DEPARTMENT
�N gyp$ MARCH 2008
0
SEAL WITH AR 4000 OR
APPROVED EQUAL AND DRY
SAND AFTER PATCHING
PATCHED AREA
fl A K I
N TS
0
SECTION A -A
?1.»2110i
2" ASPHALT CLASS "B"
OR AS APPROVED BY
THE ENGINEER.
' CONCRETE
REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE
WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET.
ADJUST CASTING FRAME TO PAVEMENT SURFACE USING RISER RINGS OR
CONCRETE BLOCKS PER STD. PLAN 400.1.
REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH
CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE
WITH 2" OF ASPHALT CLASS "B" OR AS APPROVED BY
THE ENGINEER.
Y
PUBLIC WORKS TYPICAL UTILITY COVER STD. PLAN - 400.4
DEPARTMENT ADJUSTMENT FOR
PAVEMENT OR OVERLAY DECEMBER 2010
m
z
a
Q
1 #3 BAR EACH CORNEF
#3 BAR EACH SIDE
.1 - -1
1A 2Q,
S+
I. OR 12"
ONE #3 BAR HOOP FOR 6" HEIGHT
TWO #3 BAR HOOPS FOR 12" HEIGHT
RECTANGULAR ADJUSTMENT SECTION
#3 BAR EACH CORNER
18" MIN
#3 BAR HOOP
PRECAST BASE SECTION
PIPE ALLOWANCES
MAXIMUM
PIPE MATERIAL
INSIDE
DIAMETER
REINFORCED OR
12"
PLAIN CONCRETE
ALL METAL PIPE
15"
CPSSP *
12"
(STD. SPEC. 9-05.20)
SOLID WALL PVC
15"
(STD. SPEC. 9- 05.12(1))
PROFILE WALL PVC
15"
(STD. SPEC. 9- 05.12(2))
* CORRUGATED POLYETHYLENE
STORM SEWER PIPE
NOTES
1. As acceptable alternatives to the rebar shown in the PRECAST BASE
SECTION, fibers (placed according to the Standard Specifications), or
wire mesh having a minimum area of 0.12 square inches per foot shall
be used with the minimum required rebar shown in the ALTERNATIVE
PRECAST BASE SECTION. Wire mesh shall not be placed in the
knockouts.
2. The knockout diameter shall not be greater than 20 ". Knockouts shall
have a wall thickness of 2" minimum to 2.5" maximum. Provide a 1.5"
minimum gap between the knockout wall and the outside of the pipe.
After the pipe is installed, fill the gap with joint mortar in accordance
with Standard Specification 9 -04.3.
3. The maximum depth from the finished grade to the lowest pipe invert
shall be 5'.
4. The frame and grate must be installed with the flange down.
5. The Precast Base Section may have a rounded floor, and the walls may
be sloped at a rate of 1:24 or steeper.
6. The opening shall be measured at the top of the precast base section.
7. All pickup holes shall be grouted full after the basin has been placed.
8. All grade rings and castings shall be set in mortar in accordance with
Standard Specification 9 -04.3.
SEE NOTE 1
ALTERNATIVE PRECAST BASE SECTION
�SY o STD. PLAN - 200.00
PUBLIC WORKS CATCH BASIN TYPE 1
DEPARTMENT
'MARCH 2008
Y
K
io
0
R 12"
DR 6" HEIGHT
TWO #3 BAR HOOPS FOR 12" HEIGHT
RECTANGULAR ADJUSTMENT SECTION
#3 BAR EACH CORNER
18" MIN
#3 BAR HOOP
SEE NOTE 1
ALTERNATIVE PRECAST BASE SECTION
PIPE ALLOWANCES
MAXIMUM
PIPE MATERIAL
INSIDE
Olt
A
REINFORCED OR
12"
PLAIN CONCRETE
#3 BAR EACH CORNER
N
#3 BAR EACH SIDE
CPSSP*
TOP AND BOTTOM
(STD. SPEC. 9- 05.20)
ONE #3 BAR
15"
ACROSS BOTTOM
PRECAST BASE SECTION
#3 BAR EACH CORNER
18" MIN
#3 BAR HOOP
SEE NOTE 1
ALTERNATIVE PRECAST BASE SECTION
PIPE ALLOWANCES
MAXIMUM
PIPE MATERIAL
INSIDE
DIAMETER
REINFORCED OR
12"
PLAIN CONCRETE
ALL METAL PIPE
15'
CPSSP*
12"
(STD. SPEC. 9- 05.20)
SOLID WALL PVC
15"
(STD. SPEC. 9- 05.12(1))
PROFILE WALL PVC
15"
(STD. SPEC. 9- 05.12(2))
* CORRUGATED POLYETHYLENE
STORM SEWER PIPE
NOTES
1. As acceptable alternatives to the rebar shown in the PRECAST BASE
SECTION, fibers (placed according to the Standard Specifications), or
wire mesh having a minimum area of 0.12 square inches per foot shall
be used with the minimum required rebar shown in the ALTERNATIVE
PRECAST BASE SECTION. Wire mesh shall not be placed in the
knockouts.
2. The knockout diameter shall not be greater than 18 ". Knockouts shall
have a wall thickness of 2" minimum to 2.5" maximum. Provide a 1.5"
minimum gap between the knockout wall and the outside of the pipe.
After the pipe is installed, fill the gap with joint mortar In accordance
with Standard Specification 9 -04.3.
3. The maximum depth from the finished grade to the lowest pipe invert
shall be 5'.
4. The frame and grate may be installed with the Flange up or down. The
frame may be cast into the adjustment section.
5. The Precast Base Section may have a rounded floor, and the walls may
be sloped at a rate of 1:24 or steeper.
6. The opening shall be measured at the top of the precast base section.
7. All pickup holes shall be grouted full after the inlet has been placed.
�Y
OPUBLIC WORKS CONCRETE INLET STD. PLAN - 200.30
DEPARTMENT
INTO$ MARCH 2008
a
CLEAN SURFACE AND BOTTOM AREA.
PROVIDE UNIFORM CONTACT.
THE SURFACE AREA OF THE BASE SECTION MUST
BE GROUTED TO THE BOTTOM AREA OF THE
ADJUSTMENT SECTION.
,
BASE SECTION
NOTES
1. THE COVER OR GRATING OF A CATCH BASIN SHALL NOT
BE GROUTED TO FINAL GRATE UNTIL THE FINAL
ELEVATION OF THE PAVEMENT, GUTTER, DITCH, OR
SIDEWALK IN WHICH IT IS TO BE PLACED HAS BEEN
ESTABLISHED, AND UNTIL PERMISSION THEREAFTER IS
GIVEN BY THE ENGINEER TO GROUT OR GRATING IN
PLACE IN ACCORDANCE WITH STANDARD SPECIFICATION
7 -05.3.
2. SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE.
THE USE OF SHIMS IS PROHIBITED.
3. MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT
RINGS AND BRICKS PRIOR TO PLACEMENT.
4. THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS
ARE STAGGERED TO CREATE A RUNNING BOND OR %2
BOND.
SEE NOTE 4
+O y
n� + PUBLIC WORKS CATCH BASIN INSTALLATION S'I'D. PLAN — 202.00
�$ DEPARTMENT
�t.N,tp MARCH 2008
I
a
i
0
BOLT -DOWN HOLE ( YP.)
- 518" - 11 NC, SEE -
DETAIL 8 NOTE 2
O
TOP
?, '1 /Z X 2 0 `k(
RECESSED ALLEN
HEAD CAP SCREW
7L_ /8"J 1/8" 5/8"- 11 NC z 2"
3/4" GRATE
e
1 5/8" FRAME
V
SECTION
BOLT -DOWN DETAIL
DETAIL O SEE NOTE
p�•SY �.t+
+ PUBLIC WORKS
,Pivzo DEPARTMENT
NOTES
I. This frame is designed to accommodate 20" x 24" grates or '
covers
2. Provide two holes in the frame that are vertically aligned with t
he grate or cover slots. Tap each hole to accept
a 5/8" - 11 NC x 2" allen head cap screw.
Location of bolt down holes varies among different
manufacturers.
3. Refer to Standard Specification 9- 05.15(2) for additional
requirements.
RECTANGULAR FRAME
ISOMETRIC VIEW
STD. PLAN — 204.00
MARCH 2008
I
Y
K
m
O
1
TOP
7 OR 8 EQUAL SPACES
DIRECTION OF FLOW
SECTION O
ISOMETRIC
SLOT - SEE DETAIL
AND NOTE 1
J
SECTION . B �
O�
i
i
i
i
1/2
1!1/4"
5/8
BOLT -DOWN SLOT DETAIL
SEE NOTE 1
NOTES
1 • Provide two slots in the grate that are vertically aligned
with the holes in the frame. Location of bolt -down slots
varies among different manufacturers_
2. Refer to Standard Specification 9- 05.15(2) for additional
requirements.
3. Unless otherwise specified, vaned grates shallibe used with standard frame
in the travel way, gutter or shoulder. vaned grates shall not be located
within crossroads. Use vaned grates along rolled curbs.
,Sy I
STD. PLAN - 204.20
PUBLIC WORKS RECTANGULAR
DEPARTMENT VANED GRATE
�t N,tp i MARCH 2008
I<-
MOIj
�'
ECC'.•
{
OUTFACE
TO STREAMT
DUMP NU POLLUTANTS .
TOP
7 OR 8 EQUAL SPACES
DIRECTION OF FLOW
SECTION O
ISOMETRIC
SLOT - SEE DETAIL
AND NOTE 1
J
SECTION . B �
O�
i
i
i
i
1/2
1!1/4"
5/8
BOLT -DOWN SLOT DETAIL
SEE NOTE 1
NOTES
1 • Provide two slots in the grate that are vertically aligned
with the holes in the frame. Location of bolt -down slots
varies among different manufacturers_
2. Refer to Standard Specification 9- 05.15(2) for additional
requirements.
3. Unless otherwise specified, vaned grates shallibe used with standard frame
in the travel way, gutter or shoulder. vaned grates shall not be located
within crossroads. Use vaned grates along rolled curbs.
,Sy I
STD. PLAN - 204.20
PUBLIC WORKS RECTANGULAR
DEPARTMENT VANED GRATE
�t N,tp i MARCH 2008
i
a
z
3
v
HO
SEE NOTE
29" MIN.
TOP VIEW
FRAME DETAIL
CURB OR CURB AND GUTTER
MATCH TOP OF HOOD
TO TOP OF CURB (TYP.)
HOOD /
I7-q
ISOMETRIC VIEW
N
DO NOT INSTALL
SAFETY BAR/ DEBRIS GUARD
�c20" x 24" VANED GRATE
r FRAME
DETAIL SECTION (
CATCH BASIN
=7'
3 ".
(= 0.25)
GRATE
=34" (WIDE SIDE)
CATCH BASIN TYPE 1
= 40" (WIDE SIDE)
CATCH BASIN TYPE 1L
FRAME
SEE NOTE 1
SECTION OA
NOTES
�. The asymmetry of the Combination Inlet shall be considered when
calculating the offset distance for the catch basin. See SECTION A.
2. The dimensions of the Frame and Hood may vary slightly among dif-
ferenf manufacturers. The Frame may have cast features intended
to support a grate guard. Hood units shall mount outside of the ,
Frame. The methods for fastening the Safety Bar / Debris Guard Rod
to the Hood may vary. The Hood may include casting lugs. The top
of the Hood may be cast with a pattern.
3. Attach the Hood to the frame with two 3/4" x 2" hex head bolts, nuts,
and oversize washers. The washers shall have diameters adequate
to assure full bearing across the slots.
4. When bolt -down grates are specified in the contract, provide two
holes in the frame that are vertically aligned with the grate slots.
Tap each hole to accept a 5/8" X - 11 NC X 2" allen head cap screw.
Location of bolt -down holes varies among different manufacturers.
See BOLT- DOWN DETAIL
5. Only ductile iron Vaned Grates shall be used.
6. This plan is intended to show the installation details of a manufac-
tured product. It is not the intent of this plan to show the specific
details necessary to fabricate the castings shown on this drawing.
~�Y STD. PLAN — 203.00
+ n PUBLIC WORKS OPEN CURB FACE
�.!R $ DEPARTMENT FRAME AND GRATE
NTH INSTALLATION DETAIL MARCH 2008
W (SEE NOTE 7) LIMITS OF PIPE ZONE
1, 1 0"
BEDDING MATERIAL FOR 1
SANITARY SEWER PIPE O.D. OF PIPE
(SEE NOTE 5)
FOUNDATION LEVEL � 6"
BEDDING FOR SANITARY SEWER PIPE
NOTES:
1. PROVIDE UNIFORM SUPPORT UNDER BARREL.
2. HAND TAMP UNDER HAUNCHES.
3. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY
OVER PIPE. HAND TAMP ONLY.
4. PIPE INSTALLATION SHALL BE PER SECTION 7 -D8 OF THE
STANDARD SPECIFICATIONS.
5. PIPE ZONE MATERIAL SHALL BE "GRAVEL BACKFILL FOR DRAINS"
AS SPECIFIED IN THE AGGREGATES SECTION OF THE STANDARD
SPECIFICATIONS OR PEA GRAVEL.
6. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW
LINE IS MAINTAINED.
7. TRENCH WIDTH SHALL BE PER SECTION 2 -09.4 OF THE
STANDARD SPECIFICATIONS.
`S Y
+ * PUBLIC WORKS PIPE BEDDING STD. PLAN - 405
DEPARTMENT FOR SANITARY SEWERS
��'NT� OCTOBER 2012
r
R/W
SURFACE CLEANOUT WITH
CAST IRON RING AND COVER
(EAST JORDAN IRON WORKS
2975 OR APPROVED EQUAL, SPECIFY
"SEWER" ON LID - SEE STD. PLAN 403.1
FOR INSTALLATION)
L - - - WATERTIGHT
PLUG
EXISTING 6" SEWER STUB
(REMOVE TO R /W) BEND AS
REQUIRED
rEXISTING SANITARY SEWER MAIN
(REMOVE) --------- - - - - -- -�
�\ // - - - -- 6 "X6 "X6° WYE
BEND AS REQUIRED J
(NOT TO EXCEED 45')
PROPOSED 6" SEWER STUB
SEWER MAIN SIZE X 6" TEE
PROPOSED SEWER MAIN
NOT TO SCALE
6 "x 4" REDUCER
EXISTING 4" SIDE SEWER
ZY
• PUBLIC WORKS TYPICAL SIDE SEWER CONNECTION
�
DEPARTMENT FOR SEWER MAIN REPLACEMENT
' N
STD. PLAN - 407
SEPTEMBER 2011
PROPERTY LINE
z
3' -0"
� ! F
6" BUILDING SEWER PIPE M BUUTURE ILDING SEWER
Li Z L �2% 4" STUD MARKING POST PAINTED
TEE WITH 6" SIDE OUTLET -' `6 "X6 "X6" WYE
SURFACE CLEANOUT WITH WHITE WITH THE WORD "SEWER" STENCILED
CAST IRON RING &COVER IN 3" HIGH BLACK LETTERS AND #6 WIRE
Lu a (EAST JORDAN IRON WORKS WRAPPED AROUND 'THE STUD AND
2975 OR APPROVED EQUAL, EXTENDED TO THE TOP OF THE STUD.
CL SPECIFY "SEWER" ON LID,
SEE STD. PLAN 403.1 FOR
6" SIDE SEWER AND BUILDING SEWER INSTALLATION)
ACCEPTABLE PROCEDURES FOR SIDE SEWER CONNECTIONS TO MAIN
LINES ARE AS FOLLOWS:
A. VITRIFIED CLAY MAIN - CUT IN A NEW SECTION OF SEWER MAIN WITH
A NEW TEE USING FLEXIBLE COUPLINGS
(FERNCO OR APPROVED EQUAL).
B. CONCRETE MAIN - CUT IN A NEW SECTION OF SEWER MAIN WITH
A NEW TEE USING FLEXIBLE COUPLINGS
(FERNCO OR APPROVED EQUAL).
C. PVC MAIN - CORE- DRILLED WITH A ROMAC SADDLE (OR APPROVED
EQUAL) OR CUT IN A NEW TEE USING RIGID COUPLINGS.
D. DUCTILE IRON MAIN - CORE- DRILLED WITH A ROMAC SADDLE (OR
APPROVED EQUAL)
E. MANHOLE CONNECTION- ALL CONNECTIONS TO MANHOLES SHALL BE
AT MANUFACTURED KNOCK -OUTS OR THE
STRUCTURE SHALL BE CORE- DRILLED.
60" ALLOWABLE MAX. I
FOR CAST IRON PIPE
OR DUCTILE IRON PIPE.�NG��
1:3:5 MIX
CONCRETE P�• / PN�O ��NG
BLOCK ING \N 2`' S MP��E 0
GD 27. MIN SLOPE
HORIZONTAL
6" SIDE OUTLET TEE
} SEWER
6" MIN. MAIN SEWER MAIN
CONCRETE BLOCKING ANGLE TYPICAL SIDE SEWER ELEVATION
OF TEE AT MAIN OVER 25
ELEVATION
NOTE:
UNLESS OTHERWISE SHOWN ON PLAN, SIDE SEWER SHALL HAVE
A MINIMUM 2.5' COVER AT PROPERTY LINE OR 3 -5' LOWER
THAN THE LOWEST HOUSE ELEVATION, WHICHEVER IS LOWER.
Y
STANDARD SIDE SEWER STD. PLAN - 406.1
i PUBLIC WORKS INSTALLATION
A� O$ DEPARTMENT (SEWER MAIN TO PROPERTY LINE) JANUARY 2013
NT
FACE OF CURB
6 1/2"
5 1/2" 1'
1/2" R. 1" R.
/ 1:24 MAX.
TOP OF
° 1/2" R. ROADWAY
p D
D ° • io
CEMENT CONCRETE
TRAFFIC CURB AND GUTTER
FACE OF ADJACENT CURB
6 1/2 FLUSH WITH GUTTER
PAN AT SIDEWALK
RAMP ENTRANCE
1:12 MAX. 1:24 MAX.
TOP OF
— 1/2" R. ROADWAY
r p D
D
DEPRESSED CURB SECTION
AT SIDEWALK RAMPS
6" CEMENT CONCRETE
1/2" R. I" R SIDEWALK RAMP
VARIES OR LANDING
FROM T— D
6 "TOD D 6L
D D
° 1/4" PREMOLDED
JOINT FILLER
CEMENT CONCRETE
PEDESTRIAN CURB
AT SIDEWALK RAMPS AND LANDINGS
FACE OF ADJACENT CURB
6 1/2"
SEE DEPRESSED CURB DETAIL THIS SHEET
1:24 MAX.
TOP OF
1" 1/2" R. ROADWAY
2' D
rD D
D
. I
1,_6"
DEPRESSED CURB SECTION
AT RESIDENTIAL DRIVEWAYS ONLY.
FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2
FACE OF ADJACENT CURB
GUTTER SURFACE
D D 1" R.
D
D
1" R. D D o
D 0
p A
p . D
D
DEPRESSED CURB DETAIL
AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS, AND ALLEYS
FACE OF CURB
6 1/2"
5 1/2" 1"
112"R.
TOP OF
° O ROADWAY
D
7 D
D �
CEMENT CONCRETE
TRAFFIC CURB
GENERAL NOTES:
1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing.
2. Curbs not constructed to these sections as dimensioned will not be accepted by the owner.
3. For Depressed Monolithic Driveway Curb & Gutter Section, see Standard Plan 104.2
Y - -- -
o�� STD. PLAN - 101
PUBLIC WORKS
DEPARTMENT CEMENT CONCRETE CURBS
FNTO JUNE 2009
3/8" F
1/2° R
N
SEE NOTE 2
0"
SEE NOTE 2
2' -0"
FACE OF CENTERLINE OF
CURB FRAME &GRATE
13"
1" R I MATCH
ROADWAY
SLOPE
D
c 3" co
1" R. I RECESS
D 1/2"
D
p'
p • • D
• D
D '
• D
D
D
D'
D •
D
D
SE
GENERAL NOTES:
1. The intent of this design is to
of a catch basin with minimal
of the curb.
2. The expansion joints of the
adjacent sidewalk shall
be adjusted to be in
line with these curb
expansion joints.
I•I
PLAN VIEW
FRAME AND GRATE — NOT INCLUDED
IN CURB AND GUTTER BID REM
TOP OF
ROADWAY
• D
D . ADJUSTMENT SECTION — NOT INCLUDED
D IN CURB AND GUTTER BID REM
D
Y
1�
o .n CEMENT CONCRETE CURB STD. PLAN — 101.1
a PUBLIC WORKS
+ T
INSTALLATION AT
DEPARTMENT CATCH BASINS MAY 2009
/ EXISTING ASPHALT
PAVEMENT
SAWCUT
(SEE NOTE 2)
ARTERIAL STREET MINIMUM
7" HMA (or ACP Class B)
(SEE NOTE 1), OVER
6" CRUSHED ROCK
RESIDENTIAL STREET MINIMUM
4" HMA (or ACP Class B)
(SEE NOTE 1), OVER
6" CRUSHED ROCK
NOTES:
1. MUST MATCH EXISTING THICKNESS IF GREATER.
2. SAWCUT SHALL BE POSITIONED V — 0" BEYOND EDGE OF
DAMAGED PAVEMENT.
3. THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT
PLACEMENT AT THE GUTTER FACE. SEE STANDARD PLAN
101 FOR CEMENT CONCRETE CURBS.
NEW CURB
& GUTTER
PUBLIC WORKS CURB AN;D GUTTER STD. PLAN - 103
DEPARTMENT REPL .CEMENT.DETAIL
MAY 2009.
6" 11-01,
IN.� 6-1 SIDEWALK
_��_,, ,,JJII
1/2" VARIES: 5' - 6" MIN-
1/2"
R LEVtLI 1 "R
112" R. (TYP.) CURB NOT
44" ?J, c INCLUDED
c�'C��A�'`.' 2/ MAX. IN BID REM
n r°
!° 1 /4'PREMOL6ED
EDGE .ens
SEE R DETAIL RAISED JOINT FILLER
NOTE: EXTEND SIDEWALK TRANSVERSE
JOINTS TO INCLUDE-RAISED EDGE , CEMENT CONCRETE SIDEWALK
RAISED EDGE DETAIL WITH RAISED EDGE
VARIES 1/8' TOI /4"
SIDEWALK MAY BE ADJACENT ISLOPE ROUNDING TO A WALL:(SEE DETAIL) (WHEN SPECIFIED) SIDEWALK BUFFER STRIP VARIES: 5' -D "MIN. 5'-0" Tp
12" R. (TYP.) CURB NOT
INCLUDED
MAX. 29% MAX. IN BID ITEM
© CONTRACTION JOINT
CEMENT CONCRETE SIDEWALK
ADJACENT TO BUFFER STRIP WALL OR BARRIER
SIDEWALK
VARIES
SIDEWALK MAY BE ADJACENT 12" R
SLOPE ROUNDING TO A WALL (SEE DETAIL)
(WHEN SPECIFIED) -
SIDEWALK
VARIES: -5' -6 "MIN,
1 14" PREMOLDED
- -/ 72" R. (TYP.2% M — NCLU TENT JOINT FILLER
INCLUDED
° 1 /4 "PREM OL D 'ED va..�.«r� -> SIDEWALK ADJACENT TO WALL
JOINT FILLER DETAIL
I
MOOTH
) PERIMETER
RETE CURB
TTER SHOWN)
IN BID ITEM I
p ?, r0'
I
FULL -DEPTH
PREMOLDED
JOINT FILLER
�E EXPANSION JOINT
NOTE: Access lids or covers Will not be permitted in the sidewalk surface. See Std Plan 102.1.
STD. PLAN - 102
°04 PUBLIC WORKS CEMENT CONCRETE
�•` DEPARTMENT SIDEWALK
'P�e•N,tp'$ MAY 2009
3/8"
L
;EMENT CONC. SIDEWALK
rom
SEE NOTE 1 CEMENT CONCRETE
B CURB & GUTTER
318" EXPANSION JOINT (fYP.) _ (SEE NOTE 3)
(SEE STD. PLAN 102) -
PLAN VIEW
RAMP (VARIES). VARIES RAMP (VARIES)
6' MIN. - 15' MAX. 14' MIN. 6' MIN. - 15' MAX.
20' MAX. SEE NOTE 8 (TYP).
c
6" MIN. 6" MIN.
•
CEMENT CONCRETE 6 "MIN. 318" EXPANSION JOINT (TYP.)
SIDEWALK SECTION OA (SEE STD. PLAN 102)
1/2" R (TYP.) SIDEWALK
DEPRESSED CURB & GUTTER
VARIES 2 MAX 12 (SEE NOTE 3)
H:1V Mme,
6" MIN.
DRIVEWAY
SECTION O
CEMENT CONCRETE
CURB & GUTTER
(SEE NOTE 3)
CEMENT
CONCRETE
SIDEWALK
-=-
RAMP (VARIES) RAMP (VARIES)
6'. MIN. -.15' MAX.
6' MIN. - 15' MAX.
CCIRB & GUTTER
-(SEEN TE 3)
EXPANSION JOINT (TYP.)
'
(SEE STD. PLAN 102)
i
Y
(RESIDENTIAL, WITH BUFFER)
For NOTES see sheet 104.2
Y
3
0
+ ®�
PUBLIC WORKS
CEMENT CONCRETE DRIVEWAY
L
o
0
N
3
MAY 2009
0
to
3
W
W
W
m
>
m
>
I
;EMENT CONC. SIDEWALK
rom
SEE NOTE 1 CEMENT CONCRETE
B CURB & GUTTER
318" EXPANSION JOINT (fYP.) _ (SEE NOTE 3)
(SEE STD. PLAN 102) -
PLAN VIEW
RAMP (VARIES). VARIES RAMP (VARIES)
6' MIN. - 15' MAX. 14' MIN. 6' MIN. - 15' MAX.
20' MAX. SEE NOTE 8 (TYP).
c
6" MIN. 6" MIN.
•
CEMENT CONCRETE 6 "MIN. 318" EXPANSION JOINT (TYP.)
SIDEWALK SECTION OA (SEE STD. PLAN 102)
1/2" R (TYP.) SIDEWALK
DEPRESSED CURB & GUTTER
VARIES 2 MAX 12 (SEE NOTE 3)
H:1V Mme,
6" MIN.
DRIVEWAY
SECTION O
CEMENT CONCRETE
CURB & GUTTER
(SEE NOTE 3)
CEMENT
CONCRETE
SIDEWALK
-=-
DEPLESSED
CCIRB & GUTTER
-(SEEN TE 3)
.g. TYPE R1 B — ISOMETRIC VIEW
(RESIDENTIAL, WITH BUFFER)
For NOTES see sheet 104.2
STD. PLAN - 104.3
+ ®�
PUBLIC WORKS
CEMENT CONCRETE DRIVEWAY
DEPARTMENT
ENTRANCE - TYPE R1 B
MAY 2009
WATER PLAN GENERAL NOTES Standard Plan No. 300
1. ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE CITY OF RENTON PUBLIC WORKS
STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS AND WSDOT / APWA STANDARD SPECIFICATIONS, LATEST EDITION AS
AMENDED BY THE CITY OF RENTON. A SET OF CITY APPROVED PLANS SHALL BE KEPT AT THE JOB SITE WHENEVER CONSTRUCTION
IS IN PROGRESS. A PRE - CONSTRUCTION CONFERENCE SHALL BE HELD PRIOR TO THE START OF CONSTRUCTION. THE CONTRACTOR
AND OR DEVELOPER SHALL BE RESPONSIBLE FOR SECURING ALL NECESSARY PERMITS PRIOR TO CONSTRUCTION.
2. ALL EXISTING UTILITIES SHALL REMAIN IN SERVICE DURING CONSTRUCTION UNLESS OTHERWISE NOTED. THE CONTRACTOR SHALL
CALL 1- 800 -,424 -5555 TO VERIFY UTILITY LOCATIONS BEFORE BEGINNING EXCAVATION.
3. ALL MATERIALS USED FOR THE CONSTRUCTION OF WATER SYSTEM IMPROVEMENTS SHALL BE NEW AND UNDAMAGED, AND
"CATALOG CUTS" FOR ALL MATERIALS SHALL BE APPROVED IN WRITING BY THE CITY OF RENTON PRIOR TO BRINGING ANY
MATERIALS ON -SITE.
4. ALL WATER MAIN PIPE MATERIALS SHALL BE CEMENT LINED DUCTILE IRON PIPE, THICKNESS CLASS 52 PER AWWA C 151 AND C
104. PIPE JOINTS SHALL BE PUSH -ON OR MECHANICAL JOINT. CAST IRON OR DUCTILE IRON PIPE FITTINGS SHALL BE CLASS 250 AS
PER ANSI /AWWA C110 /A21.10 -82. ALL DUCTILE IRON PIPE AND FITTINGS SHALL BE WRAPPED WITH 8 -MIL BLACK, TUBE -TYPE,
POLYETHYLENE PLASTIC PER AWWA C105 STANDARDS.
5. MINIMUM COVER FROM TOP OF WATER MAINS TO FINISHED GRADE SHALL BE 36 INCHES FOR PIPE DIAMETER OF 10 -INCH OR LESS
AND 48 INCHES FOR PIPE DIAMETER OF 12 -INCH AND LARGER. MAXIMUM COVER FOR ALL WATER MAINS SHALL BE 60 INCHES.
ANY DEVIATIONS MUST BE APPROVED BY THE CITY OF RENTON PRIOR TO CONSTRUCTION. WHERE UTILITY CONFLICTS OCCUR,
THE PROFILE OF THE WATER MAIN SHALL BE ADJUSTED AS NECESSARY TO CLEAR CONFLICTS AND TO PROVIDE MINIMUM COVER.
PIPE DEFLECTION SHALL NOT EXCEED ONE -HALF OF PIPE MANUFACTURER'S SPECIFICATION FOR SIZE OF PIPE USED, ALL TRENCH
BACKFILL SHALL BE COMPACTED TO 95 PERCENT MAXIMUM DRY DENSITY AS DETERMINED BYTHE MODIFIED PROCTOR TEST
METHOD (MDD) IN ROADWAYS, ROADWAY SHOULDERS, ROADWAY PRISM AND DRIVEWAYS, AND 85 PERCENT MDD IN UNPAVED
AREAS. ALL PIPE ZONE COMPACTION SHALL BE 95 MDD.
i
6. CONCRETE BLOCKING FOR WATER MAINS SHALL BE DESIGNED, INSTALLED AND POURED.IN PLACE IN ACCORDANCE WITH CITY OF
RENTON STANDARD DETAILS AND SPECIFICATIONS AND SHALL BE INSTALLED AT ALL VERTICAL AND HORIZONTAL BENDS, FITTINGS
AND BASE OF HYDRANTS. MEGA -LUGS (OR SIMILAR PRODUCT) MAYBE REQUIRED ON ALL MECHANICAL JOINTS IN ADDITION TO
CONCRETE BLOCKING.
7. ALL NEW WATER MAIN PIPES AND FITTINGS SHALL HAVE A FOAM PIPE PIG RUN THROUGH THEM PRIOR TO BEING FLUSHED,
DISINFECTED, AND TESTED. CLEANING, PRESSURE AND PURITY TESTING SHALL BE DONE IN THE PRESENCE OF AND UNDER THE
SUPERVISION OF A CITY OF RENTON UTILITY INSPECTOR. THE CONTRACTOR SHALL SUPPLY, INSTALL AND REMOVE PLUGS,
CORPORATION STOPS, BLOW -OFF ASSEMBLIES, AND THRUST RESTRAINT / BLOCKING FOR TESTING AND PURITY ACCEPTANCE. NO
CONNECTION SHALL BE MADE BETWEEN THE NEW MAIN OR BETWEEN THE NEW WET -TAP VALVE TO AN EXISTING MAIN UNTIL
THE NEW PIPING HAS BEEN FOAM - PIGGED, DISINFECTED, FLUSHED, AND PASSED BOTH PRESSURE AND PURITY TESTING.
8. NEW WATER MAINS INCLUDING SERVICE LATERALS SHALL BE TESTED AT A STATIC PRESSURE OF 150 PSI ABOVE WORKING
PRESSURE WITH A MINIMUM OF 225 PSI TEST PRESSURE FOR 120 MINUTES WITH A MAXIMUM OF 5 PSI PRESSURE DROP DURING
THE ENTIRE TEST PERIOD. UPON SATISFACTORY COMPLETION OF THE PRESSURE TEST, THE LINE SHALL BE DISINFECTED, FLUSHED,
AND THEN WATER SAMPLES SHALL BE TAKEN FOR PURITY TESTING BYTHE PUBLIC WORKS INSPECTOR.
9. THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON WATER UTILITY AND MAINTENANCE DEPARTMENTS AT LEAST 10 WORKING
DAYS PRIOR TO MAKING CONNECTIONS TO THE EXISTING WATER SYSTEM. THE CONTRACTOR SHALL EXPOSE THE EXISTING WATER
MAIN AND FITTINGS AT THE CONNECTION POINT BEFORE ORDERING THE NECESSARY ADAPTORS AND FITTINGS REQUIRED FOR
THE FINAL CONNECTION. THE CONTRACTOR SHALL EXCAVATE, REMOVE ALL SURFACE MATERIALS, AND PROVIDE SHORING AND
ALL MATERIALS REQUIRED FOR THE CITY OF RENTON TO PERFORM THE CONNECTION TO THE EXISTING WATER SYSTEM. THE
CONTRACTOR SHALL PROVIDE AND INSTALL BACKFILL, CONCRETE BLOCKING, AND COMPLETE SURFACE RESTORATION.
i
Y o STD. PLAN - 300.0
PUBLIC woRxs WATER PLAN GENERAL NOTES
�0$ DEPARTMENT MARCH 2010
TEMPORARY 2" GALVANIZED PIPE
AND 2" GATE VALVE
FINISHED GRADE ELEVATION
INSTALL 2" PLUG ON TOP BLIND FLANGE
AFTER REMOVAL OF POLYPIG
3 FT MIN. COVER (10 —INCH DIAMETER AND UNDER)
4 FT MIN. COVER (12 —INCH DIAMETER AND OVER)
� a
NEW WATER MAIN POLYPIG .,A
VERTICAL CROSS FOR POLYPIGGING STATION:
SIZE OF VERTICAL CROSS SHALL BE THE SAME AS SIZE OF MAIN LINE
VERTICAL CROSS (MJ X FL)
ONE BLIND FLANGE ON TOP OF CROSS WITH 2" TAP & 2" TEMPORARY BLOW —OFF ASSEMBLY
(REMOVE BLOW —OFF ASSEMBLY AND INSTALL 2" PLUG AFTER REMOVAL OF CLEANING "POLY— PIG ")
ONE BLIND FLANGE -ON BOTTOM OF CROSS
ONE PLUG (MJ) ON END OF CROSS
CONCRETE BLOCKING
ALL DEBRIS AND POLYPIGS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS BEFORE
DISINFECTION OF NEW WATER MAIN
STD. PLAN - 300.6
PUBLIC WORKS POLY PIG STATION FOR CLEANING OF
DEPARTMENT WATER MAINS
MARCH .2010
FIRE HYDRANT SHALL BE COREY -TYPE EQUAL TO IOWA F -5110 OR
COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER
SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL
JOINT INLET WITH LUGS. 5 -1/4" MAIN VALVE OPENING. TWO 2 -1/2"
HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER
CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR,
4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS
STEEL CABLE. 1 -1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO
BE PAINTED WITH TWO COATS OF PAINT. KELLY- MOORE /PRESERVATIVE
PAINT No. 5780 -563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR
APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS
DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO
BE USED IF REQUIRED.
1
CONCRETE -
THRUST BLOCK
16" x 8" x 4" MININUM
CONCRETE BEARING
BLOCK UNDER HYDRANT
MIN. 18" TO 20" BEHIND BACK OF
CURB OR 12" BEHIND BACK OF
SIDEWALK THAT IS ADJACENT TO
CURB
4.875" x 5" STORZ
— 5'x 5'x6" THICK CONCRETE PAD AROUND
HYDRANT. FINISH TO MATCH SIDEWALK.
EXPANSION JOINT AT
BACK OF SIDEWALK
CONCRETE SIDEWALK
-OR PLANTING STRIP
36" MIN
COVER
TWO -PIECE CAST IRON VALVE BOX WITH LUG
TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO.
STANDARD 8" TOP SECTION WITH REGULAR BASE
SECTION LENGTH TO FIT, VALVE NUT EXTENSION
AS REQUIRED.
RAISED PAVEMENT MARKER TYPE 88 -A
STIMSONITE TWO -WAY BLUE REFLECTIVE
CONCRETE BLOCKING
MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET.
6" GATE VALVE (FL X MJ) AWWA C -509, RESILIENT SEAT
6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT
2 -3/4" COR -TEN STEEL TIE RODS.
1/2 YARD OF 1 -1/4" WASHED DRAIN ROCK
V ABOVE BOOT FLANGE. PLACE 8 MIL
POLYETHYLENE FILM AROUND TOP AND SIDES OF
GRAVEL.
i
FIRE HYDRANT ASSEMBLY I
CUT
D
ONE MAN ROCK -
1
6
TE PAD
LEVEL ALL GROUND
MIN 3' RADIUS
6" CONCRETE PAD
Fl LL
HYDRANT LOCATION IN CUT OR FILL
STD. PLAN - 310.1
PUBLIC. WORKS FIRE HYDRANT ASSEMBLY
�NZ0 DEPARTMENT
MARCH 2010
MARKER MARKER
I °
I e
TWO LANE ROAD OFFSET
MARKER TO INDICATE
WHICH SIDE OF STREET
HYDRANT IS ON (4" FROM
DOTS OR PAINTED LINE)
MARKER
FOUR LANE ROAD OFFSET
MARKER TO INDICATE WHICH
SIDE OF STREET HYDRANT IS
ON (4" FROM DOTS OR
PAINTED LANE DIVIDER)
HYDRANT MARKERS
4.
RAISED PAYMENT MARKER TYPE 88 AB
STIMSONITE TWO —WAY (BLUE)
MARKER
t
e
ON SIDE STREETS WHERE THE
HYDRANT IS WITHIN 20' OF A
MAIN TRAVELED STREET, THE
MARKER IS TO BE INSTALLED
ON THAT MAIN STREET
MARKER
V
FIVE LANE ROAD OFFSET
MARKER TO INDICATE WHICH
SIDE OF STREET HYDRANT IS
ON (4" FROM DOTS OR
PAINTED LANE DIVIDER)
STD. PLAN - 310.3
PUBLIC WORKS
DEPARTMENT HYDRANT MARKER LAYOUT
��NTO� MARCH 2010
15 "x27" PLASTIC METER BOX EQUAL TO CARSON INDUSTRIES
1527 -18 WITH DUCTILE IRON DIAMOND PLATE COVER WITH MAX
VIEW READER DOOR AND 2" DRILLED HOLE FOR RADIO (RADIO CITY PRIVATE
SUPPLIED BY CITY). SEE DETAIL A -A. PIPING PIPING
_Z I IN UNIMPROVED RIGHT OF Z
f WAY INSTALL METER BOX AT
' PROPERTY LINE WITH 12" r} '
w' LONG COPPER TAILPIECE. w
9" MIN a I � SIDEWALK IL
12" MAX
FINISHED GRAD
Z Q WATER METER TO BE
> SUPPLIED BY THE
7- o CITY 12' z x
36" MIN COVER < :2 w
0
TYPE "K" SOFT b 0
COPPER TUBING N 0
22-1/2'
NEW DUCTILE
IRON
WATERMAIN
IF SERVICE LINE TO HOUSE IS 1 GALVANIZED
TO BE INSTALLED IN THE FUTURE PLUG
INSTALL FORD C14 -44 APT x
COMPRESSION COUPLING
L- LOOP DOWN TO CENTERLINE
OF WATER MAIN TO COPPERSETTER FOR 1" METER: FORD VBH72- 15W- 44 -44G, OR
PROVIDE SLACK IN COPPER McDONALD BRASS: 21- 415WCQQ44, OR MUELLER: 128- 2470 -2
SERVICE LINE TO METER. BOTH INLET AND OUTLET WITH QUICK JOINT. PADLOCK WINGS ON
INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET
CORPORATION STOP WITH BALL VALVE. FORD WITH FORD A24 METER ADAPTERS TO CHANGE 5/8 "x3/4" METER
TAPERED THREAD (CC). QUICK JOINT QUICK 1" SPUD SIZE AND LENGTH. ALL FITTINGS SHALL BE WITH
QUICK JOINT.
(1" FB1000 -4 =Q) OR AY MCDONALD 4701B
NOTE:
ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE
CAST -IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON
BOTH SIDES OF METER BOX.
A -A
DRILL 2" DIA. HOLE FOR AMR (AUTOMATIC;
METER READ) RADIO
4 -1/2" MIN. FROM NEAREST
AND FRONT EDGE OF PIT LID
NOTE:
THE CENTER OF THE HOLE MUST BE LOCATED SUCH THAT
THERE IS ADEQUATE CLEARANCE FROM UNDERNEATH RIBS
TO INSTALL AMR RADIO. CONTRACTOR SHALL VERIFY
BEFORE CITY WILL ACCEPT MATERIAL SUBMITTAL.
y
otiT 1" WATER SERVICE
n PUBLIC WORKS
+ DEPARTMENT
N'v MARCH 2013
r
t
I
J
1 -1/2" AND 2" WATER SERVICE DETAIL
CAUTION: VALVE BOX SHOULD NOT REST ON
PIPE. LATER COMPACTION IN AREA OF VALVE BOX
COULD CAUSE THE BREAKAGE OF THE SERVICE.
CITY
PIPING
w
U
w
z
A A
z
J
J
N UNIMPROVED
>
of
RIGHT –OF –WAY INSTALL METER
IL
BOX AT PROPERTY LINE WITH
a
0
12 "' LONG COPPER TAILPIECE
0
Of
o
x MIPT CAST IRON OR DUCTILE IRON WATERMAIN
o
a__
2 -1/2" MIN. FROM NEAREST
NOTE:
9" MIN.
12" MAX.
zo zQ 9 z¢ o:
�> 3 �� �M,
0 4 o, LEAVE EXPOSED a o 0
7 nj Cm) N M 12"
BY PASS NOT ALLOWED
FOR IRRIGATION METERS
MATERIAL LIST FOR 2" SERVICE: METER LOCATED IN PLANTING STRIP
BETWEEN CURB & SIDEWALK
1. 2" tapped tee, on new water main.
2. 4" long X 2" brass nipple with threaded ends (MIPT).
3. 2" resilient seat gate valve with threaded ends, square operating nut,
and valve nut extension if required (see standard detail 330.1).
4. Two piece cast iron valve box. Standard B" top section with regular
base section, length to fit, "lug" type cover. 2" brass bushing (MIPT x
FIPT).
5. 2 each 2" brass or bronze nipples 6" length, threaded ends. 2 each
2 " -90' brass or bronze elbows (FIPT x FIPT).
6. 2" (MIPT) .x compression fitting, Ford C84 -66 or equal.
7. 2" soft copper tubing type K or brass nipples (MIPT x MIPT), length to
fit.
8. 2" threaded brass 90' ell.
9. 2" Customsetter with by –pass Ford: VBH 86- 128 -11 -77 (x 17 -3/16"
), McDonald Brass: 30B715WDFF775 or Mueller B- 1427 -2 ", with flanged
angle ball valve and padlock wings on inlet, and angle check valve
outlet, ball valve on bypass with padlock wings. Customsetter shall
have vertical inlet and outlet.
10. Rigid meter spreader to be supplied and installed in meter setter by
contractor.
11. Water meter shall be supplied and installed by City of Renton upon
payment of oil related water meter fee and satisfactory pressure and
purity tests.
12. 17 "x30" Plastic meter box equal to Mid – States Plastics, Inc. BCF Series
MSBCF 1730 -18 with 2" thick Ductile iron diamond plate cover 18 "x31"
equal to Mid – States Plastics, Inc. MSCBC- 1730 –R with 2" drilled hole
for touchread pit lid, and meter read lid.
13. 2" coupling (compression x FIPT) with 2" plug (MIPT), Ford C -14 -66
or equal. The property owner is responsible for any necessary adaptation or
extension of water service.
NOTE:
ALL METER BOXES INSTALLED IN CONCRETE OR PAVED
DRIVEWAYS SHALL BE CAST –IRON EQUAL TO OLYMPIC
FOUNDARY.
EXPANSION JOINTS MUST BE INSTALLED 12" MINIMUM ON BOTH
SIDES OF METER BOX.
PRIVATE
PIPING
MATERIAL LIST FOR 1 -1/2" SERVICE: METER LOCATED IN PLANTING STRIP
BETWEEN CURB & SIDEWALK
1. 2" tapped tee on new water main.
2. 4" long X 2" brass nipple with threaded ends (MIPT).
3. 2" resilient seat gate valve with threaded ends, square operating nut, and
valve nut extension if required (see standard detail 330.1):
4. Two piece cast iron valve box. Standard 8" top section with regular base
section, length to fit, "lug" type cover.
5. 2" X 1 -1/2" hex brass bushing (MIPT x FIPT. 2 each 1 -1/2" brass or
bronze nipples 6" length, threaded ends. 2 each 1- 1/2 "-90' brass or
bronze elbows (FIPT x FIPT).
6. 1 -1/2" (MIPT) x compression fitting, Ford C84 -66 or equal.
7. 1 -1/2" soft copper tubing type K or brass nipples (MIPT x MIPT), length
to fit.
8. 1 -1/2" threaded brass 90' ell, for Ford L44 -77 or equal.
9. 1 -1/2" Customsetter with by –pass Ford: VBH 86- 12B -11 -66 (x
13- 3/16 "), McDonald Brass: 3OB612WDFF665 or Mueller B- 1427 -1 1 /2 ",
with flanged angle ball valve and padlock wings on inlet, and angle check
valve outlet, ball valve on bypass with padlock wings. Customsetter shall
have vertical inlet and - outlet.
10. Rigid meter spreader to be supplied and installed in meter setter by
contractor.
11. Water meter shall be supplied and installed by City of Renton upon
payment of all related water meter fee and satisfactory pressure and
purity tests.
12. 17 "x30" Plastic meter box equal to Mid – States Plastics, Inc. BCF Series
MSBCF 1730 -18 with 2" thick Ductile iron diamond plate cover 18 "x31"
equal to Mid – States Plastics, Inc. MSCBC- 1730 –R with 2" drilled hole for
touchread pit lid.
13. 1 -1/2" coupling (compression x FIPT) with 1 -1/2" plug (MIPT), Ford
C -14 -66 or equal. The property owner is responsible for any necessary
adaptation or extension of water service.
Y ° STD. PLAN — 320.2
+ n� + PUBLIC WORKS 1 %2" AND 2" WATER SERVICE LOCATED
DEPARTMENT IN PLANTING STRIP
��NZO� MARCH 2010
U
\n/ CRUSHED ROCK
U BASE TO SUPPORT
A A
VAULT.
—
DRILL 2" DIA. HOLE FOR
TOUCHREAD DEVICE
QUICK –JOINT
x MIPT CAST IRON OR DUCTILE IRON WATERMAIN
TIL_COUPLING
/ 1
2 -1/2" MIN. FROM NEAREST
NOTE:
AND FRONT EDGE OF PIT LID
THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM
UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS
THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF
MORE THAN ONE RIB.
TYPICAL RIB
MATERIAL LIST FOR 2" SERVICE: METER LOCATED IN PLANTING STRIP
BETWEEN CURB & SIDEWALK
1. 2" tapped tee, on new water main.
2. 4" long X 2" brass nipple with threaded ends (MIPT).
3. 2" resilient seat gate valve with threaded ends, square operating nut,
and valve nut extension if required (see standard detail 330.1).
4. Two piece cast iron valve box. Standard B" top section with regular
base section, length to fit, "lug" type cover. 2" brass bushing (MIPT x
FIPT).
5. 2 each 2" brass or bronze nipples 6" length, threaded ends. 2 each
2 " -90' brass or bronze elbows (FIPT x FIPT).
6. 2" (MIPT) .x compression fitting, Ford C84 -66 or equal.
7. 2" soft copper tubing type K or brass nipples (MIPT x MIPT), length to
fit.
8. 2" threaded brass 90' ell.
9. 2" Customsetter with by –pass Ford: VBH 86- 128 -11 -77 (x 17 -3/16"
), McDonald Brass: 30B715WDFF775 or Mueller B- 1427 -2 ", with flanged
angle ball valve and padlock wings on inlet, and angle check valve
outlet, ball valve on bypass with padlock wings. Customsetter shall
have vertical inlet and outlet.
10. Rigid meter spreader to be supplied and installed in meter setter by
contractor.
11. Water meter shall be supplied and installed by City of Renton upon
payment of oil related water meter fee and satisfactory pressure and
purity tests.
12. 17 "x30" Plastic meter box equal to Mid – States Plastics, Inc. BCF Series
MSBCF 1730 -18 with 2" thick Ductile iron diamond plate cover 18 "x31"
equal to Mid – States Plastics, Inc. MSCBC- 1730 –R with 2" drilled hole
for touchread pit lid, and meter read lid.
13. 2" coupling (compression x FIPT) with 2" plug (MIPT), Ford C -14 -66
or equal. The property owner is responsible for any necessary adaptation or
extension of water service.
NOTE:
ALL METER BOXES INSTALLED IN CONCRETE OR PAVED
DRIVEWAYS SHALL BE CAST –IRON EQUAL TO OLYMPIC
FOUNDARY.
EXPANSION JOINTS MUST BE INSTALLED 12" MINIMUM ON BOTH
SIDES OF METER BOX.
PRIVATE
PIPING
MATERIAL LIST FOR 1 -1/2" SERVICE: METER LOCATED IN PLANTING STRIP
BETWEEN CURB & SIDEWALK
1. 2" tapped tee on new water main.
2. 4" long X 2" brass nipple with threaded ends (MIPT).
3. 2" resilient seat gate valve with threaded ends, square operating nut, and
valve nut extension if required (see standard detail 330.1):
4. Two piece cast iron valve box. Standard 8" top section with regular base
section, length to fit, "lug" type cover.
5. 2" X 1 -1/2" hex brass bushing (MIPT x FIPT. 2 each 1 -1/2" brass or
bronze nipples 6" length, threaded ends. 2 each 1- 1/2 "-90' brass or
bronze elbows (FIPT x FIPT).
6. 1 -1/2" (MIPT) x compression fitting, Ford C84 -66 or equal.
7. 1 -1/2" soft copper tubing type K or brass nipples (MIPT x MIPT), length
to fit.
8. 1 -1/2" threaded brass 90' ell, for Ford L44 -77 or equal.
9. 1 -1/2" Customsetter with by –pass Ford: VBH 86- 12B -11 -66 (x
13- 3/16 "), McDonald Brass: 3OB612WDFF665 or Mueller B- 1427 -1 1 /2 ",
with flanged angle ball valve and padlock wings on inlet, and angle check
valve outlet, ball valve on bypass with padlock wings. Customsetter shall
have vertical inlet and - outlet.
10. Rigid meter spreader to be supplied and installed in meter setter by
contractor.
11. Water meter shall be supplied and installed by City of Renton upon
payment of all related water meter fee and satisfactory pressure and
purity tests.
12. 17 "x30" Plastic meter box equal to Mid – States Plastics, Inc. BCF Series
MSBCF 1730 -18 with 2" thick Ductile iron diamond plate cover 18 "x31"
equal to Mid – States Plastics, Inc. MSCBC- 1730 –R with 2" drilled hole for
touchread pit lid.
13. 1 -1/2" coupling (compression x FIPT) with 1 -1/2" plug (MIPT), Ford
C -14 -66 or equal. The property owner is responsible for any necessary
adaptation or extension of water service.
Y ° STD. PLAN — 320.2
+ n� + PUBLIC WORKS 1 %2" AND 2" WATER SERVICE LOCATED
DEPARTMENT IN PLANTING STRIP
��NZO� MARCH 2010
12' M:
18' M F
SEE
A A
PLAN VIEW
�nWAIII
SECTION A -A
VALVE. BOX LID WITH
EARS IN DIRECTION OF 2" SQUARE
WATER MAIN AND WORD OPERATING NUT
"WATER" CAST INTO IT
CONCRETE COLLAR FOR
LVES IN PAVED AREAS 4 -1/4" DIA.
1/8" MIN. THICKNESS
'IECE CAST IRON VALVE
X, RICH - SEATTLE TYPE
OLYMPIC FOUNDRY 1" STEEL
LENGTH AS REQUIRED
1/8" MIN. THICKNESS
/ 2 -1/4" INSIDE MEASUREMENT
2 -1/4" DEPTH
VALVE OPERATING NUT
EXTENSION
VALVE OPERATION NUT EXTENSION NOTE:
EXTENSIONS ARE REQUIRED WHEN VALVE NUT
IS MORE THAN THREE (3) FEET BELOW
FINISHED GRADE. EXTENSIONS ARE TO BE A
MINIMUM OF ONE (1) FOOT LONG. ONLY ONE
EXTENSION TO BE USED PER VALVE.
NOTE: ALL EXTENSIONS ARE TO BE MADE
OF STEEL, SIZED AS NOTED, AND PAINTED
WITH TWO COATS OF METAL PAINT.
VALVE MARKER NOTES:
VALVE MARKERS SHALL BE EQUAL
TO CARSONITE UTILITY MARKER
VALVE MARKER POST TO BE USED FOR ALL
MAIN LINE VALVES OUTSIDE PAVED AREAS
24"
VALVE MARKER POST
WHITE POSTI
Y STD. PLAN - 330.1
PUBLIC WORKS VALVE BOX, MARKER & OPERATING
DEPARTMENT NUT EXTENSION
MARCH 2010
Et7
SHACKLE RODS
TYPE A BLOCKING
POP 11 i /n' A, 77 /o' \)FRT]r AI PP -NinC
1`tY O
+ + PUBLIC WORKS
DEPARTMENT
�N.tO
_ S
TYPE B
CONCRETE BLOCKING FOR VERTICAL
FITTINGS
STD. PLAN - 330.3
MARCH 2010
n
v
4
CL
a
11 -1/4° BEND
CAP
:j
22 -1/2° BEND
TEE
45° BEND
i'
90° BEND
THRUST BLOCK BEARING AREA IN SQUARE FEET (SEE NOTES) FOR HORIZONTAL AND DOWNWARD VERTICAL BENDS
SOIL.
FIRM SILT OR
FIRM SILTY SAND
COMPACT SAND
COMPACT SAND & GRAVEL
90'
45' BEND
11 1/4'
90'
45' BEND
11 1/4'
90'
45' BEND
11 1/4'
FITTING
BEND
TEE
CAP OR PLUG
& 22 1/2'
BEND
TEE
CAP OR PLUG
& 22 1/2'
BEND
TEE
CAP OR PLUG
& 22 1/2'
BEND
BEND
BEND
4"
7.0
4.2
4.2
1.7
2.9
2.1
2.1
1.0
2.2
1.6
1.6 i
1.0
6"
13.3
9:4
9.4
3.8
6:7
4.7
4.7
1.9
5.0
3.5
3.5
1.4
8"
23.3
16.7
16:7
6.7
11.7
8.4
8.4
3.4
8.8
6.3
6.3
2.5
12"
53.0
37.5.
37.5
15.D
26.5
18.8
18.8
7.5 .
20.0
14.0
14.0
5.6
AREAS CALCULATED ON 300 PSI TEST PRESSURE. 3' -0" MIN. COVER FOR WATERMAIN LESS THAN 12 ".
4' -0" MIN. COVER FOR WATERMAIN 12" OR GREATER.
MAX. HEIGHT OF THRUST BLOCK (FT) =0.5 x DEPTH OF TRENCH I
MIN. HEIGHT OF THRUST BLOCK (FT) = O.D. PIPE + 1.0'
NOTES:
TRUST BLOCK BE,
TEA REFERS TO "
ACE OF BLOCK MI
IN SQUARE FEET
1. LOCATION AND SIZE OF BLOCKING FOR PIPE LARGER THAN 12 "DIAMETER AND FOR SOIL TYPES
DIFFERENT THAN SHOWN SHALL BE DETERMINED BY THE ENGINEER.
2. ALL BLOCKING SHALL BE POURED IN PLACE AGAINST UNDISTURBED NATIVE GROUND.
i
3. ALL POURED THRUST BLOCKS SHALL BE BACKFILLED AFTER MIN. 1 DAY. PRESSURE TESTING
SHALL OCCUR AFTER CONCRETE HAS REACHED NOMINAL COMPRESSIVE STRENGTH.
4. ALL BLOCKING SHALL BE CONCRETE CL 5 (1- 1/2").
5. BLOCKING AGAINST FITTINGS SHALL BEAR AGAINST THE GREATEST FITTING SURFACE AREA
POSSIBLE, BUT SHALL NOT COVER OR ENCLOSE BELL ENDS, JOINT BOLTS OR GLANDS
REASONABLE ACCESS TO BOLTS AND GLANDS SHALL BE PROVIDED.
QTY CONCRETE BLOCKING FOR STD. PLAN - 330.2
PUBLIC WORKS
+ HORIZONTAL AND DOWNWARD
��NTO� DEPARTMENT VERTICAL BENDS MARCH 2010
TOP SECTION VIEW
NOT TO SCALE ,. .
CIMMAN ANCHOR SCHEDULE
i OF
UNE SIZE
'A'
'B'
'C'
-D•
RODS
8"
2' -6°
1' -6"
1 1' -6"
1 1' -6"
2
NOTES: '
1. CONCRETE SHALL 3000 P.S.I.
2 REINFORCED BARS SHALL BE DEFORMED BARS AND TIED
TOGETHER.
3. FORMWORK AT FACE OF ANCHOR WALLS MUST BE REMOVED.
BACKFILL AT FACE OF ANCHOR WALL MUST BE COMPACTED TO
952 MAX DRY DENSITY BASED ASTM D1557 PRIOR TO
REINSTATING SERVICE OF THE WATER MAIN.
PUBLIC WORKS
DEPARTMENT
E.
'8' 'A' "B'
IN. MAXIMUM YIN,
ELEVATION VIEW
NOT TO SCALE
CONCRETE DEADMAN BLOCK
/4 REBAR AT 8' ON CENTER
WITH 180' STANDARD HOOKS
O BOTH ENDS
MARCH 2013
Where shown on the plans or in the specifications or required by
the Engineer, joint restraint system (shackle rods) shall be used.
All joints restraint materials used shall be those manufactured by
Star National Products, 1323 Holly Avenue, PO Box 258,
Columbus, Ohio 43216 unless an equal alternate is approved in
writing by the Engineer.
Materials
Steel Types:
High strength low —alloy steel (cor —ten),
ASTM A588 heat — treated.
1. Tiebolt:
ASTM A588, Grade B, Cor —Ten, equal to SuperStar Tielbolt
SST 7 5/8" for 2" and 3" mechanical joints (M.J.) with eye for 5/8" rod
SST 7 3/4" for 4" to 12" M.J. with eye for 3/4" rod
SST 756: 3/4" for 14" to 24" M.J. with eye for 3/4" rod
SST 747: 3/4" for 4" to 12" M.J. with eye for 7/8" and 1" rod
SST 757: 3/4" for 14" to 24" M.J. with eye for 7/8" and 1" rod
SST 778: 1" for 30" to 36" M.J. with eye for 1" rod
2. Tienut: Hex Nut
ASTM A588, Grade B, Cor —Ten, equal to SuperStar Tienut
SS8 for 5/8 ", 3/4 7/8 ", 1" Tiebolt and Tierod
3.Tiecoupling with Tiestop Pin
ASTM A588, Grade 8, Cor —Ten, equal to SuperStar Tiecoupling
SS10 for 5/8 ", 3/4 ", 7/8 ", 1" Tierod
4. Tierod: -
Continuous threaded rod for cutting to desired lengths
ASTM A588, Grade B, Cor —Ten, equal to SuperStar Tierod
SS12 for 5/8 ", 3/4 ", 7/13", 1"
5. Tiewasher
ASTM A588, Grade B, Cor —Ten, equal to SuperStar Tiewasher
SS17 for 5/8 ", 3/4 ", 7/8 ", 1" round flat washer
Installation:
Install the joint restraint system in accordance with the Manufacturer's
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 M.J. follower. Torque nuts at 75 -90 foot pounds for 3/4" nuts.
Install tiecouplings with both rods threaded equal distance into
tiecouplings. Arrange tierods symmetrically around the pipe.
Where a Manufacturers mechanical joint valve or fitting is supplied with
slots for "T" bolts instead of holes, a flanged valve with a flange by
mechanical joint adaptor -shall be used instead, so as to provide adequate
space for locating tiebolt.
Where a continuous run of pipe is requiredito be restrained, no run of
restrained pipe shall be greater than 60 feet in length betwee fittinas.
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 sholl be installed as rod guides at each joint.
Pipe
Size
inches
Test
Pressure
PSI
2
4
Number and Size ofRdds
6 8 10 12 14 24
2
250
314'
3
250
314"
4
250
314 ",
6
250
314"
8
250
314"
10
250
3/4"
12
250
314"
14
250
314"
16
250
314"
18
250
3!4"
27
250
314"
24
250
314 +'
30
200
314"
36
200
1'
42
200
1"
48
200
1"
� Y
n� ; PUBLIC WORKS SHACKLE RODDS STD. PLAN — 330.5
FOR $ DEPARTMENT AND TIE BOLTS
�NZO MARCH 2010
CONCRETE DEAD MAN BLOCKING WITH SHACKLE RODS TO
CAP, BLOCK SHALL BE POURED AGAINST UNDISTURBED
EARTH, SIZE OF BLOCK TO BE DETERMINED BASED ON TEST
PRESSURE OF WATER LINE AND SOIL CHARACTERISTICS.
CAST IRON CAP OR PLUG WITH
-1. 2" IPS TAP SHALL BE A
ROCKWELL 482 END CAP
COUPLING.
WATER MAIN 2" GALVANIZED IRON PIPE
AS REQUIRED.
2" CLOSE NIPPLE
2" 90° ELBOW *2" GALVANIZED IRON PIPE, 12"
LONG.
TWO PIECE CAST IRON VALVE BOX
EQUAL TO RICH VALVE CO. STANDARD
8" TOP SECTION, WITH REGULAR
BASE SECTION LENGTH TO FIT.
2" GALVANIZED IRON PIPE 12" LONG
PLAN
VALVE NUT EXTENSION IF REQUIRED
(SEE DWG BR46 / PAGE B090)
INSTALL 2" 90' ELBOW, SCREWED
-�- 2" PLUG, SCREWED
- 1'8°
2" GALVANIZED IRON PIPE
AS REQUIRED.
2" RESILIENT JGATE VALVE, SCRE INSTALL 2" 90' ELBOW,
SCREWED
2" GALVANIZED IRON
PIPE AS REQUIRED.
ELEVATION
TY
OPUBLIC WORKS 2" BLOW -OFF STD. PLAN - 340.2
DEPARTMENT TEMPORARY ASSEMBLY
$ MARCH 2010
�'NT�
Reduced 11 x 17 Plans
not included in Scan
for Bid Advertisement
See Full Sized Plans
90£Z- L;3-dMS
3WVN i33f (RJd
Z
o e W
= W
<Z F
-its, o
Z
10
X m
i
(! N L'�j 3a U o j Z Q -
ti ti
O
i a cz°� i w i
>
*
c °a a S N o ,�� W
o
S U N o i
°o g 5 m' 1
N
F--
rc m w 0$
'
U
w }# O p
N
ui
z
U
W
�
W
_ W
n
.�
p
/
z
a o ¢ i
i< o
c/)
n
g i m m m.. u €.....
W
Z
Z
w
v a u w w i OA G o B v
w
W
U
W
-,
75
a w
Z
Q
p
W
0
0�
CU
I—
0
�—
�
M
ti
z
W
Z
O
z
T
(C)
C�
Of
J
L
W
w
W M
LL
C
5
`
m z
N
pww
-�
z
0
a-
0
CL�
CLQ
U
=c.
w
o00
oa o00
LO
W
0
UZ
Q
Z
W
in
F-
J
U)
x
WN <
—
O y
C/)
LOr /
o
ry
LU
CD U
O
Z
rF-
�/
UO
90£Z- L;3-dMS
3WVN i33f (RJd
Un
(D
z
N❑
LL
w
F-
U)
(7
z
❑
N�N
l_L
0
I—
(n
C)
LO
+
00
M
0
O
+
LO
Cl)
CD OD
� 00
CL
_ co (1) LO O O J J
LO
w + O+
W
WM`t❑❑
QU)U~n00
0CLCL -
Z = = W W
Ot -I- zz
�LnLnZZ
❑ww00
W Z z U U
— N M Vt LO
J
z
0
U
C=
w
[Y
L
Q
w
rD
Un
J
Q
z
r�
u
3
vz ie as
a aw aw ww
a� w
oa
m ;_
a a
'C Omoa ?orn a?�m w
may
°on .67 E. mn xNSo wn
mzNW ma4w z ww w a?w
3w w'z m rc_ w mmzw m °zw
La
a=
2w z
is
< oa
z Q
Z DO N z ° �U
-z fZ° 3 3
w
IAO �jw r
zz 3Q zo a a+
ar ?a w w� wM
w� Fi ua oLLU w4`$
x� o xmf� LL L x i x =m
Ei, Ezam iz �
_�'I Jil Zz' za> -m>
mzzw m�mw mz_w micaiw mzzw
L= w
r z
W z z j
z
wwQ
Z J i Cn J J
W d Q 'Q^
w ❑ d tl
❑ _ z = _
w 2 2 2 LO u
mwQQ❑ww
Q Z U O W Z Z
� N M';T M (0 P-
wwwwwwo
O �
O O O_ N_ m i j ti LO LO
N N 00 ot0 + t t M M 0 O
++. M ti � Nw� 2 t t+
N N CO M CY) LO
O O N 0 0 0 0>, r- It 'It 't
0 0 0 O O O O Q ++ 0 0 0
LO N N Ot0 0+0 L+ + Q M M (QO It O
OMf,- — O M Co � N N N M QQ
•- M V O Cn
r r m Q Q Q Q Z
F-<< : :) I-1- W W QQQ —J
W F- f- 1- �(nCn(nCn❑>> -�Q
W (nU,Un(nwwww W QQUnUnUnQl-
= J J J J i i i i J w U J J J= w
U) 0- WEL ULQQQQUL❑❑dULa-
0� _ _ _ = Un (n Un Un = Z Z = _ = U
w H H F- 1- Q Q Q Q 1- 0 0 1- I- H Z�
]co (0(D2 222CD220(nM5 0
O W W W W Q Q Q Q W❑❑ w w w Q F-
O Z Z Z Z U O U O Z W W Z Z Z M W
O � N co ";r U)
r N M 4 6 O ti o6 O
M °o
�x
a
C
U
W
W O 2
za
W Z F-
Q
U) W
o2
z W
U
og o
W W U
2
Jg
aW
L�
W
z
Ir
0
U)
v 3
z n
_W a
U�
m
o
a
R
Qa �
€� a
4
o
q
Z 2�
a
Z
o e W
= W
<Z F
-its, o
Z
10
X m
i
(! N L'�j 3a U o j Z Q -
ti ti
goy a o F g<
i a cz°� i w i
>
*
c °a a S N o ,�� W
o
S U N o i
°o g 5 m' 1
Q
n3
>>> S I o o m a a m v a a. o
rc m w 0$
< m
0 m
w }# O p
Z o
H `+-1 IIII
z
U
W
�
W
_ W
JI
Pu
/
z
a o ¢ i
i< o
vm°i
z< j
m
vii 0
a
o
� � i
g i m m m.. u €.....
i c o ab' W W W 0 c c n
t;
v
w
v a u w w i OA G o B v
w
Un
(D
z
N❑
LL
w
F-
U)
(7
z
❑
N�N
l_L
0
I—
(n
C)
LO
+
00
M
0
O
+
LO
Cl)
CD OD
� 00
CL
_ co (1) LO O O J J
LO
w + O+
W
WM`t❑❑
QU)U~n00
0CLCL -
Z = = W W
Ot -I- zz
�LnLnZZ
❑ww00
W Z z U U
— N M Vt LO
J
z
0
U
C=
w
[Y
L
Q
w
rD
Un
J
Q
z
r�
u
3
vz ie as
a aw aw ww
a� w
oa
m ;_
a a
'C Omoa ?orn a?�m w
may
°on .67 E. mn xNSo wn
mzNW ma4w z ww w a?w
3w w'z m rc_ w mmzw m °zw
La
a=
2w z
is
< oa
z Q
Z DO N z ° �U
-z fZ° 3 3
w
IAO �jw r
zz 3Q zo a a+
ar ?a w w� wM
w� Fi ua oLLU w4`$
x� o xmf� LL L x i x =m
Ei, Ezam iz �
_�'I Jil Zz' za> -m>
mzzw m�mw mz_w micaiw mzzw
L= w
r z
W z z j
z
wwQ
Z J i Cn J J
W d Q 'Q^
w ❑ d tl
❑ _ z = _
w 2 2 2 LO u
mwQQ❑ww
Q Z U O W Z Z
� N M';T M (0 P-
wwwwwwo
O �
O O O_ N_ m i j ti LO LO
N N 00 ot0 + t t M M 0 O
++. M ti � Nw� 2 t t+
N N CO M CY) LO
O O N 0 0 0 0>, r- It 'It 't
0 0 0 O O O O Q ++ 0 0 0
LO N N Ot0 0+0 L+ + Q M M (QO It O
OMf,- — O M Co � N N N M QQ
•- M V O Cn
r r m Q Q Q Q Z
F-<< : :) I-1- W W QQQ —J
W F- f- 1- �(nCn(nCn❑>> -�Q
W (nU,Un(nwwww W QQUnUnUnQl-
= J J J J i i i i J w U J J J= w
U) 0- WEL ULQQQQUL❑❑dULa-
0� _ _ _ = Un (n Un Un = Z Z = _ = U
w H H F- 1- Q Q Q Q 1- 0 0 1- I- H Z�
]co (0(D2 222CD220(nM5 0
O W W W W Q Q Q Q W❑❑ w w w Q F-
O Z Z Z Z U O U O Z W W Z Z Z M W
O � N co ";r U)
r N M 4 6 O ti o6 O
M °o
�x
a
C
U
W
W O 2
za
W Z F-
Q
U) W
o2
z W
U
og o
W W U
2
Jg
aW
L�
W
z
Ir
0
U)
v 3
z n
_W a
U�
m
o
a
R
Qa �
€� a
4
o
q
Z 2�
a
F <mnE
nrnnr
=r O N Sas
> xJ
U
O
Z
x.,} a
v'`i J N
U, >
w O
p C
£ W <L
C7 -
�. Z E Jn
W m�N
> N of Of
ate' U
6rows- ss \sma \6a Loa \am \:n am u
m m r m= r m m m m m m m m m m m= m
Z
=
ti ti
ti
?Ot
yS
N 3
M
�
6031
G
N
zz
d15
O
<
Of
< m
0 m
rn
r
o
�
a_
<
w
W �
w
a w
a
0 ¢ Z
>
m
W O T
T
W M
M
U
z
CL�
CLQ
o00
oa o00
0
UZ
Q
in
x
WN <
O y
� N
o
CD U
UO
o
_~ z
a
U
F <mnE
nrnnr
=r O N Sas
> xJ
U
O
Z
x.,} a
v'`i J N
U, >
w O
p C
£ W <L
C7 -
�. Z E Jn
W m�N
> N of Of
ate' U
6rows- ss \sma \6a Loa \am \:n am u
m m r m= r m m m m m m m m m m m= m
Z
QM ¢
OM
N \N
?Ot
yS
N 3
Z O
O O
�
6031
G
N
zz
d15
2 N� N
< m
0 m
F <mnE
nrnnr
=r O N Sas
> xJ
U
O
Z
x.,} a
v'`i J N
U, >
w O
p C
£ W <L
C7 -
�. Z E Jn
W m�N
> N of Of
ate' U
6rows- ss \sma \6a Loa \am \:n am u
m m r m= r m m m m m m m m m m m= m
LZLZ
CD
Id 419 3N LLIZ
S L£LOSLZZL
))9'90, =31 6
°31
A, a NO
l69lL Sl 03d mil/ /jam,
3$VO NI SNOfy .Z HSH`Nl�e(� /�
I
i
i v W z e
j
h SS
3Nn
Id 419 3N VOIZ
SLSL05LZU �
6 ..I
Z %A
NO30
� OS X3 d33N
� unp nn uu
�aa=o
yl mil ip II 7,j 1
ww / —.1
£L xem SS
ld 419 3N OOIZ l,l
SLOSLZZL
<o
N�wll
i
a n2
it t` N ,09'l -NO
I�O � w .doll. I
l
GAS \ OL
N
SOtl )f'flZ= Sbyg OONOJ NOj OSIG
9 Is •Z /I -1 NI HJNnI
35VO Ni 'NOW.
•09'1
4'904 =109 1
IV. LZ)SOlZ =31
Itl,Z t)S'Z 1Z =31 (O'0'O)0'ZOZ 31
IOs)94'L LZ =31 6L'f lZ-
HWOS Hill S I !
(MS SaV.Z I)9'6OZ =31 1
OZ'b L131NI ■
�r�irrri�i^^
V 3AV N330839V OOL'/1 I C
OLZ II OS7ryLZZL
� le
90EZ- LZ-dMS
O
N
O
)d 419 3N £L1Z
/ OL£'LOSLZZL
A \ \ /
N
Nmci Id 419 3N 601Z
<o
Z
S0�f 10g LZZL
0
w <
Y
M
i
"S
z 3
0
W
ZT�
\
nZaN
UI
1 vna
L
OZ>w
oama.
U K
S W O W
p 0_ z O !n U O
Z~ 3 W W
oz
os'rl�
Z
a.
%ld 419 3N SOLZ
W O
S =
00£LOSLZU
O
z
w < Z ° w a z
w O N
N O O
<
o w
Q i
<
a_
1
w
I a
N Z o? j °z vw o Jz ; o
U
w pi
w
a N m S J
a
C7
w w F m r N 3 ° O
mo w owwa mow¢
wl
a° w
z
o
o X U <
wU <
Z
3
Lal F
I-
Qc<� a
O d' J S O a
N W W J W /- z~ LL
N z v z °
96ZLO(�S+LZZL
n
0_ O Z
3
�¢
J
>
U
v=
() 0 w Il
w w =
z
or
T
Q
J
x o m N o o
o a
Om g w O O U 3\
U
-
Q S
w r ~
S
w
C',4 <
L°LL o N
= O 3
w w z m m
z
zk_
/
Q
-
w p J w p
O O w J W N
z U z
w< o z
T
w r Z
w w m In
U
N
< S 3 W K W p!
a
w 5
m
U 3
O Z
Q Z z
fS/1 W p Z 0 f/I W O r>
m
z
J W °W H 3 O m j
m
w
w 3 v v p U a
XO GUG O rn �' w (~/1 ~O
J 0 K Q O
3 O
W w
d O Z
CL M
j Q W Z U N ~ W O m
> W N O F
O Z Z d p< d °
L'-, W
W U r w U O J
Z W N W W
lil O
N
m W O
J O_ W p M a. O 0_ O Z Z
w K F O W
Z Y
LIJ
Q N Q
U
Q Z U W
d N¢ J N Z 7 J u O O U w
S
< 3 W Z O
i
O a
Q J W
\ W rn U ° O Q O O O
O<
F m
0
m OJ
N
? upi w° N- p O N °w a m
p�
m m o o o a
a w
cz p w p > a > Y
N z
LL
Q
}
N
1
z O o o w d' ti W W O W E
w zz Q z S w l a z I w m m
a N °
V U p N< w m z
N
Q �i ° < °°
J F
¢
N
Z I- m 0 1- O W N J
a N w N J z¢ W ¢ >>
< W m
w
x>
W
LLJ i-
x�-�
Q O
Z LL
= J W FU- O N d z* N z J F0
Z 3 J X 3 J 0' Q U r N
X
U W Q W W W O J Q N
N
w
rl p
°
U K J Q < Q O W U p J J
J
w 0_
00 W r
O
H N w
3 F N< p w Q 0 Z O W Z
O LL F K a z W N J Z- o< LL � 7
z W } da} pa W U
J r w {- F 3 O W
W Q
O S W = Z
i VI N° a° Q N rm N S S
O
O
OJ m
Q
N U z a x O l 1. Q a o z w o W w F
a Z< F- S
a? a h
H¢ Z z z L` W c� yy Z
Z° K w N N r z Z W s
vwi r-
U
aZ
J N NQ j °_ a Ua J z 0_' N y
< 1.1 p d -°
O� W- v
Z
p QQ
J ♦- Z
r w Z L7
Z O 3 O K z y z K¢°
¢_ Y m m w O O j
w O
In
J<
z Q< w z p w W w W 0 %'
V W
z\
7 d
N (/1 N
W z< v< o o N >o
O
..
o 3 N 5 5 W Z N
w
IW-
W
g z w a m a ° �_ a: p <<
a
z< l 1,
J J
N< w w W df
Z_ W N Z w O w a<, m Z m Z J a
z
Z
w
m U f H F H Z= O O U
z¢< N a o E
U
O
N
a O N> m J° D° N °° m w>
U
OU Q
LL
H Q
> o w 0 0 3 w 3 z
Jy i r Z H° 0_ O J o z J o o z J
U
Z
z z z
O X U O U N U f 0 \< ¢�
U W
g w
a>
Z
r w= ¢ Y o N g
Z 2 U C7 U N N W W Z< U N Of
< �°
W
~
d 0_ z
~
N
W
F° 2 Q U 0_ w Z S N Z 2 Q m<
w o z W < N po v
w O
a. �.
w 1~/I Np pN Z r w
z J w tw' w J z~
w p
Z
O_
<
L<i
N °w w¢ a w a >> w z z z z
O
w w O
H r p
Z Z
F
Y F N a N N vxi
O w> O N S N rn < y< J x
d U
3
< J Z w w N m j U
w 0
~
aw
w K t=/I ¢ a U Z X o o
Z
T
O
fo-/1 (U-/I
N J
K a N Z
K
Uf a
W
H ~ a z
>p
� O
x U
?
Q¢ m \ i 3 3 w Z K 0 0 0 U U U J O
U
w
I
F Z Z W K Z W
w O °°
W w W
U
w K
O r p W W W
W
S U f W Z O
W p
W
W
> Z
a a o
Q
U
W
Q
o U N N J m N N N ti<
S O W 0_ N U N
O
m U)
J O 0 0 0 0
d < Z Z Z Z W Z S W
O
O O U O O O
o N Z W m H U o a o
W
w z o= w w w J a a a a a= w z
a Z
w tO '~^ o m o m w o m o Ci
LW^ o
a J J a o -� x¢ w w w
Z
Z
> o z Of a °° w a J > > a w o
0 0 a o vl vl a a¢ �. F- F¢ Y U
O
l— N? U< < m U< a o a
p
o
LL
a << o a o < w N a- w O
O
W
p
a o w n m
N
^ N M N O n m T
O
U
0
N a I(1 6 r m T O^
M
LJ
O N M 0 88 O
N
as aaa
LZLZ
CD
Id 419 3N LLIZ
S L£LOSLZZL
))9'90, =31 6
°31
A, a NO
l69lL Sl 03d mil/ /jam,
3$VO NI SNOfy .Z HSH`Nl�e(� /�
I
i
i v W z e
j
h SS
3Nn
Id 419 3N VOIZ
SLSL05LZU �
6 ..I
Z %A
NO30
� OS X3 d33N
� unp nn uu
�aa=o
yl mil ip II 7,j 1
ww / —.1
£L xem SS
ld 419 3N OOIZ l,l
SLOSLZZL
<o
N�wll
i
a n2
it t` N ,09'l -NO
I�O � w .doll. I
l
GAS \ OL
N
SOtl )f'flZ= Sbyg OONOJ NOj OSIG
9 Is •Z /I -1 NI HJNnI
35VO Ni 'NOW.
•09'1
4'904 =109 1
IV. LZ)SOlZ =31
Itl,Z t)S'Z 1Z =31 (O'0'O)0'ZOZ 31
IOs)94'L LZ =31 6L'f lZ-
HWOS Hill S I !
(MS SaV.Z I)9'6OZ =31 1
OZ'b L131NI ■
�r�irrri�i^^
V 3AV N330839V OOL'/1 I C
OLZ II OS7ryLZZL
� le
90EZ- LZ-dMS
O
N
O
)d 419 3N £L1Z
/ OL£'LOSLZZL
A \ \ /
3WVN 103fONd
j 1S
0
II
II W�
S cVnNNm
Nr1 II 111111
UU�
co �&X� -S 41L 3N 90LZ
No OZOOOSLZZL
o n i1 F,
W,
r
O
N
II
L4
0
W
Q
U
W
z
J
W
Z
W
U
I"-
W
W
w
F-
U)
cD
z
O
J
Q
W
J
LL
O
w
Q.
O L O LO O
N O O
N N N N N
tzn vo o 11 .tea °a
M'WN: a
m 3N1-I HOiVVq
�n0 m
rn.0 c0 � N.1111 cli
p�.NN Q.
I 'mNJ wa °
a-
(0
ln. w III II ® w
E ma °w as
- II II , M
or
N N °N. °N
r O
cm
0_ Tam
+N III
o
1,<j :m w N6�oln :U N�-w �I :mp
E ��NN
o~n'
I 49111 :v II
m maw II II . :c�
U II II -o to
a Mo
.� Z
IA
O x
0 0 0
m� J ^N N�O�
M� In w pO 1 a.N ry N Olo
<pa wTNN Tin N. II rnN
mF� E II
_
all 11 <N 11W ww vNi¢w .. II II ®W
>w 2
III ull oo.
no
cd
O N U io II w l-- rn° .
+ II. C N a '
T �0
N�QWw f�OT I!)Clp 1pm II I
m F^ yay E o of ati .,i o 0 _
UN �F-LY 1000 NN oo-ith
w I. 11 + I W W
t lW 3 N' mmU o
N Ol O mt0
ea° o
c_p
nmN n W7 t'
NO + JI oo a° t0-
N ^N _
w � w
c UNFtr �a B�^. 00
m aN. N
:+ N.N N Om ➢ T J I _
�I A o w_
m.a^W : H000 1 w ®W. NZ
m U
nj m.pN�ON
U�0.0o 0011 N
c0
Z N N. N N NW . I N. 0 11 S U 11 W W W W W O N
OZ w_
lJ n K:
0 LO LO 0
N N N N N
M o
I �x
a Q n N
U
W
W r O
o
Wa
I-
U)w U)
Z W o
U o
g-i M
EL �
WW a
F
J
aw a
L_
L >- (D
W U) Z
Zg
fY
O
U)
I 2
N
O
LL s
vF 3
Z =
o_
U Qo� rn
m
.° I \
a
eP
O
o
z
S
3 a
I' o
m �
M
d
m
< U
o
0
W a W
< O
O
U ¢
w o r r
z m m
Q'
<
w
m
Z
0
\
Nmci Id 419 3N 601Z
<o
Z
S0�f 10g LZZL
0
w <
Y
M
i
"S
aat
yr
ZT�
\
nZaN
UI
1 vna
L
OZ>w
oama.
os'rl�
%ld 419 3N SOLZ
00£LOSLZU
<
IO M
1
m
I a
m
U
U
wl
W
Z
�cN s Y ld 419 3N LOLZ
96ZLO(�S+LZZL
T
I III
U
I W
u
C',4 <
OI
r
I Lwl
N
M
cp
zk_
/
-
sa'p'lZ -n313
T
OS 9.:II I
I / dd )tl3 N
f1 "E, d
3WVN 103fONd
j 1S
0
II
II W�
S cVnNNm
Nr1 II 111111
UU�
co �&X� -S 41L 3N 90LZ
No OZOOOSLZZL
o n i1 F,
W,
r
O
N
II
L4
0
W
Q
U
W
z
J
W
Z
W
U
I"-
W
W
w
F-
U)
cD
z
O
J
Q
W
J
LL
O
w
Q.
O L O LO O
N O O
N N N N N
tzn vo o 11 .tea °a
M'WN: a
m 3N1-I HOiVVq
�n0 m
rn.0 c0 � N.1111 cli
p�.NN Q.
I 'mNJ wa °
a-
(0
ln. w III II ® w
E ma °w as
- II II , M
or
N N °N. °N
r O
cm
0_ Tam
+N III
o
1,<j :m w N6�oln :U N�-w �I :mp
E ��NN
o~n'
I 49111 :v II
m maw II II . :c�
U II II -o to
a Mo
.� Z
IA
O x
0 0 0
m� J ^N N�O�
M� In w pO 1 a.N ry N Olo
<pa wTNN Tin N. II rnN
mF� E II
_
all 11 <N 11W ww vNi¢w .. II II ®W
>w 2
III ull oo.
no
cd
O N U io II w l-- rn° .
+ II. C N a '
T �0
N�QWw f�OT I!)Clp 1pm II I
m F^ yay E o of ati .,i o 0 _
UN �F-LY 1000 NN oo-ith
w I. 11 + I W W
t lW 3 N' mmU o
N Ol O mt0
ea° o
c_p
nmN n W7 t'
NO + JI oo a° t0-
N ^N _
w � w
c UNFtr �a B�^. 00
m aN. N
:+ N.N N Om ➢ T J I _
�I A o w_
m.a^W : H000 1 w ®W. NZ
m U
nj m.pN�ON
U�0.0o 0011 N
c0
Z N N. N N NW . I N. 0 11 S U 11 W W W W W O N
OZ w_
lJ n K:
0 LO LO 0
N N N N N
M o
I �x
a Q n N
U
W
W r O
o
Wa
I-
U)w U)
Z W o
U o
g-i M
EL �
WW a
F
J
aw a
L_
L >- (D
W U) Z
Zg
fY
O
U)
I 2
N
O
LL s
vF 3
Z =
o_
U Qo� rn
m
.° I \
a
eP
O
o
z
S
3 a
I' o
m �
M
d
m
< U
o
0
W a W
< O
O
U ¢
w o r r
z m m
Q'
<
w
m
Z
0
C
E
aoF °u
MI(JM
MrnM
N -a
N�� C
r v l v
W ^aJ
"4 > X <
N w
D
Z
N
�J w
o
N >c
W < r
w mo
r � z3N
Z MLL I
<a
OW
tom, N T
s +vans- sx \OW \s LOZ \am \:n 1m
C,
Z
..........L1_L�LL
0
w <
Y
M
ON
N \N
aat
yr
ZT�
Qof���
�1V19
nZaN
ZN0 N
OZ>w
oama.
C
E
aoF °u
MI(JM
MrnM
N -a
N�� C
r v l v
W ^aJ
"4 > X <
N w
D
Z
N
�J w
o
N >c
W < r
w mo
r � z3N
Z MLL I
<a
OW
tom, N T
s +vans- sx \OW \s LOZ \am \:n 1m
C,
M
N o �x
g 3 € �2 M
w z y�
= W O °W gm c f N .i
° o ut o a ¢ Z
z r
3 U w O
n vi
UI } W U O
W Ul U Q J Z VI O Z\ U U Z J J ¢ N
z o o z ¢ z m = a
w a m v vNi °w z a LL Lil o u. o
L o vi ¢ o� _ o C, a M Q Z cWi W l`
Q = " x u m ° 7^ uz z zo Z ao a= = v w w°= o v o W _Q'
J w m s o o o °° w o U w v\i W r ~ z U w �` a x~ '� w a 1,. 1il W CC o
X ¢ z J w w¢ ¢ !- Z J U Z 0 W Q m N 6° N° In W r 3 n S 0' w O S Z a N
O 0 3 C7 a _ m w< o z z ¢ r z x W 3° U °= U U o +
o f\ r rn w o z w < r M J o w 3 o I¢ w x U W r- W
} a O z z W z rn o w° o m m LL r ~i ° t- m w 3 0' m g o O1 a o w o 0 0 - w >~
Q l=n Q a z o> z v z w a a Q a o z= w 1}il W w w IWir J w o f W ° z z v3Wi - Q W 1a-
W I r J z J oo w w n 3 m r z= o z o w I¢ o j} < U) (n
U N a cn ¢ o z o o° ¢ o m w z F° o \ N rn U ¢ o o o w
0 m m O z U ° w o v ° °^ °w g m y o ° a a w ti W a rN ° w z m m °_ W °
O 4} w z Z o r w w o w E _ o¢ j z J z o m m o pO WJ > N v Z U o
LL. = W I 0_ z I w w 0' U N . U m m a 0 w U J z 2' w ¢>> H, O Q N
Q Q¢ N o 0> a j z J ro < 3 x ° ¢ w 3 J �_ 3 ¢¢ � J +
�yJ VI ¢ U = J N N O ¢ O ¢ W m j O U U
ry� Z LI_ z 3 x ?� K Q OU H !n U W W W W O J Q Vl ril 0 U K J Q Q ¢ 0 Z W ti H S 0- (D
W M Q 3 F VI ¢ O W Q O 141 Z O 141 (/� Z Z w d> a} ¢O I w U O Q = W ta S¢ Z O U° J J ° W W
W H N W 0 0_ F- K z N J O J O Z J¢ O d J F- W o I- F 3 0 1.3j w Z Z ¢ V) ut ° d 0¢ } VI =_ ¢ w W Q
/1 ¢ W J = w z I- d ri a J Z ¢ tL ¢¢ Z W 3 J z w 0 1� = 0_ o w 111 m a s F
(/ / m 1n U N d 2° 1 1. ¢¢ o w w o, W Fw- f- z z W c� (n H 1^ v1 O K ¢ U Y Z vl cn
OJ N r- w a z¢ z= U a> E a I>-- fn z °- W in in F: z z in v ¢ o a o g O °w w v v m w d J
J j z vi o Q 3 1n rr z N z ¢ F .. ¢_} m m 0 0 o w w W z a¢ w m g Q w w w w lwj ¢
r a u.¢ w? o v¢�w °w o yu,o O p!^3rn =� =° 2 :2 F n0.., a m� °_ �- ¢3 F- (n
C J (n w 3 K N 11 O 0 m z m z Z m o m F°- H H Z= O o o U a 0 Vl > m J ¢ O VI O O m 3 W z to >- [O
_J J z W N Z w a z U z o w> ¢
W I- z 3 w 3 z J z z�¢ of ¢ o A s z z Q U¢¢ ¢° z p Z
¢� J��rzF= -'ozJOOZJ Z oxl�oONO�N\a > w - �o W
> F- o W o U J W Z } W S F ¢ K O VI O o W c
00 F ° W Z w¢° O Q Q N Q m Q O ° W w N O O V- Z y Q w Z ¢? (� (� Q VI ° W Z¢ ¢ U (A O W> Z L
_¢ w° w a w z= O U= W z J W cn 1n w x J 1.1 w 1n ° o w= w o w w z o U o z o Ir
o ¢ vI N o U a H J 3 w J z O_ w w w O> W
Z Z K U UO O Q¢ Iw/1 F H¢ y¢ J W d _J Z W I W N J m j w 10-/1 F o ~ 1¢/1 w N Q a f 0 Z X U OU OU 0 OU Z O
J � OI_ Z oQQ m & 3 3 w z 0 o o 0 0 o J° w a, ¢ N z z w z w? v w o= z r O W w w w Z o? UJ
Q X U J W 0 Z U W W O_ j m N N N � � ¢¢ O F- w O J W O w O U° O O� W W� O w 0 0 0= U m� U Z O O o O
U W 2 °z 1w- w ut rn 1n O w w w w w o_ 1a z z z z a z I=- w 'O w z ♦'- o a J J D w> Z m J x 3 W v1
Z W > o z o o w a a s o_ a a o w o °' c� ?° a °� ¢ ° a °a o a N° I�j1 a a a U a U °� a w N = w 3
O Z oo a o In v) aa¢�����¢YO II o
�W�t�11 0' N M C N O N m m U
U V N M < N 16 N m 01 L-I O as eases tD r W O as aaa O d
O
J
M �
a �
W
lLL Z
N �
r N
N
3NIl NItlaO ,g`�q�
J y
a \I`
a� \
Z
N 0 -7
N � �
9�bZZ�31 .b
s'sai=W a 9 m -
3NIl NIVap .q q
co
O ✓ /
/�l Z
, O K- IVY
3NIl NIVN .g 444 ✓ ✓ ✓�_- --
6L- 7V
3NIl NIVN
J N
NW Y¢
lLL rZ
N
r �
N N
swo'xt xa
v lull I
Z�mm I I
oa
cc
Z 1
I
❑— —
4 _g' S0
OOnnECICd �i e
SOMN � OM
tE�218.44 /
IE�208S(1 GPPNW)
1E =208 3(B10T =206?
9063- LZ -dMS
Z
L
I,
rem/?Woll
3NIIHOiVVY
a
0
o% N
'floras z
i r Z
NM
Km I N
x
II d
�r
�I
•- �N a J
IO11 j M L
� w M1 afl
1
� '00 U �OW
ud
N �
N � N
ss was
31�6Ne �
eNl s5
�• Vm3
J A
°' YY
xdM
%c
Z
7 zap
I �! N J
U a
N t
']Ol %d— M t0
/,1 SSf�
N Q
r
d � N
3WVN 103f02d
Tjl,
O
N
II
0
O
W
U
W
Z
W
z
W
U
F-
W
W
F-
U
Z
Q
Q
W
J
LL
O
X
CL
In o LO O LO C:) Ln
Cl) co 04 _
N N N N N N N
J N Q
i my
rn
nI NN
N M:N N
o y N II II
+
mNJ.
:� m
�
oa
O N
+ _ II
UOm �
Y
JW
¢ `O u. E
mtiN
0111 �
n,N
a�
U
00
I
m
U
SO^
N N
O
N ' v
N
a II
lO
i O
i'i N
>mow n.
J
!�
jall- -
d
rt 10
/ �o
mm
V +OW
rZ
a'z
r
N
3WVN 103f02d
Tjl,
O
N
II
0
O
W
U
W
Z
W
z
W
U
F-
W
W
F-
U
Z
Q
Q
W
J
LL
O
X
CL
In o LO O LO C:) Ln
Cl) co 04 _
N N N N N N N
J N Q
i my
rn
nI NN
N M:N N
o y N II II
+
mNJ.
:� m
mFa) E:
O N
+ _ II
UOm �
Y
JW
¢ `O u. E
mtiN
0111 �
\\
a�
U
00
I
m
U
o ¢°
I o<
NI\�01
O
�n
N
i O
i'i N
It II 1
®W W
fV
N
a)
N N
mmo J�
a N
U
o<o Sri.
N
I Q N a> E
>
... ... .
3NIIHOld
W
O O.
+ O
I:
U 0
o_
®~.0,NN C_01VNQ
N N
'011 II Ell ao N
lnaly o
N N N m o .1- b} E N
: U VI lr .-
a
C;
vi a
� N U
+ I I N C
Q yWy W N_ p O
UN NFO'
r ^ m II II
®W W
U a
3 a U
°
ON x
N
'N N w�NN -C ap 0
00
"n 1n �f 11 II M NNN
m J 11 ®W W NNN W_ W W
mr ^ }aE 2 O is O O ww ZNZ
UN 1-. N N W N
_ d ml¢- }a} ENNN
°
N C
10, col.0
o
O� .
a d n N m O.
XO\ : �'-�N: w
W U 3 M d
N
K
� N
®w ��
as
C m .
vm
N O
J N .
O
° C.
.0 �. +..
M O 0
O
N N
¢d ®W
U
SO
? o]
N O
� II
W
M Z
°
x
- xj 3a —e I. I 11 11 �N f.Q
vii 6 W I- I k a E
.t.: ..
711
O n O LO
N O
N N N N
O
O
LD
M
a
m
J W<
W > U
? 0 w
a
¢ O
w o m m
z
w ¢
M
Y
apt ON N \N
y2 dd' z 01
��40 aZON
Q UZ�
1`15 ZN6N
Oz>w
<00E
Mr�Nr
�
F Q VmN
? W I -Ij
> X Q
of m
7 I
£ (n W
= O
Z
Wc
W Q C
Z Z3M.
4 Z m Jn
W
> Nlw/1m
U
aMvans- sz \sm0 \eaocw[ \am \n amrtu"lu
rr rr ■r ■r rr r r rr �r r r r r r r r �r r r
ON -
01
\\
N
N
M -
\ az:
1\ O
O
I:
U 0
o_
®~.0,NN C_01VNQ
N N
'011 II Ell ao N
lnaly o
N N N m o .1- b} E N
: U VI lr .-
a
C;
vi a
� N U
+ I I N C
Q yWy W N_ p O
UN NFO'
r ^ m II II
®W W
U a
3 a U
°
ON x
N
'N N w�NN -C ap 0
00
"n 1n �f 11 II M NNN
m J 11 ®W W NNN W_ W W
mr ^ }aE 2 O is O O ww ZNZ
UN 1-. N N W N
_ d ml¢- }a} ENNN
°
N C
10, col.0
o
O� .
a d n N m O.
XO\ : �'-�N: w
W U 3 M d
N
K
� N
®w ��
as
C m .
vm
N O
J N .
O
° C.
.0 �. +..
M O 0
O
N N
¢d ®W
U
SO
? o]
N O
� II
W
M Z
°
x
- xj 3a —e I. I 11 11 �N f.Q
vii 6 W I- I k a E
.t.: ..
711
O n O LO
N O
N N N N
O
O
LD
M
a
m
J W<
W > U
? 0 w
a
¢ O
w o m m
z
w ¢
M
Y
apt ON N \N
y2 dd' z 01
��40 aZON
Q UZ�
1`15 ZN6N
Oz>w
<00E
Mr�Nr
�
F Q VmN
? W I -Ij
> X Q
of m
7 I
£ (n W
= O
Z
Wc
W Q C
Z Z3M.
4 Z m Jn
W
> Nlw/1m
U
aMvans- sz \sm0 \eaocw[ \am \n amrtu"lu
rr rr ■r ■r rr r r rr �r r r r r r r r �r r r
I 7
II
o � / AT �I .
J
C\l Ngitr+��
r N 1
1 \lI
f`
�3
w
U U
1P UmNM
N�
^^ll = N 0
l� N NY I� W WON
N
r
ss .
Js, `rj
"b ti Nam
�
/
w
N
O W
W
F-
ON
�b1�
C\2
~
/
CgZ
$z\
SS
z
W
J
a
U
0
n66 r
nm. C9 �w
Z
OJ
rW
U = V
w
p 3 O to U o
rN
Z
a
N
s
LL
O
p
z- 3 w
W Q ° ¢ a
Z w Z
VU I
0
x Q x
U W H
0
Ld
O
Nr o Z m
U Z 0 \ <
O Z
fA
w°
U
W m Q x
p Z
J
V
F_
J
3
m w w r O 0
U m w
�`
W ti w ?
w
a°
w
U Y W
o
J
¢
o x a
N U Q _
Q
H O
N W W O W Z F O ril LL a}
z U z F 7
K 0p Z
m 3 Q
p j
Q
U K p W d N 41
z w 0 x z in
J
J
N o 0
3 O U m w - z 0 a
g° w °° w° U w ai
x U
z
w
x x
U w
rn x o U o 3
¢_ W z �- 62 m m
0
X ¢
X
w m o o
z w w Q Q F z U z N
Q x a a o a z a z a
r
w m n 0
�_ w z `° a
0
a o
w 3 x � � w >>
x cwi 3 0 U 1 or M U U
3 0
a O Z
Z w !n F U z O N O O K m Y
Q Z O Vl W O m
m
w w H 3 ° m
w H In o H J
W
W �O
o W rn~ M°
m a W M a O W O O
Z
w
d=
QLn Q
w
J (� K> W V1 H d O
ti z 0 z ° z w 0, 0 o U w
W U Y w U J W
in 3 a z=
0 a
W¢°° Z
m o w 1 Q w° o r'w a¢
V
ww0
r
rn a rn ¢ cn z° w U°
z s z (^ `^ g¢
a
a o m w z °
m a 0 z
°
Z N
w, rn U w¢ 0 0 0
w 3 z
Q
a L➢ J
o 0 p
z m 0 w W a w w w
�` pW !Y Q
m
Of
S m Or Q D U Q
°° N W Z
¢ w
J F
a a 0
Z O m w O o w> M Y Of w
m° ° Z tr N ¢ S D
N
W r
V) Q D
M
aQ 1- x w z
Q N O U> Q W O
x g W Z W h o N d> N z J r
Z 3 Q N
U m
H O
¢ 3° X N f Q °
U W W W W i° Q N
Q
H W
p
a W
Q W m J 3 J r O J Z U U
U Ir Q Q 1� z°
M f
.Z CL
O
X 3 J U F
3 r �i ¢ o W a x j z 0 J In z
o z Q° a
J z w o a a° w° 3
° z
Q O
° ¢ x W o a z r N
In
00
I= Ln w
Q w J
o a r- rr z �- °
2 W z a W J Z 4 ¢ t�
r z F 3 3 o w
w p
N
z w x 0¢ m x x
g V
a o O w
.
O J m
F W a Z Q Z E 2 O d> a W F>> ~
oU 3 w
(!i
Z° W Vzz (Z-i1 F Z Z w.
a
U
Q O d p J W Q Q
U
r 3 z
J F- Z
O
0 w z a g � U o
Z N 41 1- F K In F, Z w z� Q
W
F
w� m m W rr m> o
J 2 r O O p W
Z-
W
(n
W
a� Q w z cw7 a U�
Z F- ¢ W m g¢ W W W W U Q
0
I�} d
N
y
m¢ w z Q V Q ♦v w O w w 0 dl Ln o
w Z W o w m z z w a
Z
p �n 3 rn x s 2 z N w
U U r z= o° U
w
U
F-
Q
g z rn w¢ a s a o ci a a 3
a o w> m p 0 N o m w>
J J w
a
z_ N_ m
z 3 w 3 z
> W o° o `� = z o o z
Z
z z a Q w Q 0 z z
o Z or U N U p Q qa
E
a>
Z
U Q 0 z a
Q cwi Q w °z a U in o
~
W
r J
yJy
F- p 2 6. E U a' Vl z 2 N Z= N Q m Q
W �_
w
W N tp/1 E° Ci X Z Y
tr °
Z
z vxi
O O p k Q~ U U V
Z Z N
~
I- w> o? 3 vi Q y a N¢ o° In
a H
°- < e x o x it `�' ao J U
W~
x
> r m m Wa ° o a o 0 0
J
F-
0
O o° W
a m m
D
J z w N w w- m m w N
o r-
~Q
\>> U a a w m w V U U
J
N r
V
Z
v¢i w w~ m m m m
°QQ m\ U U U U U U U o
41 Q Q�
x
w
to
a Q �- z z w rr z w z F
O W
O
a 0
3
2'
O
r w
0 0 0
0 O° N U
'Q
C)
W
Q
U w J U N N N N
Z
7
a O Q z Z Z Z g Z T W
F
F F, 0
Z W m
w W= W W a. W J a a a a a W Z
a
a Z
W N O m p m W O m O a'
N O
VJ
a J J w Q O J X Q W W W
Q
ZW
> O Z K F W y-}>} }}}} O W O
O p a 0 UI (/1 a a Q ¢ Y U
Q
II
r N z Q tr U Q a O a
U
0
w
a Q Q U, a U F- Q N W. 0_ K
O
�L�ZI
V
N M a N 16 h N OI
U
LJ
N M Y N N W
O N M � U] t0 r a0 O
�
� N M C N tp h N 01
as aaa
I 7
II
o � / AT �I .
J
C\l Ngitr+��
r N 1
1 \lI
f`
�3
w
U U
1P UmNM
N�
^^ll = N 0
l� N NY I� W WON
N
r
ss .
Js, `rj
,49Z- IV
3NIl NlVW .9
J 1
a VY
m $
r Z ss
N
,Z"- IV
3NIl NIV80 .9
.1
J /
a
0
NZ
N
N SS
7 IV l .
3Nf1 NI'*d g
J V
a V
90EZ- LZ-dMS
R
I
1
3
m� 3
z
��a n
Z� W a re
O O
O � �
/' O W1W1N
Z F W
L
/ o
` I N
II
V r
��1
o C
5 U
G
LU
"b ti Nam
�
/
otiati =
y
N
O W
W
F-
ON
�b1�
C\2
~
/
CgZ
$z\
SS
,49Z- IV
3NIl NlVW .9
J 1
a VY
m $
r Z ss
N
,Z"- IV
3NIl NIV80 .9
.1
J /
a
0
NZ
N
N SS
7 IV l .
3Nf1 NI'*d g
J V
a V
90EZ- LZ-dMS
R
I
1
3
m� 3
z
��a n
Z� W a re
O O
O � �
/' O W1W1N
Z F W
L
/ o
` I N
II
V r
��1
o C
5 U
G
LU
J
a
� L
M �
1ST � W
r1 r Z
Nr
rN
N
3NIIHOlVIN
a
O
o � N
o
N M
\ I d N O
a
LO L° -It
N N N N N
O
3
z
O
°
w
LL
z
O
W
0
O
tz
Q
GO
z
w w
W z
O U
Z
Of
F- 10
W z z
W O Q
= V
U
O
LO V V Cl) C0 N N
N N N N N N N
}m
W
W > U
O
Z K W
a
f ¢ oO
'0 m m
/
zo
N
O W
W
F-
ON
Z
W
?o
U
$z\
W
r
W J1 d19
W
J
a
U
0
n66 r
nm. C9 �w
Z
OJ
rW
rN
W
J
N
s
LL
O
J
a
� L
M �
1ST � W
r1 r Z
Nr
rN
N
3NIIHOlVIN
a
O
o � N
o
N M
\ I d N O
a
LO L° -It
N N N N N
O
3
z
O
°
w
LL
z
O
W
0
O
tz
Q
GO
z
w w
W z
O U
Z
Of
F- 10
W z z
W O Q
= V
U
O
LO V V Cl) C0 N N
N N N N N N N
}m
W
W > U
O
Z K W
a
f ¢ oO
'0 m m
Fas 1 I 1
hM C
Ny
mM L NMN
M �
N �I
O N °m0
X Q
� I
Z
J ti
N
w
0
aq W of
¢t
W Z
w -tier z 3 M
+' Z s w
Sfi J O Q�
t° U
3WVN 103f ONd
O
O
+ 6- -ns -SX \sea \6— a \am4n a- N u
�w w �w �r w� w r � M r �r r � ww � w ■r � w
zo
M
ON
N \N
�Gt
Nr
3 J
Z m -i
a
6 0
Z< N
J h
r
W J1 d19
U Z
ZM0N
0o..
O Q m m
Fas 1 I 1
hM C
Ny
mM L NMN
M �
N �I
O N °m0
X Q
� I
Z
J ti
N
w
0
aq W of
¢t
W Z
w -tier z 3 M
+' Z s w
Sfi J O Q�
t° U
3WVN 103f ONd
O
O
+ 6- -ns -SX \sea \6— a \am4n a- N u
�w w �w �r w� w r � M r �r r � ww � w ■r � w
w
N
z 3
0
U w a O Z
= W O w
o 3 o N o a w z
U W S
w Qz� ° w a- z �Q' o°
O N J w 0 4 z
W N U Z O_ z N p J\ U Q w
p Z N CO j
F- w w O J F N 3 O z; U a o Of
Z Q Z U
U N Of W W i z W o N o S
U W W 0_ F- U Q
Q F- � ON w W O W F z T O 4 ayy Z Q j V (r (] LL D_ N 41
Ld J 3 O U m LL O O N in Z o F a m S U N = x lwi N S o o p 3 CO
J W m o f o o °w o w °° W V\1 it r Z t°n W ¢ S r W w Q Of Of
X Q Z J W w Q Q I Z J U z N w m o p ° VI W H .-. _ x D: W U U 16 of 3 (.0 U m r v=i w z S o! z r a w° w; p I¢ w I- x U 3 w .n.. o
r d O Z Z w m z N O F w o O m m 4- rW- N° F= m ?.i 3 Cr an d °¢ ,°i,� a o w o o o
a= f- O o> z W z N a p 1- a ° z W w vri W w w w y w 'o o tY w z z
W a�U i5 a1 --3 U'z=o�Jp�Uw a�Of z =° °a 'o Of ¢ w°o¢o 00
w w 0 z cQi p x o N w u' o g Q m m o: o z z N 3 z
Q m J z o 0 o w W¢ w w r w w = m o° a °w U i¢ Q w z p Of m o Z o w? N Y
¢ N ° U> I a a l w 0 F ° N N ^¢ m° o ¢~ ¢ w m N J J z o w 3 U U
W r Z O Z 3 X J r Q oU N a> N Z r V W Q W W W J Q N Q U K J Q 3 Q Q
m O 3 Q o �i a o 4i z o J z J z m 0- o N w U ° a J S W = Q z °
�- vi J o z o a w o of w z z Q N N° a - Q r In ¢ Q
Q W J W Z a Z ri N J z 1� ¢ tL Q Q z t� 3 3 z W o g w 1=/1 N m 0: O Q W Z m d d
(n N U N a S° w Q a o w w o„ w z z W o N F o: ° o Y N N
0_ p-j N f- w a z Q~ z�= o a> s a � (n z° w w< n F Z z, 1 � ¢ if 0,° a ° g a° W���
J H Z z N U¢ 3° N z ° °° W .. a W m m w W p w (!1 IN-' << w z cw7 a 3 z U
O r0 O r w z_ Q. a a N o. o Q> 0 N 3 0 S� x� o o w � W Q Z Q J� m a< 0, �� U Q 3
C J a w 3 W w „-' W '� N °� O m V w U Z m Z w w 0 JLL N w ¢ 'm o o Oi 3 w
J J N Z W N Z 1i O W fC m Z m Z tj CL Z F U O O° U U lr O O N> m J O° W>
W z 3 w 3 z J z z o= ¢ N¢ o z z U¢¢ ¢° z
Q J r w o° o o o z J o o z J Z o x U o U r U ° \¢¢ 5> Z z ¢ tr w S w a w° a°
000 E- F> ° w z a° o Q= a= O U w z N p N o N U r< w Z Q z co U Q N ° a U N o
V 0 0- F- J Y F Q W o z w N Q v=i N a (^ N o U On I N a_ F Z J lwi ; N N w U_ J J Z 0_ O, w w Q U W O> W w z z z x Q: ZZ� U ooW >oJNw =Na�ya w� a U �Q�zw °w��mo °v°-i '`'o f- v¢iw��N <a�� °X000
O Z ° N a w w `" ~ 2 m m m m m m o x D o I- N N w � o g \� o o n- f- w m w
_J Cn H o m r\ U e U U U U U U J w 0 Q 1 z z W Of z w z 0, U W r o z r m 31: z c) o Q X U J w f- U uWj OWj ° W m N N N ^^ I- ¢¢ CO W J W° w° ° °° O w 3 O w >p °° S p w U Z o 0 0 o Of Of
w I w Z LL O z O: a J d a 0_ 0_ 0_ 7 W Z fL Z W N O m O m wW O Q O Q a N O U) 0_ Q Q V d U Q W N 0_ 0_ 0_
Z W > o z w F- W >> y. yy y} O W O O F- N z Ff f
O Z O° 0_ O N N (L d Q F� F- F F Q Y U ^
'('f^f II N n < N t0 n m Ol ON N n d' N (O I� 6 6
U V (V n < N ,O r�6 (P U O ISIS N l0 t` DO O ON as aaa
�3
(3
90£Z- LZ -dMS
3WVN 103r0ad
W
N
i
O
N
II
C
O
2
W
a
U
m
W
Z
J
w
W
Z
w
U
F-
W
W
0.'
F-
Z
O
J
W
LL
O
X
CL
O in C) In
Lo L0 "t
N N N N
i� O.
3NIlH01VW
m l m
Nc-4
:I��NNN
.INN II II �
-
: a �Nwwwiw
m ° m�ay��nN d it II
N N Y II II .
NK W /-mNN II II,
W LLI�NN
m F N a E N W W
II I
W
O
Z
W
W
^
I—
itl O
3NIlH01VW'
Q
L a
,901^•
f1
3N NItltlO ,9
m
H�-9
- d r.l I MI
cU C) U
I I, _ 13ryNO e 3)3
Q j ry9d 3N
W
z arc a o •Sq
-\ \
N , a w b! d N
u
N
o
:?4
�o<
M L D
OR
II II
� ®;ww
.N
¢
Q
Ot
6
\
vl ao . N
ul
II II
.w w
\
Noc^a IIII
N
W
W /iJJ
Z
w
z
w N>
M Q
�U
O\ e
WU;
Moo
Q $
U I
I N n
l0
w
NdSy p7
vi ¢ w .. .c
ti ah 30N33 DOOM .f
Q
u
(J
N N
J ° >
1 r9° rGi co o N
Z
v`"i N Q
N Q
N
Q �fI�IIM1.1
,'•
U
N
/
ab blzdd<: I
N ON3I 38V/, ,f z "°
(M
dJ
z
e w>
rn n
9
p
W I N
� �ozsZZ�,O o a
II II
N
a � a
Ni
9[
`
3NI11-101VW H�ySS >Zo FZ:3,
OS . - •._ g' -._
Odd, $h
�3
(3
90£Z- LZ -dMS
3WVN 103r0ad
W
N
i
O
N
II
C
O
2
W
a
U
m
W
Z
J
w
W
Z
w
U
F-
W
W
0.'
F-
Z
O
J
W
LL
O
X
CL
O in C) In
Lo L0 "t
N N N N
i� O.
3NIlH01VW
m l m
Nc-4
:I��NNN
.INN II II �
-
: a �Nwwwiw
m ° m�ay��nN d it II
N N Y II II .
NK W /-mNN II II,
W LLI�NN
m F N a E N W W
II I
W
O
Z
W
W
^
I m
e�O
N R
3a I 11 1II Nw
II NZ
III
II
m
w
o
C
� N
p II II I I
° O II II
N_
Ictw
N
I
.mb
II .. I.I.
II II
� ®;ww
.N
c_tno
N
of
ai
vl ao . N
ul
II II
.w w
o .. ..
Noc^a IIII
N
W
: ENO
: Q UQ II
�.No.W
IQNCLE
004
�U
O\ e
WU;
m�
CJ N I ��
II II
a� -
U x
O�ZN
N o W W
vi ¢ w .. .c
I m
e�O
N R
3a I 11 1II Nw
II NZ
III
II
m
w
� N
°
I Nywy
UN �FK
pl�l�
��NN
N
I
.mb
II .. I.I.
c_tno
N
of
vl ao . N
ul
II II
.w w
w; a
.
I II o�ll
O
UNI tV :3¢
-K:N
oil
U x
(J
N N
0
a
1 II N
.pi
"
U
1 00
/
/ ^ p
o l II
NN
IQNaw
E
mu
O w:w
gym`
7
II II
a
m\ -3NI
:_.
O In O u7 O U�
Cfl Lo Lo V V' Cl)
N N N N N N
O
n
m
J �
W > U
Z � J
w W
� a Z
� oLL m m
z
W Q
n
Y
ON
. 3 a
Z < ,
oz U 0 U z¢ N
S 31 b19 ZNN
O
Of Z>- W
. .O Q m CL
amnE
ao,
n
?' IT 1 •
I I I
�mN C
r I�
K
z
wC
o
•+ N >
Q c
t
Z Min
Ld
> 0 "b
~o
J_ 0
N f/1 Oi
U
ewbns- s>< \oxa \sooC,oz \am \gin amNnu
�w � M �r r � � � � r ■r � it '� � � � w r
90EZ- LZ -dMS
3VIVN 1Z)3rO8d
ED
O
N
II
O
2
W
Q
U
w
Z
J
Of
W
F-
Z
W
U
f-
w
w
of
F-
0
Z
O
J
Q
W
J
LL
O
a
L) O 117 O
CO (D Lf) Ln
N N N N
W
F-
O
Z
W
W
O
0.
O a
w
N
II
II C.
I I
3NIIHOIVW
O.
of m
(3S t)el0�, m
N'
z 3
O
W
E
-
�
9JHrya
N+ II
NLY' W
"W
N 'o
-'y/ aN
S
W
'''vNj as
N
! ¢f'aE
U Ir O
D x w O w
z
� o N F
° 3 o
U
Z
m U mF }ENNLV
rn
Q z
p .n.
N 55
^l
C� b
'
U
w G Z w w a' z
I
N
`o O0N�O bM O O
II °N
o U W FU-
Ln
w
11
N o N F- N F x Z ¢] N
U U Z J_ x z O \ U¢
va
N U °
Lo °N<
o x Q
n U
�-
o:
N N
W W O 7 FO- N 3 O? 3 U
+ It
nN xj
N y
U
m o It
Z
Z~ m x J
Q Z x p J
�1
v
_J
j F-
w ¢ m U N w W Z
O o S 2 o L-j d
VLL NQ I
W
K
W o
j
n�� ��
W.n I
N o W 2
U IJi a N
°>
as
L
Q
N
boa
N¢
N X U m N o l0/1
o Z
W
U
!W-7
w w x o 3
J
J
I
N z p~ d
w m g o o o° O U w w
U:
x V I
z
U w
Q
f0/1 x p
w¢ x~ w w a m
�Cc
r¢
U
X Q
Z
:. ,
.
J°
z w¢ ¢ F z U Z N
z ¢
1�/IQW
I w
r"
w w m N p
f z
N O
°
O
}
O
� 3 U
a w x mom z
o \ r N p z o o o r a
z gamin
I
F
J o w 3 p I¢
�-��o°
w
3m
N N
"ovon {{nn
w�NN 3¢
U 3 o U U U
x W F vt
mgo�°'¢ w w° oo
o
cD:.
a_ 0Z
II It
� �
w� r-
j w w U N W °
o z z a p a a o
N'
Fm�i
w U r J U J
z w N w w° w
w o
N
CO
J a w p M a ° o z z
w w F o w
w
Q U)Q
U
NQ
¢ z p w
N d , Q J N z J O Ua F
Ul~/ w
x
Q 3 p W Z? O
O a
C
w
\ 1- w m U °° Q o o o
O
Ld W O
Z ¢ w X 7 N Q N J Q
U
w
O n
m w O Z
U Q
Z N
6
a n
W N vl W 3 Z
o O>
(3 tlJ Sp !3)N
rMf 7 y91JS221p 1
y.7 .
a m J
U
N K W
p W
Z o ° O . W LY W I-i o
I m
o
x m 0< p
p O , W z
J w
a>
Z o d' W O N Y fY
m o O w N o 0
IL
W r
U) Q O
on
ti x W p z I W K K
x g W <z O U> N a Q N W O
Q o > Z
OO
U N U m
N ° ¢ K O
U W W O N
� o
¢y a
a N W N Z w Q
I
U (L' Q 3 Q Q N z W
_
Z� W
O
M
z 3 x 3 J 1~/1
¢ W W Z O Z
II
Fg. o jJ9,
I HnffSZ9b2a
W W a
z O a. da 0 w U
°
3i
U H f
x Q z O _° J J
N° x
J
M II II J
®wW N
(/) W
o�
O Q O J
O d FN- K a z N Jz IJ-i ° Q 1� _
J w }} 3
F Z F 3 3 w W
W p
W
zGG ¢= N N° N O Q N m N x x
°_
N
Q W J
UQ J
v/
N U z lei, a x o lg -� Q O Z O J W W
W a Z¢~ x
a w> a w H~
in
YJQ- ¢ Z Z W } z
Z° m w N N H Z z W
IW/l F
V
NaN'�Iw
N w W w
J W N N Q W z d (L
Q w o a ° g Q o° W
z �
Q
N
J Z
r- z U
O 3
Q = Y in m -
O
I W
O
j
I I U
Z N yj x N K Z z w Q
z O p
O
-j
W
jR
W
z Q¢ W m g Q w W W U J Q
a¢
=
J a
J J W
U '
w 3 W N -� U N Q W W W °vi H
Z W N Z w OJ W m Z m Z W a
z 3 3 z J
Z
m m U F W H Z x O O U
F- U z z
z rr ¢ N¢ o s
U
F-
O
n' O o> m � O N O O m 3 w
U ¢¢ Q °° 2 K W>
_ !99
_ e t
N a
O
U
w
J> o p w a c9 J o J o o z J
o w z w Q U °° Q x z a x
Z
z
o x o U r O o \¢ ¢
U w z N N° N p m
g>
w
Z
r X w w x o w ¢ w o N o g
a z o o Q N^° zQ o N o
00
F'-
0 2 N
W
_¢ s O In z x N z x N¢ m a
J Y~ w> o? w ¢ N N¢ N N O v vxi
w O
a H
O
w z r Q
w
z J w N N w w w Z
o
m~
Z
O
w o w
w N °w °w m w w o >> w z z z z
pZx
Z
O
oow >o N ,�i =N ¢� ya x�
t- U
NQ =zwow JomF =UC?
N
Wm
a z c°naa o o o
a W
O
Z
J
° m O\ 3 w z U U U U U U J°
QQ F- J U
W �
Q N I- Z Z w Z W z F
W J U O 3 O UGG O O J U
K O
W¢
\ w H H O Z r m m p W W W
w> N N W x W¢ J Z H X K W
Q
W Q
Q
I+I o w m j m N N N (~/I ¢ K
n VJ
a O Q z z Z z J w Z O w W
3
O
F m O O N Z i m U U O O O
W z o= W W d d 11W. d d= W Z
d Z
W N O m O m W O m O ri1 K
N O
n
r�}
4' J J (1' Q r o J X Q W W W
M
O
> O F o
o O z d O N N a a Q Q Y U
O
F N z U¢ H Q w U Q d O d
U
d Q Q U F- d U I Q W N w tY lY
U
�w
V
N M N n 00 Of
U
O as 68888 O
N
as aaa
90EZ- LZ -dMS
3VIVN 1Z)3rO8d
ED
O
N
II
O
2
W
Q
U
w
Z
J
Of
W
F-
Z
W
U
f-
w
w
of
F-
0
Z
O
J
Q
W
J
LL
O
a
L) O 117 O
CO (D Lf) Ln
N N N N
W
F-
O
Z
W
W
O
0.
O a
d M Y
II
II C.
I I
3NIIHOIVW
O.
of m
(3S t)el0�, m
N'
d SZ 1 ` I
E
-
�
9JHrya
N+ II
NLY' W
"W
N 'o
-'y/ aN
S
W
'''vNj as
N
! ¢f'aE
OOOn w>i
r�inN
U
m U mF }ENNLV
rn
II
p .n.
N 55
^l
C� b
'
U
O r e
-ry¢
N
`o O0N�O bM O O
II °N
Ln
z
11
va
�o III
Lo °N<
U
n U
as
a �
o:
3Q
+ It
nN xj
N y
U
O.
C^\2l
U N F
VLL NQ I
II¢
Z
n�� ��
W.n I
�
°>
as
.I
z
N
boa
I I
iii
N U
I
•• I
U:
o _
Vf Yl °
C'7 0 N b°l�1e55
Q
F
�Cc
r¢
U
�IW
:. ,
.
1�/IQW
I w
ON
I
I
I U
N N
"ovon {{nn
w�NN 3¢
Z
o
cD:.
G
II It
� �
rn z
°
N'
N N
MN II
N w
IuL�
C
N 'oo f .nmm II
o : �:^ O
CO
o o
o N
^l __
_
ffl
NQ
Ul~/ w
wa
n
C
N
-all
mFa:E IV LV
V
I
O n
III ° ri
5 f� b18SS2z ii
a n
(3 tlJ Sp !3)N
rMf 7 y91JS221p 1
y.7 .
y
U
SJg. ZSZa 3i � �
I m
o
w
Z
3—
a>
II as
on
2
OO
C\2 ¢
w
zs
W N
¢y a
nU
S
2 N
C
M
l(2 o Q m
O�
II
Fg. o jJ9,
I HnffSZ9b2a
m
\( N
Voaow \
3i
no u
M II II J
®wW N
II
o�
16Q�
S)
o
x _ a
3SbIS /O
1 O �Hi SSbH 3dWb
ry ti ry�W 6 z N1S �N
I NJ
.
v/
oc4
NaN'�Iw
N w W w
II
z �
Q
'�Ol xddv
ON 5�
✓
ti
Q
' O
^
l�
_ Sb v a
r U O N
I I U
G N Q
All N,V 901.• Ib (; 3NIlHZ)
U '
I 1 f
b m m
_ !99
_ e t
90EZ- LZ -dMS
3VIVN 1Z)3rO8d
ED
O
N
II
O
2
W
Q
U
w
Z
J
Of
W
F-
Z
W
U
f-
w
w
of
F-
0
Z
O
J
Q
W
J
LL
O
a
L) O 117 O
CO (D Lf) Ln
N N N N
W
F-
O
Z
W
W
O
mFa }}:E a� II
N. UNFK� t�i,4w II
w
mo
it
c I I O
O N N ®'w
H M N N
4 NN
II II
® ®WW I III1 UD
0II II ry.a
N (V N N
x
O a
d M Y
II
II C.
I I
3NIIHOIVW
O.
of m
ZQ N
N'
M N
c N N :
-
oama
N+ II
NLY' W
"W
N 'o
:nv�iN III II 0
a n WW
! ¢f'aE
OOOn w>i
r�inN
m U mF }ENNLV
11 11
II
U
�o
-ry¢
°� I
II °N
Ln
O
f
11
�o III
®w
U
Nam. 3a° �
as
a �
o:
3Q
+ It
nN xj
N y
U
O.
U N F
N N
Nn
N O,W W
N "NM x I
Onp ap:
�z
II
m� -a E
1~i�NN.
I I
- O w W.
I
U:
o _
3 n
u aN
a a � N' �I a�
N W
II . 6 . �
:. ,
.
1�/IQW
I w
ON
®w
as
wD
N N
"ovon {{nn
w�NN 3¢
I I C<O
mli �N
NII JW ..
o
cD:.
.
II It
� �
rn z
°
N'
N N
MN II
N w
IuL�
C
N 'oo f .nmm II
o : �:^ O
IQ °a>E
a ri m LMp
f-o�nN ai olo:vmiNVL.
Ul~/ w
wa
-all
mFa:E IV LV
I.I
I
O n
III ° ri
m
O N. ..
..
U
NN
I I ® w
3—
a>
II as
U
I
m+
U
Noon _ .z
it
O.
N.�O W
��.. -d E
O�,M n
II nZ
U w. I �ir
M II II J
®wW N
II
N'
w
.
oc4
NaN'�Iw
N w W w
II
mFa }}:E a� II
N. UNFK� t�i,4w II
w
mo
it
c I I O
O N N ®'w
H M N N
4 NN
II II
® ®WW I III1 UD
0II II ry.a
N (V N N
N N N N
M
Q
J �
w > U
° O
w a w
� a Z
0 Q o
°z
O a
d M Y
II
II C.
I I
yiJ
Ns3�
O.
V60 U
ZQ N
J
N'
o <° °<. ao II
II I I 3NIIHOIVW
c V O p
oama
� I0C,NN
:nv�iN III II 0
a n WW
I I. .. ..
.-N�I
m U mF }ENNLV
� �
N N N N
M
Q
J �
w > U
° O
w a w
� a Z
0 Q o
°z
E
VOM V
<On
I I 1 � x
d M Y
m 000�
0 vov._
\<
yiJ
Ns3�
zrn�
a°w °Jn
V60 U
ZQ N
s:� a
Z
y J N
oama
E
VOM V
<On
I I 1 � x
aw"ans- sx \swo \saaloz \amVn am+mu
� r w � � � ■r wi �r r wry r �■rr 'ter � � � M w
m 000�
0 vov._
> XQ
N
s:� a
Z
y J N
Nil
z z 3 M
U N
U «CVVV
aw"ans- sx \swo \saaloz \amVn am+mu
� r w � � � ■r wi �r r wry r �■rr 'ter � � � M w
w
z 3
0
V w Ir Z
= W O W
o 3 o U U d w o S
¢ z o= w w a z o vi o w r'
~ O to VI H = N VI N °
W N Z K O j ? z o Z _; m¢ w Z Q o m =
Z U K Z (~/l J J
O Z J
J LL W¢ m U¢ z d w W O N p J r ¢
H o ¢ U w W W d 'o w a U o J Q w° d N
ul H N W W O W Z F o r a} w p } z
m O o 1=/1 z U z0' F a m i F ¢ = U W w= O U z U
J 3 o g O m w w W p ui o V 3\ r- V U w L` w z F 3 m m
X Q Z m w w Q ° O¢ I Z J U z o w IQ m m p N o N W H 3 is _ < W W of of
O Z ¢ o- m o z z ¢ L.1 z F w r w U 3° v p r ° U V
O �� U' ° � r N W U Z w ° w r d O W 3 p I ¢ w x W r f
d O Z z w z N o' W o m m 1+- N° F m w w m g° ¢ W w° 0 0
aa_ t� Lr w w o rn a J a ° w V r �:. V p J o J w o "� a ° o z z
W Q N Q ? oo r � ° w D° w w In 3 cn z= w p n :<2 � o r rr rr
U ¢ w¢ N Z O U O F U F, Q o w z ° ° w N K °i U U ¢ O 0 o
Ld m O z o o o w W m� w N w w m m o¢ o m a ¢ w Z o¢ w o o > rn m
Q O p O N W I z J_ F- m° N O O
LLJ< C) W Z 4 N O .1 > I a. Q 1 W o ° N a lY m O p ¢ ¢ W m J U J J Z O J 3 U U
W N Q O 3 g w a° N a> N z J v~ < w W w w w o f N r o V GC 3< V w
M 0 4 3 1- vi ¢ o f a �° J z o J Ln z J z w° a a ¢° N W v 3 ° z ° a= w o a¢ z =Z, >°
< N ° w z �a z ti In J z ° a -¢ o a¢ z I W 3 3 z w° z w= rn z o_ N °w ¢ �^ m m a w -j
0' O-j N w m o¢ 3 z N o a >� a w>~ co z° m w in -Z z z w N U ¢ N o w o ° mo o° w v
Jl-0 °z n N < F° w z N� z¢ a w° a =} m m w o o j� w� z�� a w m g Q�
O a Ln ¢ w?¢ .°-J U¢ w° w w° di In o 0 p rn 3 N x 2 Z 0 w w FW- g z o w a a ¢ w
_ N J N z w w N z W o w l< m z m z w a Z m o z x° o V V F p a o 0> m m° N o o m w>
W '- z 3 w 3 z J z ¢ rn ¢ O om Z z U Q¢ ¢° z
H Q J> o p w a O J o J O O z Z O x 0 0 0 r U 0 \¢ Q I> Z Z ¢ = N w¢¢ ° a O
00 o W 2 W a U 0 O Q =?¢= 1- J Q V w Z ° to ° U U K W ¢ z O C7 a vt ° k a V UJ O U)
W x¢ V rn z x N z x `^ a m¢ w w vl cn Ci w z} w w° Z o° W= o w U U V
N J Y D- W O? ¢ n rn < rn N U V N a F- z W w z ~ O w to w w¢ p w p >> w z z z z W
Zz� O o o¢ o° m x ^¢ °¢ of w a o f z w° w J om j w o - o F- m w w m a a r x o 0 0
—1 O Z ° m In a w w o mV v v m m m o w¢ I- z z Z w z F v w° '°' ° °' Z r it w W w w w Z
J F- J I- F 3 3 w z J V w J V o w o Q m4 o o J w w¢ V> vl in w x w¢ w Z~
U W °° W K N O J U N N N N¢ 7 (n d O¢ Z Z Z Z J W Z S W 3, FW- !n Z W m 4- U o o C3 F- O 0 0 r} U 0 0 0 W
w z W p= W W W. W J d d d d d W W Z D. Z 2 N o m O m W O m O W 0' N O :!� K a J J !r Q r p J X Q W W W W
ZW > o z o! °° w d }} yy.. }} yy.. }} o w o 0 I- N z V a,¢ V¢ o_ o a V W a ¢¢ V a V ¢ w rn m =
O LZ� O O 0_ O M N a a¢ F- F F- F F¢ Y U II U � N M ? N c0 h m °, °N N M t N [° r N m U
U V N M < N 6 h m 6 LJ O se <a(O r aO O N as Qaa O
I
d, W
M ¢
N �]Ol XdaY
In oa �k ss °
< \�
NU �`
0
�a 2
Z
N ¢
O> I�
M /
O o ��
NM
N ¢ _
N U
^l0
J�y�S�N�rp
FA
90£3-L3-dMS
Z6o
L��N?LdW
Fp.' li
Ar U
z O C',
as
N < O
n
O
z
Z
W
o >
r Q
COO N
W W
Nf P�xa
¢ � °nl ss
� U
W
dd�
1
3i
3N�WHOlb6y'
r
W
-
m
z
w @ m
�
n ¢
II
Oa J�IXa}
Zl
N
i
V
xaa}
W
o
O
Z
II
Q
z �
J
Q
W
22
NQ
^ V
O
S
..__l. c
1 ,e / �j
Amy'
M
N �
I
N ¢
U)
4 32 SS
�a 2
Z
N ¢
O> I�
M /
O o ��
NM
N ¢ _
N U
^l0
J�y�S�N�rp
FA
90£3-L3-dMS
Z6o
L��N?LdW
Fp.' li
Ar U
z O C',
as
N < O
n
O
z
�I
¢
N
¢
L7
t7
V
�r
J,_
w
Z
W
N �
W W
r¢
U
ca
W
dd�
1
U
�I
¢
N
¢
L7
t7
V
�r
J,_
w
Z
W
0.
W W
Z
ca
W
dd�
N V
U
3N�WHOlb6y'
r
W
-
m
W
�
II
U
o
N
i
6�
o
N
=
Z
II
O
lO
J
Q
W
22
NQ
^ V
O
S
..__l. c
1 ,e / �j
Amy'
M
W
J
Q
C)
I
to
U)
W
W �
a
0
Q IL
�= z a
z
W
mll .
W W
Z
ca
W
dd�
N V
U
3N�WHOlb6y'
N¢
W
�V
W
'
U
o
N
III J
6�
I4
O
lO
J
Q
W
Z 0
II \
J
O 0 °
LL
0
Q IL
�= z a
O LO O Lo O
co t` t` LD Lo
N N N N N
o�
ti
U
co OQ
/
r U
a
u I /•!Il I -�
� W
N¢
O LO O Lo O
co t` t` LD Lo
N N N N N
ti
U
/
W
Z
� W
N¢
3N�WHOlb6y'
]oDU 55
m r
'
U
�J
NN `QaJ
N
:
6�
O LO O Lo O
co t` t` LD Lo
N N N N N
LO O Lo O
(D Co Lo Lo
N N N N
\
W
° > ¢
w > U
00
Z a w
O ¢ °
U.
w O r r
K w m m
Z
°
w
aMY
a �m
<Czrn
1b15 Zoo.
Z } W
Nr7NL
nmM
G"
�.�
K Q�
� w I
In W
z
z
¢
we
64Ss' W <Ii
dK z Zan
ff Ld
¢ o
.-
C)
3Y4VN i33fO8d
O
O
+ 6— nS- SX \66W \fi— oL \om \:n 31YXN3 u
3NIlHOl`dW
m <=:>
.
m r
'
±NCI x
�MWw. 3a° I
II
:
.
I4
II
a=
II \
�m
\ °o tO
II
to
N N
W �
a
N� � N
a N
C <O
wx
3G
°,II
NtMO
N
II
+
II
J
W
M
w
II
O -
�
N
¢+
U¢
u
-
II
w
mN ¢I ^ E
Na
�o mlo'
W�NN' NQw
:O
.O
II
..+ .
CD
:M
LO O Lo O
(D Co Lo Lo
N N N N
\
W
° > ¢
w > U
00
Z a w
O ¢ °
U.
w O r r
K w m m
Z
°
w
aMY
a �m
<Czrn
1b15 Zoo.
Z } W
Nr7NL
nmM
G"
�.�
K Q�
� w I
In W
z
z
¢
we
64Ss' W <Ii
dK z Zan
ff Ld
¢ o
.-
C)
3Y4VN i33fO8d
O
O
+ 6— nS- SX \66W \fi— oL \om \:n 31YXN3 u
m <=:>
r'.wo m
N N
N� � N
a N
r m NCI
N WZN
wx
+
UcA
IN- W
N O<
W
N ®W W
I II
LO
I II
N N
® LJ
wa °W I
II
-
II U=
0
11
Iv
II
O
N N
ANN
W_
N Z
°
.CN
-
-
+
10 m N W
I¢a�
°II
III -
\ \
vii a °w <.
II :II
II
.®w.
_.
V O
I
-:°
.
it II
N
N
W LJ
N
m
°
II II
LO O Lo O
(D Co Lo Lo
N N N N
\
W
° > ¢
w > U
00
Z a w
O ¢ °
U.
w O r r
K w m m
Z
°
w
aMY
a �m
<Czrn
1b15 Zoo.
Z } W
Nr7NL
nmM
G"
�.�
K Q�
� w I
In W
z
z
¢
we
64Ss' W <Ii
dK z Zan
ff Ld
¢ o
.-
C)
3Y4VN i33fO8d
O
O
+ 6— nS- SX \66W \fi— oL \om \:n 31YXN3 u
90£Z- LZ -dMS
M
0_
W > U
Z 0 J
� d Z
O
U lY
0
w
M
ON,
F \r
LO N
aOt
N
zQ N
Z _N
O 3
<00N
z Y w
o ¢ma
Z N 0 °
O 3: O U
5
d
Z
w 0
W Q Z z w w z
=
O
jW .O 0 V¢ N ;
U
Q
z
W
m
w
x
x ti ¢
m
LL
Q
° o ms=
O Z IV LZ Z
U
U
° zm
z
U O
m °
x
O
w
o w
X
Z Z
z Z
O
°
w
O
w
O 0 O ¢ >
Z 2 z w
o
z
O m F W
o
O /
vNm
i v ¢
¢
da
Vf
°m
z w Q
v
o ° z z
m °z
0
N
L11
w
=
0 x c
m
z x
o a
a 3 z w
°
°
M
N o
Z
O Q
V¢
z
Q
mW O
z N
o
LI
W VI Q O
w
° Z
¢ > a > ¢
U Q
°
a
¢ m
Z
CO w
o
o
-j
°
¢ °
° a s
a N
z
1- VI w
Z z a
z z .O
z
am
Z a
¢ d
a N°~
t=
Y
l
0 VZ lQ
O +0 l
N Q Z
X Z
Z
? N O W V
Z
U Z W
a
m
J
FUO 0
DN
o ° w o z v
z
W <
Q z o
Q W O W Y T
� 0
0
Z}
U ¢ o N
O J
x
Z ¢
o Q
W ta
F <
J N w
N z 4 O Q mm W m Z K
w z
°
Z m U m
ZJ ° z ¢
0 0 0
N O
U
O
m N> O N 6 0 cd 3 w
0 m
°
O
z Q
00
° O z o o z
w o
°
Z o U U -:2 ¢ a
z z
O N
Z
z z U O x N w z Q
Q w
a
N w
Z
w Q< ?
N<
z
Z
O
W
> H 0
w
0 m
0°
Of O
N
°
F-
w 12 :� X IV
O
w z m
O Z
m O
0 Z U U U U U U J -
FZ
O W
X
W ¢ Z
w 0 W
W
z W W W
\ Z
N
Z
V
w
J
Q W
W
N N •^ VOU_
0 N N
0
0 O
O Z Z
O
O w U U O O O
LU
>
H
")
w
Z
Z O w
- W (L (1 a a 6. o Z
a J
a Z
W m
m
m o o K
N o
x
¢¢ ¢
w
0)
N
V z
Z
> Z w
o
W 0
¢ ¢
V Y U
IO H U¢
¢ U Q
W
O
=
O w
_
N
N M 4 p W O1
N
N M 4 N O
O 68
Sass(m) O
�
as � as
O O
Ln O
m
N N
N w
�q U
L a
N
< N O
J
O
:ao ^w x.00
�
C4
—mm
'UN FO_
I
M ®WWI
C_N
W I N
NOW
x
O
�QN OM O
O
N N O
m
g 1E
o is
%
3a
.
a a
W�
a/�
p.. Lf)
a
\ �ktlaY IS / � O z II �
r Q U
T-8
-
_ � O . . . .
in
N C
ON
0
>
.ml¢ --NaE w17NN
and
OQ
ci
N w
II II
®ww
U
C)
a
I ° �DMONDS
AVE.� a
U U m
N x
/ N
U > a
= O
i O
4
a
w Z
T
cai
ew�ki�
_��GW - •�i:3'v
w
N N N N
N
10 "W P
cpd
DDDi BANNS (n
Z
ip a
w
m
00
"G p P $V
U
N
':CW.
-
h OB 3
H
w
a
C
I I, Cl)
11 IIM '...iW,.v
TCd(P)
: 10 W W N
: :
ws I
Cl)
•
3 •!�� V
: m MNW
W W
Qj I I
Jka I
Oro °wN3m
I r
Z
O
mQaE
°w
�r Noao �ru
Q
V w
p > \ II ^ -
\ Wl l
_W
Z W
oo y
1
3 u
I
°a d
NZ \v
`-11�0 a1
W
b
Z �
NO w
V' 00 Z
Nz
I I 1
-
N�
M
U d N O Z O N iii
wa
r° Q
p
O
N,
Z3 i za
O
I I
J
Wo
sm
°
-
i
i0 <�Z
Q
�3
NIIH3lb
3NIIH
cq
0
p:
�oti�
�' (7
I
m psve
U �PP% LOCH\\ CD N (v
+
m N J a I II
,\\y�I `
Z
I
O Ln O u7
O
N N N N
N
90£Z- LZ -dMS
M
0_
W > U
Z 0 J
� d Z
O
U lY
0
C• V cO 1[1 E
t' aNp^ u
1 I I
- Nr'n]Nt
MmM�
J X J
Y Of WW
1n
r.. D
J ti
N
W o
M N
W ¢s
z Z 3M
Z w
J I
•'_A W N
NNm
2 a U
3WVN 133ro8d
O
O
+ Bw'Bns- s % \DMO \BDalaz \am4n ammnu
m
�' wa we so
° a
M
ON,
F \r
LO N
aOt
N
zQ N
J1 L'15
<00N
z Y w
o ¢ma
C• V cO 1[1 E
t' aNp^ u
1 I I
- Nr'n]Nt
MmM�
J X J
Y Of WW
1n
r.. D
J ti
N
W o
M N
W ¢s
z Z 3M
Z w
J I
•'_A W N
NNm
2 a U
3WVN 133ro8d
O
O
+ Bw'Bns- s % \DMO \BDalaz \am4n ammnu
m
�' wa we so
2 !n
m
DZ I o °w 5 m 2 w J #ESN
. o 3 o V w o_ w 0 = m w
w a z° °
In N ? 0, rn ° o o' w a s o �' w l
W N U U Z J 0_ Z IW O J\ U a 0' U � z J J W U Z Of
J lwi Q m U vii W z 3 Z a 0 w w 0 N o m = m
V U w O W W d H W K W z U 0_ M Q w° J d 0 Z O Y N w W U
Lj w w w z, D o Ci ? a?-- � Of o} z o> ° o: ° �- w a w z z 1- W o
10 7 0 N Z U Z !- O m 3 F ¢ w Q Z W O 0_ 2 z VI Z m w 0> +
Q J x U m 0. Z° a W= V S X = O U 0 3 7 F U W 0 Ln
J m 5 0 O O W° °° W c\n Y Z 1Vn w a= 3 W w a w K tr a 4 V 3 N a Z(r cM
O XO Z Q z < w= ~o z z Z a o m rn z° w v 3 o v V I o v v in F o f o! W d
O E\ Y N w o z O Y a w w 3 O I ¢ w x w r ¢ w F- w
d O Z z w a- I- ° 0 4a m m rW- N p m w 3 0 5 0 o rn¢ w w° 0 0 0_ p o S-o >
C'1 j Z w z N a O a °° w V Y li V O J w o m w° M a ° 0: O z z r w J o w w w Q Z o
Q Z O V w of ¢ z x w In w w In ° w w m > a � z vl cn W
W (n Q f Y J E 0 Or w w v 3 z 2 a\ w ¢ O O r r 0 H w U 0 O U N
U rn a s rn z o w V o I- ¢ o w z o o O V a o 0 0ri j
� W W O z p x O N< In ° 5¢ m u, o z z N w a 0 3 z ° a° w o �_ V W +'
O a m J z o 0 o w o w °w o w = m mo ° a °w ° j¢ ¢ w z °r m o °o w> z n w of V w 3 a o Z U
I1 } w Z z x w 1 a z l w o¢ U V N O m z J ti N J >> o m w z W o O
W r W Q O = 5 ¢ V w IV- o N a> N z J °F a 3° x a¢ o o a W a w m 3 w t- Z o Z 3 V V F o U o z V w J Q
_ Z� Li z 3 a= x 3 J ¢ V F= In V w o w w w o Q rn ri p V K a a< o Z v o I- •- w �n z V Y V d
M via z z¢ v°i ° w o °Z W in o. z w a o. ¢° `� w V 3 ° J= w = z° vl a¢ z a z o z o a s W W
00 x w z o_ J w 3° W w o Z d= N N o a o¢ Y == z O N N I- w 3 w V J W
r N W o a I- Ci J z W a- ¢ a z 3 z w w o= o I^ w m d a ° N In a x= N W Z
in a w m n p v� a x° 5 Q¢ o w w o w H z z w r 5 m O w a V Y Z° w In mo V m
O— w a Z a z = V a> a (n z° w zo n Z z w p ¢ ° m o 5 a w K< z °¢ °z d w w
D J Z °z In V) O Of 1 0 Of N z N z ER a o .. ¢ i y m m o o D w W z� a¢ w m g a w w w w o a O w o- 1- °U 3 v w 2 F-
O O Y w z N cl a N Q o o rn O z m 3 N c=i w c=i ° Z N w w F- 5 z rn J< a m o m a 3 r- w¢ F r o as F- (n [n
CL In ¢ w p �- w w w n'i z x � ¢. o N> m ¢ o �' ° o0 3 w V Z Z a ° o' N p fin }
J w 3 (r z O m z m Z ri1 Z F p O H -0 F- O O U U a. O O w> Z¢ ,�
J J W z> ~ o Z W a o 3 w 3 z °' z z¢¢ In a° 2. m z z 5 w Z r V w= ro a o cn o a Q o 3 V w "'� p W (n Z
Lj r a lr Y Z 1- a: O J z 2 J O O Z J Z O X U OF U N U N \¢ K 0_ > z Z U U U m. N w w Z a U Vt O ¢ tL m E U J Q V J 3 O
00 = 0 N W °_ ¢ w c¢i Z w w z vii '� z w N p m x a O z W O ° rw' w w Z w N °° x w a w z V V o W a. c¢i N w w II r¢- z Z ir in
0 Z— F- _' cYi w> of 3 vi N¢ p O rn F- p ¢ J z O > r w w V a °> w z z z p a N w O w
Z O p w> o In w x In m a f u, a J x a U in a z w° w I- m j V L? w rr F- w v7i a O a X 0 0 0 F- w z m w w F z w° Z
J F= O Z -' ° vai d w w 0 m m m m m m w o x o Q `n r- z z N z z ~ \ ro- o a~ r �w m w O H a p rn W 3 3 o a F-
N F_ J QQ m fi- \ 3 3 w z- V V V V V V J 1- w � w w r- V r w cn vl w= z¢ w V r w w w Z w V o rn cwi a (n
Q X U Q W N O U Iw/l (w/l ° J m N N N ti a a U I"' W. OM J W O W O U° n o w K O w 0 n O N U W U Z 0 0 0 0 f"- ° Z J J w° O O J O W
w Q x o w in p ° In a a z z z z 5 w z x r- z m H V '- r W > °. w z
(J > o z a o w a a} a} a} a> > a 'o w o a Z w N z a° a a a o a p o a << v a v a w N W a 0? w 3° o °V it m w
lZ O C? a O N V a a¢ F F F F F¢ Y U O N M < N. -: OJ OI N 1 M C N O r W Of cn N M< 0 V
U C7 N M < N ID Il� ¢l m U O N M <aco sm O N as aaa OO M <'t u7 O °
OZ s
G 3
�w
Ln v�
v
• w wm VI m 0�0 000 O \
\
Nato o1 LL m 0 w w _ tl �I
09131N1 '\ ` I Q ? n 6 r- II II � 3NI_1H3J_V a
p �g ,dO1S Sf18, w N N II
man011v1 W W nc41 : II II .. .. S
ID M
f'OLZ =108 `a Q + - U II
(3SIPN d0.90VZLZ =31 `n 86 SL0)6'lLZ =31 N n m Z w w N m
LL6LZ =31 B6 "9CZ =31 : : ¢
HYMS HWSS m o yay o f "� < � c N. O 6- o
pI
N I n n ° w OWN: O omw -O.
In
D ¢ NNw Kod$ rn per'
m.c �� dogµ 5= \ U N �¢ NMWW. : m Mr
W SON n pw °
ZE
N
0.
O O
cD
V N N .daO w °NN OWN' I I JW, +
I m+ J^ I� �.si n° M ®ww1 u+l Ndl:
`_ w
N M m w N w
¢a
I¢ <d E m� E: : s 3 .Q 3
In n.s*Ml..ie
N"
> 3a I II O II .
/ �d v ®w. In
N In O 0_
070 ��'xee I ��^oO N I II aw" ¢
N nl SS (J Z_ w II I
°m. w
W
^(D N.2CW.[9.1 Z'll 3D W� QO O
I5 3du ,l 4 "' .p N 0_ N I m II N, .
so nZ'4LZ=109 M
aO }. In (3NVM 0Ad,9)S'9LZ =31
V (OIloS)19 "BLZ 3L N< eo m I w II N w m
(N d3.9)f'9LZ =31 I 8 90 3 1 _ x .1I Z: Y
84'BLZ =31 U t¢~il
0- 80 131NI I lI (3 OAd,9)9'9LZ 31 :x c:11.11 Of ina
9[a +M1'sn.[ZI (M 0Ad,9)L'9LZ =31 Q.a "r I II
zIS 3di.i tlnvn 04'BLZ =31 �O cs¢ 'M Z
w 07 'I •. aT�ss
z + n
+
N �aN °O"
�00 �/:td =' l II '° .a" mFa >�� II I all M
NQ 2nN 1A o0 µ I N" o° VV1 F -D: LiI as � \ ZO
nW Jww %jJj Na M
`^n x'i - W
Z
00 U 0] m N t0. 0'
••I N N N N N -cµ NN W¢ U
yZ I vl W IO aOh 1n3a_ ..I I. Jwl. Z 0
aOaN� II DZ. m d Z
aO .,�'.i.. -. -.• D dMZ u
13 Vd O"lNw. \ \'VV // m: 0 a ¢
'SNV81 M w II _ ° °
__ -•3 .OIZ N mr0y'E - II a4 m m
w
z
N cn %J� col xeer WM
C\2�o %muss v I �O o a II any
, 0 IN p 0
NW D _ z 11 II 6�r' �GSON NON
zrn.�
N O ry a W°
o
C3 3 N_ 3 W N Z N
- I II II wa W lY O
0 0
U - z F a J V V° a
Of zyw
v� xx55 a Q I I IN: oama
<n N
'�� II
w � �w M
v n
n� W 3� •�" ;; I /3N 3AV SONG W : : I I : Zo:
009ZOSL ? II�
3N 909Z wx Q'°� + '-, lni ss Y �I I mI .: .
SLZZL Mw �� �w' I / Z I I I I
a 1 oO
Z (W.> X
tL / SVI M
cNia
! Hhss 31 W
G ` a HWSS •�N W
HS,t� I II I
£0'49Z=A 313 .SS- II
dd 30tl3 3N NI IItlN ,16
0- W8 NI ._ ..
4 0 N."311.0 I HO d 3S Z
0610 SSV83S NI I 'NOVI J O
3StlJ N NOW V dam, Q K '°
S,9
0 W II �F I won o.
m %
(N 0 -9)�'£ Z =3I d)0.Z SV9 bo ---k`@ S ll.. .a -Z
0 '4B =31 $V9 Sv r� O m .c9¢ .: NMNL
1 NI U
3N0ld MpM-
d � Id' IA
ZC • : : # �&g, Joao 0
O O
99 -NO F> #'9 O NNNC f
d M,9 m SZ =NO / 00 00 ^ 10 N a u;
9.9 dM9 N N N N N 3Q
-N UO dV01 P<
/ X m m° ® `x O T 0 0 Q B
M d0.9)Z "£8Z =31 W J N g
48'48Z °31�y d 31 q �I ¢
131N1 U� \I
81 3s yl� wQ
J ]S a 31
U
/lll% /T/7 /� m a HHl o i 199z =toe w a t
�m z I (M d0- BI)6'69Z =31 > W x
3N ZOSZ �� 00 I nn (S d0,91)I'OLZ =3I Z 00M
OSLZZL U N � U �I (3 d0,9)8'LLZ =31 (3 9.
7 / Jo I I O - OO f8Z -31 �,y Z
L IL U HWOS _t W
. — s
90Ez-1-3-dMS
3VWVN 103f02)d
' - fiwl�ns- sx \sMa \fi9ocwi \9mVn ammnu
w
Z 3
O
U W m z
x o w 5
Z 3 0 3 U w m w o x
M z o vi w
(A n w n W O = r? m N N O ° ° ¢
W N U Z K Z y o \ U¢ m w ¢
Z U a z
O N
; c� a p w o ¢ o x a d
:' o w a v m m w w a w W a U¢ w J a w 0w' ¢ o
H N w w O w z Ix- z it w m> m o Z_ Z o> °° w m w w
vl O rn U Z F 7 m 3 ¢ w¢ Z w 0 S Z vl
J- o a p m w rn z o m S O x x w r `^ x o p o 3 z
J S O J W° O VI U w r w z i- m m
X Q m w w Q ° °a z J U z m w o= m D o o° vi w 3 .� x m w >> w
Q O Z a o! x¢° z z ¢ �. z a! r- W 3 n U '- °= U c)
r o W o z O ti
z \ t. O Vi o m} w w H m> O W m W (n o ¢
a-=? J C7 ¢ w W U o W O m w W U> O V J W O m m w K M d O W o o U
I'- > Z Z m m O w W J O a_ ° z Z O
Q VI Q ¢ Z O U z w 0 O K ¢ a' O~ O J W W J
W r J m O W n 3 z x m ^ l
W W U w ¢ w¢ z° O° ¢ o W Z° ° \~ w rn U ° ¢ o 0 0
O z U m 1 p x° m ^ m g¢ m o o z z m w r a U o 3 z
m J rn o! w ° w m 3 a- o U- ¢ ¢ w c� w m m o
0 Q r w z z° W o r w O w f x m p¢ w Z J F z o N
Ii S w I m z I N O
(n Q 2 ¢ V1 O U> N ¢ N W O H w !¢ o m O V1 U m J N Q J N° J w U U W
W Z O Z 3 g x 3 m< o a> z v w° w w w F J¢ 0 3 ¢ z z
m O 3 vi ¢ o W a 0 i:i z° t;.i z J z w a m m N w U 3 O z No ¢= W ij =¢ ° ° °¢¢ o z
H I/) W O a r m w Z ti N z °¢ O r- w a 3'o w w o z¢¢ x in (w m p¢ } S S F w
Q W J S w z 1-. m J Q Q Z t� 3 z w W ¢ O N w N m a m ¢
O J N F w a z w 3: z�_) a >� a W F� (n z° m w uz vz F Z z r� � v g a�� o aw o p � o w w�� o a
o m w 3 o w z ca m p o W ¢ W Vii m m z� a¢ o z o fn 1 m <x< U z w a 3 z co) >
O Z. } N Q H H 0! to m Z N w z X¢ F J x Y W O O W K w J Z !- ¢¢ w W (7 W W W W O Y} :
w z U a¢ w o o rn o O o o 3 o S x w w 2 W g z J vl °) a 2 o m¢ < 3 a! w
= J J N a- 2 z w Y n z w w m m z w m z w a Z m O s z x o° wi w p o vN > m o° p° m w> tR
Q W J 1 F O p w m U J 3 w J o z J Z z o U Y o o Z Z g W Z } U m¢ w= ¢ tr O N Ir o 3
~ K Y w F m 0 O z O z Z O x U \¢ > z VI W ¢ U
00 O H U) O w z a° J 0¢ N ¢ M h < O' U w z N° ° n o r¢ w Z ¢ z O o o In ° W Z¢ r (i vi ° N �_
O Z N ~ Y w> o z w a w N< w N o m N a o f w m vl vl m w w z O > w °w U w p >> w w z z z W o p
Z O oow >o o�i =n „ate �,¢Jxm a U &I ¢ =zwow� oo o w� F ¢zmmv°ia`��p X000 I- >x
J O Z ° m° m a w w `� o m m m m m m w o x o¢ u, z N z N z 7 z ~ \ m m -z r m w 0 0 0 O w 3
J 1- J s 3 3 w z a 0 0 0 U U U J v w w J w o 3 o I" o o , ,° ~ W In In w x ¢ c� F w w w Z in
Q W V Q m ~O ZO W Iw UWl V°-1 J U N N N Vl ¢< o UI m M Q Z Z Z Z .] W z Ox w H O w Oo °° o z W m U F. U o O o I"'• w
U W z w o= w w w J a a a a a w w z a Z w m 11' o m o m w o m o ti m o o m =1 m m¢ o J x¢ w w w W a o
Z > o z w r- °° w m o w o _ O N z O a t- a a- p a m p a U W m f a¢ U r- m o o a w cn o! a= a! = 3 0
O Z o° m o in m m a a? a Y U
�Wf� U N ri e m m � m m ° N n a vi r; of rn Cn
U V N M 4 N !D C` m O� LI O N r) t0 C` o] O N as a< a O
\\ \�m d� >
\ \ U
� \ � N
Lli
9. O.
s� sJS� �o °e U
r �� Z
N 7a J
O
v w
S�S`y W
1 ° f'9o�Y Z
m ° \ W
W
F-
3s£ `
d a e I 0
3 a \
Q
�bs '.• I W
J
LL
nt
(L
O
y ^Z n
N 3
b
d) Q
O
O m2�e I b.dy
1 N
r�s� \ •' I tip I O Q £r
J
JOr O
^,I`L o,
90£Z- LZ -dMS
3WVN 1031`08d
Lc) O zn O
OD OD n p-
C14 N N N
ni O i � i i N N mi:l t0? icQ .II I J LiJ .
m 0 N N N l~i.�NN 3a 'll i .OiQ
`+ II II II 3NIlHO.
N M N W
w
I ¢ N m E _
twx II II .....
�e�`Y II II
M.
m Im. dy
LO CD LO CD
CID co r,
N N N N
M
w
w ¢ U
O >
Z 0 J
w a w
a z
O
w o r r
¢ m m
o!
mZ
ro
M
z
3NIlHO1VW.
.:
OIa
3¢
yr
.
+
v 31
Z N
_
b15
V1 �
. ..
X z > w
.O ¢m.a. .
all
New
II I m m
—ate:
II I I W
N t\
E 7
_
1 r
i Z .
O.
0C�
o
II II - �:
O.
+..
i)
a
v :a°
Oil W
II II
%
w
II II
a
II III
N m
II II Jw
I
O
.II...II :.1 z.
.
¢+ it
Nna- w.
O
1 N W
~'I^
1iNN
t0 {O
%
_ommN A s
ua _
y
c�vnww Zfn ha °w -
J
.II. I I .o^
:.
o
¢ E
N
YmY e
m
ni O i � i i N N mi:l t0? icQ .II I J LiJ .
m 0 N N N l~i.�NN 3a 'll i .OiQ
`+ II II II 3NIlHO.
N M N W
w
I ¢ N m E _
twx II II .....
�e�`Y II II
M.
m Im. dy
LO CD LO CD
CID co r,
N N N N
M
w
w ¢ U
O >
Z 0 J
w a w
a z
O
w o r r
¢ m m
—E
ono
' nNMc
NMNL
y n I ...�
�pO�p O
O Nm0 C
LLJ
XJ
a
� I
Z
Z Z3M
C7 �
Iw �FN
�j tSSp` J OQ�
t „e 5; OWm
NV1T
5— ns- sx \ama \Go Loz \am \:n am*mil
z
w ¢
Y
M
yr
zm�
awwN
uLL�L�/.,
v 31
Z N
_
b15
V1 �
. ..
X z > w
.O ¢m.a. .
—E
ono
' nNMc
NMNL
y n I ...�
�pO�p O
O Nm0 C
LLJ
XJ
a
� I
Z
Z Z3M
C7 �
Iw �FN
�j tSSp` J OQ�
t „e 5; OWm
NV1T
5— ns- sx \ama \Go Loz \am \:n am*mil
w
m
z 3
O
W GZQ
O z Ix- w ° W J m 2
z 3 ° 3 U ° a w o x
W Q Z o O Ow. z D m H U W F
W W
V%' } W U N r W O uj F- �i z m m N U
W m U Z J 0_ Z In o f\ U Q m p Z 1~n m
w w m IJ- m o z; U a° w o Q o x F a o
V mo W Q U w w a w w a U W a W Q a o
Lj o mJx oG a ° W o
. Q H O W w J w N o o z m z m 3 ¢ o a z w o = z N w
V U U W Z
J m g m o `'' °w ° m° o w va\i > z w Q= w z o m m w
X a z J a. m ° �. z � U z m m In o m vi F 3 w a W
� 3 C� Q W x m o z z Q z `O �= m° '�' cWi 3 M y o= v v w
o r w o z 7 Q r 0_ J ° w 3 O ¢ w x ° t- I-- ti ti
a O Z z w m In z m o ,,, o o m rm c~iI of m w 3 m m g° a Wo o° o o v
a 2v:) F J V m> w w o vl H a O w U r ,� V J J w 0 J a w p M ° z z o
W Q Q z r? U? i" °J °F- w vl 3 cn z= w Ina ¢ o v~i °i a o r iv
V m Q W Q m Z O J U p ¢ H Q O W Z H° ° W N w rn V OW Q O °°
Of W W O z p m m O X N U VI O s Q m m 0: o z Z v1 d. W m r a F° 3 z
O Q m J m m wo w f x m m O i Q U Q a w z° m w° J w z to M
FL z O 0 0 W m W U O V1 . W I Z J H m p O {n O O
} W Z Z F S W I d Z I W m m U N O m D. m W W
LII (n Q 0 x Q Q N ° p o N d> N z J o ¢ 3° x Q m °° Q W a w m J 3 J ° 3 U U U
-L IL Z 3 0_ X J Q U F- N U W w W W W p VI p U m Q J N Z W Z
M O 3 F vi Q O a J J z O IJ m z z o a a_ a° N w v ° a = W ri = Q z J U Zo Q
�nn F- (n w o a r m m z ri QNQ z °¢ Q o J,! w o 3 w w o QzQ a= m In ° a o Q m m S x F w
V/ V m N U g N 0_ x O W Q Q O Z w O W W W H Q Z Z Z w U } Z N H J (r m m W m ° Q U Y Z K N N U z
Q' O J (n F- w a o Q 3 z N o a> 2 a~ (n z° m w m In r z z ,I J f v Q ug ° a o J° °w w ° a
-i H Z o U w o w z V 4w U m W ¢ w m m z m o o I m a m v Z ga
O
Do Z} W Z< U¢¢ w m o vi I` o m m o ~ p �n 3 vri x x o o J W z N a Q m m g a m o w w Q 3 m
= F J N W 3 w m U m¢ w w w 3i m m m V w U z w w H g z m w m J d p o of 3 W Iw-
J J z w In Z Z O W m m Z m Z 0_ Z H U U I- F I- Z 2 0 0 0 U Q a 0 VI > m J p o m w> O 3
F- a �' Cn J m f r w 1- ° 0_ O J O Z J O O Z J Z O X U m Q N Q O E Q z ¢> U Q Q =° w Q 0_ O 7 K p
> O W O_ O O U Y U O m J Z r m m W F N O
00 - F.._ > O W Z Q U O Q M J Q x F O U W Z 1~n O m O ti m U r Q W Z a Z U U UQ UI N O_ ° w ZQ U N°
y Q (n W F- 2 Q W U z W VI Q N U) Z x VI U U x W Z J W m m 0 W X? J W m W N O O W 2 W D W Z U U V w U
Z ♦-- J Y W o N a m m o m a F- J m w m J z O_ a w w m p o> w z z z W U
Z O° O Q K m K Iw/1 F !n Q y Q J w m d o F J z W w J m ,� H N W K N Q a K o X 0 0 0 O K ti
J F- ? ° m I- \ 2 3 3 w z W U U U U U V J w Cr m Q m r z z 0 W& z W z '- c�i //////IIII g F w o a z r m m U w w w Z vwi 3
U W 2' ° m W 0_ m m Vl J m N N N .- N Q 7 (n d O Z Z Z Z J Z z W W W l O F °° to Z W m U N U 0 0O 0O w W
F- W W Z w 0= W W m W J 0_ W w m 0_ O W Z d Z m m Z Q Q a m Q I- 1- O m- v v O a J J O W> J �i N N V~I F- O
Z > O Z O_ ,°, W d >> a-}}} yy O W O O N Z O mQ O mQ K O m O °w. d O W 0_ Q Q U I m U Q W N 0_ m 0_
O IZ O O 0_ O VI m 0_ 0_ Q F- F 4- F- Q Y U Q U N M < m 6 n m rn N � �- N M a N m n m rn (�
U U lV M C m m n m rn U O N M a N <O n a0 O as - aaa O
�u,m�UUN t�,�l IV LLx�LL
n�jm mF I
3NI1HQlyW
\y wnn
�/•� O Q \\ U m Q1
nO o IN
II m "� n
N a mm I U �z oa
N � ronN `'• mw pt
UU MO�
N I�\
I
aY �`
— nz
O
f II D
U:
II O
CL m a Q o
ttt
n 0] m a a
m
"
m
U
Oa II} Y 2
m L m t
f` c
N _
10
N _ I Irmo N
a m I I nti
wa w�
I-
3
a �
°
Nm V I I
.
n N \VY
_ I :x
S
� EC�
Q
N
m
No N U m
p3�oz
CP nO1
d = g N
U ° O
I j
� ° _o
\y r'
3 M
4 UI
I D.
aw
"
� 4 i I
n m
N
m
90EZ- LZ -dMS
3WVN 1031'08d
O
N
INI
0
Ill
J
a
U
W
Z
J
w
W
Z
W
U
F-
W
W
F-
Z
O
Q
W
ILL
O
X
M
O In O O
O O 00
N N N N
IN
W
N
m
o n
M N
6+ III
c
°
O
N�m
U ��
6
.
3NIlH�1dW
N�0_ W ;
m��aE
OMB octie`
wppNN ANC
I
cm
Oz>w
UV1��7 m
II ci v15
II
M O'
n
N ° N
m ®11
W W
cd CO.
N
Jw
.
tNn¢w
mQa:
E
m -
NQ �O_E
mm J fN
NMI W
�a
N
I N
o ®w O.
II -;,II .
n
IT
II W° m.
ce a°
q
z V)
m
o
Nam ZN v II
3<
:
O
U
+�N
NJ• N
II.
II
�.
m z
moo. ...
o m
,-4 N @l
N N
I im �
UoJw � n'
c
'I "on
x
II I
I
N
JWZ
cN m J I
mON�
F-" mm
°
U6
II
'pN
a.
WF N<OIWW
lrl NN
zQ� m E
N ®ww
nj
Aa
II
U
n
N rn
m
11
N
.MZ
- °
m
m: NrnJm�ol
N".00
x
I:<ma
Hamm
_ 3<
U,VI�Zm
m II II
n e
U6
II
',
c
C)
C).
o
yaw
II .
+.
O.
00:
m:
G?
U"
" =Q
o
J
O
I m
II
aiOO
cm 0
II II
f
i
00
v4 2-11
�'N
.
m m
m
n
II
N N
ON
N m MNW Z:(/I
W
:o
m. +J
-
�:yM�W
W
II II
II. .I
IN
aMY
N
ar
zrn�
U ��
6
azQN
U Z n
w�
cm
Oz>w
U
M O'
n
N ° N
2�
cd CO.
N
Jw
N1 U
Q+ N'on
tNn¢w
mQa:
E
m -
NQ �O_E
mm J fN
NMI W
UN M�w e II II
®ww
oim
NN
o ®w O.
II -;,II .
n
W w aw
II W° m.
ce a°
q
z V)
If
IN
aMY
N
ar
zrn�
U ��
6
azQN
U Z n
cm
Oz>w
rn m
N
n
N ° N
n m N W
I
N
mQa:
E
�on
mm J fN
NMI W
- wpOmn
BONN
x
o ®w O.
UN I�m
pWW
�¢
II W° m.
a M
I I
II �°
Nn
C
xJ
M
� II
W
1W
3NIll-
O In O LO
O c0 00 r.-
N N N N
M
rn
W > U
O
Z m
Q Q
O
w o r r
m m
""'1
aon u
M c
nTM pt.p
0 pO�°
41 _
a W Ian
> xa
w
Z
Ai _Q
W C
rn
R
� \� W Q C
w m
Z 0 32 ,
U
w Z .M
'iut U
a- vans- sz \axa \soaloz \am \�n �3mrrsiu
an ion
aMY
a <
ar
zrn�
U ��
6
azQN
U Z n
Oz>w
aon u
M c
nTM pt.p
0 pO�°
41 _
a W Ian
> xa
w
Z
Ai _Q
W C
rn
R
� \� W Q C
w m
Z 0 32 ,
U
w Z .M
'iut U
a- vans- sz \axa \soaloz \am \�n �3mrrsiu
an ion
2 7-;G; P,,
n
_ D
?j m 13iWINUM
om
Bµ,33p 3NI
N M
0
S1 :Yy O
IoW\ N )+
nZ
U n
n^ I CD N ::'� UncSf No
N m
II N 'x
o
WZ 3 6 II �� W
\ w
m � Z
NZ� �! 11 I �
coo m m� II Z
Naz
O=�wIm 6•W(P 0 o Imo\
I \\
U Oro=
ss.a m Tn O a
13N '3At[-
TCIN833
Emo wl k\ M�
of ow m� I�\ N
rx ¢ II mU
vii °< w� w3m Oo
a�,nm c�immN U I_ IOJ�o Ii
Z
w-
na >� n�� mm � wl
Z _ 3NIIHOlt/N
w n 0
oJ� o
¢
m rn � zx
nO o N Q
Na NI I N m <
n w I m z
9063- L3 -dMS
3NVN 133'O8d
R
O
N
II
N
O
w
Q
U
a)
W
Z
J
Of
W
z
w
U
w
W
W
Of
f-
C)
Z
O
J
W
u-
O
w
a
m z
W O x
o w
Z z N m S J
¢
n O J ¢
W U ¢ S
w a N
U W O Z W
m p 3
z m m m
tri ¢ r
X
o g o m< W O 0 0
m W w� o "'� a o a o z z
m U ¢ Z O O
ci m W r > a> o w m m
Z m m F O W Y m K
Q W m J 3 J J z 0 w-N � 3 U U
Z a M. N o a < } rn ¢¢
z¢¢ w W z U w w w w}
w ¢¢
OZ } U w= w aw O N
Z a Z U U U N N a W Z¢ V N O
O
K r
O > H m W 0 U d 0 >> W W Z z Z
N w K m¢ o: U Z' x 0 0 0
a r w m w
r t, N N W= Z Q a 0! Z W W W
O o 0° N Z f m U 1 V 0 0 0
O a J J J W j J 3 N N (n
w 0_ J a a' Q O x¢ W W W
W a ¢¢ U r m U r¢ w m o' ¢ w
N M tp n m Of
as �aa
lolo t��m
°omm
a
V!
m
°
o
M ®ww
,
o „ o
U01
N N N
6031X15
N
� II
Z
O �
<00 N
�< >m>
M
U W
I N i o i
ao
V = v a0 p
3 0 °w
w
^. O
M.z O
Z
a
a
LL<
N it it
rn ®ww
0
. Z 3
m ea
ri m
O m 0
m
n
UI
oac
rmmm
w�NN
z
> w U w 0
r a
m II II
°
0
W
I¢ f a E
J
z N O \ U ¢
Ur I �-ir
K w
U
00 t �¢
/�^t
V
°
cow
2 w w�
w a V m J W W a F� P. W W
o w
o
Lj
meson
Oa
romm
W, NN
II II
Z N
o�D z z
U
J
-I
X
m
o a U W °z uO , z U 0
m J w a \a
¢ x ¢ U
W
Q
O Z
z w
_Q
m o
0
0
d O Z
N
0 r U z O
w m
J
w
°a O
w
r
w
d S H
J z j Z W z N d 7 f� d °° m
O¢&
W U T li U J J
Z W Vl W W
w 00
N
w
Q VI Q
v
¢ r U H J O W
r } J a r U w
x
vl 3 m m Z x
a
°z
0
w w
IYm-i
z o x° o g a
z N m m w o w a 3
a r °z
o f U ¢
N
¢ w
LL
Q x
F-
Z O W S W w Z °W 0
W ZQ4
U m O N
m Z
J H
Lil r
N Q O
QQ
x J W¢ V W F O N d> N Z J ?
3
N
¢ 3° X < o -
W ut
¢ w
m
Z <L
O_
z m x J a¢ U F m
3 ¢ o w s Li z o j m z
U w w w w< Q
z° . a} a¢ N JJ p
0 p
°
M�
W
r in W
Q w J
O w r a. 0: Z (J/1 Z J O< -¢ J
r W 0 F- 4- ° 3 p w
¢ a z 3
W ZO
w
�
elf
U f-- m
N U GG N a x o¢ o z o w
x J ¢ Iz ¢ iv > r
z
D
-J F- Z
O W a U W 3 0 N Z a U K a U m
OZ a a ¢
w
? Q W Ir/I m m Z a K 0
W
H J
Z>
O
a
11 m r F N Z Z 0'
Z O 0
U O 0
O
x} O O
3 N
J W
W
W
J
J J �y�j
W 3 W fn J N Q W w W °�
z w vl z Z w K m 3 m 3 Z a
o.p
z
K m U U Z W
r U z a a crii ¢ O° o U
U
00
jQ
U
J } w ¢ o o z J o o z J
N
Z
O
o x 6 o U } U. o�¢ a
N
U W (r/1 N Z}¢ ir
3 w
N
Z-
w°
S Q W U Z K Ul z S Z= fS/I Q m¢
r W> O- W Q Vl N¢ N N O U N
W
a
w O O W
Z J w i N N W W 0_ J Z
w 0
K r
Z
O
p w> o v w= N m¢ m¢ J x
° W
a U
°¢ zJ w° w m~ U U
!n D N
w
J
~ O
to r
Z
a W W N r m m m m m m 0
°QQ m r\ U� U U U U U U J r
X
w
O r m M W
a¢ r z Z tX Z z
r O
Q
W Q
Q
W
= 0 W 0' N N m N N N ¢ a6
O in
a ¢ Z z Z Z g W Z O w W
3 tr
Z
W
W z W 0= W a' W J d d d d a w W Z
d Z
w N O m p m w O m O W¢
m O
> O e! r° W a J p W 0
o o z a o in m a a¢ a Yo U
�
r N- U¢ r¢ 0_ U¢ a 0 a
U
O
IZ
II
c°v
C:1
N M 4 N 6 n m Of � -
U
O N M satp s m O
O
2 7-;G; P,,
n
_ D
?j m 13iWINUM
om
Bµ,33p 3NI
N M
0
S1 :Yy O
IoW\ N )+
nZ
U n
n^ I CD N ::'� UncSf No
N m
II N 'x
o
WZ 3 6 II �� W
\ w
m � Z
NZ� �! 11 I �
coo m m� II Z
Naz
O=�wIm 6•W(P 0 o Imo\
I \\
U Oro=
ss.a m Tn O a
13N '3At[-
TCIN833
Emo wl k\ M�
of ow m� I�\ N
rx ¢ II mU
vii °< w� w3m Oo
a�,nm c�immN U I_ IOJ�o Ii
Z
w-
na >� n�� mm � wl
Z _ 3NIIHOlt/N
w n 0
oJ� o
¢
m rn � zx
nO o N Q
Na NI I N m <
n w I m z
9063- L3 -dMS
3NVN 133'O8d
R
O
N
II
N
O
w
Q
U
a)
W
Z
J
Of
W
z
w
U
w
W
W
Of
f-
C)
Z
O
J
W
u-
O
w
a
m z
W O x
o w
Z z N m S J
¢
n O J ¢
W U ¢ S
w a N
U W O Z W
m p 3
z m m m
tri ¢ r
X
o g o m< W O 0 0
m W w� o "'� a o a o z z
m U ¢ Z O O
ci m W r > a> o w m m
Z m m F O W Y m K
Q W m J 3 J J z 0 w-N � 3 U U
Z a M. N o a < } rn ¢¢
z¢¢ w W z U w w w w}
w ¢¢
OZ } U w= w aw O N
Z a Z U U U N N a W Z¢ V N O
O
K r
O > H m W 0 U d 0 >> W W Z z Z
N w K m¢ o: U Z' x 0 0 0
a r w m w
r t, N N W= Z Q a 0! Z W W W
O o 0° N Z f m U 1 V 0 0 0
O a J J J W j J 3 N N (n
w 0_ J a a' Q O x¢ W W W
W a ¢¢ U r m U r¢ w m o' ¢ w
N M tp n m Of
as �aa
M
I
U _
is
2 w 0
.c a°
lolo t��m
°omm
a
LL
N N N
II II
m
°
o
M ®ww
,
o „ o
U01
N N N
6031X15
N
� II
W NN\
N \`
<00 N
�< >m>
M
U W
I N i o i
ao
I
U
w
^. O
M.z O
r°omm
w f
a
LL<
N it it
rn ®ww
0
�t 00
m ea
ri m
O m 0
m
n
rn m
N
oac
rmmm
w�NN
Q m (7Q
M m
+��u
m II II
°
0
N W
I¢ f a E
N N N
Ur I �-ir
Iii¢
00 t �¢
°
cow
oM
meson
�4ut
K
romm
W, NN
II II
Z N
®W w
M
I
U _
is
2 w 0
.c a°
O to
co
N N
= g o
a�
� a °w
x Nx
d I
N nM �a
M.m cOn�
mNm
o�.yN „N
W
¢:a> z N
I J.
m
U
a c I o ro
o m coo ?0th.
C6m I c6 m
OWN N 204
¢N J�II +. tIWW
M a N w W
1. W --
w zw
UVl IFS m�a }E. ?
UN�D mm
m 1 1 m of m n
N N N N
J
ro °mm 5
w N N O n
7.6w mz°
®.w NMN
,mvNn
+ 44
u�i „°j e�wz
�°'] a n:
v I m �a E
m U Vl} -�.N- p
N U
lolo t��m
°omm
m aW
0O >�—
LL
N N N
II II
m
°
o
M ®ww
,
o „ o
M N
m+ n
N N N
6031X15
N
� II
W
m N E
<00 N
�< >m>
N m
o I
I N i o i
ao
I
w
^. O
M.z O
r°omm
w f
a
LL<
N it it
rn ®ww
�t 00
O m 0
m
n
a
oac
rmmm
w�NN
Q m (7Q
M m
+��u
m II II
°
no. W
m m
¢NmE
N N N
Ur I �-ir
O to
co
N N
= g o
a�
� a °w
x Nx
d I
N nM �a
M.m cOn�
mNm
o�.yN „N
W
¢:a> z N
I J.
m
U
a c I o ro
o m coo ?0th.
C6m I c6 m
OWN N 204
¢N J�II +. tIWW
M a N w W
1. W --
w zw
UVl IFS m�a }E. ?
UN�D mm
m 1 1 m of m n
N N N N
J
ro °mm 5
w N N O n
7.6w mz°
®.w NMN
,mvNn
+ 44
u�i „°j e�wz
�°'] a n:
v I m �a E
m U Vl} -�.N- p
N U
dMY
m aW
0O >�—
°
W
a
E
0 ma
a W
�Gt
yr
U
c
6031X15
N
� II
O .-
<00 N
N m
o I
I N i o i
ao
I
w
^. O
M.z O
r°omm
w f
N
N N
z
N it it
rn ®ww
m
O m 0
a' a
a'
U
0 \
cM
a
CD to
(n CID
N N
O
r
a
w
U
a
Z
O
O
w
0
z
Z
0
O
U)
W
O n
m
Z U
W
w °
U
O
in
00
N N
3NI �-LVN S
V
N
m
m
dMY
N
as
W �
U
N
�Gt
yr
I m
v�
N m
6031X15
N
� II
<00 N
a.a
w
a.°
U.
O Z > w
co
N:m
N
� u
I
w
^. O
M.z O
+
N
0
o m
N
a' a
a'
U
cM
I�
N m
N
1 II
W
3NIIHOD
co 0 LO
n
N N
< � N
U
w
O
Z O o
W d +
> F-
v
�Z
w
ZW o
OQ °
CL_+
w W
W <
F-
U)
CL w _ a
to ? w
W C/) Z
z
Ir
Q
a
O
OQ 3 _.
f-
�_ w
a'
U CY c
a
m
\
m
� o
o.
s
4
0
N N
azo I Ila
M
m
¢ U
O >
w a w
a Z
W O Y >
C
A I
a
w
°
m
z
O
0:
Z
ti_� VOMO
M N M c
-�. MOMjM E
U N 4I N
w ^ aJ
o�
� 7 w W
4 l::
n” Z
a4 J N
W �
G W at
w
Z 03
F� }ry NNOf
,gl U
e.n'ans- sz \�aa \amn0a \amVn anv'mu
dMY
OM
N
�Gt
yr
\N
zm�
6031X15
N
<00 N
O Z > w
ti_� VOMO
M N M c
-�. MOMjM E
U N 4I N
w ^ aJ
o�
� 7 w W
4 l::
n” Z
a4 J N
W �
G W at
w
Z 03
F� }ry NNOf
,gl U
e.n'ans- sz \�aa \amn0a \amVn anv'mu
z 3
0
U W K p Z
S
° 3 o in o o_ w o
r U w x
w a Z ox o w a z o o v
U1 N w N N O ti Z m N N= ° w ¢
W U ww Z uwi O V w o r m x
z o ¢ a Z X
J w 'o m o w w d W W W Z V Y W lJ F W O ¢ x
t<i = o v ¢x �Jx� or�(}L �o} Z >; U o w a N
Q = N X U J Wm N'z o N Z U Z I- O Q 3 F Z W V w w l°A X x Z Iw/I
J O d x U S x O U p
X Z Q z m w w J¢ o °a of pz w v Z z a w m N p upi Wo w w 3 _ _ D m
3C� a s o z J z r w U 3 o M V ° T, U v
O U � Y x W U Z O } a o w 3 O 1 ¢ W X G w ti F-
a O z J W< N H ° H ° m m w H (~/1 ° F m>> Q ° J O Ot ¢ W N O 0 0
q_— C7 tr ¢ W w U O F a °° W U} U O J w 0 m W K° M a °° z z
Q UI Q ¢ Z O> Z p w� 0 6 O W w Iz-/1 3 m N lY Z= W N a ¢ W. p to °I ¢ 0 } F
W U m °- N¢ J N z -' w w ~° �- ¢ o s w z o o 2\ w 0 p °¢ o 0 0
O W W O z u OE M wm o x O N U N o g¢ m y o z z WO w F a t^ Ow 3 z
Q m J N D O 4 w W w O W i x m K o Q O U¢ ¢ w Z p lY w O Z O W> N J K LY
Z O U O tl) W z J �- m O O
LL- N O O
} Q. w z z ti S W LL z I w X x U N O m m (L N W N z FY W ¢
W r VI Q O x g ¢ N o F o N d> N z J °I- a 3 o x ¢ 0 0 0 W c¢i ¢ m J 3 a J N o Z Z w V V pz Z f W Z �i K X J K¢ U I, N U W° W W W E� J¢ o J¢ � _¢ O U o F- V-
m O 3 ¢ o w Q s z° z J z W a }a a N w p 3 ° o J x w z° in ¢ a
H N W O a F tY 0_ Z F- NQQ o o z Q O a r W o F 3 W w o ZQ = Vf N° w°¢ m x x
Cr) V m N X z N d x O W Q< o w W o w W W F¢ Z Z Z t3+) U Z U 1- J N '^ D w °_ ¢ U Y Z O N ta/1
O J N 8 w a o¢ 3 z w V a> ,E� a r fn z° w in in r: z z mi v ¢ tg. '�' °O w 5< °-N w
J j Z ° vi ° W, r °F N z N 4 z < 0 .. a =} m m w o o w w W z w<¢ w m g Q'W w w w o
O O ¢ w z¢ J U¢ W W o w o F p O o N 3 N x x o z 0 w w F- g z N w� J a s °- �¢ ¢�
F- J 3 K W O N¢ 0_ m U m H H H z x O o U U a o N> m ¢ p N O o m �i W
J J W J> ~ o z w a w m i m 3 z w a Z z O z ¢ N¢ o E w } o° w>
Z O J o Z o o Z J Z O X U O U} U i O Q I > Z Z U K w S w Q w° Q O°>
O (p tY Y w V ° p a x w x F J V w z �' N N° a ¢ z c� cn V N m w z U to o
00 F o w z m U m N z x N z= N¢ m¢ w O w O °n °n z r¢ W o Z m p °w G¢ Cn
U VI Z Y~ w> p z N< N o O J W 3 rr ¢ X w z �- O > °w w m w a p> > w w z z z W
O w w ¢ N N v a z w w
Z Z O D o o¢ °� ¢ it N x v, ¢ y¢ J w a o= z "' w w m W �o F- v¢) w? v=i a F¢ m w o 0 0 ~O
J N Z °Q m �- 3 3 w i� m o mp mp cmi m J o w x¢ N F- z z w z w? m w N w z< m O w w w Z C) o Q X ii W Z ~j - W W O w m N N N H¢< O I w° J W O w O U O I O W w Q w >O O O x U W U Z 0 0 0 o W
W. Q li x O O W N N N w U N m O (n a "? ¢ Z Z Z Z W Z x W F- F w N Z W}} m F U F F H
w Z w= W W K W J d d !i !L d= W Z d Z W N O m O m W O m o N O U) lr a J J 0! Q r O J X¢ W w W W
ZW > o Z E H °° W d }}}}} }}} O W O Q w d =¢¢ U f d U F¢ W N !L' K = I
O Wl o o d O N N d d¢ F F !- F- F¢ Y U N M < N O n m N N M d' N r N Ot
U V N M < N 1 r m 6 U O N M V) c0 n m O N as a a a 0
n
uo
U v3 \...
O \ \
ma
w R
O \
c� 12 "SD,
3N.3AV N
NOIONIHHVH aw D P
pa
w� Oon
r� Nnw� wwr`
_o
SJ�6`
o Z
St ^3
001
m
M
q I
vQ SL +\ D]
\td�Y��ev,C�a s
•� \ w
X� 3
�It
Na \3
o .-
N
CrJ o
N t0
J Io
a
�rz V i
z1 a o
wiz
U Z
N� mss
o
N N
°w
N
Nm
906?,- LZ-dMS
3WtlN 1031`0?Jd
/ n
D
N
d Ii
n�
n m NR i1tlWH
� W w NOlON18
G P
l(J-1
w N a
cii o °i
a =�
O
I II W Z p
-.� IIa11�N mn
�n <
-
w I O m
UI 0]
0
oN
O
D M
N a N N
N II
;
ci
O
O II
D
N
m m —
r7 U
mu
m �a
U u,n
n u�
NTH' Z
n I w W
N � � ¢ Z
°o \\\ V Z F
O \ Nw
D O w
�\
U 0
GA m m O
jwin J
\ v W
_
2;G P. IL
ual O
D I 3N '3AV
31VONH3i
wP 3NI JI
n m a0
�
0) � co
N N N N
N,
a I
W
d m
m U I I -MZ
16 'la
N N
N(� �NN Cc,
I I I I I I II � Iv�iN n
O 00
n°mro L+
n ° wO
ww
UN m
'Q w X y ®w
S I II I
I N
m ec o 0 -63
+JfN 00 • II w
M�MwW u¢ .mz
wo
m
i
N m
m ®__
m p
Mo II
°w
� a I O II II ......
F.< ¢ U ° m.6
ZaVI c M,N N.N
W "ate O
o �MmN mFay EZN �a °w I III I.I. O+.
I N - n 11 II (.3 N F- E m7 -'
+
¢y. II ®wW
O ¢
vM
a:
III +--�'
SON
UN FK n
qua
o
m
n
I
m
�U
°
e¢
O
II II
3a o I
II Ni II�}C,7vn
M
I Ny.N II.
II II
OtON
Hamm
N m
Wa;NN
m+ ^N
�aNww
Z
I I
N
N
mw
i
_ NFa EN:
wN�¢�.
II
0 W
c
m
- —
w
J
v
of
N
1
NZ
-a
N "
w. II II
U
xi c U :
O.
m, ® w w
: I I
�
I
. IJUL) -x
.
N,
a I
W
d m
m U I I -MZ
16 'la
N N
N(� �NN Cc,
I I I I I I II � Iv�iN n
O 00
n°mro L+
n ° wO
ww
UN m
'Q w X y ®w
S I II I
I N
m ec o 0 -63
+JfN 00 • II w
M�MwW u¢ .mz
wo
m
i
N m
m ®__
m p
Mo II
°w
� a I O II II ......
F.< ¢ U ° m.6
ZaVI c M,N N.N
W "ate O
o �MmN mFay EZN �a °w I III I.I. O+.
I N - n 11 II (.3 N F- E m7 -'
+
¢y. II ®wW
O ¢
I ¢aa� ra'w
M
SON
UN FK n
qua
o
\N
n
I
m
�U
°
e¢
O
..
3a o I
II Ni II�}C,7vn
o
o�
o °
o `
OtON
Hamm
Wa;NN
m+ ^N
N ®W W
t.Mj« W i i
O N
y
N
N
O FD N N
M N
O ¢
s v
� m
M
SON
N
3
\N
I II II <m
N
C5 Z r
n. N
Z 'o'
II °
..
3a o I
II Ni II�}C,7vn
o
as
co
o `
O to O
O) 00 00
N N N
W
° ¢ U
O
y=j d W
o Q
o
0.
w 4 m m
M
I
a
m
I�X
M
J
cy
W
3
Z OC Lo
W� +
> Z <r
W N
Z W o
0 ¢
:E J o
0 C v
W W Q
CC F
J N
E- W a
L
Ui } W
W Z
Z�
fr
R
U
n
0
LL Z
00
� 3
z u
a
U� P
� m
a
a
S
f
w �
o
< $ `
s 3 3 3
a
a
w
0
m
Z
O
K
Z
< O M E
ao ^u
NeNjNL
nmM�
0 o' o '�
S -
� � w
J N
N
ap w at
w a
Z o'-
r Z �w I
<o
�_ NVI Omi
awans- sx \axu \eooctaz \amVn am)mu
wo m'
O ¢
M
SON
N
3
\N
6 0
v 31
N
C5 Z r
y15
Z 'o'
..
. .......... .. ........
cO Z w
O¢ma-
< O M E
ao ^u
NeNjNL
nmM�
0 o' o '�
S -
� � w
J N
N
ap w at
w a
Z o'-
r Z �w I
<o
�_ NVI Omi
awans- sx \axu \eooctaz \amVn am)mu
wo m'
90EZ-ZZ-dMS
3WVN 103f08d
Lr) O LO O
CD m co D
N N N N
M
rn
w
J �
W j U
O O
Z � J
w a w
� a z
0
U K
W O T T
¢ W (O m
VIII®
w Q
d Y -
� M Q
U
yr
3
z rn
15 °J
W
m
�
Z �
O
r
Q
W
W
m
V
Q
N O
x
I W
D
3
o
a
m ¢ w
x
>
a
O¢
U
U
Q
= =
W U
O U
d
tl
z° x}
3 O
J
=
� J z Z m
O m
z°
U
Z
W F W W
J W
w
a
a z a T >o
Q N
x.
w— ri z a
T
z w
a m
o
U W U W W
m O
O
N m
O
°
d
O
2
O W
r w
I
N a
W N
m
<
Y w I 0 0
Q
N
Q
r N
0 N
w-
y
I o
o¢ 0
3 3 v= z
v w
T
n
o°
x
W�
x
FU- Z
Q W
as
Z S x FQ- N
ut V1
U°
a s
Q°
a� z z Q
F o
a
Q
J r °r
30
U) w
W O 0
w
Z N
W
x
Q m
w
Q o! J
H x
}�
v
O>
¢ m
w
m a< 3 N
z
N a
O
Z
Z
W
•0
C9 O J
Z a Q
Q w
i W
W
m
<
d Z Z
r U
W
Z p
N
<>
a a.
Z
°
z r w Q Q
<
°� a a
w
a m
Q?
vri
d
r
r
v
3WVN 103f08d
Lr) O LO O
CD m co D
N N N N
M
rn
w
J �
W j U
O O
Z � J
w a w
� a z
0
U K
W O T T
¢ W (O m
VIII®
< O h Q
aNn u
O
NM N L
MO M�J N I�
o o�.-
O lO N
> -Qa
W w
Z
Q
LLJJ N
W �
w a o
- Z Z3M
Z wM
�� W OtHN
r.� J OWm
•mans- sz \oma \eoonoz \am \gin anvr+aue
MOM" r 1" sor as s mom 9" rs M OW No an sol " No
w Q
d Y -
� M Q
yr
3
z rn
15 °J
'n
�
1y15
ZV/mN
.....................
O Z T W
o Qma
< O h Q
aNn u
O
NM N L
MO M�J N I�
o o�.-
O lO N
> -Qa
W w
Z
Q
LLJJ N
W �
w a o
- Z Z3M
Z wM
�� W OtHN
r.� J OWm
•mans- sz \oma \eoonoz \am \gin anvr+aue
MOM" r 1" sor as s mom 9" rs M OW No an sol " No
In Z
d N
~ U
z
� Z
a - Z
r
W
K
o °p Y
W U
p
ti Q 20 ¢
O
�U¢ cOilm W�
NOh p0 mti
=ti UO
W
m �
I
� e
U U
¢
U N
O� QL
N U i
Nti
p
a �3
Op }J
2ryQ=
�4OW
¢�UWm
I� 3
i3Q2�
U
0-., - m0 O
1-ZS
o °a ~0v= a w
W per N K
O(=7mOQVWI
w! - ~OOn p W
m W w w w z Q Q
��zwa n
ZaWO.O Z U
�awu'
I
F
V1
m
N
O
Z
P -
W
U
<§ m
<- =_= Z O
O
�f
H
1-Z
VIw
�
Z
Z�
Z
< W S O
z
M Om m
W O W M W n
to Uml-� O
Z
Z
ti
C
N
¢ o
mz a
N oa wt°w ° _°
J
F
U
4 2W
Z
¢
W
�
f
D
OR
a
z
h
U
Uw° --ao kx
Z
LL
OOJ
J2p
< Q m no Q m W m
W
mvtii
W
�yJ
WU�
Q
ew
m
o
U J J
z w m
2
X
z
Nw
j
aQ
¢
J
I
O
m?
o�
LL-
Z
g
u
W
Of
a
��
xm
U
N
C
0_H J��JwQW wO
°<
�fe
zio�
Q
Z
I
a
�0
42
U
N°¢g�F
�o�-o0_ 4aa1
J
Z wv-
FO - }
Q
Z
LL
aaO
WQ<ZU
Wp,
L,!
J
9
U2
Qvx
Q
z .n
o
�4m
Z:
NMm 00 OU Z-
Q I I I
U O O O
�¢o
�Nz
a
>
<
—
—_ _—
-Z O
k N j W w w
2 N
a
~ 0
0-., - m0 O
1-ZS
o °a ~0v= a w
W per N K
O(=7mOQVWI
w! - ~OOn p W
m W w w w z Q Q
��zwa n
ZaWO.O Z U
�awu'
I
F
V1
m
N
w
O
P -
W
U
<§ m
<- =_= Z O
Z
O
�f
H
1-Z
VIw
O W W
Z
Z�
Z
< W S O
z
M Om m
W O W M W n
to Uml-� O
3 U O z
w
Z
W
w
z
z
N
¢ o
mz a
N oa wt°w ° _°
J
F
U
4 2W
Z
¢
�?
U96- LZ-dim
3WVN 103fONd
W�i DU �2 O S�ynf"
dQ¢22 ylt W �U N
!�p,,sj jig
l-,P; of - pp
�WUYgpQ (]uj � yU 02 U
At
?�xNxm
Vj 2� ONE 4
Wpmh 0 m ppp iW p
Qm2 22�S 03 m
W Y Q d W 2 U
K i2p �2 ��W m0
�Wy �p C-5
Wti CUN U� 3�W t7j�
H
o a
0
Z 0
W �
a
0 a
0
¢ OW m m
r aonE
`aon`U'
III=
M1NM -
nmMp
G o
o °°R=
X Q
Z
Q
_ W
j N
d ¢
o
W ¢t
W � o
�' C7 o3N
NVIa
- U
�PWS -SZ \a \SOaw¢ \am \ :n :3 rc
i
¢Q
J !f
co
o
a o
0
"I
vN
¢O
�
W
JU
y Ns 'aeN,
OQ�WO�Ue
Q�
UW
to
N
A�
ov'^
ow�W?
nz
><h 30 ,,o
Q
`1 y N
$IQ
WIC
I Jb��2
CH �HJ �mJI
1
d a \ v1Z v1
a
W r
K
e4 2
h
z, O
I~i1 N \ r
n n N2W Wes\
U_
kw
O
y
U
h�t41 00
wm
££�.�,
32
It
OQ
H >
�WWhy�
QW
O
(i
�
320
eUe
W
cQ
A o
��
41,
+
/
\y
?�
/
p WW
Wk ^ti
W�
� 3
mm
h
aaa a a
Z-M 133HS
33S - 05 +8£ ViS
U96- LZ-dim
3WVN 103fONd
W�i DU �2 O S�ynf"
dQ¢22 ylt W �U N
!�p,,sj jig
l-,P; of - pp
�WUYgpQ (]uj � yU 02 U
At
?�xNxm
Vj 2� ONE 4
Wpmh 0 m ppp iW p
Qm2 22�S 03 m
W Y Q d W 2 U
K i2p �2 ��W m0
�Wy �p C-5
Wti CUN U� 3�W t7j�
H
o a
0
Z 0
W �
a
0 a
0
¢ OW m m
r aonE
`aon`U'
III=
M1NM -
nmMp
G o
o °°R=
X Q
Z
Q
_ W
j N
d ¢
o
W ¢t
W � o
�' C7 o3N
NVIa
- U
�PWS -SZ \a \SOaw¢ \am \ :n :3 rc
i
J !f
co
J
m \
vN
7
\U
�
W
JU
y Ns 'aeN,
N
A�
ow�W?
nz
><h 30 ,,o
Q
`1 y N
0 ti
W¢
b mJ�
I Jb��2
2 +wV2
d a \ v1Z v1
\
h
z, O
I~i1 N \ r
n n N2W Wes\
to
'f
a. If
h�t41 00
cv
\
U m� or
J
It
41,
+
/
\y
:.
/ to
/ N + k U
/
P
Do
U96- LZ-dim
3WVN 103fONd
W�i DU �2 O S�ynf"
dQ¢22 ylt W �U N
!�p,,sj jig
l-,P; of - pp
�WUYgpQ (]uj � yU 02 U
At
?�xNxm
Vj 2� ONE 4
Wpmh 0 m ppp iW p
Qm2 22�S 03 m
W Y Q d W 2 U
K i2p �2 ��W m0
�Wy �p C-5
Wti CUN U� 3�W t7j�
H
o a
0
Z 0
W �
a
0 a
0
¢ OW m m
r aonE
`aon`U'
III=
M1NM -
nmMp
G o
o °°R=
X Q
Z
Q
_ W
j N
d ¢
o
W ¢t
W � o
�' C7 o3N
NVIa
- U
�PWS -SZ \a \SOaw¢ \am \ :n :3 rc
i
U9E-LZ-Him
0
d
O
ON N
O
£ -M 133HS 33S - 00 +tt, ViS
3WVN 103f08d
X20 �2
zgU Z?O
It
4R�VW4U W W
W¢3?UO2U
JWJk
J
WV ¢3 =N 2
¢U?220 W
2h��W.. �UQ ya 47J O
�WU2W ��cm O� m�W 2
2`2 p LLi- w¢ m
mOm�`� O
K '!fl
2 (n W :it ? �W m2
L
m���pUQ U� 3fl�n y3
Lu
Lu
H
�
U0�t2�2p�
2N timO WrU�J
4 30(aa ao 0�2� 4�
¢ a
w
2 Z °�
4
Q
0
a m \\\
0=
N
s pip
a
b
Lup \
QU
W p�0
+
Z + V S \
QC10R14
QW w.� •,
ti �\\
— — —F-
a
oa
¢I 11 0
41wNw "n�z
b¢ x 1
l W¢a Inw
a
Z Z
�V�20�ON
D
as ' _o
3N "3AV
\ \\�
131VUNa33
a
ryN 32 O
l('ow\
h ;
W¢QOtbt��qq¢
r0
N tDi1
�m¢p2o2�
°
mll
1 ww
2
II D
S¢
a H
qI
Z
>� m I I
<\
ow
o
aII ti W mr U
V 2 ;1
I °Z
o 2I
NM��Jm U
I
CO 00\ 3¢ O¢
rz\�w
>� mac,
�h 2U� N1nf/I
O
.•njL
p Ih< Q '}(pj h
p1 ��
¢ I I QO�Umb
J
¢
p+�V In w I 1 1 I
ao
IgWWf �
�OZ
�O
Ct
W cd
I SS m n
In
13N *3 V—
l \\x ° a
rmj
P
31VGN
Z
\ N M
i�
J
6
U
F.
I
am
3y m�
;�W3�
�m
°u
k
N�a J—�m
W
N
m
+oDOO
V
I I N� 31n
���� \
h
U
v�¢
Wy �-
QW p
to
•r
�h2 U 1
m�
ti I 1 1
y w �ww
of
.'f.
OoZ
QSSC
Y,. U7
m .•
� Z
W :l
V
/..1 ra 02 I l I
vai II � N
�z
v!
ao
W
in
I
mII
I'..•
:.
1
L —
--pi's �
s
N 3
n \ N I
\
in w \\yl
O r
ow
o
oZ
�rZ
N
N O
N 0
Q °
III
N
Of
"
� ° I �
.••��
3 ^yua
^I
II I I h ,..�
\y, W
C�o�
R1moD to
\�
v1w_
N
y w w
Na0
�1
zo
I �
L -M 133HS 33S
- 05 +8£ `d1S
3WVN 103f08d
X20 �2
zgU Z?O
It
4R�VW4U W W
W¢3?UO2U
JWJk
J
WV ¢3 =N 2
¢U?220 W
2h��W.. �UQ ya 47J O
�WU2W ��cm O� m�W 2
2`2 p LLi- w¢ m
mOm�`� O
K '!fl
2 (n W :it ? �W m2
L
m���pUQ U� 3fl�n y3
Lu
Lu
H
�
U0�t2�2p�
2N timO WrU�J
4 30(aa ao 0�2� 4�
¢ a
w
2 Z °�
4
6�0'tlf15- 5 % \5NO�6UOCtOZ�OQ1 \41 amtlnu
U
Xptl11���1��`
2J
122�m NO;OWp2W
VV O
£
�V�20�ON
W¢QOtbt��qq¢
�m¢p2o2�
U?WW
at�yu�
-O O
S¢
l3yu�Q
Qvy IA��G11�
4e U
Y
a
J
¢
¢ Z
J
IgWWf �
3�=15u�
Ct
W cd
In
�h1Y
i�
¢W
-� Q p
;�W3�
�m
°u
W
aoi
w � aJ
� 02
�¢
4w
O O vS
QSSC
Y,. U7
aaa a a
� Z
M dJ w
v!
W � N
J_ OQ�
> NNE
3 ^yua
6�0'tlf15- 5 % \5NO�6UOCtOZ�OQ1 \41 amtlnu
O
O
N--nt o" 71
O
EL9£-L3_Him
3WVN 103rOdd
Z -M 133HS 33S - 00 +tt d1S
O 2� QW
lot !3
�1ivn Q�222W p
Q
44 aE2, Zo
ZQ
4.022 a�F �� EU
�3UVy aOW � r2F,
W02'Kd3 U� U 2
�pOe�23 H� 3� O
�y�210i 1�aW0 �� m�W
c
�l lwc"' V 3W mWN p
244-1 a, W� aaU� mii
Wp�yWi2 X20 �W ij� yg2
(7 a S
a�i1W��lU!uu 1}U�YO
U Ii ~
33�4yti; W22 22 �hj "
WU0R2200~
,Q
WI� Vh aU 4.
z - 02�Oa,yyO 2
EIg2a p
�Q 0QIE0�14
4jOV1��VUSW W2 £ TU
WjNCW2iDa�Wp '62 O a
Om p;JIuUW WCOj O p�
¢ � ¢ � I�iii ? � IvWii U U W
001�20�Ue
Q Wg¢b Wl�u ppm tu
j�0
kW�40f c2Ti3,� Wk � ��
WI II ?
4�3¢U�WW �O O H
Q � H Rl d1 l?) I I� WI p
a
a a
U Q a
_U
W O 2
�' 2U0� ILg
¢J ¢a
¢ IK
(L 2 O 30WU �m
W W a20 U�¢1a
ay �2UW o1"�
6
i h � U¢ pvS V1 COj 4=
aaa a a
W J
o °
Z �
w a
0 Q
0
w O r r
z m m
�OgON
I I I c
MNM-
qp. nrnn:
ey-� Qp
> vm N -
W f ikJ
C�^ i Q
AM7y` � 4 W
Z
� wo
>,c
W ¢t
W � O
w'x Z Z 3
Z � W M
W
M J
O Q O�
W GI
N O�
U
5roare- sx \�.a \soaiaz \am \gin 3m+mu I
0
j
U
0
o
� Cim
1 I 1 a
NN v ¢ OQ
� � o f � o v1 ��0 14n � Ci
� ® •
41 tC�l �c•
0///
pppp qq�� k
b b ; U
.4
�\
it
m
InwNN InwNbw
�
/ I \
6 W P
$ Zz
" - = U
*TN 3AW X3UNI 0 3
to
b ; 1V
2 G(B-1,._ 2lii1J
�p
S CY •� O
_1
O
\.1
—
s.a
°1
—
— — — — —�—
vW ti 1
I I
z
o
°n
O 3a?X,
�w
1
ti
y�W
I W
n
N Z
r
^� R,
�
1
�p�
I II
0
�—
lA
cO aDbb
O
U
¢ 3U Q
?
¢
2J2
O�Ir Pz� 3
;yo
3�o
Z
,100
I I 1 I . -OOp20
w~w v op U�b �W
vi Ic c,
16
Wja
1n off"
wm
0o
0 CD
Y
- U
I .:. v W
U
"� Wj
h
x
O
41
'o
b
a
b U
eo
IfEEI ti 1 1
� I I
�
A
MO
NO�J n�1n
I
.ID. 2O�j
Wja Wja a�
ci ��
I
�
h2
^m;� �
tvWp2
a
'D
aU
�npWp2 vt�b2U
v'3 a'o O�C01CD - �F
ll•
� w N as
+r M
� 6'W P
N iAtl
\
�
n "
D
N013NIUatlx
zn
Y
_
i
v 3
1 R
II I t < -- m
n~ 2Gp 7D
HJ w 7
�
NOI NIMV 7
II
wn
I
II
oai xaa —
• 551
m I I
vl I
U
k)) a W� 3
t
h=
la
o .-
DMZ
n II
••��\" wb
�z
D
N
I
I
m
\ U
o
vl Q
Ih
�a \
C') Nm
4S I
Z
3WVN 103rOdd
Z -M 133HS 33S - 00 +tt d1S
O 2� QW
lot !3
�1ivn Q�222W p
Q
44 aE2, Zo
ZQ
4.022 a�F �� EU
�3UVy aOW � r2F,
W02'Kd3 U� U 2
�pOe�23 H� 3� O
�y�210i 1�aW0 �� m�W
c
�l lwc"' V 3W mWN p
244-1 a, W� aaU� mii
Wp�yWi2 X20 �W ij� yg2
(7 a S
a�i1W��lU!uu 1}U�YO
U Ii ~
33�4yti; W22 22 �hj "
WU0R2200~
,Q
WI� Vh aU 4.
z - 02�Oa,yyO 2
EIg2a p
�Q 0QIE0�14
4jOV1��VUSW W2 £ TU
WjNCW2iDa�Wp '62 O a
Om p;JIuUW WCOj O p�
¢ � ¢ � I�iii ? � IvWii U U W
001�20�Ue
Q Wg¢b Wl�u ppm tu
j�0
kW�40f c2Ti3,� Wk � ��
WI II ?
4�3¢U�WW �O O H
Q � H Rl d1 l?) I I� WI p
a
a a
U Q a
_U
W O 2
�' 2U0� ILg
¢J ¢a
¢ IK
(L 2 O 30WU �m
W W a20 U�¢1a
ay �2UW o1"�
6
i h � U¢ pvS V1 COj 4=
aaa a a
W J
o °
Z �
w a
0 Q
0
w O r r
z m m
�OgON
I I I c
MNM-
qp. nrnn:
ey-� Qp
> vm N -
W f ikJ
C�^ i Q
AM7y` � 4 W
Z
� wo
>,c
W ¢t
W � O
w'x Z Z 3
Z � W M
W
M J
O Q O�
W GI
N O�
U
5roare- sx \�.a \soaiaz \am \gin 3m+mu I
3OV7d H19 3N
3OV7d H1S 3N
=
o �Q
N
OS .6Z hUN
o a
w 0
G O
Z �
w
00 Y -
N
.9 X3
C7
°
w 3N 3il V SONONO3
OS .iZ M3N
CT
m
U
3 0
NOONV V q .9 X3
<
I
W/ Z
W
>m
Z�mt~i�
z
2
J
'o P Q
z
z
CSono
��O
bA31 b1S Nay
F
a
ti
I ~
W
U
c
W
'
—
¢
2
C
H
3N 3A SONONO3
I J
—
O
2
m
Oki
l� I
Z
C1
O
¢yu
U
b
W
I
W
I
o
/
Z
W
Q. Q. I
O
U
1{
I
I <
2
U
W �
W
j0 J
W
I
W Z
W
D
I
3OV7d H19 3N
G
=
o �Q
N
OS .6Z hUN
o a
w 0
G O
Z �
w
00 Y -
Z
.9 X3
C7
°
w 3N 3il V SONONO3
—UG
CT
m
U
3 0
<
I
W/ Z
W
>m
Z�mt~i�
z
2
'o P Q
z
z
CSono
��O
bA31 b1S Nay
F
• k 2
ti
I ~
W
U
c
W
'
—
¢
2
C
H
3N 3A SONONO3
I J
O
I
2
m
Oki
l� I
O
p�'34
D
a
F
CK
(91::
O
Z
i
Q
Z
O
W " 0
Z m -°
Z +
O "r w
UQa
f- U
(n U1
plkml
W a M.-I
1
n
z
_O
C) 7 O
Z II
Z +
ON
UQQ
I- U
N (1)
G
o �Q
F-
o a
w 0
G O
Z �
w
00 Y -
Z
<OM
C7
°
w 3N 3il V SONONO3
—UG
CT
m
U
3 0
0 .91 X3
OQ
W/ Z
H
LL
c
>m
Z�mt~i�
z
2
'o P Q
Z
c
CSono
��O
bA31 b1S Nay
F
Q
ti
4
z
Z
U
c
—
¢
2
$ D
3N 3A SONONO3
O
l0 .9l X3
a
F
CK
(91::
O
Z
i
Q
Z
O
W " 0
Z m -°
Z +
O "r w
UQa
f- U
(n U1
plkml
W a M.-I
1
n
z
_O
C) 7 O
Z II
Z +
ON
UQQ
I- U
N (1)
WD
d Pal
GAS G S G S
�HdSV 30 Hl
9[ X-7 I
U
V to
W W
W
U
2g2 U
U
N
W
I
J
Z
J
n
2 U
j dA
O o0
U
2 \ _
OU s •. H
GA r GAS °
z
o
SS .8 Y3 m
2 z
Z
O
U
\ z
30V7d H1S 3N E
U
00 /O 9 M3N
OS .YZ M3N W
v— (O3NOONV V 0.9 X3
2
Q apJ�
w
o
GA _ GAS
� a
ss -g X3 m c
c) c
z
\ 4
Q 3OV7d H193N ~
-T —
S
H
O
J
Fn
z
O
WO
' 7
Z co _II
Z +
0,1 w
UQa
F- U
m a' O
z
J
E)
Z
_O
r
W r7 O
O II
Z N+,
O�w
J
UQQ
h- U
N (A
o
o
a
vry
H l
U
W Z
0
Q
a w
Z Q
W �
-� Q W
LW =o
F- Q L) O
to J W H
W a Z U
Z W W w
Cr > Z
Q
a aC
2 O
Ir m
LLJ Q W
a
D
� Z s
00 a
�Z
~ W a'
c
D i
m
c
a
s
i
3 O
�g
v
�Y
<
tc
I
a
S 4
o' I
a
a i
w li
0
I
m I
F-
o a
w 0
G O
Z �
w
00 Y -
Z
<OM
C7
°
w 3N 3il V SONONO3
� a
0 ¢
0
w ¢
O: o m
m
U
3 0
0 .91 X3
rn
>m
Z�mt~i�
z
2
CSono
��O
bA31 b1S Nay
Q
W iGJ
O
p�'34
¢yu
WD
d Pal
GAS G S G S
�HdSV 30 Hl
9[ X-7 I
U
V to
W W
W
U
2g2 U
U
N
W
I
J
Z
J
n
2 U
j dA
O o0
U
2 \ _
OU s •. H
GA r GAS °
z
o
SS .8 Y3 m
2 z
Z
O
U
\ z
30V7d H1S 3N E
U
00 /O 9 M3N
OS .YZ M3N W
v— (O3NOONV V 0.9 X3
2
Q apJ�
w
o
GA _ GAS
� a
ss -g X3 m c
c) c
z
\ 4
Q 3OV7d H193N ~
-T —
S
H
O
J
Fn
z
O
WO
' 7
Z co _II
Z +
0,1 w
UQa
F- U
m a' O
z
J
E)
Z
_O
r
W r7 O
O II
Z N+,
O�w
J
UQQ
h- U
N (A
o
o
a
vry
H l
U
W Z
0
Q
a w
Z Q
W �
-� Q W
LW =o
F- Q L) O
to J W H
W a Z U
Z W W w
Cr > Z
Q
a aC
2 O
Ir m
LLJ Q W
a
D
� Z s
00 a
�Z
~ W a'
c
D i
m
c
a
s
i
3 O
�g
v
�Y
<
tc
I
a
S 4
o' I
a
a i
w li
0
I
m I
CL 2 ZQad C% J N
k �.1
V G O >rn 3
i
2%o
Z 0'3 n
l�h
iS� >_ ONNm
X �.E U
3VWN 103rOdd _
s.n'ans- sz \om \s— oa \am \;n 3rertrnu
-.� ���
z
0
Ln
o a
w 0
G O
Z �
w
tl$$
<OM
� a
0 ¢
0
w ¢
O: o m
m
rn
z
�ooio 0
O �mNE
bA31 b1S Nay
CL 2 ZQad C% J N
k �.1
V G O >rn 3
i
2%o
Z 0'3 n
l�h
iS� >_ ONNm
X �.E U
3VWN 103rOdd _
s.n'ans- sz \om \s— oa \am \;n 3rertrnu
-.� ���
C
tl$$
<OM
rn
�ooio 0
O �mNE
W iGJ
CL 2 ZQad C% J N
k �.1
V G O >rn 3
i
2%o
Z 0'3 n
l�h
iS� >_ ONNm
X �.E U
3VWN 103rOdd _
s.n'ans- sz \om \s— oa \am \;n 3rertrnu
-.� ���
o- /Q a `5� / \ /o-
<
El
/0 .9 X3
l0 .9 7l3
3N 9A V X30NI
Jy
2'G(
001 Xddv
ss"e
3.HQ
is
ONE
c
clr
E
al rz
0 .9 X3,
MJ 9 -X3
3N 3A V X30NI
g: w
%0 (.3
!L
-Z 2'G(
CK
301 Xdd
IV
ss"8
qi ip
3HQ 0 H i 6 T
'OLE
to
"sl
sz9s-z?l-Him
G N 3
ti
ss .1?
GAS
GAS
—H
ly LL mod. L
3JV7dHl93N
3MIN 103fMid
W117M ■
u Oo'o
W
z
z +
Lr)
0 d-
Ld
O
0
LLJ
0
U
Z
0
(93--
Z
F-
U
W
Q
z
0
11--
C) --o
Z W (6
j II
z 03
0 -t
_j
F- C)
( /3 (1)
�2
cy
q
Cy
C)
W
3 ZZ
0
w
! U)
Z ;z
W
,-J 2 CL
L
w
m c)
I,- < 0
In _j w
W m a
Z W ul
Z <
0
ur U) C)
0
QC)
w
LL-
00
>-
LLI
2
E
!cc
yy
0
z
iiiiii'
GN]
z
0
ti
LA
I
W Q
O 0
Z 0
GAS
0
0
—H
.9-1 X3
oz
z
z
0
lu A?
z
1(G3N0GNY8VJ
/D .9 X3
ci
30V7dH193N
.0
21
bo
sz9s-z?l-Him
G N 3
ti
ss .1?
GAS
GAS
—H
ly LL mod. L
3JV7dHl93N
3MIN 103fMid
W117M ■
u Oo'o
W
z
z +
Lr)
0 d-
Ld
O
0
LLJ
0
U
Z
0
(93--
Z
F-
U
W
Q
z
0
11--
C) --o
Z W (6
j II
z 03
0 -t
_j
F- C)
( /3 (1)
�2
cy
q
Cy
C)
W
3 ZZ
0
w
! U)
Z ;z
W
,-J 2 CL
L
w
m c)
I,- < 0
In _j w
W m a
Z W ul
Z <
0
ur U) C)
0
QC)
w
LL-
00
>-
LLI
2
E
!cc
yy
0
z
iiiiii'
<mnE
Aw. -
0 o.
>
LL, -
>
Z
Z 0.:,2
Li PFN
o<
z
0
LA
I
W Q
O 0
Z 0
0
0
ON
<mnE
Aw. -
0 o.
>
LL, -
>
Z
Z 0.:,2
Li PFN
o<