Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract� I
I I
C'
IL
� I
� I
� I
Award Date:! I A /,?-0 13
Awarded to: C'Co4yuC�c",
6D1 Jawlur au
Contractor Quote Requirements, City of
Renton Forms, Contract Forms,
Conditions of the Contract, Plans and
Specifications
City of Renton
1055 South Grady Way
Renton WA 98057
General Bid Information:
Project Manager: Ben Dahle
I
425- 430 -7471
425- 430 -7476
CAG -13 -177
Noon
N `f�
City of Renton
Construction of:
WILL ROGERS -WILEY
MEMORIAL SEAPLANE
BASE MAINTENANCE
DREDGING PROJECT
PROJECT NO. CAG -13 -177
® Printed on Recycled Paper
City of Renton
ADDENDUM NO.1
Will Rogers — Wiley Post Memorial Seaplane Base
Public Works
Transportation Division
City Hall, 5th Floor
1055 South Grady Way
Renton WA 98057
Maintenance Dredging Project
To All Contract Document Holders:
October 3, 2013
You are hereby notified of the following changes, deletions, additions, corrections and clarifications
to the plans, specifications, and other documents comprising the Contract Documents for the City of
Renton Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Project.
Acknowledge receipt of this addendum on the Bid Form. Failure to do so may subject the Bidder to
disqualification.
This addendum consists of:
- Miscellaneous changes to the special provisions, plan sheet 4 and revisions to appendices.
Description of Change
Replace existing entire documents with the following revised versions:
• Contract Agreement, prepared by the City of Renton, attached.
• Special Provisions (complete set of Division 1), prepared by Coast & Harbor Engineering,
attached.
• Appendix D: CONSTRUCTION SAFETY & PHASING PLAN (CSPP), prepared by URS,
attached.
• Plans, Revised Sheet 4, prepared by Coast & Harbor Engineering, attached.
NO OTHER CHANGES
By: Ben Dahle, P.E.
' Airport Capital Project Coordinator
Page 1 of 1 Revised 10/3/2013
Addendum No. 1— Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging
`O »1 Iff'
f + i
4
City of Renton
ADDENDUM NO.1
Will Rogers — Wiley Post Memorial Seaplane Base
Public Works
Transportation Division
City Hall, 5th Floor
1055 South Grady Way
Renton WA 98057
Maintenance Dredging Project
To All Contract Document Holders:
October 3, 2013
You are hereby notified of the following changes, deletions, additions, corrections and clarifications
to the plans, specifications, and other documents comprising the Contract Documents for the City of
Renton Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Project.
Acknowledge receipt of this addendum on the Bid Form. Failure to do so may subject the Bidder to
disqualification.
This addendum consists of:
- Miscellaneous changes to the special provisions, plan sheet 4 and revisions to appendices.
Description of Change
Replace existing entire documents with the following revised versions:
• Contract Agreement, prepared by the City of Renton, attached.
• Special Provisions (complete set of Division 1), prepared by Coast & Harbor Engineering,
attached.
• Appendix D: CONSTRUCTION SAFETY & PHASING PLAN (CSPP), prepared by URS,
attached.
• Plans, Revised Sheet 4, prepared by Coast & Harbor Engineering, attached.
NO OTHER CHANGES
By: Ben Dahle, P.E.
' Airport Capital Project Coordinator
Page 1 of 1 Revised 10/3/2013
Addendum No. 1— Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging
J
l�
CONTRACT AGREEMENT
(CONTRACTS OTHER THAN FEDERAL -AID FHWA)
THIS AGREEMENT, made and entered into this _
THE CITY OF RENTON, Washington, a municipal
referred to as "CITY" and
"CONTRACTOR."
day of , , . by and between
corporation of the State of Washington, hereinafter
hereinafter referred to as
WITNESSETH:
1) The Contractor shall within the time stipulated, (to -wit: within 4 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. CAG -13 -177 for improvement by
construction and installation of:
Work as described in "Scope of Work" 5 attached hereto.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict
conformity with the plans and specifications, including any and all addenda issued by the City and all
other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances
and regulations of the City of Renton and any other governmental authority having jurisdiction
thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines,
tools, equipment and services shall be furnished and the construction installation performed and
completed to the satisfaction and the approval of the City's Public Works Director as being in such
' conformity with the plans, specifications and all requirements of or arising under the Contract. The
Contractor agrees to use recycled materials whenever practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this
agreement, consists of the following documents, all of which are component parts of said Contract and
as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached.
'
a)
This Agreement
b)
Instruction to Bidders
c)
Bid Proposal
d)
Specifications
e)
Maps and Plans
f)
Bid
g)
Advertisement for Bids
'
h)
Special Provisions, if any
i)
Technical Specifications, if any
t
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will
insure its completion within the time specified in this Contract, or any extension in writing thereof, or
fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he
should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on
account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the
provisions of this Contract, the City may then serve written notice upon him and his surety of its
intention to terminate the Contract, and unless within ten (10) days after the serving of such notice,
such violation or non - compliance of any provision of the Contract shall cease and satisfactory
arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10)
day period, cease and terminate in every respect. In the event of any such termination, the City shall
immediately serve written notice thereof upon the surety and the Contractor and the surety shall have
the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15)
days after the serving upon it of such notice of termination does not perform the Contract or does not
commence performance thereof, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem advisable, for the
account and at the expense of the Contractor, and his surety shall be liable to the City for any excess
cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without
liability for so doing, take possession of and utilize in completing said Contract such materials,
machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be
on site of the project and useful therein.
L
t
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies .
available to the City. I
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, 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,
'I
1
t
J
1
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 50
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
1 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.
' 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.
tFinal 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.
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
numbers
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.
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.
F�,
t
t
t
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.
CONTRACTOR CITY OF RENTON
President/Partner /Owner
Secretary
dba
Firm Name
Mayor
check one
❑ Individual ❑ Partnership ❑ Corporation Incorporated in
IAttention:
� I
� I
� I
� I
� I
� I
ATTEST
City
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.
Special Provisions
City of Renton Will Rogers -Wiley Post Memorial
Seaplane Base Maintenance Dredging Project
Prepared for:
City of Renton
This document was prepared by a Professional Engineer to
assist the City of Renton with the special provisions for the
Will Rogers -Wiley Post Memorial Seaplane Base
Maintenance Dredging Project.
Prepared by:
�1�/3
R. Shane Phillips, P.E.
COAST & HARBOR
ENGINEERING
110 Main Street, Suite 103
Edmonds, WA 98020
Ph 425 778.6042
Fax 425 977.1095
ISPECIAL PROVISIONS — CITY OF RENTON - WILL ROGERS -WILEY POST
MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT
DIVISION 1— GENERAL REQUIREMENTS
INTRODUCTION
(July 31, 2007 APWA GSP)
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State
j Department of Transportation ( WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications,
as modified or supplemented by the Amendments to the Standard Specifications and these
Special Provisions, all of which are made a part of the Contract Documents, shall govern all of
the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from various
sources, which may have project - specific fill -ins; and project - specific Special Provisions. Each
Provision supplements, modifies, or replaces the comparable Standard Specification, or is a new
Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the
Standard Specifications is meant to pertain only to that particular portion of the section, and in
no way should it be interpreted that the balance of the section does not apply.
1 The project - specific Special Provisions are not labeled as such. The GSPs are labeled under the
headers of each GSP, with the date of the GSP and its source, as follows:
(May 18, 2007 APWA GSP)
(August 7, 2006 WSDOT GSP)
Also incorporated into the Contract Documents by reference are:
Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current
edition
Contractor shall obtain copies of these publications, at Contractor's own expense.
AMENDMENTS TO THE STANDARD SPECIFICATIONS
The Amendments to the Standard Specifications, available at the following web page,
http: / /www.wsdot.wa.govBusiness/ Construction/ SpecificationsAmendmentsGSPs .htm, are
made a part of this contract and supersede any conflicting provisions of the Standard
Specifications. For informational purposes, the index to the amendments contains a code
number which identifies the section of the Standard Specifications being amended (l0.AP1
indicates that Section 1 -10 is the section being amended). The date following each Amendment
title or section heading indicates the implementation date of the Amendment or the date of the
last revision. Each Amendment contains all current revisions to the applicable section of the
Standard Specifications and may include references that do not apply to this particular project.
City of Renton' Addendum 11 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -1
DESCRIPTION OF WORK
This contract provides for the maintenance dredging to pre -2007 flood conditions at the City of
,
Renton's Will Rogers -Wiley Memorial Seaplane Base in accordance with Federal airspace
regulations, site -use restrictions, the Contract Plans, these Contract Provisions, Project Permits,
and the Standard Specifications. The project will consist of dredging, dredged material handling,
,
and disposal at the Elliott Bay, deep -water disposal location. "The Renton Municipal Airport and
all associated facilities shall remain fully operational throughout the duration of construction.
1 -01.3 Definitions
'
(March 8, 2013 AP WA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace them
t
with the following:
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
t
The day the Engineer determines the Contractor has completed all in -water work
(dredging, piling, and float installation work).
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation
required by the Contract and required by law does not necessarily need to be furnished by
the Contractor by this date.
Completion Date
The day all the Work specified in the Contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required
by the Contract and required by law must be furnished by the Contractor before
establishment of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
All references in the Standard Specifications, Amendments, or WSDOT General Special
Provisions, to the terms "State ", "Department of Transportation ", "Washington State
City of Renton L Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -2
1
t
ITransportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary ",
City of Renton - Addendum 11 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -3
"Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ".
All references to "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location ".
All references to "final contract voucher certification" shall be interpreted to mean the final
'
payment form established by the Contracting Agency.
The venue of all causes of action arising from the advertisement, award, execution, and
performance of the contract shall be in the Superior Court of the County where the
Contracting Agency's headquarters are located.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid Proposal,
which may, at the discretion of the Contracting Agency, be awarded in addition to the base
bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
Proposal, from which the Contracting Agency may make a choice, between different methods
or material of construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in Section
1 -08.5.
Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever bond
form(s) are required by the Contract Documents, which may be a combination of a Payment
Bond and a Performance Bond.
Contract Documents
See definition for "Contract ".
Contract Time
The period of time established by the terms and conditions of the Contract within which the
Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency's acceptance of the Bid Proposal. .
Notice to Proceed
'
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on which the
Contract time begins.
iTraffic
Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
City of Renton - Addendum 11 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -3
1 -02 BID PROCEDURES AND CONDITIONS
1 -02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1 -02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be
awarded a public works project.
1 -02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the Call
for Bids (Advertisement for Bids) for the work.
After award of the contract, plans and specifications will be issued to the Contractor at no
cost as detailed below:
To Prime Contractor
No. of Sets
Basis of Distribution
Reduced plans (11" x 17 ")
2
Furnished automatically
u on award.
Contract Provisions
2
Furnished automatically
upon award.
Large plans (e.g., 22" x
1
Furnished only upon
34 ")
request.
Additional plans and Contract Provisions may be obtained by the Contractor from the source
stated in the Call for Bids, at the Contractor's own expense.
1- 02.4(2) Subsurface Information
(March 8, 2013 APWA GSP)
The second sentence in the first paragraph is revised to read:
The Summary of Geotechnical Conditions and the boring logs, if and when included as
an appendix to the Special Provisions, shall be considered as part of the Contract.
City of Renton t_ Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -4
t
t
t
t
t
F1
fi
r]
t
t
t
1 -02.5 Proposal Forms
(June 27, 2011 AP WA GSP)
IDelete this section and replace it with the following:
1 -02.6 Preparation of Proposal
(June 27, 2011 APWA GSP)
Supplement the second paragraph with the following:
1. If a minimum bid amount has been established for any item, the unit or lump sum price
must equal or exceed the minimum amount stated.
2. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed
by the signer of the bid.
Delete the last paragraph, and replace it with the following:
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A
j copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member
of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid
Form if any D /W/MBE requirements are to be satisfied through such an agreement.
City of Renton L Addendum 11, Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -5
The Proposal Form will identify the project and its location and describe the work. It will
also list estimated quantities, units of measurement, the items of work, and the materials to be
furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that
call for, but are not limited to, unit prices; extensions; summations; the total bid amount;
signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda;
-e
the bidder's name, addr_es_ s, telephone number, and signature; '+'fir bidtler's_D/N4rt'� E
--
r-
a State of Washington Contractor's Registration Number; and a
Business License Number, if applicable. Bids shall be completed by typing or shall be
printed in ink by hand, preferably in black ink. The required certifications are included as
part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all
forth in the Proposal Form
alternates and additives set unless otherwise specified.
1 -02.6 Preparation of Proposal
(June 27, 2011 APWA GSP)
Supplement the second paragraph with the following:
1. If a minimum bid amount has been established for any item, the unit or lump sum price
must equal or exceed the minimum amount stated.
2. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed
by the signer of the bid.
Delete the last paragraph, and replace it with the following:
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A
j copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member
of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid
Form if any D /W/MBE requirements are to be satisfied through such an agreement.
City of Renton L Addendum 11, Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -5
1 -02.7 Bid Deposit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency- assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature of
the person authorized to submit the bid should agree with the signature on the bond, and
the title of the person must accompany the said signature;
6. The signature of the surety's officer empowered to sign the bond and the power of
attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1 -02.9 Delivery of Proposal
(August 15, 2012 APWA GSP, Option A)
Delete this section and replace it with the following:
Each proposal shall be submitted in a sealed envelope, with the Project Name and Project
Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as
otherwise required in the Bid Documents, to ensure proper handling and delivery.
The Contracting Agency will not open or consider any Bid Proposal that is received after the
time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other
than that specified in the Call for Bids.
1 -02.13 Irregular Proposals
(March 13, 2012 APWA GSP)
Revise item 1 to read:
1. A proposal will be considered irregular and will be rejected if.
a. The Bidder is not prequalified when so required;
City of Renton L Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -6
t
t
t
t
t
1
t
f1
t
b. The authorized proposal form furnished by the Contracting Agency is not used or
is altered;
C. The completed proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or
enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
h. More than one proposal is submitted for the same project from a Bidder under the
same or different names.
1 -02.14 Disqualification of Bidders
(March 8, 2013 APWA GSP, Option A)
Delete this Section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder
responsibility criteria in RCW 39.04.350(1), as amended.
As evidence that the Bidder meets the mandatory bidder responsibility criteria, the apparent
two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid
submittal deadline, documentation (sufficient in the sole judgment of the Contracting
Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency
reserves the right to request such documentation from other Bidders as well, and to request
further documentation as needed to assess bidder responsibility. The Contracting Agency
also reserves the right to obtain information from third parties concerning a Bidder's
compliance with the mandatory bidder responsibility criteria.
If the Contracting Agency determines the Bidder does not meet the mandatory bidder
responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the
Contracting Agency shall notify the Bidder in writing, with the reasons for its determination.
If the Bidder disagrees with this determination, it may appeal the determination within two
(2) business days of the Contracting Agency's determination by presenting its appeal and any
additional information to the Contracting Agency. The Contracting Agency will consider the
appeal and any additional information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting Agency will not
execute a contract with any other Bidder until at least two business days after the Bidder
determined to be not responsible has received the Contracting Agency's final determination.
1 -02.15 Pre Award Information
(October 1, 2005 APWA GSP)
Revise this section to read:
City of Renton L Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -7
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of the apparent lowest responsible bidder:
1. A complete statement of the origin, composition, and manufacture of any or all materials
to be used,
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing the order of
and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain, and furnish a copy of, a business license to do business in the city or county
where the work is located.
7. A copy of State of Washington Contractor's Registration, or
8. Any other information or action taken that is deemed necessary to ensure that the bidder
is the lowest responsible bidder.
1 -03.3 Execution of Contract
(October 1, 2005 AP WA GSP)
Revise this section to read:
Copies of the Contract Provisions, including the unsigned Form of Contract, will be available
for signature by the successful bidder on the first business day following award. The number
of copies to be executed by the Contractor will be determined by the Contracting Agency.
Within 5 calendar days after the award date, the successful bidder shall return the signed
Contracting Agency - prepared contract, an insurance certification as required by
Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before
execution of the contract by the Contracting Agency, the successful bidder shall provide any
pre -award information the Contracting Agency may require under Section 1- 02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency-
furnished sites. The Contractor shall bear all risks for any work begun outside such areas and
for any materials ordered before the contract is executed by the Contracting Agency.
1 -03.4 Contract Bond
(October 1, 2005 AP WA GSP)
Revise the first paragraph to read:
The successful bidder shall provide an executed contract bond for the full contract amount.
This contract bond shall:
1. Be on a Contracting Agency - furnished form;
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
City of Renton ! Addendum I Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -8
t
t
t
t
L
1
ii
t
t
1
u
11
t
1
t
t
b. Appears on the current Authorized Insurance List in the State of Washington
published by the Office of the Insurance Commissioner,
3. Be conditioned upon the faithful performance of the contract by the Contractor within the
prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency
against any claim of direct or indirect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform the contract, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors,
material, person, or any other person who provides supplies or provisions for carrying
out the work;
5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the
bond; and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond must be signed by the
president or vice - president, unless accompanied by written proof of the authority of the
individual signing the bond to bind the corporation (i.e., corporate resolution, power of
attorney or a letter to such effect by the president or vice - president).
1 -04 SCOPE OF THE WORK
1 -04.1 Intent of the Contract
A. The intent of this contract is to prescribe a complete work for the maintenance dredging.
The Contractor shall establish quality control for all work performed and all products
supplied to assure compliance with the Standard Specifications and these Special
Provisions. Standard Specifications are:
Standard Specifications for Road, Bridge, and Municipal Construction 2012 (M414 0)
Copies of the Standard Specifications are available from:
Washington State Department of Transportation (WSDOT)
Engineering Publications Room SD3
P.O. Box 47304
Olympia, WA 98504 -7304
Phone: (360) 705 -7430
1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and
Addenda
(March 13, 2012 APWA GSP)
Revise the second paragraph to read:
City of Renton Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -9
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Amendments to the Standard Specifications,
6. Standard Specifications,
7. contracting Agency's Standard Plans or Details (if any), and
K - WS DOT Standard Plans for I oad,, Bridge, and Municipal Construct o
1 -05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 AP WA GSP)
Supplement this section with the following:
i
If the Contractor fails to remedy defective or unauthorized work within the time specified in
a written notice from the Engineer, or fails to perform any part of the work required by the
Contract Documents, the Engineer may correct and remedy such work as may be identified
in the written notice, with Contracting Agency forces or by such other means as the
Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and replaced, or
have work the Contractor refuses to perform completed by using Contracting Agency or
other forces. An emergency situation is any situation when, in the opinion of the Engineer, a
delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage
to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include in
particular, but without limitation, compensation for additional professional services required,
and costs for repair and replacement of work of others destroyed or damaged by correction,
removal, or replacement of the Contractor's unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights
provided by this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect to
the Contractor's failure to perform the work as required.
i
I
City of Renton - Addendum 11 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -10
I
1
t
C
1 -05.11 Final Inspection
Delete this section and replace it with the following:
1 -05.11 Final Inspections and Operational Testing
(October 1, 2005 AP WA GSP)
1- 05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall so
notify the Engineer and request the Engineer establish the Substantial Completion Date. The
Contractor's request shall list the specific items of work that remain to be completed in order
to reach physical completion. The Engineer will schedule an inspection of the work with the
Contractor to determine the status of completion. The Engineer may also establish the
Substantial Completion Date unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice to the
Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer
does not consider the work substantially complete and ready for its intended use, the
Engineer will, by written notice, so notify the Contractor giving the reasons therefor.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the Contractor
expects to reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the work physically complete and ready for
final inspection.
1- 05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final inspection,
the Contractor by written notice shall request the Engineer to schedule a final inspection. The
Engineer will set a date for final inspection. The Engineer and the Contractor will then make
a final inspection and the Engineer will notify the Contractor in writing of all particulars in
which the final inspection reveals the work incomplete or unacceptable. The Contractor shall
immediately take such corrective measures as are necessary to remedy the listed deficiencies.
Corrective work shall be pursued vigorously, diligently, and without interruption until
physical completion of the listed deficiencies. This process will continue until the Engineer is
satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to .
Section 1 -05.7.
City of Renton t Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -11
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered physically
complete. That date shall constitute the Physical Completion Date of the contract, but shall
not imply acceptance of the work or that all the obligations of the Contractor under the
contract have been fulfilled.
The costs for power, gas, labor, material, supplies, and everything else needed to successfully
complete operational testing, shall be included in the unit contract prices related to the
system being tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the contract.
Add the following new section: I
1- 05.12(1) One -Year Guarantee Period
(March 8, 2013 APWA GSP)
For all work except dredging, the Contractor shall return to the project and repair or
replace all defects in workmanship and material discovered within one year after Final
Acceptance of the Work. The Contractor shall start work to remedy any such defects
within 7 calendar days of receiving Contracting Agency's written notice of a defect, and
shall complete such work within the time stated in the Contracting Agency's notice. In
case of an emergency, where damage may result from delay or where loss of services
may result, such corrections may be made by the Contracting Agency's own forces or
another contractor, in which case the cost of corrections shall be paid by the Contractor. 1
In the event the Contractor does not accomplish corrections within the time specified,
the work will be otherwise accomplished and the cost of same shall be paid by the
Contractor.
When corrections of defects are made, the Contractor shall then be responsible for
correcting all defects in workmanship and materials in the corrected work for one year
after acceptance of the corrections by Contracting Agency.
This guarantee is supplemental to and does not limit or affect the requirements that the
Contractor's work comply with the requirements of the Contract or any other legal rights
or remedies of the Contracting Agency.
1 -05.15 Method of Serving Notices 1
(March 25, 2009 APWA GSP)
Revise the second paragraph to read: ,
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest, notice of
dispute, or other correspondence constituting notification required to be furnished under the
Contract, must be in paper format, hand delivered or sent via mail delivery service to the
City of Renton f Addendum I Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -12
t
t
Project Engineer's office. Electronic copies such as a -mails or electronically delivered copies
of correspondence will not constitute such notice and will not comply with the requirements
of the Contract.
Add the following new section:
1 -05.16 Water and Power
(October 1, 2005 AP WA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power and
water necessary for the performance of the work, unless the contract includes power and
water as a pay item.
Add the following new section:
1 -05.17 Oral Agreements
(October 1, 2005 AWPA GSP)
No oral agreement or conversation with any officer, agent, or employee of the Contracting
Agency, either before or after execution of the contract, shall affect or modify any of the
terms or obligations contained in any of the documents comprising the contract. Such oral
agreement or conversation shall be considered as unofficial information and in no way
binding upon the Contracting Agency, unless subsequently put in writing and signed by the
Contracting Agency.
Add the following new section:
1 -07 LEGAL RELATIONS AND RESPONSIBILITES TO THE PUBLIC
1 -07.1 Laws to be Observed
(October 1, 2005 AP WA GSP)
Supplement this section with the following:
1
City of Renton Addendum I Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -13
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor shall
establish, publish, and make known to all employees, procedures for ensuring immediate
removal to a hospital, or doctor's care, persons, including employees, who may have been
injured on the project site. Employees should not be permitted to work on the project site
1
City of Renton Addendum I Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -13
before the Contractor has established and made known procedures for removal of injured
persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's plant, appliances, and methods, and for any damage or injury resulting from
their failure, or improper maintenance, use, or operation. The Contractor shall be solely and
completely responsible for the conditions of the project site, including safety for all persons
and property in the performance of the work. This requirement shall apply continuously, and
not be limited to normal working hours. The required or implied duty of the Engineer to
conduct construction review of the Contractor's performance does not, and shall not, be
intended to include review and adequacy of the Contractor's safety measures in, on, or near
the project
1 -07.5 Environmental Regulations
Section 1 -07.5 is supplemented with the following:
The Contractor shall be responsible for adhering and conforming to all applicable provisions,
conditions, and requirements of the project permits.
The following permits, permit updates, and addenda have been issued specifically for this project
and their requirements apply to this work. Copies are provided in Appendix B to this section:
1. U.S. Army Corps of Engineers Clean Water Act Section 404 Permit.
2. Washington State Department of Ecology Clean Water Act Section 401 Water
Quality Certification, Order #10080, dated September 5, 2013.
3. Washington State Department of Fish and Wildlife Hydraulic Project Approval
(HPA)
4. National Oceanic and Atmospheric Administration (NOAA) Endangered Species
Act (ESA) Section 7 Informal Consultation Concurrence Letter, dated October 31,
2012.
5. State Environmental Policy Act (SEPA) Mitigated Determination of Non -
Significance (MDNS), dated July 12, 2013.
6. King County Clearing and Grading Permit.
7. Department of Natural Resources (DNR) Aquatic Lands Right of Entry License.
The following rules, requirements, and regulations specified shall apply to this work for erosion
and pollution control:
1. City of Renton Storm Water Management Program
Any conflicts between these Contract Specifications and the project permits will be brought to
the attention of the Contracting Agency. Nothing whatsoever shall be deemed to authorize
violation of these permits.
The Contractor will be responsible to adhere to original permit requirements as well as
associated permit updates and addenda.
Fourteen (14) days prior to mobilization, The Contractor shall submit a.Statement of
Understanding indicating that he acknowledges all conditions of the project permits listed in
Section 1 -07.
City of Renton" Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -14
1
t
1 -07.9 Wages
Section 1- 07.9(1) is supplemented with the following:
The Federal wage rates for heavy Construction incorporated in this contract have been
established by the Secretary of Labor under United States Department of labor General Decision
No. WA130105. These rates are applicable to heavy construction.
1 -07.17 Utilities and Similar Facilities
Section 1 -07.17 is supplemented with the following:
* * * * **
Locations and dimensions shown in the Plans for the existing utilities (i.e. Metro Sewer line and
the AT &T Communication line) are in accordance with available information obtained without
uncovering, measuring, or other verification. The Contractor shall field verify the location and
elevation of all utilities using either multi -beam, sub -bottom profiling, magnetometer survey or
another approved method for field locating the utility lines shown within the dredge work areas
(Dredge Area 1 and Area 2) shown on the Plans and any proposed contractor equipment mooring
areas outside the dredge work areas.
The Contractor shall protect all private and public utilities from damage resulting from the Work.
Among others, these utilities include: telephone, telegraph, and power lines; pipelines, sewer and
water lines; railroad tracks and equipment; and highway lighting and signing systems, and
intelligent transportation systems (ITS). All costs required to protect public and private utilities
shall be at the Contractor's expense, except as provided otherwise in this Section.
RCW 19.122 relates to underground utilities. In accordance with this RCW, the Contractor shall
call the One - Number Locator Service for field location of utilities. If no locator service is
available for the area, notice shall be provided individually to those owners of utilities known to,
or suspected of, having underground facilities within the area of the proposed excavation.
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
City of Renton : Addendum 11 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -15
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.
All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the
contract and no additional payment will be made.
1 -07.18 2 ) Coverages
( g
All coverage provided by the Contractor shall be in a form and underwritten by a company
acceptable to the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage
,
are acceptable when written on a claims -made basis). The City may also require proof of
professional liability coverage be provided for up to two (2) years after the completion of
the project.
3. The City may request a copy of the actual declaration page(s) for each insurance policy
affecting coverage(s) required by the Contract prior to the date work commences.
4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If
j
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.
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.
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.
City of Renton — Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -16
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.
• Products /Completed Operations
• Contractual Liability (including Amendatory. Endorsement CG 0043 or equivalent
B.
which includes defense coverage assumed under contract)
C.
• Broad Form Property Damage
D.
Independent Contractors
• Personal /Advertising Injury
• Stop Gap Liability
B.
Automobile Liability including all
E.
• Owned Vehicles
• Non -Owned Vehicles
Hired Vehicles
C.
Workers' Compensation
• Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number
D.
Umbrella Liability (when necessary)
• Excess of Commercial General Liability and Automobile Liability. Coverage should
City of Renton f Addendum I Project No: CAG 13 -177
be as broad as primary.
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -17
E.
Professional Liability - (whenever the work under this Contract includes Professional
Liability, including Advertising activities) the (CONTRACTOR) shall maintain
professional liability covering wrongful acts, errors and/or omissions of the
(CONTRACTOR) for damage sustained by reason of or in the course of operations under
this Contract.
F.
Pollution Liability - the City may require this coverage whenever work under this
Contract involves pollution risk to the environment. This coverage is to include sudden
and gradual coverage for third party liability including defense costs and completed
operations.
Contractor shall name City of Renton, and its officers, officials, agents, employees and
volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall
provide City of Renton Certificates of Insurance prior to commencement of work. The City
reserves the right to request copies of insurance policies, if at their sole discretion it is deemed
appropriate. Further, all policies of insurance described above shall:
A.
Be on a primary basis not contributory with any other insurance coverage and/or self -
insurance carried by City of Renton.
B.
Include a Waiver of Subrogation Clause.
C.
Severability of Interest Clause (Cross Liability)
D.
The Contractor shall provide the Contracting Agency and all Additional Insured's with
written notice of any policy cancellation, within two business days of their receipt of such
notice.
E.
Failure on the part of the Contractor to maintain the insurance as required shall constitute
a material breach of contract, upon which the Contracting Agency may, after giving five
business days notice to the Contractor to correct the breach, immediately terminate the
contract or, at its discretion, procure or renew such insurance and pay any and all
premiums in connection therewith, with any sums so expended to be repaid to the
Contracting Agency on demand, or at the sole discretion of the Contracting Agency,
offset against funds due the Contractor from the Contracting Agency.
City of Renton f Addendum I Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -17
1- 07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the Contractor
from liability in excess of such limits. The Contractor shall carry the following limits of
liability as required below:
Commercial General Liability
$1,000,000
s
General Aggregate*
$2,000,000 L*,
Products /Completed Operations Aggregate
$2,000,000'A
Each Occurrence Limit
$1,000,000
Personal/Advertising Injury
$1,000,000
Fire Damage (Any One Fire)
$50,000
Medical Payments (Any One Person)
$5,000
Stop Gap Liability
$1,000,000
j
* General Aggregate to apply per project
$1,000,000
(ISO Form CG2503 or equivalent)
The City may require the Contractor to keep p rofessional liability coverage in effect for up
to two (2) years after completion of the project.
Automobile Liability
City of Renton! Addendum 1
Bodily Injury/Property Damage
$1,000,000
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project
(Each Accident)
Workers' Compensation
Statutory Benefits - Coverage A
Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
Each Occurrence Limit
$1,000,000
General Aggregate Limit
$1,000,000
Products /Completed Operations Aggregate
$1,000,000
Professional Liability (If required)
Each Occurrence/ Incident/Claim
$1,000,000
Aggregate
$2,000,000
Pollution Liability If required to apply on a per
project basis
Per Loss
$1,000,000
j
Aggregate
$1,000,000
The City may require the Contractor to keep p rofessional liability coverage in effect for up
to two (2) years after completion of the project.
City of Renton! Addendum 1
Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project
SP -18
t
C
t
L
J
The Contractor shall promptly advise the CITY OF RENTON in the event any general
aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's
expense to comply with the minimum limits and requirements as stated above and shall
furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is
in force.
1- 07.18(4) Evidence of Insurance:
Within X910 days of award of the Contract, the Contractor shall provide evidence of
insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD
Form 25s or equivalent) conforming to items as specified in Sections 1- 07.18(1), 1- 07.18(2),
and 1- 07.18(3) as revised above. Other requirements are as follows:
A. Strike the following or similar wording: "This Certificate is issued as a matter of
information only and confers no rights upon the Certificate Holder ".
B. Strike the wording regarding cancellation notification to the City: "Failure to mail such
notice shall impose no obligation or liability of any kind upon the company, its agents
or representatives ".
C. Amend the cancellation clause to state: "Should any of the above described policies be
cancelled before the expiration date thereof, notice will be delivered in accordance with
the policy provisions."
For Professional Liability coverage only, instead of the cancellation language specified
above, the City will accept a written agreement that the consultant's broker will
provide the required notification.
1- 07.18(5)D Coverage for Working On, Over, or Near Navigable Waters
(May 10, 2006 APWA GSP)
This contract involves work on or adjacent to navigable water, as defined by the U.S.
Department of Labor. The Contractor therefore shall provide proof of insurance coverage in
compliance with the statutory requirements of the U.S. Longshore and Harbor Workers'
Compensation Act (administered by the U.S. Department of Labor).
If the Contractor is working from barges or any other watercraft, owned or non - owned, the
Contractor must maintain Protection and Indemnity (P &I) insurance providing coverage for
actions of the crew to third parties to the same limits stated under Section 1- 07.18(5)A for
Commercial General Liability Insurance. The Contractor must also provide proof of insurance
coverage in compliance with the statutory requirements of the Merchant Marine Act of 1920 (the
"Jones Act ").
1 -07.24 Rights of Way
(October 1, 2005 AP WA GSP)
Delete this section in its entirety, and replace it with the following:
City of Renton f— Addendum f Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -19
Street right of way lines, limits of easements, and limits of construction permits are indicated
in the Plans. The Contractor's construction activities shall be confined within these limits,
unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way
and easements, both permanent and temporary, necessary for carrying out the work.
Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's
attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public right of
way, the Contractor shall meet and fulfill all covenants and stipulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property.
Copies of the easement agreements may be included in the Contract Provisions or made
available to the Contractor as soon as practical after they have been obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these
areas are so noted in the Plans. The Contractor shall not proceed with any portion of the
work in areas where right of way, easements or rights of entry have not been acquired until
the Engineer certifies to the Contractor that the right of way or easement is available or that
the right of entry has been received. If the Contractor is delayed due to acts of omission on
the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the
Contractor will be entitled to an extension of time. The Contractor agrees that such delay
shall not be a breach of contract.
I
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may desire
for temporary construction facilities, storage of materials, or other Contractor needs.
However, before using any private property, whether adjoining the work or not, the
Contractor shall file with the Engineer a written permission of the private property owner,
and, upon vacating the premises, a written release from the property owner of each property
disturbed or otherwise interfered with by reasons of construction pursued under this contract.
The statement shall be signed by the private property owner, or proper authority acting for
the owner of the private property affected, stating that permission has been granted to use the
property and all necessary permits have been obtained or, in the case of a release, that the
restoration of the property has been satisfactorily accomplished. The statement shall include
t
the parcel number, address, and date of signature. Written releases must be filed with the
Engineer before the Completion Date will be established.
1 -07.25 Airport Facilities Safety and Security
(New Section) I
Site safety and security requirements are governed by City of Renton Airport, Federal Aviation
Administration (FAA) Advisory Circulars (AC), Orders and Federal Aviation Regulations
(FAR). Height restrictions will be imposed on equipment operating within the Regulated
Airspace (located both within and outside the designated dredge work areas) as outlined in the
City Renton !— Addendum 1 Project No: CAG 13 -177
h' J
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -20
r
I
i
I
f
Appendix D Construction Safety & Phasing Plan (CSPP). The CSPP provides a summary of
work area requirements for activities within the upland airport boundaries and the over -water
Runway Approach/Departure zone areas. These requirements include General Safety
Requirements, Construction and Facility Maintenance, Use of Motorized Vehicles, Radio
Communications, Security, Lighting requirements and Height Restrictions and other
Miscellaneous Requirements. Additionally, during the execution of the onsite work, the
Contractor will be required on a weekly basis to communicate to the Contracting Agency what
the proposed construction equipment heights will be for that work week.
The Contractor shall acknowledge that they understand the details included within the CSPP by
completing and submitting to the Contracting Agency a Safety Plan Compliance Document
(SPCD) as part of their Work '' submittal.
1 -08 PROSECUTION AND PROGRESS
Add the following new section:
1 -08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
Add the following new section:
1- 08.0(1) Preconstruction Conference
(October 10, 2008 AP WA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be held
between the Contractor, the Engineer and such other interested parties as may be invited.
The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties associated or affected by
the work;
3. To establish and review procedures for progress payment, notifications, approvals,
submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction conference the following:
A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A Water Quality Monitoring Plan
Add the following new section:
City of Renton P "AN&Mdum aI Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -21
k
8 -55.11) Dredging & Disposal Regulatory Requirements`
All work shall be conducted in accordance with the Contracting Agency provided permits and
other local, state, and federal requirements governing fresh water construction work.
8- 55.11)(1) Dredging Permits and Compliance
The Contractor shall be responsible to adhere and conform to all applicable provisions,
conditions, and requirements of the project permits and approvals. Any conflicts between these
Contract Specifications and issued permits shall be brought to the attention of the Contracting
Agency's Representative. Nothing whatsoever shall be deemed to authorize violation of these
permits. The following permits and approvals have been obtained by the Contracting Agency for
the dredging portion of this work. The following permits lia been or will be issued for this
project and copies will be provided to the Contractor prior to Notice to Proceed:
• Washington State Department of Fish and Wildlife (WDFW) Hydraulic Project Approval
(HPA)
• State Environmental Policy Act (SEPA) Determination of Significance (DS)
• Washington Department of Ecology Section 401 Water Quality Certification
• U.S. Army Corps of Engineers (US ACE) Section 404/10 Permit
Washington State Department of Natural Resources (DNR), Disposal Site Use
Authorization to dispose of suitable material at the Elliott Bay Open Water Disposal Site.
8- 55.11)(2) Regulatory Agency Notifications & Meetings
'
The Contractor shall provide the following in accordance with the Contracting Agency provided
J
permits:
• Notify regulatory agencies of notice of intent to dredge at least ,;A 4 days prior to the
start of dredging work.
• Attendance at a pre- dredge conference meeting with regulatory agencies to review the
Contractors Work Plan.
8- 55.11)(3) Coast Guard Notification & VTS Monitoring
t
cvi
Marine Traffic Control and Communications: The Contractor shall conduct the Work in such a
manner as to not endanger commercial and recreational vessel or seaplane navigation and shall
maintain contact with the U. S. Coast Guard (USCG) and the City to keep them advised of
dredge and barge movements. The Contractor shall monitor the VHF channel appropriate to the
small craft using
location of operation (or channels required by USCG) and warn approaching
VHF radio, flagged markers or other appropriate means as necessary to avoid conflicts. Upon
completion of the Work, the Contractor shall promptly remove his equipment, including ranges,
buoys, piles, and other marks placed under the contract in navigable waters or on shore.
r
Signal Lights and Day Shapes: The Contractor shall display signal lights and day shapes in
accordance with the General Regulations of the Department of the Army and of the Coast Guard
`> k
governing lights and day signals to be displayed by towing vessels with tows on which no signal
can be displayed; vessels working on, dredges, and vessels engaged in laying cables or pipe or in
City of Renton f Addenduml Project No: CAG 13 -177
SP -30
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project
E�j
I
t
submarine or bank protection operations, lights to be displayed on dredge pipe lines, and day
signals to be displayed by vessels of more than 65 feet in length moored or anchored within
either dredge area (Area 1 or Area 2), and the passing by other vessels of floating plant working
in navigable channels, as set forth in Commandant U.S. Coast Guard Instruction MI6672.2
Navigation Rules: International Inland (Comdtinst M16672.2) or 33 C.F.R. 81 Appendix A
(International) and 33 C.F.R. 84 and 33 C.F.R. 84 through 89 (Inland) as applicable.
Disposal Site Operations: The Contractor shall contact the USCG by radio before disposal for
position and verification of location within the surface target zone. Disposal may not commence
until verification is received from VTS. The Contractor must also report the tug, barge, skippers
name, DNR permit number and the time dumping begins and ends.
8- 55.11)(4) Native American Fisheries
The following standard site use conditions will likely be required by the Corps and DNR as part
of the Federal/State permitting processes and issuance of Disposal Site Use Permit:
• During periods of tribal fishing in the disposal site areas, disposal will only occur during
daylight hours; and
• During daylight hours, "navigation rules of the road" will apply to the dredger in the
event Indian treaty fishing is occurring at the disposal site.
• Disposal of dredged material shall be coordinated with the appropriate Tribal authorities
during periods of Tribal fishing at the disposal site.
• The Contractor must coordinate any nighttime disposal with the Enforcement Section,
Regulatory Branch. Approval must be received from the District Engineer prior to
conducting nighttime disposal.
8 -55.1E Construction Surveying Requirements
8 -55.1E (1) General
All construction surveying work for the project shall be provided by the Contractor. The scope
of Contractor provided survey consists of furnishing all materials, labor, and equipment
necessary to perform construction progress /intermediate surveying for quality control (confirm
work is being performed to specified requirements), surveying for development of progress
payments, construction staking and layout, and establishing temporary benchmarks from
Contracting Agency provided survey control.
8 -55.1E (2) - Survey Responsibilities and Sequence of Survey Work
The Contractor shall hire a survey company to conduct pre- and post- dredge surveys that will be
used to conduct measurement for payment of dredged material. The Contractor shall perform all
other survey work for controlling the work, including setting temporary benchmarks, staking and
layout, and intermediate / progress surveys. Construction survey assignments and activities
follow:
1. Establish primary survey control (Contracting Agency).
City of Renton L_
— Addendum f Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -31
2. Pre - Dredging Survey (Contractor).
3. Establish secondary survey control, including setting temporary benchmarks, and
construction staking, layout, and delineation (Contractor).
4. Intermediate and progress surveys for quality control (Contractor).
5. Final progress survey to confirm that design dredge elevation has been achieved at all
locations. (Contractor)
6. Post - construction survey (Contractor).
8 -55.1E (3) - Qualifications of Surveyor
All pre - construction, post - construction, and temporary benchmark establishment survey work
shall be conducted by an independent hydrographic surveyor that is not an employee of the
Contractor. The surveyor shall have a minimum 10 years of documented experience with
hydrographic surveying of marina and dredging works using the equipment proposed for use on
this project.
8 -55.1E (4) - Survey Equipment
Hydrographic surveys shall be conducted by the Contractor using Differential Global Positioning
System (DGPS) positioning equipment and shall use single- or multi -beam transducer sounding
techniques for measuring depths. Hydrographic surveying shall be conducted with appropriate
correction for water levels at the time of the survey. Areas not reachable with boats may be use
alternative sounding. methods (provided they provide the same level of accuracy) if approved by
the Engineer prior to conducting the survey work.
Pre /Post Dredging Surveys: Hydrographic survey work for pre /post construction surveys
shall be conducted in accordance with U.S. Army Corps of Engineers standards for Class
1 Hydrographic Survey for Navigation and Dredging support surveys per EM 1110 -2-
1003, Hydrographic Surveying. Accuracy for measured depths shall be + /- 0.3feet, and
accuracy of horizontal position shall be +/ -3 feet.
2. Intermediate/Progress Surveying: Contractor progress surveying shall be conducted
using survey grade depth sounder and electronic distance measuring device. Other
electronic survey equipment may be proposed for use by Contractor in lieu of that
specified but shall be approved by Engineer prior to start of construction. Accuracy for
measured depths shall be + /- 0.3feet, and accuracy of horizontal position shall be +/ -3
feet. The proposed survey equipment shall be capable of providing the necessary
measurement accuracy and provide exportable data in electronic format.
8 -55.1E (5) - Survey Control
Except for the survey control data to be furnished by the Contracting Agency, calculations,
surveying, and measuring required for setting and maintaining the necessary lines and grades and
water level gages shall be the Contractor's responsibility. Hydrographic survey work shall be
City of Renton - Addendum 11 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -32
conducted using the Contracting Agency provided survey baseline control description data
information as shown on the Plans.
Locations of survey control points shall be verified prior to starting work. The Contractor shall
notify the Engineer promptly in writing of any discrepancies discovered. The Contractor shall
use the Lake Washington Mean Lower Low Water ( LWMLLW), utilized for United States Army
Corps of Engineers (USACE) permits, as the vertical datum (in U.S. Survey Feet) for elevation
and depth references for all cross sections and shall be responsible for obtaining necessary water
level height measurement during the survey periods to ensure that accurate adjustments are made
to the observed depths to account for water level variations. The Contractor shall use the
Washington State Plane, North Zone, NAD 83/91, in feet as the horizontal reference datum. The
Contractor shall establish and maintain an on -site water level gage to track and record water
level changes in LWMLLW datum and provide the water level change data to the dredge
operator during the dredging process to allow proper adjustment of dredge depth.
8 -55.1E (6) - Dredge Positioning & Dredge/Disposal Work Area Layout
The Contractor shall establish an accurate method of horizontal and vertical control prior to
initiating dredging. The Contractor shall use DGPS electronic survey equipment, setting,
maintaining, and resetting all temporary benchmarks, baselines, buoys, markers, poles, and
stakes necessary for the dredging and disposal construction. Except for the survey control data
to be furnished by the Contracting Agency, calculations, surveying, and measuring required for
setting and maintaining the necessary lines and grades shall be the Contractor's responsibility.
Detailed survey records shall be maintained, including a description of the work performed on
each shift, the methods used, and the control points used. The record shall be adequate to allow
the survey to be reproduced. Construction staking data shall be provided to the Engineer within
three (3) working days after completion of survey work. The construction staking survey work
by the Contractor shall include, but is not be limited to, the following:
1. Verify the primary horizontal and vertical controls furnished by the Contracting Agency,
and expand into secondary control by adding stakes, hubs, and additional survey control
needed for the Project. Provide descriptions of secondary control to the Contracting
Agency and the Engineer.
2. Install a visual and electronic water level gage at the dredging locations so the dredge
operator and hydrographic surveyor can observe water levels at.all times. Verify that all
required gages, targets, ranges, and other survey markers are in place and maintained
properly.
3. If required, use buoys, stakes, templates, range markers, poles, hubs or other marking
methods, the location, with offsets, of other survey baseline locations.
4. Use electronic dredge templates for on -board dredge positioning systems.
5. Use electronic dredge positioning equipment and hydrographic surveys during
construction to locate and delineate dredge area limits and dredge elevations.
City of Renton i— Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -33
t
8 -55.1E (7) - Pre/Post- Construction Surveys
The comparison of the pre - construction and post - construction hydrographic surveys will be used
by the Contracting Agency to determine final dredged quantities. Pre - construction survey work
shall be completed and results submitted to the Contracting Agency at least 14 calendar days
prior to the start of on -site dredging work. Post - construction survey work shall be completed
within 5 calendar days of notice of substantial completion. Pre - construction and post -
construction survey work conducted by the hydrographic surveyor shall be provided to the
Contracting Agency by the Contractor in accordance with the following requirements:
1. General: An independent hydrographic surveyor, licensed as a Professional Land
Surveyor in the State of Washington, hired by the Contractor shall perform the pre- and
post - construction surveys. The pre- and post- construction surveys shall utilize multi -
beam transducer sounding techniques. The same equipment and survey methods shall be
used for pre- and post - construction surveys. Upon completion of dredging, as
demonstrated by daily progress surveys, the Contractor shall notify the Contracting
Agency (at least 5 calendar days prior to the hydrographic surveyor conducting the
survey) of intent to conduct the post - construction survey. Final payment for the work
will be based on volumes computed using pre- and post - construction surveys as
determined by the Contracting Agency. A Contracting Agency representative shall be
present during the execution of the pre- and post - construction survey data collection
effort. The comparison of the pre- and post- dredge construction surveys will be used as
`.
the basis for determining final pay quantities and acceptance of the work. Final pay
quantities will be calculated by the Contracting Agency computing dredged volumes to
the nearest cubic yard. Upon request, the Contractor will be provided with a copy of the
quantity calculations.
2. Survey Layout Requirements: Layout of survey line stations (transects or tracklines) and
data density requirements shall be conducted in accordance with U.S. Army Corps of
Engineers EM 1110 -2- 1003 " Hydrographic Surveying" for Navigation and Dredging
support surveys. Within the limits of the dredging area, multi -beam surveys should be
conducted to provide 100% bottom coverage and overlap between adjacent survey lines.
Survey data shall extend beyond the dredging area by at least 50 feet.
3. Schedule /Completion Time Requirements: The Contractor shall furnish the pre -
construction condition survey results and data to the Contracting Agency within 5
calendar days of completion of survey work. The pre - construction survey work shall be
completed at least 14 calendar days prior to the start of dredging activities. The post -
construction survey shall be conducted within 5 calendar days after final completion of
dredging operations at the time that the progress surveys indicate the work is completed.
The Contractor will furnish the post - construction survey data within 7 calendar days of
completion. The post - construction survey and the final review and acceptance by the
Engineer shall be completed prior to Contractor's request for final acceptance.
4. Reporting Requirements. The Contractor shall provide, via the Hydrographic surveyor,
pre- and post - construction survey data in ASCII delimited text format electronic file. Site
plan of project site depicting the survey work and associated cross sections of the entire
City of Renton L Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -34
t
a. Point number
b. Northing and Easting (Washington State Plane North (FIPS 4601),
NAD 83 U.S. FT.)
C. Elevation (LWMLLW (USACE Lock Datum), U.S. FT.)
8 -55.1E (8) - Intermediate / Progress Surveys
The Contractor shall conduct daily progress surveys of the previous day's work to ensure the
required dredge elevations are achieved. At a minimum, the Contractor shall provide cross -
sectional soundings to the Engineer once per week. The Contractor shall perform surveys
throughout the duration of the dredging work (between the pre - construction and post -
construction surveys), including daily barge displacement measurements, to ensure that dredging
is being performed within the specified grades, slopes, distances, tolerances, to track and verify
on a daily basis the volume of materials dredged, and verify that the required dredge elevations
are being provided (monitor accuracy and daily progress). Intermediate construction and daily
progress surveys performed during construction shall be completed at no additional expense to
the Contracting Agency. Intermediate surveys will also include dredge positioning system
electronic bucket marks within the dredge prism. The Contracting Agency reserves the right to
retain an independent surveyor to check the Contractor's work. Results of the intermediate
surveys shall be submitted to the Engineer within two calendar days after completion of field
work, and results of the progress surveys shall be submitted to the Engineer daily in the Quality
Control Report. All submittals shall be in accordance with the Schedule of Submittals or
Notifications. Data shall be submitted as point files in ASCII format as outlined for the pre /post
construction survey work.
For weekly progress surveys, single beam survey within the limits of the dredging area, .
tracklines shall be spaced at intervals not greater than 25 feet; and individual soundings on each
trackline shall be spaced at intervals not greater than 5 feet and additional elevations taken as
necessary to describe all hydrographic /topographic features (including slope breaks, catch lines,
changes in grade, and other topographic features). Crossing lines (tracklines perpendicular to the
primary tracklines) shall be performed. Survey data shall extend beyond the dredging area by at
least 20 feet or 4 data points, if possible.
City of Renton = Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -35
dredge area shall be plotted in ACAD 2007 (or newer format) and submitted in hard copy
and electronic format. Cross section grid spacing shall be 10 feet in the vertical and 100
feet in the horizontal. Cross sections shall be taken at 25 -foot intervals. Each drawn
cross section shall show the station that it was taken from and shall reference baseline
(toe of cut) stationing. All survey work shall be reported in the project survey datums. A
final set of plans, stamped by a licensed WA State Land Surveyor, for both the pre and
post dredge surveys shall be provided to the Contracting Agency. Point files for all
construction survey work shall be submitted in electronic ASCII format to the
Contracting Agency and Engineer. The point files shall contain the following
information:
a. Point number
b. Northing and Easting (Washington State Plane North (FIPS 4601),
NAD 83 U.S. FT.)
C. Elevation (LWMLLW (USACE Lock Datum), U.S. FT.)
8 -55.1E (8) - Intermediate / Progress Surveys
The Contractor shall conduct daily progress surveys of the previous day's work to ensure the
required dredge elevations are achieved. At a minimum, the Contractor shall provide cross -
sectional soundings to the Engineer once per week. The Contractor shall perform surveys
throughout the duration of the dredging work (between the pre - construction and post -
construction surveys), including daily barge displacement measurements, to ensure that dredging
is being performed within the specified grades, slopes, distances, tolerances, to track and verify
on a daily basis the volume of materials dredged, and verify that the required dredge elevations
are being provided (monitor accuracy and daily progress). Intermediate construction and daily
progress surveys performed during construction shall be completed at no additional expense to
the Contracting Agency. Intermediate surveys will also include dredge positioning system
electronic bucket marks within the dredge prism. The Contracting Agency reserves the right to
retain an independent surveyor to check the Contractor's work. Results of the intermediate
surveys shall be submitted to the Engineer within two calendar days after completion of field
work, and results of the progress surveys shall be submitted to the Engineer daily in the Quality
Control Report. All submittals shall be in accordance with the Schedule of Submittals or
Notifications. Data shall be submitted as point files in ASCII format as outlined for the pre /post
construction survey work.
For weekly progress surveys, single beam survey within the limits of the dredging area, .
tracklines shall be spaced at intervals not greater than 25 feet; and individual soundings on each
trackline shall be spaced at intervals not greater than 5 feet and additional elevations taken as
necessary to describe all hydrographic /topographic features (including slope breaks, catch lines,
changes in grade, and other topographic features). Crossing lines (tracklines perpendicular to the
primary tracklines) shall be performed. Survey data shall extend beyond the dredging area by at
least 20 feet or 4 data points, if possible.
City of Renton = Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -35
t
8 -55.1F Use of Project Site Work Area
The amphibious seaplane ramp for launching of crew boats is available for use by the Contractor,_
but the Contractor will not have exclusive use of the Project site work area during the execution
of the dredging work. The Seaplane Base will remain fully operational throughout the duration
of the Project. Contractor shall develop a work plan (approach, schedule, communication) that
accommodates vessel access and Seaplane Base operations throughout the duration of the work.
City will be responsible for relocating Seaplanes but will require at least 1 week advance notice.
Short time periods of temporary shutdown may be allowable if approved in advance by the City.
Contractor shall not block seaplane or vessel navigation into the Seaplane Base or actively
operating areas within the Seaplane Base Basin without advance approval by Contracting
Agency. Contractor shall use communication devices on same VHF /CB channel as City,
incoming aircraft and vessels.
8 -55.1G Existing Utility Protection
The Contractor shall not anchor orspud barges in the dredging areaspecified as the "METRO
SEWER LINE" shown on the Plans. The Contractor shall not dredge, anchor or spud barges in
the easement area delineating the AT &T Communication Line and called out on the Plans as the
"30' EASEMENT, NO DREDGING, BARGE ANCHORING OR SPUDDING ". It is the
responsibility of the Contractor to field verify the location _and _elevation of the Metro Sewer and
AT &T Communication lines shown on the Plans. Additionally, divers shall locate the center:
i; — —
hne of the Kin:z County Metro Sewer Pipe and AT &T line within the construction zone and
attach buoys for marking. Any damage caused to the existing utilities during construction is
the responsibility of the Contractor (See Appendix E).
8 -55.1H Temporary Relocation of the E -W Floating Concrete Dock
The Contracting Agency may allow the Contractor to relocate the E -W Floating Concrete Dock
temporarily in order to facilitate dredging the area in and around the E -W Floating
Concrete Dock. If relocated, the E -W Floating Concrete Dock shall be temporarily moored at a
City agreed upon location.
A survey condition shall be conducted and recorded in photographs and description by the
Contracting Agency and the Contractor before relocating the dock. The dock shall be returned to
its original location in a condition that matches its condition before relocation. The Contractor
shall make repairs and replacements as necessary to the approval of the Engineer at no additional
cost to the Contracting Agency. �.
8- 55.111(1) Definitions
a. Under Dock Dredging: Required dredging under floating docks that are not
required or allowed to be relocated during dredging, as shown on the Drawings.
This dredging is required to maintain adequate depth for dock flotation. These
docks need to remain in place and sediment excavated from below the dock.
Caution should be taken to ensure the existing structures are protected and not
damaged.
b. Relocated Docks: Floating docks, as shown on the Drawings, which the
Contractor may temporarily relocate to facilitate dredging but are not required to
City of Renton L Addendum 11 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -36
u
t
s
be moved.
8 -55.1I Structure Condition Survey
The Contractor shall conduct a pre- dredge structure condition survey of all existing structures
within the designated dredging work areas. Any damaged facilities shall be identified in writing
and provided to the Contracting Agency prior to the start of dredging work.
8 -55AJ Construction Equipment Height Restrictions
Restrictions on the height of construction equipment operating within the Regulated Airspace
(both within and outside the dredge area limits) will apply to this project. The Contractor shall
refer to the Construction Safety Phasing Plan (CSPP) for project specific information regarding
height requirements (Appendix D). CSPP requirements will apply to both equipment operations
and temporary equipment storage during non - working hours.
8 -55.2 Materials
Not Used
8 -55.3 Construction Requirements
8 -55.3A Dredging Requirements
General: Dredging and disposal operations shall be done in a manner that will avoid over -
dredging and minimize turbidity of the water. The Contractor shall track, verify, and report on a
daily basis the volume of materials dredged. The Contractor shall pay particular attention to the
conditions of issued permits, regulations, and authorizations requiring minimizing turbidity and
loss of resuspended sediments during dredging and transport operations and adherence to water
quality requirements. If excess turbidity occurs, the Contractor shall change the operating
procedure to reduce the degree of turbidity. The Contractor shall use turbidity control structures
and plan and conduct work activities to minimize turbidity. The Contractor shall excavate the
dredge prism to the lines, grades, slopes, and elevations shown on the Drawings for the selected
dredge areas. No dredging to depths greater than the bottom of dredge cut elevation (plus a
1 -foot overdredge allowance) shown on the Drawings is permitted. No payment will be made for
dredging below the bottom of dredge cut. All dredged material (except for debris) has been
determined to be suitable for open -water disposal at the locations shown on the Plans.
Amphibious Seaplane Ramp: The Contractor shall not damage the existing Amphibious
Seaplane Ramp structure. The Contractor shall take care not to undermine the shoreline slopes
adjacent to the specified dredging areas shown on the Plans. Contractor shall review An endix
C as- _ drawings of the Amphibious Seaplane Ramp structure to ensure that damage or
undermining does not occur.
Concrete Outfall: The Contractor shall not damage the existing concrete outfall. The Contractor
shall take care not to undermine the shoreline slopes adjacent to the specified dredging areas
shown on the Plans. Contractor shall review the as -built drawings, provided by the Contracting
Agency, of the concrete outfall structure to ensure that damage or undermining does not occur.
City of Renton Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -37
t
Sheetpile Wall Bulkhead: The Contractor shall not damage the existing sheetpile wall bulkhead.
The Contractor shall take care not to undermine the shoreline slopes adjacent to the specified
dredging areas shown on the Plans. Contractor shall review the engineering drawings, provided
by the Contracting Agency, for the sheetpile wall bulkhead to ensure that damage or
undermining does not occur.
Excessive Dredging: The Contracting Agency's Representative or the Contracting Agency has
the right to direct the Contractor to replace the excessive dredge material to the limits established
on the Plans or in the Specifications. The Contractor will not be paid for replacement of
excessive dredging and shall be responsible for any fees and fines incurred as a result of
disposing excessive dredge materials at the disposal sites.
Side Slope Dredging: Dredging of side slopes around piles and pile- supported structures
(floating docks) shall be conducted from the top of slope down to toe in a progressive manner.
Debris: Materials obtained during the dredging work that meets the "Debris" classification
cannot be disposed of at the open -water disposal facility. Debris obtained during the dredging
work shall be separated from dredged material and shall be disposed at a Contracting Agency
approved upland landfill facility and in accordance with applicable local, state and federal
regulations. Encountering and disposing of such debris shall not be the basis for extra payment
by the Contracting Agency.
Large Woody Debris (LWD): Large Woody Debris obtained during the dredging work shall be
separated from the dredged material and moved to an upland disposal site determined by the
Contracting Agency. LWD shall be natural logs with a minimum diameter of 2 -feet and
minimum length of 16 -feet. All logs that cannot be characterized as LWD shall be considered
Debris.
Floating Docks: The Contractor may elect to relocate some floating docks as shown on the
Drawings to facilitate dredging within the Side Slope dredge area of the E -W Floating Concrete
Dock. The E -W Floating Concrete Dock plans are provided as reference.
Under Dock Dredging: Caution shall be exercised to ensure the existing structures are protected
and not damaged during execution of under dock dredging.
Relocated Docks: Temporary relocation of existing floating docks can only occur on E -W
Floating Concrete Dock for conducting Side Slope dredging work. Relocation of the E -W
Floating Concrete Dock will require notification in the Work Plan and advance approval by the
City. All other floats within the Seaplane Base cannot be relocated as part of this contract.
Contractor may relocate floats temporarily to facilitate dredging but are not required to be
moved. After dredging, the Contractor shall reinstall floating docks to their original location and
configuration. Piling shall be replaced in accordance with Special Provision 8 -56, Steel Piling.
Temporary relocation of existing docks can only occur on E -W Floating Concrete Dock for
conducting the Side Slope dredging work.
Pile- Supported Structures: Dredging within and adjacent to pile- supported structures shall be
conducted in a manner which does not cause damage or impacts to the support piles or to the
superstructure (floating concrete docks access gangways, walkways, beams, cover structures,
etc). The Contractor shall be responsible for any damage caused to the existing pile- supported
structures as a result of their dredging operations.
City of Renton `— Addendum 11 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -38
�11
t
t
t
t
L
I
e
e
Navigation Aids: Existing navigation aids shall not be disturbed unless otherwise noted on the
Plans. Temporary removal of any navigation aid buoys or piles shall be reinstalled back into
their original position.
8 -55.3B Dredging and Disposal Regulatory Compliance
The Contractor shall be responsible to adhere and conform to all applicable provisions,
conditions, and requirements of the permits listed herein. The Contractor is responsible for
notifying various regulatory agencies prior to commencing dredging, as required by the project
permits. The Contracting Agency is obtaining Washington State Department of Natural
Resources (DNR), Disposal Site Use Authorization to utilize open -water disposal sites prior to
the start of construction and upon execution of the contract, the Contracting Agency will transfer
the permit to the Contractor and, as a part of this contract, the Contractor shall assume all duties,
obligations, and liabilities imposed herein. The Contracting Agency will pay directly to DNR all
fees associated with the permit and dumping operation except that the Contractor shall pay for
any penalty or damage fees imposed by DNR for material dumped off site, or other unauthorized
disposal operations. The Contractor shall comply with all WA DNR and Army Corps of
Engineers' disposal regulations, operational requirements, and reporting requirements as outlined
in the project permits and as required in the WA DNR disposal site use permit. Any conflicts
between these contract specifications and issued permits will be brought to the attention of the
Contracting Agency's Representative. Nothing whatsoever shall be deemed to authorize
violation of these permits. The Contractor's Work Plan submission and attendance at the pre -
dredge conference shall be required to acquire the Disposal Site Use Authorization.
8 -55.3C Dredging Work Equipment
The Contractor shall use a clamshell bucket for all dredging work. The clamshell bucket shall
consist of an articulating bucket that is capable of achieving full closure to reduce reintroduction
of dredged sediments to the water column. Dredging equipment and methods shall be selected to
minimize the dispersion of resuspended sediments (i.e. turbidity) during dredging. The
Contractor shall include number, types, and capacity of equipment to be used as part of the Work
Plan and Schedule. The Contractor shall change the location and depth of dredging within the
Dredging Work Area limits when necessary to avoid overdredging.
Each pass of the clamshell bucket shall be complete (no multiple bites to achieve a full bucket),
and there is to be no temporary stockpiling of material in the water. Dredging shall proceed
downward from the top of the slope. Bucket overfilling and leveling of the completed dredging
surface by dragging a beam or the clamshell bucket is not permitted. Dredge and disposal
equipment including barges shall be moved only if there is sufficient draft to prevent grounding
and spuds shall not be dragged along the bottom. The Contractor shall pay particular attention to
minimizing turbidity and siltation and adherence to water quality requirements. The Contractor
shall conduct dredging activities to maintain the required water quality standards and shall
minimize turbidity and dispersal of material in the water. The Contractor shall monitor and take
sufficient care during dredging and rehandling to prevent the loss of sediment from. the barge(s)
used for material transport. Contractor shall include in the Work Plan and Schedule the methods
used to control the loss of sediments from the barge(s) used to conduct the work. The Contractor
will be required to re- dredge any material spillage during barge transport and re- handling
operations.
City of Renton L Addendum 1' Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -39
ra
8 -55.3D Character of Materials
Based upon grain size analysis from previous sediment sampling and testing analysis for Puget
Sound Dredge Disposal Analysis (PSSDA) evaluation, the material to be dredged is
predominately fine to medium grained sand. Localized areas containing gravel should also be
expected within the Dredge Areas (Area 1 and Area 2). Results of dredged material
characterization for physical properties (grain size) are provided in Appendix A. Wood debris
and LWD could exist within the dredging area. The contractor will be responsible for disposal of
this material in accordance with the project permits. The Contractor shall make his own
determinations and conclusions regarding the nature of the materials which would be currently
present within the marina dredging area, and the methods and procedures to be utilized in
performing the work and to meet the lines and grades at the time of measurement for payment.
The Contracting Agency will not make extra payment, nor shall the Contractor make any claim
for extra payment for subsurface conditions that may be, in the opinion of the Contractor,
different from the conditions indicated by the Plans, Specifications, or referenced sediment
characterization information.
8 -55.3E Debris
In addition to sediment, it is anticipated that debris will be encountered during dredging.
Anchors, chains, straps, ropes, pieces of carpet, tires, steel, aquatic vegetation, piling segments
and other articles or debris may be encountered. Any material classified as debris is not
acceptable for open water disposal. The Contractor shall be responsible for handling all debris
and proper disposal of all debris. Any large debris shall be pulled directly from the water and
placed in the dredged material receiving barge immediately in order to minimize release of any
adhering sediment. Debris shall not be rinsed or washed in or above the aquatic area in any way.
8 -55.3F Large Woody Debris (LWD)
Large Woody Debris (LWD) is defined as any timber dredged material larger than 2 -feet in
diameter and 16 -feet long. Any material classified as LWD shall be salvaged and transported by
the Contractor to the upland staging and stockpile area on the airport uplands (see
Appendix D, Sheet Cl). The LWD shall be placed up near the fence along the north edge
of the designated area as determined by the Contracting Agency. a}rap1af1d 19eatieri
8 -55.3G Spill Prevention and Pollution Control
The Contractor shall be responsible for prevention, containment, and cleanup of spilling of oil,
fuel, and other petroleum products used in the Contractor's operations. All such prevention,
containment and cleanup costs shall be borne by the Contractor. The discharge of oil from
equipment or facilities into state waters or onto adjacent land is not permitted under state water
quality regulations. The Contractor shall, at a minimum, take the following measures regarding
oil spill prevention, containment, notification, and cleanup:
1. Fuel hoses, lubrication equipment, hydraulically operated equipment, oil drums, and
other equipment and facilities shall be inspected regularly for drips, leaks, or signs of
damage, and shall be maintained and stored properly to prevent spills. The Contractor's
City of Renton , Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -40
storage, which is required in the performance of the Work, shall be located upon existing
cleared portions of the Work Area or areas to be cleared, and shall require written
approval of the Contracting Agency and the Contracting Agency's Representative.
2. The Contractor shall not store oil or fuel on the shoreline, or equipment that is not
required for the daily construction activities. The Contractor shall specify where oil and
fuels will be stored in the Work Plan and Schedule. A metal pan or other impervious
material with sides a minimum of four (4) inches high shall be placed under the
equipment on the beach or adjacent area during refueling. The pan shall have a capacity
equal to the capacity of the fuel cans used and catch any spills or leaks during the
refueling activity. Fuel caught in the pan shall be contained and either transported off -
site or used in the equipment. Under no condition shall the material be discharged on the
beach, dune, marsh, adjacent lands or waters. If the Contractor's fuel cells exceed the
thresholds set forth in 40 CFR 112, the Contractor shall provide a spill plan and
containment equipment accordingly.
3. All visible floating oils shall be immediately contained with booms, dikes, or other
appropriate means and removed from the water prior to discharge into state waters. All
visible oils on land shall be immediately contained using dikes, straw bales, or other
appropriate means and removed using sand, ground clay, sawdust, or other absorbent
material, which shall be properly disposed of by the Contractor. Waste materials shall be
temporarily stored in drums or other leak -proof containers after cleanup and during
transport to disposal. Waste materials shall be disposed offsite in accordance with
applicable local,, state, and/or federal regulations.
4. Special measures shall be taken to prevent bilge pumpage or effluent, chemicals, fuels,
oils, greases, bituminous materials, waste washing, herbicides and insecticides, and
concrete drainage from entering State waters.
5. In the event of a discharge of oil, fuel, or chemicals into state waters, or onto land with a
potential for entry into state waters, notification shall be made immediately to: (1)
Washington State Department of Ecology 24 -Hour State Emergency Response
Commission (1- 800 - 258 - 5990); (2) National Response Center (1- 800 - 424 - 8802); (3)
Washington Emergency Management Division (1- 800 - 258 -5990 -or- 1- 800 - OILS -911),
and (5) Washington State Fish and Wildlife Area Habitat Biologist (425 - 313 - 5683).
8 -55.3H Water Quality Monitoring
The Contractor shall perform water quality monitoring to ensure their dredging work is
complying with the project 401 Water Quality Certification Order #10080 (see project permits).
The Contractor shall meet water quality criteria as defined in the Project 401 Water Quality
' Certification and applicable local, state, and federal standards. The Contractor shall have in place
Best Management Practices to prevent water quality exceedances and Contingency measures to
implement should water quality, violations occur.
A Water Quality Monitoring Plan shall be developed by the Contractor in accordance with
regulatory agency requirements and submitted to the Contracting Agency for approval at the
same time as the Dredge and Disposal Plan document. The Contractor shall describe in its
City of Renton ! Addendum f Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -41
Dredging and Disposal Work plan what type of best management practices (BMPs) and
operations will be used to prevent water quality exceedances, and what contingency actions will
be taken should water quality exceedances occur.
'
As a component of the water quality monitoring work, the Contractor shall conduct Turbidity
Monitoring in accordance with the requirements set forth in the project permits and as required
for compliance with the 401 Water Quality Certification. Turbidity monitoring shall be
,
conducted using measurement devices (turbidity meter, etc) in accordance with regulatory
agency requirements.
The Contractor shall submit a Water Quality Control Plan, including a description of how the
,
monitoring work will be conducted and proposed equipment, QA /QC, responses to water quality
exceedances, drawings indicating location of monitoring location, monitoring frequency and
schedule, and locations of all turbidity control measures. The Water Quality Control Plan shall
be submitted as a component of the Work Plan and Schedule.
Turbidity monitoring work shall be conducted by a technician that is either an employee of
Contractor or an independent company experienced in conducting water quality compliance
monitoring work. The proposed technician shall have a minimum 5 years of documented
experience with water quality and turbidity monitoring work and use of required equipment.
'
Water Quality Monitoring results shall be submitted in report format to the Contracting Agency
with each Daily Report and within 24 hours of collecting the data.
'
8 -55.3I Water Quality Protection Measures
The Contractor is responsible for employing Best Management Practices (BMPs) required for the
protection of water quality and in -water habitat and fisheries resources. During the execution of
the dredging and dredged material re- handling work, the Contractor shall monitor water quality
and make adjustments to their work activities and BMPs to ensure compliance with the 401
Water Quality Certification and other permit requirements. BMPs to be utilized shall be
identified in the Contractors Work Plan and Water Quality Control plan. BMPs to be employed,
but not limited to, shall include the following as needed to meet the Water Quality Certification
requirements:
• Dredging operations shall utilize equipment appropriate to the site conditions to minimize ,
turbidity and other possible adverse impacts, including closed clamshell buckets for
removal of silts and sands.
• Restrictions on operations include no dragging of the bucket on the bed, or temporary in-
water placement of dredged material.
• Each pass of the clamshell bucket shall be complete (no multiple bites to achieve a full
bucket), and there is to be no temporary stockpiling of material in the water. Bucket
overfilling will not be permitted.
• Floating debris boom and silt curtains shall be deployed around the perimeter of all '
dredge and material barges during dredging and transloading operations.
• The bucket shall be completely closed before raising it when the bucket is filled with
sediment. Overfilling of the bucket should be avoided. 1
City of Renton - Addendum 11 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -42
• The rate of ascent and decent of the clamshell bucket may need to be slowed to reduce
potential sediment loss.
' The material barge shall be managed such that the dredged sediment load does not exceed
the capacity of the barge.
Hay bales, filter fabric or other sediment retention systems shall be placed over the barge
' scuppers to filter suspended sediment from the return water prior to discharge of the
water back into the Lake.
I
8 -55.3 J Dredge Area Cut Sequence
The Contractor shall submit a proposed Dredge Area Cut Sequence for both dredge areas (Area 1
and Area 2) with the Work Plan and Schedule for approval by the Contracting Agency and the
Contracting Agency's Representative prior to starting dredging operations. The Work Plan and
Schedule shall include layout of the work and horizontal positioning of the dredging
equipment/operations.
8 -55.3K Onboard QA - Use of Boats, Boatmen, Laborers, and Material
Upon request by the Contracting Agency and /or Contracting Agency's Representative for the
purpose of reasonable supervision and inspection of the Work, the Contractor shall provide the
use of such boats, boatmen, laborers, and material that are part of the ordinary and usual
equipment and crew of the dredging plant in order to access the work area and dredging
equipment. Such requests by the Contracting Agency and/or Contracting Agency's
Representative will be coordinated with the Contractor's work schedule, except in case of
emergency.
8 -55.3L Dredging Operation and Work Area Limits
Dredging shall occur within the horizontal, vertical, and slope limits defined in these
Specifications and shown on the Plans, or as otherwise directed in writing by the Contracting
Agency. The Contracting Agency desires to have the required depth and width of the dredge
area as defined on the Plans at the time of measurement for payment. The Contractor shall make
determinations of the character of the bottom materials to be dredged and shall plan and conduct
operations to meet the required lines and grades at the time of measurement. Dredging
operations shall be planned and conducted to protect existing structures and private property. In
the event existing pilings, floating concrete docks, sheet pile walls, amphibious seaplane ramps,
or other structures are damaged during dredging, the Contractor at no expense to the Contracting
Agency shall replace, repair and restore the existing structure to an equal or superior condition
than before dredging.
8 -55.3M Survey and Layout of Work
An accurate method of horizontal control shall be established by the Contractor before dredging
begins. The proposed method and maintenance of the horizontal control system shall be subject
to the approval of the Contracting Agency's Representative and if, at any time, the method fails
to provide accurate location for the dredging operation, the Contractor may be required to
suspend its dredging operations. The Contractor shall lay out his work from horizontal and
City of Renton F— Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -43
vertical control points indicated on the drawings and shall be responsible for all measurements
taken from these points. The Contractor shall maintain all points established for the work until
authorized to remove them. If such points are destroyed by the Contractor or disturbed through
its negligence prior to authorized removal, they shall be replaced by the Contractor at its own
expense.
8 -55.3N Dredge Horizontal Location Control
The Contractor shall have electronic positioning equipment that will locate the dredge when
operating in the Dredging Work Area. The Contractor shall keep this equipment functioning on
the dredge at all times during construction. The Contractor shall calibrate the equipment as
required by the manufacturer. Proof of calibration shall be submitted to the Contracting Agency
and the Contracting Agency's Representative. The Contractor shall utilize DGPS with better
than 3 feet real time accuracy for horizontal positioning during all dredging operations and
hydrographic surveying. This accuracy is required for dredging in close proximity to the
submerged structures. Continuous locations of the dredge shall be made at all times during
dredging operations. The location is to be by computed coordinates in the Washington State
Plane Coordinate Systems North Zone, NAD 83/91, in feet. Positions shall be recorded at a
frequency necessary to meet dredge requirements and furnished daily as part of the Contractor's
Daily Quality Control Reports, along with a drawing of the track of the dredge in relation to the
dredge site. The Contractor shall submit a Dredge Location Plan describing the equipment and
method of locating the dredge to the Contracting Agency and the Contracting Agency's
Representative for review and approval with the Contractor's Work Plan and Schedule.
8 -55.30 Dredge Elevation Control
The Contractor shall monitor dredging depth. Water level indicators shall be in plain view of
operators and Inspector(s) and be adjusted to the USACE Lock Datum ( USACE). The
Contractor shall use measured water levels to adjust dredging depth to the reference datum. The
water level measurement location, equipment and method for measuring water levels must be
submitted in the Contractor's Work Plan and Schedule for review and approval by the
Contracting Agency and the Contracting Agency's Representative. All water level measuring
equipment and apparatus shall be removed prior to demobilization. All dredging shall be
performed in a uniform and continuous manner so as to avoid excessive dredging including
creating multiple holes, valleys, or ridges within the section of the area to be dredged.
8 -55.3P Protection of Existing Facilities
Dredging shall be conducted adjacent to existing seaplane base structures (amphibious seaplane
ramp, floating concrete docks, sheet pile walls, navigation aids, etc). The Contractor shall
exercise care when conducting its dredging operation so as not to damage, undermine, or
otherwise disturb existing facilities. Care shall be exercised when dredging next to the structures
not to hit any structures with the dredging equipment or to excavate deeper than the depths
shown on the Drawings. Any damage to existing structures that is caused by the Contractor's
operations, as determined by the Contracting Agency, shall be repaired immediately at no
additional expense to the Contracting Agency.
City of Renton ! Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -44
C'
1
F
it
F1
8 -55.3Q Final Survey Review and Non - Conforming Work
No dredging shall occur below or outside the maximum overdredge and side slopes defined in
the Contract Documents. Dredging in any area not depicted on the Plans is a violation of Permits
for this Work. The Contracting Agency's Representative and Contracting Agency will conduct a
final review of the hydrographic surveyor conducted post - construction surveys in the Dredging
Work Area. If pre- and post- dredge surveys and construction observations determine that
dredging and disposal has been performed outside or below defined or permitted limits or was
conducted in an unauthorized manner, the Contractor shall correct and/or repair any non-
conforming or deficient work at no additional cost to the Contracting Agency prior to Contractor
request for final acceptance. Final estimates will be subject to deductions or correction of
deductions previously made because of excessive overdredge, dredging beyond the maximum
pay limits, or disposal of material in an unauthorized manner. The Contractor shall not
demobilize dredging equipment until all final surveys have been verified by the Contracting
Agency.
8 -55.3R Transportation and Disposal of Dredged Materials
The Contractor shall not deposit dredged material into areas other than those stated in Permits.
Materials such as logs, stumps, snags, scrap and other debris may be encountered within the
dredge limits shall be removed and disposed of by the Contractor. Dredged material shall be
disposed of at the permitted open water disposal areas: Elliott Bay. The Contractor shall
provide a Dredging and Disposal Plan (DDP). Dredging and disposal operations shall not begin
until the DDP has been reviewed and approved by the regulatory agencies and Contracting
Agency. The dredging and disposal plan shall describe any proposed re- handling area, disposal
site preparation, equipment, procedures, water runoff protection measures, and spill prevention
methods for offloading materials utilizing mechanical dredging operations and barges for
transport, offloading and disposal.
8- 55.3S(1) Transport and Disposal Method
A description of the proposed methods of transporting, handling, and disposing of the dredged
materials including water quality protection systems shall be submitted as a part of the Dredging
& Disposal Plan. Transport methods, equipment, and attendant plant shall be in satisfactory
operating condition, capable of efficiently performing the Work as set forth in the plans and
specifications, and shall be subject to inspection by the Contracting Agency or the Contracting
Agency's Representative prior to beginning the Work, and at all times during dredging
operations. All barges shall be fitted with appropriate equipment for the protection of water
quality to ensure water drainage from dredged material into open waters does not violate
environmental permits. For flat deck barges, side containment systems shall be installed to
prevent loss of material from the barge and for protection of water quality. Any barge that
exhibits more than minor leakage shall be removed from the equipment utilized on this project
until satisfactory repairs are made. Overflow will not be permitted from haul barges at any time.
The haul barges must have tightly sealing doors and compartments to minimize leakage of
material during transit. Any barge that exhibits more than minor leakage shall be removed from
the equipment utilized on this project until satisfactory repairs are made. Barges used for
transport of material from the City of Renton Seaplane Base to the open water disposal site must
City of Renton L Addendum i Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -45
be capable of meeting the equipment and material placement requirements outlined by the WA
DNR in the site use authorization.
8- 55.35(2) Disposal Site Requirements
The Contracting Agency provided project permits allow for the use of the Elliott Bay Open
Water Disposal Site for Dredged Material Disposal. The Contracting Agency will obtain a
Disposal Site Use Authorization from Washington State DNR for disposal of suitable materials
at the Elliott Bay Open Water Disposal Site based on the information provided by the Contractor
in their Contracting Agency approved Dredge and Disposal Plan Submittal. All DNR disposal
fees will be paid directly by the Contracting Agency. The DNR daily report shall be completed
by the Contractor for each barge disposal and submitted to the Engineer with the daily
construction report for that day's work. Weekly Reports shall be submitted on the Monday
following the week covered by the Report. The barge dump will be considered to start
simultaneously at initiation of bottom -dump or split hull opening. The end of the dump will be
that time when all materials have exited the barge. No materials shall be dumped unless
approved positioning equipment is providing accurate horizontal positioning. Monthly reports
shall be prepared by the Contractor and submitted in accordance with DNR requirements.
8 -55.4 Measurement
Measurement for "Dredge & Dispose - Area 1" and "Dredge & Dispose - Area 2" shall be per
cubic yard removed from the dredge areas and disposed of at the deepwater disposal area. Final
volumes for both dredge areas (Dredge Area 1 and Dredge Area 2) will be calculated by the
Contracting Agency from the difference between the bottom surface soundings of the pre- dredge
survey and the bottom surface shown by the soundings of the post- dredge survey, both provided
by the Hydrographic Surveyor, using the "Combined TIN and Average- End -Area Volume
Computation" method as defined by the U.S. Army Corps of Engineers in Chapter 11 of EM
1110 -2 -1003. Payment limits are indicated on the Plans and described herein.
Measurement for "Pre- and Post - Dredging Surveys" will be as per lump sum.
Measurement for "Water Quality Monitoring" shall be per lump sum.
8 -55.5 Payment
Payment will be made for the following bid items at rate or amounts stated in the Schedule of
Unit Prices:
"Dredge & Dispose - Area 1," per cubic yard.
"Dredge & Dispose - Area 2," per cubic yard.
"Pre -and Post - Dredging Surveys," per lump sum.
"Water Quality Monitoring," per lump sum.
The unit contract price per cubic yard for "Dredge & Dispose - Area 1" and "Dredge & Dispose -
Area 2" will be full compensation for all labor, materials, tools, and equipment necessary for
conducting dredging, debris disposal, excavating, loading onto barges, re- handling,
transportation to the open -water disposal facility, reporting, water quality and turbidity controls,
offloading, or otherwise disposing of the material at the permitted offshore disposal areas.
City of Renton f Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -46
II
t
fl
Payment for dredging work (Basin and Side Slopes within Dredge Areas 1 and 2) will be based
on work completed to the required Dredge Cut Elevation. Material removed from within the 1-
' foot over - dredge allowance to account for equipment tolerance and cover unavoidable
inaccuracies of dredging processes will not be reimbursed.
The lump sum contract price for "Pre- and Post - Dredging Surveys" will be full compensation for
all labor, materials, tools, and equipment necessary for conducting the pre- and post- dredging
surveys, fie dl locating of AT &T and King County Metro Sewer Lines, post dredge
inspection of utility lines, progress /intermediate surveying, and construction staking an d dredge
tarea layout work.
The lump sum contract price for "Water Quality Monitoring" will be full_ compensation for all
labor, materials, tools and equipment necessary for monit ori pl
ng an development and
conducting the turbidity and water quality monitoring work outlined herein and in the
Contracting Agency provided permits and as required by the regulatory agencies upon approval
of the Contractor proposed Dredging & Disposal Plan.
1 8 -56 STEEL PILING (New Section)
8 -56.1 Description
8 -56.1A Summary
Removing and installing steel pipe piling for anchorage of dock float systems in accordance with
these specifications, reference standards, and applicable provisions of pertinent codes,. Ai sr pace
1 to this work.1
8 -56.111 References
Governing Specifications, Codes, and Standards:
American Institute of Steel Construction (AISC) Specification for Structural Steel Buildings
' (Allowable Stress Design and Plastic Design), June 1, 1989, hereafter referred to as AISC
Specifications.
American Institute of Steel Construction (AISC) Load and Resistance Factor Design
Specifications for Structural Steel Buildings, Third Edition.
' American Institute of Steel Construction (AISC) Code of Standard Practice for Steel Buildings
and Bridges, latest edition as of bid date, hereafter referred to as AISC Standards.
American Petroleum Institute, Specification for Line Pipe 5L, hereafter referred to as API 5L,
effective July 1, 2000.
International Building Code 2003
AWS D1.1 Structural Welding Code
Corp of Engineers, Section 10/404 Permit
City of Renton E Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -47
Washington Department of Fish and Wildlife Hydraulic Projects Approval Permit t
8 -56.1C Quality Assurance '
Qualifications: Piling installer superintendent shall have minimum five years' experience
installing marine piling. Provide at least one person who is present at all times during execution
of this portion of Work who is trained thoroughly in and who shall supervise Work performed
under this section.
Inspection and Testing: Provide field or plant inspection and testing service to ensure
compliance with contract provisions in accordance with these contract terms and conditions.
Provide copies of results of tests to Owner's Representative within five business days from when
tests are performed. Tests conducted for sole benefit of Contractor shall be at Contractor's ,
expense.
8 -56.11) Submittals
Submit the following information:
Pile removal and installation plan to ensure floats will fit back within the required tolerance for
proper operation at the full range of water levels.
Welding Submittals: Per Section 8 -59 of these specifications.
,
Galvanizing Repair Rod: Zinc Based Soldering per Section 8 -59 of these specifications.
Pile Driving Records: Maintain complete records of each pile driven. Note rate, type, time, tip
,
elevation, plumbness, and location. Driving record data shall be recorded and location noted on
record Drawings. Submit copy daily to the Contracting Agency's Representative.
Pile driving equipment shall meet requirements in this section.
'
8 -56.1E Product Handling
,
Protection: Use all means necessary to protect materials of this section before and during
delivery and installation.
Replacements: In event of damage, immediately make repairs and replacements necessary to the
,
approval of Owner's Representative at no additional cost to Contracting Agency.
Handling: Handle piling using handling holes or lifting devices. Handle long length piling with
care to prevent damage. Support on level blocks or racks spaced not more than 10 feet apart and
not more than 2 feet from ends. Supports between multiple lifts shall be in a vertical plane.
Protect piling to prevent damage to coatings and prevent corrosion prior to installation.
,
8 -56.1F Job Conditions
Drive piling at designated locations. In event piling cannot be installed due to subsurface
obstructions, notify Owner's Representative. At the direction of the Owner's Representative the
pile may be pulled, repositioned, and re- driven. Should Owner's Representative determine that
Contractor is unable to remove a pile after hitting a subsurface obstruction, Owner's
Representative may direct Contractor to drive a new pile. Compensation for furnishing and
City of Renton G - Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -48
,
t�i�nstalling this new piling will be in i deice deice ntal to the dredging work. _�a� ~�° 4, +U
rc _ I-, --A „lam,
..fTTn4
Noise Ordinance: Comply with City Noise Ordinances for pile driving and other construction
noise, except as noted below. In the interest of maintaining good relations with the surrounding
community, restrict pile driving activity as follows:
Pile driving is allowed'' ., from 12:00 noon
to 10:00 PM.. Mondav through Saturdav and subiect to the same work hours and
' height restrictions as outlined in section 1- 08.0(2),I
No pile driving is allowed on Saturdays, Sundays, or state and federal holidays.
8 -56.3 Construction Requirements
8 -56.3A General
Leads: The top of the pile shall be guided by a "driving head,” "helmet," or "cap" connected to
the leads. The "driving head," "helmet" or "cap" shall not be guided by the impact block alone.
fDriving Equipment: Pile driving equipment shall be designed, constructed, and maintained in a
manner suitable for Work to be performed in this Contract.
Pile- driving equipment furnished by Contractor shall be approved in writing by Owner's
Representative. Pile- driving equipment shall be sized so project piling can be driven with
sufficient effort to design tip elevations shown on Drawings without overstressing piling. In
selecting pile- driving equipment, Contractor shall consider that piling may need to be driven into
glacially overridden soils.
Minimum size hammer recommended: APE Model 150 Vibro hammer and Delmag D30 -32
diesel hammer.
Remobilizing: Costs for remobilizing, removing, or replacing equipment as required for
Contractor's operations shall be incidental to the
dredging work
Preparation: Observe and verify site conditions with respect to access to Work and types of
equipment necessary to complete Work satisfactorily.
Vessel & Airplane Traffic: Perform duties required as outlined in the Contract in a manner that
does not impede or interfere the with normal flow of vessel andand airulane traffic at location
Work is being performed.
Protection of Surrounding Area and Facilities:
Protect from damage, due to pile- driving operations, contiguous, nearby features, and structures.
Repair, restore, replace, refit, and place in same condition as existed prior to damage such
features that may suffer damage or disfigurement during pile- driving operation. Costs shall be
borne by Contractor.
8 -56.3B Steel Pipe Piling
8- 56.313(1) Handling
City of Renton t— Addendum 1 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -49
No landside on -site storage area is available for storage of the piling. Store piling on barges or ,
truck on site at time of installation.
Use method of storing and handling that eliminates danger of damage by impact or excessive
stresses.
Store piling level on timber blocking so axis of each pile is maintained in straight line.
Locate blocking of successive tiers exactly over blocking below.
Move steel piling using "bridles," "strong backs," or other appropriate rigging that prevents ,
occurrence of permanent deformations.
Notify Owner's Representative at least 48 hours in advance of starting or restarting pile
installation.
Installation:
Install piling open ended with driving shoe and in true line and position to minimum tip
elevations noted on Drawings.
Mark lower section of each pile in 5 -foot increments starting at tip. Mark portion of piling above
waterline in 1 -foot increments, and use enlarged numerals to indicate length in 5 -foot
increments. Remove markings completely from pile after driving and prior to final acceptance
by Contracting Agency's Representative. Markings obliterated or made unreadable during
slinging and handling shall be remarked prior to driving. Orient piling in leads, so markings are
visible for monitoring by Owner's Representative during pile installation.
Jetting of piling is not allowed.
Driving hammer shall be vibratory hammer of suitable size to install piling to existing pile top
levels. ,
If conditions do not allow continued use of vibratory hammers for steel piling driving, impact
hammers approved by Owner's Representative may be used to install piling. The use of impact
hammers will require additional measures for noise abatement in water per the Hydraulic Project
Approval Permit and Corps of Engineers Section 10/404 Permit. Pile- driving hammers shall be
capable of driving piling to minimum tip elevations as indicated on Drawings. Hammer shall be
equipped with suitable "driving head," "driving cap," or "helmet" fabricated of forged or cast '
steel, or approved alternate material, shaped to fit particular pile being driven and designed for
particular hammer being used.
Impact hammer shall be required to drive piling in areas of harder substrate. Size hammer to t
install pile to required embedment depth without damage. Should it be necessary, in opinion of
Owner's Representative, to deliver an energy magnitude less than rated hammer range,
Contractor shall be prepared to reduce energy level.
Use of bubble curtain around pile during installation may be required by environmental
regulatory agencies. Comply with permit requirements.
Use a driving helmet of right size for hammer to distribute blow and protect top of steel piling
from driving damage. Driving head shall be positioned symmetrically below hammer's striking
parts, so impact forces are applied concentric to pile top. Pile helmet cushions and proper size
City of Renton! Addendu" Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -50
and material shall be used during driving. Provide energy absorbing materials to reduce noise
from pile driving operation.
Energy and resultant stresses imposed on each pile during driving shall not be of magnitude that
causes pile damage during installation. Owner's Representative may perform underwater
inspections of installed piling to determine whether damage has occurred. Should damage be
found in installed pile, that pile shall be repaired or replaced, at Contracting Agency's option, at
no additional cost to Contracting Agency.
Install steel pipe piling to existing pile top elevation.
Installation Tolerances: Piling location at cutoff elevation shall not vary from the existing pile
alignment to ensure proper fit up with the float internal hoop system. If Owner's Representative
determines piling is installed too far out of line or damaged by driving or straightening so as to
impair its structural value as a pile under conditions of use, pull and replace with a new pile at
Contractor's expense.
Driving Record: Maintain a detailed record of pile driving operations from time pile is picked up
until it is driven completely. Keep a complete and current record of each pile driven. Include
rate of installation (measured in feet per minute) for piling installed with a vibratory hammer if
such method is used. Record of pile driving shall include number of blows required for each foot
or less of penetration along entire embedment of pile, including type, speed, energy rating, and
fuel setting of hammer. Cutoff. Cut off steel piling at elevations indicated on Drawings. Use
templates or pipe cutting tool after final alignment to ensure that cutoff will be true and level.
Cut off steel piling at elevation as indicated on Drawings.
Damaged Piling:
Remove and replace piling bent or damaged during pile driving operations at no expense to the
Contracting Agency.
Extract damaged piling and out -of- tolerance piling rejected by Owner's Representative by means
of vibrating, pulling, or methods acceptable to Owner's Representative. Make extracted piling
' available to Owner's Representative for examination.
Additional compensation will not be made for failed attempts to extract pile or for disposal of
rejected pile.
8 -56.31) Pile Installation Acceptance Criteria
Owner's Representative may reject a pile if conditions specified are not met. If Owner's
Representative rejects a pile, at sole discretion of Owner's Representative and no additional cost
to Contracting Agency, either:
Remove and replace rejected pile with new pile furnished and driven in its place, or
Furnish a new pile and install it adjacent to rejected pile. Rejected pile may be cut off at mud
line, at Owner's Representative's option
Costs and schedule impacts and costs associated with above remedial action shall be. sole
responsibility of Contractor, including, but not limited to:
Supply of new pile.
City of Renton - Addeodum-11 Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -51
Required extra materials.
Labor and Equipment.
Driving inspection.
5 -56.4 Measurement and Payment
No separate measurement or payment will be made to �d remove and install steel piling
and pile caps. The cost for this portion of the work shall be incidental to the dredging should the
Contractor choose the temporary relocation of E -W Floating Concrete Dock as a dredging
option.
APPENDICES
The following appendices are attached and made a part of this contract
APPENDIX A: PSSDA SUITABILITY DETERMINATION
APPENDIX B: PERMIT DOCUMENTS
APPENDIX C: EXISTING FACILITY DRAWINGS
APPENDIX D: CONSTRUCTION SAFETY & PHASING PLAN (CSPP)
APPENDIX E: UTILITY DRAWINGS
City of Renton L Addendum U Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -52
WILL ROGERS — WILEY POST MEMORIAL
SEAPLANE BASE MAINTENANCE DREDGING PROJECT
L'i �
Date: October 3, 2013
Subject: Construction Safety and Phasing Plan (CSPP)
The following documents will be incorporated into the contract plans and specifications in accordance
with the requirement of a construction safety and phasing plan. The following CSPP documents will be
included as Appendix D:
• CSPP Narrative
• Plan sheets
• C -0: Safety and Security Notes
• C -1: Contractor Staging and Access Plan
• C -2: Temporary RW End 16 Closure Plan
o C -3: Runway 34 Departure Surface Contours
• C -4: Site Sections
• C -5: Rwy End 16 Closure Declared Distances
• GVOR — Ground Vehicle Operations Rules for Renton Airport
Cordially,
Andrew B. Carpenter, PE
Civil Engineer
URS Corporation
;8
1 EXPIRES: 8/25/14 1
WILL ROGERS -WILEY POST MEMORIAL SEAPLANE BASE
MAINTENANCE DREDGING PROJECT
CONSTRUCTION SAFETY AND PHASING PLAN (CSPP)
(Note — Paragraph numbers refer to FAA Advisory Circular 15015370 -2F)
201. Overview. Aviation safety is the primary consideration at airports, especially during construction.
The airport operator's Construction Safety and Phasing Plan (CSPP) and the contractor's Safety Plan
Compliance Document (SPCD) are the primary tools to ensure safety compliance when coordinating
construction activities with airport operations. These documents identify all aspects of the construction
project that pose a potential safety hazard to airport operations and outline respective mitigation
procedures for each hazard. They must provide all information necessary for the Airport Operations
department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during
construction. All aviation safety provisions included within the project drawings, contract specifications,
and other related documents must also be reflected in the CSPP and SPCD.
202. Assume Responsibility. Operational safety on the airport remains the airport operator's
responsibility at all times. The airport operator must develop, certify, and submit for FAA approval each
CSPP. The airport operator must also require and approve a SPCD from the project contractor.
203. Submit the CSPP. Construction Safety and Phasing Plans has been developed concurrently with the
project design.
a. Submit an Outline/Draft. By the time approximately 25% to 30% of the project design is
completed, the principal elements of the CSPP should be established.
b. Submit a Construction Safety and Phasing Plan (CSPP).
c. Submit a Safety Plan Compliance Document (SPCD). The contractor should submit the
SPCD to the airport operator for approval to be issued prior to the Notice to Proceed.
d. Submit CSPP Revisions. All revisions to the CSPP or SPCD should be submitted to the FAA
for approval as soon as required changes are identified.
204. Meet CSPP Requirements.
a. To the extent possible, this CSPP addresses the following as outlined in Section 2, of AC
150/5370 -2F). Details that cannot be determined at this stage are to be included in the SPCD
(1) Coordination.
(2) Phasing.
(3) Areas and operations affected by the construction activity.
(4) Protection of navigation aids (NAVAIDs).
(5) Contractor access.
(6) Wildlife management.
(7) Foreign Object Debris (FOD) management.
(8) Hazardous materials (HAZMAT) management
(9) Notification of construction activities.
(10) Inspection requirements.
(11) Underground utilities.
Renton Municipal Airport Construction Safety and Phasing Plan
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project 1
1
t
C
1
I
t
u
1
1
1
t
I
(12) Penalties.
(13) Special conditions.
(14) Runway and taxiway visual aids.
(15) Marking and signs for access routes.
(16) Hazard marking and lighting.
(17) Protection.
(18) Other limitations on construction.
b. The Safety Plan Compliance Document (SPCD) should include a general statement by the
construction contractor that he /she has read and will abide by the CSPP. In addition, the SPCD
must include all supplemental information that could not be included in the CSPP prior to the
contract award. The contractor statement should include the name of the contractor, the title of
the project CSPP, the approval date of the CSPP, and a reference to any supplemental information
(that is, "I , Name of Contractor, have read the Title of Project CSPP, approved on Date , and
will abide by it as written and with the following additions as noted: "). The supplemental
information in the SPCD should be written to match the format of the CSPP indicating each
subject by corresponding CSPP subject number and title. If no supplemental information is
necessary for any specific subject, the statement, "No supplemental information," should be
written after the corresponding subject title. The SPCD should not duplicate information in the
CSPP:
(1) Coordination. Discuss details of proposed safety meetings with the airport operator
and with contractor employees and subcontractors.
(2) Phasing. Discuss proposed construction schedule elements, including:
(a) Duration of each phase.
(b) Daily start and finish of construction, including "night only" construction.
(c) Duration of construction activities during:
(i) Normal runway operations.
(ii) Closed runway operations.
(iii) Modified runway "Aircraft Reference Code" usage.
(3) Areas and operations affected by the construction activity. These areas and
operations should be identified in the CSPP and should not require an entry in the SPCD.
(4) Protection of NAVAIDs. Discuss specific methods proposed to protect operating
NAVAIDs.
(5) Contractor access. Provide the following:
(a) Details on how the contractor will maintain the integrity of the airport
security fence (gate guards, daily log of construction personnel, and other).
(b) Listing of individuals requiring driver training (for certificated airports and as
requested).
Renton Municipal Airport Construction Safety and Phasing Plan
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project 2
(c) Radio communications.
(i) Types of radios and backup capabilities.
(ii) Who will be monitoring radios.
(iii) Whom to contact if the ATCT cannot reach the contractor's
designated person by radio.
(d) Details on how the contractor will escort material delivery vehicles.
(6) Wildlife management. Discuss the following:
(a) Methods and procedures to prevent wildlife attraction.
(b) Wildlife reporting procedures.
(7) Foreign Object Debris (FOD) management. Discuss equipment and methods for
control of FOD, including construction debris and dust.
(8) Hazardous material (HAZMAT) management. Discuss equipment and methods for
responding to hazardous spills.
(9) Notification of construction activities. Provide the following:
(a) Contractor points of contact.
(b) Contractor emergency contact.
(c) Listing of tall or other requested equipment proposed for use on the airport
and the timeframe for submitting 7460 -1 forms not previously submitted by the
airport operator.
(10) Inspection requirements. Discuss daily (or more frequent) inspections and special
inspection procedures.
(11) Underground utilities. Discuss proposed methods of identifying and protecting
underground utilities.
(12) Penalties. Penalties should be identified in the CSPP and should not require an entry
in the SPCD.
(13) Special conditions. Discuss proposed actions for each special condition identified in
the CSPP.
(14) Runway and taxiway visual aids. Including marking, lighting, signs, and visual
NAVAIDs. Discuss proposed visual aids including the following:
(a) Equipment and methods for covering signage and airfield lights.
(b) Equipment and methods for temporary closure markings (paint, fabric, other).
Renton Municipal Airport
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project
3
Construction Safety and Phasing Plan
t
I
1
i
1
F-1
t
1
(c) Types of temporary Visual Guidance Slope Indicators (VGSI).
(15) Marking and signs for access routes. Discuss proposed methods of demarcating
access routes for vehicle drivers.
(16) Hazard marking and lighting. Discuss proposed equipment and methods for
identifying excavation areas.
(17) Protection of runway and taxiway safety areas. including object free areas,
obstacle free zones, and approach/departure surfaces. Discuss proposed methods of
identifying, demarcating, and protecting airport surfaces including:
(a) Equipment and methods for maintaining Taxiway Safety Area standards.
(b) Equipment and methods for separation of construction operations from
aircraft operations, including details of barricades.
(18) Other limitations on construction should be identified in the CSPP and should not
require an entry in the SPCD.
205. Coordination. Airport operational safety during construction will be discussed during the prebid
and preconstruction conferences. In addition:
a. Contractor Progress Meetings. Operational safety shall be a standing agenda item for discussion
during progress meetings throughout the project.
b. Scope or Schedule Changes. Changes in the scope or duration of the project may necessitate
revisions to the Construction Safety and Phasing Plan (CSPP). All changes will be reviewed and
approved by the airport operator and the FAA.
c. FAA Coordination. The project will be coordinated with Peter Doyle, Seattle Airports District
Office (ADO) project manager in conjunction with submittal of FAA form 7460 -1. The project will
be coordinated with Renton Airport Traffic Control Tower (ATCT) manager.
206. Phasing. The sequence of construction has been phased to gain maximum efficiency while allowing
minimizing impacts to normal operations. The construction phases have been coordinated with airport
users. The general phasing strategy has been to incorporate the majority of the dredging activity during
periods of temporary closure of Runway End 16. Closure will include approach to Runway 16 as well as
departure from Runway 34. This will eliminate construction interference with regulated airspace
concurrent with the dredging operation in the bay. Typically this closure will occur during the hours
(1200 — 2200), but the Airport reserves the right to extend the closure into day time on a case by case
basis. See construction drawings for more information related to the Runway End 16 partial closure.
a. Phase Elements. Refer to the construction drawings for:
• Areas closed to aircraft operations
• Taxi routes
• Construction staging areas
• Construction access and haul routes
• Impacts to NAVAIDs
• Lighting and marking changes
Renton Municipal Airport
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project
Construction Safety and Phasing Plan
• Available runway length
• Declared distances
• Hazard marking and lighting
• Lead times for required notifications
b. Construction Phase Drawings. Drawings have been developed which indicate the specific safety
procedures, and construction crane height restrictions. Available declared distances are shown in both
the CSPP as well as the construction drawings.
207. Areas and Operations Affected by Construction Activity. The construction phasing plan has
been developed to allow runways and taxiways to remain in use to the maximum extent possible without
compromising safety. The plan was discussed with airport users during project design.
TABLE 207 -1: Operations Effects
Project
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project
Phase
Closure Periods of Runway End 16 Operations - RW 16 Closed for Approach
and RW 34 Closed for Departure
Scope of Work '
Dredge the basin just north of the seaplane base.
Operational Requirements
Normal (Existing)
RW End 16 Closure Activity
Runway 16 -34 ARC
II -B
II -B
Runway 16 Approach
Visibility Minimums
NP >_ 1 -Mile
N/A
Runway 34 Approach
Visibility Minimums
Visual
Visual
Runway 16
Declared Distances
TORA: 5,382
TORA: 5,382
TODA: 5,382
TODA: 5,382
ASDA: 5,042
ASDA: 5,042
LDA: 4,742
LDA: N/A
Runway 34
Declared Distances
TORA: 5,382
TORA: N/A
TODA: 5,382
TODA: N/A
ASDA: 5,082
ASDA: N/A
LDA: 4,742
LDA: 4,742'
Runway 16 Approach Procedures
RNAV (Y,Z)
N/A
NDB
N/A
Runway 34 Approach Procedures
Visual
Visual
Runway 16 NAVAIDs
PAPI, REIL
None
Runway 34 NAVAIDs
PAPI, REIL
PAPI, REIL
ATCT (hours open)
(0700 -2000)
(0700 -2000)
a. Identification of Affected Areas. Areas and operations affected by the construction are identified in
the construction drawings. The following items are addressed:
(1) Partial closing, of Runways
(2) Approach/departure surfaces affected by heights of objects
Renton Municipal Airport Construction Safety and Phasing Plan
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project 5
1 (3) Construction areas
b. Mitigation of Effects. Specific procedures necessary to maintain the safety and efficiency of airport
operations are identified in the construction drawings. The following items are addressed:
(1) Temporary changes to runway and taxi operations
(2) Maintenance of essential utilities
(3) Temporary changes to air traffic control procedures
208. Navigation Aid (NAVAID) Protection. This project will be coordinated with the FAA
ATO /Technical Operations office through submittal of FAA form 7460 -1. During construction the use of
cranes up to 40 feet tall will cause major changes in the use of the airport. A temporary closure of
Runway End 16 operations will be used to avoid conflict with approach /departure surfaces over the
construction equipment. When Runway End 16 is out of service for approach and when Runway End 34
is out of service for departure, certain NAVAIDS will be out of service and all traffic will operate under
visual flight rules. (See plan sheet C -S for Declared Distances associated with partial runway closure
operational conditions.)
When operations are in standard conditions, traffic will operate normally and contractor personnel may
not enter critical airport areas. Access to these areas shall be clearly marked as shown in the contract
documents. The contractor will initiate the appropriate submittal to Airport Operations for all NOTAMs
during construction activities. (See 213. b below for more information regarding NOTAMs.)
209. Contractor Access. The project drawings show the areas to which the contractor has access, and
how contractor personnel will access those areas. Specifically addressed are:
a. Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are
not permitted within the RSA, OFZ or OFA of an operational runway. Stockpiled materials and
equipment adjacent to these areas shall be prominently marked and lighted during hours of restricted
visibility or darkness. This includes determining and verifying that materials are stabilized and stored
at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of
wildlife and foreign object damage.
Ib. Vehicle and Pedestrian Operations. Vehicle and pedestrian access routes are shown on the project
drawings and are designed to prevent inadvertent or unauthorized entry of persons, vehicles, or
animals onto the Airport Operations Area (AOA). These routes have been coordinated with airport
operations personnel. The following is included:
I
I
(1) Construction site parking. These areas provide reasonable contractor employee access to the
job site.
(2) Construction equipment parking. Contractor employees shall park and service all
construction vehicles in an area outside the OFZ and never in the safety area of an active
runway or taxiway. Inactive equipment shall not be parked on a closed taxiway or runway.
Employees shall park construction vehicles outside the OFA when not in use.
(3) Access and haul roads. The construction contractor shall not use any access or haul roads
other than those approved. Access routes used by contractor vehicles shall be clearly marked to
prevent inadvertent entry to areas open to airport operations. The primary access point for the
contractor to the dredging site will be via watercraft (boat, barge, etc...). The contractor's
standard access will be limited to the dredging site and the landside facilities near the seaplane
Renton Municipal Airport
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project
Construction Safety and Phasing Plan
(8) Situational awareness. Vehicle drivers shall confirm by personal observation that no aircraft w
is approaching their position (either in the air or on the ground) when crossing a runway,
taxiway, or any other area open to airport operations. No vehicles shall pass in front of
pedestrians or moving aircraft. In addition, it is the responsibility of the escort vehicle driver to
verify the movement /position of all escorted vehicles at any given time.
(9) Two -way radio communication procedures.
(a) General. Construction contractor personnel engaged in activities involving unescorted
operation on aircraft operation areas must observe the proper procedures for
communications, including using the appropriate radio frequency. When operating vehicles
on or near open runways or taxiways, construction personnel must announce their
intentions and continue to monitor aircraft operations.
Vehicular traffic located in or crossing an AOA must have a working two -way radio,
be under the direction of contractor furnished flaggers, or be escorted by a vehicle with
a radio. All drivers shall confirm that no aircraft is approaching the vehicle position.
Additional requirements and recommendations are contained in the Airport's Ground
Vehicle Operating Rules, copy enclosed.
(b) Areas requiring two -way radio communication with the ATCT.
(c) Frequencies to be used. The contractor shall use and monitor ground control frequency
121.6 Mhz.
(10) Maintenance of the secured area of the airport, including:
Renton Municipal Airport Construction Safety and Phasing Plan
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project 7
dock. The contractor may request access to the AOA for limited duration, but may only
proceed onto the AOA with appropriate authorization from the airport Owner.
(4)
Marking and lighting of vehicles. Any contractor vehicles that enter the AOA shall have a
flag or amber flashing beacon attached to it. Any vehicle operating in the AOA during hours of
darkness or reduced visibility must be equipped with an amber flashing beacon.
(5)
Description of vehicle operations under normal, lost communications, and emergency
conditions. Vehicles operating within or crossing the AOA must have prior approval from the
airport Owner. If a vehicle becomes lost or has a radio failure, the operator should vacate the
runways and taxiways as quickly and safely as possible, advise the Contractor's superintendent
of the situation and wait for further instruction. If an emergency condition occurs, the
contractor's staff should meet at a location designated by the contractor's safety officer.
(6)
Required escorts. When any vehicle, other than one that has prior approval from the airport
Owner, must travel within any portions of the AOA, it will be escorted and properly identified
and lighted.
(7)
Training requirements for vehicle drivers. The Contractor's Safety Officer will be
responsible to ensure contractor's operations are in compliance with the airport operator's
vehicle rules and regulations. The Contractor's Safety Officer will be trained on the rules and
regulations by Airport Staff prior to beginning the project.
_
(8) Situational awareness. Vehicle drivers shall confirm by personal observation that no aircraft w
is approaching their position (either in the air or on the ground) when crossing a runway,
taxiway, or any other area open to airport operations. No vehicles shall pass in front of
pedestrians or moving aircraft. In addition, it is the responsibility of the escort vehicle driver to
verify the movement /position of all escorted vehicles at any given time.
(9) Two -way radio communication procedures.
(a) General. Construction contractor personnel engaged in activities involving unescorted
operation on aircraft operation areas must observe the proper procedures for
communications, including using the appropriate radio frequency. When operating vehicles
on or near open runways or taxiways, construction personnel must announce their
intentions and continue to monitor aircraft operations.
Vehicular traffic located in or crossing an AOA must have a working two -way radio,
be under the direction of contractor furnished flaggers, or be escorted by a vehicle with
a radio. All drivers shall confirm that no aircraft is approaching the vehicle position.
Additional requirements and recommendations are contained in the Airport's Ground
Vehicle Operating Rules, copy enclosed.
(b) Areas requiring two -way radio communication with the ATCT.
(c) Frequencies to be used. The contractor shall use and monitor ground control frequency
121.6 Mhz.
(10) Maintenance of the secured area of the airport, including:
Renton Municipal Airport Construction Safety and Phasing Plan
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project 7
1
1
1-1
210. Wildlife Management. The Contractor shall carefully control and continuously remove waste or
loose materials that might attract wildlife. Contractor personnel shall be aware of and avoid construction
activities that can create wildlife hazards on airports, such as:
a. Trash. Food scraps must be collected from construction personnel activity.
b. Standing Water.
c. Tall Grass and Seeds.
d. Poorly Maintained Fencing and Gates. (See 209. b(10) (a) above.)
e. Disruption of Existing Wildlife Habitat. Contractor personnel shall immediately notify the airport
operator of wildlife sightings.
211. Foreign Object Debris (FOD) Management. The Contractor shall not leave or place FOD on or
near active aircraft movement areas. Materials tracked onto these areas must be removed immediately.
Materials capable of creating FOD shall be continuously removed during the construction project.
Fencing may be necessary to contain material that can be carried by wind into areas where aircraft
operate.
212. Hazardous Materials (HAZMAT) Management. The contractors shall be prepared to
expeditiously contain and clean -up spills resulting from fuel or hydraulic fluid leaks.
213. Notification of Construction Activities. The contractor shall immediately notify the airport
operator or Engineer of any conditions adversely affecting the operational safety of the airport.
Renton Municipal Airport
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project
Construction Safety and Phasing Plan
(a) Fencing and gates. Contractors shall take care to maintain security during construction
when access points are created in the security fencing. Temporary gates shall be equipped
so they can be securely closed and locked to prevent access by animals and unauthorized
people. Procedures shall be in place to ensure that only authorized persons and vehicles
have access to the AOA.
Contractor shall be responsible to provide gate guard personnel any time material delivery,
hauling, or other construction activities require leaving a gate open that provides access to the
airport.
(b) Badging requirements. Each driver authorized to operate a vehicle on the airport will be
required to attend the Airport's ground vehicle training course. After successful
completion, a gate access card will be provided. All drivers will be required to have the
gate access card to access the gate.
i(c)
Airports subject to 49 CFR Part 1542, Airport Security. Not applicable
(11) Flagging. It is anticipated that construction traffic will not be required to cross active runways,
taxiways or aprons. Under no circumstances is the Contractor to cross a runway open to air
traffic.
1
1-1
210. Wildlife Management. The Contractor shall carefully control and continuously remove waste or
loose materials that might attract wildlife. Contractor personnel shall be aware of and avoid construction
activities that can create wildlife hazards on airports, such as:
a. Trash. Food scraps must be collected from construction personnel activity.
b. Standing Water.
c. Tall Grass and Seeds.
d. Poorly Maintained Fencing and Gates. (See 209. b(10) (a) above.)
e. Disruption of Existing Wildlife Habitat. Contractor personnel shall immediately notify the airport
operator of wildlife sightings.
211. Foreign Object Debris (FOD) Management. The Contractor shall not leave or place FOD on or
near active aircraft movement areas. Materials tracked onto these areas must be removed immediately.
Materials capable of creating FOD shall be continuously removed during the construction project.
Fencing may be necessary to contain material that can be carried by wind into areas where aircraft
operate.
212. Hazardous Materials (HAZMAT) Management. The contractors shall be prepared to
expeditiously contain and clean -up spills resulting from fuel or hydraulic fluid leaks.
213. Notification of Construction Activities. The contractor shall immediately notify the airport
operator or Engineer of any conditions adversely affecting the operational safety of the airport.
Renton Municipal Airport
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project
Construction Safety and Phasing Plan
I
a. List of Responsible Representatives/Points of Contact. The contractor shall prepare and maintain
an emergency contact list for all involved parties, and procedures for contacting each party, including
after hours.
b. NOTAMs. Before beginning any construction activity which may impact the normal operations at
the airport the contractor must ensure, by direct communication with City of Renton airport
personnel, that the activity has been reported using the FAA's Notice to Airmen (NOTAM) system.
Upon completion of work and return of areas to standard conditions, the contractor must verify the
cancellation of all applicable NOTAMs. Only the airport operator may initiate or cancel NOTAMs,
and is the only entity that can close or open a runway.
c. Notification to the FAA. All communication with the FAA will be accomplished by the airport
operator.
214. Inspection Requirements.
a. Daily Inspections. Inspections will be conducted daily, or more frequently if necessary to ensure
conformance with this CSPP. A Construction Progress Daily Safety (CPDS) checklist, enclosed as
part of this document, will be used.
b. Final Inspection. A final airport safety inspection will be conducted by the airport operator at the
end of final construction activity.
215. Underground Utilities. Known utilities and structures expected to be adjacent to or encountered in
the work are shown on the Drawings. There may be some discrepancies and omissions in the locations and
quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only,
and no responsibility is assumed by either the airport or the Engineer for their accuracy or completeness.
216. Penalties. Non - compliance with the CSPP or airport rules and regulations may result in revocation
of driving privileges and access to the Aircraft Operations Area. Additional limitations to the
construction activity are outlined in Section 222.
217. Special Conditions. None
218. Runway and Taxiway Visual Aids. The contractor shall insure that areas where aircraft will be
operating are clearly and visibly separated from construction areas. Throughout the duration of the
construction project, the contractor shall verify that these areas remain clearly marked and visible at all
times and that marking, lighting, signs, and visual NAVAIDs remain in place and operational.
a. General. Airport markings, lighting, signs, barricades and visual NAVAIDs shall be clearly visible to
pilots. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or
other wind currents and constructed of materials that would minimize damage to an aircraft in the
event of inadvertent contact.
b. Markings. Markings, lighting and signage associated with temporary the relocated threshold will be
detailed in the phasing plan sheets. Relocated thresholds will include outboard fabric threshold bars,
and temporary yellow fabric chevrons, but will not include temporary Precision Approach Path
Indicator (PAPI) lights or Runway End Indicator Lights (REILs).
Renton Municipal Airport Construction Safety and Phasing Plan i
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project 9
I!
1
t
I!
219. Marking and Signs for Access Routes. Pavement markings and signs will conform to AC
150/5340 -18 and with the Federal Highway Administration Manual on Uniform Traffic Control Devices
(MUTCD) or State highway specifications. Signs adjacent to areas used by aircraft will comply with the
frangibility requirements of AC 150/5220 -23, Frangible Connections.
220. Hazard Marking, Lighting and Signing.
a. Hazard Marking and Lighting. Hazardous areas in the AOA, including any area affected by
construction that is normally accessible to aircraft, personnel, or vehicles, open manholes, areas under
repair, stockpiled material, waste areas, and areas subject to jet blast, shall be marked with barricades.
During periods of low visibility and at night, red flashing lights shall be operational on the barricades.
The hazardous area marking and lighting shall be furnished and maintained by the contractor.
b. Equipment.
(1) Barricades. Barricades, (weighted or sturdily attached to the surface) are acceptable methods to
identify and define the limits of construction and hazardous areas. Careful consideration must be
given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain
in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades shall
be such that a breach is physically prevented barring a deliberate act. Fully interlocking low
profile lighted barricades will be used exclusively.
(2) Lights. Lights shall be red, either steady burning or flashing, and must meet the luminance
requirements of the State Highway Department. Lights shall be mounted on barricades and
spaced at no more than 10 ft. Lights shall be operated between sunset and sunrise and during
periods of low visibility whenever the airport is open for operations.
(3) Signs. The contractor shall supplement barricades with signs (for example "No Entry," "No
Vehicles ") as necessary.
(4) Air Operations Area - General. Barricades are not permitted in any active safety area. Within a
runway or taxiway object free area, and on aprons; the contractor shall use orange traffic cones,
flashing or steady burning red lights as noted above, collapsible barricades marked with diagonal,
alternating orange and white stripes; and /or signs to separate all construction/maintenance areas
from the movement area. Barricades may be supplemented with alternating orange and white
flags at least 20 by 20 in (50 by 50 cm) square and securely fastened to eliminate FOD. All
barricades adjacent to any open runway or taxiway safety area, or apron must be as low as
possible to the ground, and no more than 18 in high, exclusive of supplementary lights and flags.
Barricades shall be of low mass; easily collapsible upon contact with an aircraft or any of its
components; and weighted or sturdily attached to the surface to prevent displacement from prop
wash, jet blast, wing vortex, or other surface wind currents.
221. Protection of Runway. Runway safety areas, obstacle free zones (OFZ), object free areas (OFA),
and approach surfaces shall be protected at all times by the contractor. The project drawings show all
safety areas, object free areas, obstacle free zones and approach departure surfaces affected by
construction.
a. Runway Safety Area (RSA). A runway safety area is the defined surface surrounding the runway
prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot,
Renton Municipal Airport Construction Safety and Phasing Plan
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project 10
overshoot, or excursion from the runway. No construction may occur within the RSA while the
i
runway is open for aircraft operations.
b. Runway Object Free Area (ROFA). Construction, including excavations, may be permitted in the
ROFA. However, equipment must be removed from the ROFA when not in use, and material shall
not be stockpiled in the ROFA.
c. Obstacle Free Zone (OFZ). Personnel, material, or equipment may not penetrate the OFZ while the
runway is open for aircraft operations.
c. Runway Approach/Departure Areas. Personnel, materials, and equipment shall remain clear of the
applicable approach and departure surfaces.
d. Partial Closure of Rwy 16.
a. The contractor shall hold a daily safety meeting to coordinate with Airport
Operations personnel of the equipment to be used that day, and to confirm the hours
that day for the temporary Runway End 16 partial closure (Airport contact: Jonathan
1
Wilson, 206 - 423 -0087 or 425- 430 -7477)
b. Contractor obstructions may only be deployed after receiving notification and
approval from Airport Operations.
c. Contractor shall notify Airport Operations if obstructions are removed earlier than
anticipated so that normal operations may be established.
d. See plan sheets C -2 and C -5 for specifics on operational limitations during partial
Runway End 16 closure.
222. Other Limitations on Construction: The airport owner shall have the authority to suspend the
work wholly, or in part, for such period as necessary, due to conditions considered unfavorable for the
prosecution of the work, or due to the failure of the Contractor to carry out orders given or perform
provisions of the contract. 1
Renton Municipal Airport Construction Safety and Phasing Plan
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project 11
1
1
� I
'J
t
Construction Project Daily Safety Inspection Checklist
The situations identified below are potentially hazardous conditions that may occur. This checklist
shall be completed each day by the contractor to aid in identifying and correcting potentially
hazardous conditions.
Item
Action Required
None
Open excavation adjacent to runway
❑
Mounds of earth, construction materials or other obstacles near an
❑
open runway or Object Free Area / Aircraft Approach Area
Heavy equipment (stationary or mobile) operating or idle near
❑
AOA, in runway approaches or in OFZ.
Use of cranes without proper notification and appropriate
❑
relocated threshold in place.
Improperly positioned or malfunctioning obstruction lights on
❑
equipment or airport hazards, such as holes or excavations.
Objects, loose pavement, trash and other debris on or near AOA.
❑
Improper marking and lighting of runway relocated threshold..
❑
Improper marking and lighting of temporarily closed portion of
AOA
❑
Wildlife attractants
Misleading or malfunctioning obstruction lights..
❑
Failure to coordinate NOTAM requirements with airport staff
❑
Lack of radio communications with construction vehicles in airport
movement areas.
❑
Objects that could be distracting or confusing to pilots during
aircraft operations.
❑
Spillage from vehicles (gasoline, diesel fuel, oil) on active
pavement areas
❑
Construction work taking place outside of designated work
areas or out of phase.
❑
Renton Municipal Airport
Will Rogers -Wiley Post Memorial Seaplane
Maintenance Dredging Project
12
Construction Safety and Phasing Plan
W M w 0 1181HX3 ddS3
¢
tZ N ~ ~ O a O Q U
W N 3 z Z w i 0 O p r Z O_ m
0 K OmQ J� Za0 a z °° ° pa2Ow ~ N Q Q
¢ ¢ w 3- Q
a J 4J i+7Y0 3N 00, Q LJ ¢ V-Q W a00 ° H Ww �W
a vmi \¢O ° c0 = ° (n w� a QUZ JWJ oZ ra O
(Qnw womz r..ig WZU < w �o or > ozF �''� m< vi
Q x aw °m = o U(n wFQ Z m w °N V
Q~Q r F-� NSW ZZ H a'F- Wa' K a ~ OZ li~ Wz W
O ~ 4J�Jr ZWS OQw aU 07 ¢� ¢ OWW pZ tno m
z z ZU�� wa >F- a a w O Oa wW. W o
w p W w< W J Em a d r Z O N 2 4 d= ZQ 2 0w z 3 H O K Z z
a'- > pll.zm x41 U m Y ~W Ha' wQ J Q W�a Uw UW V
L.�Q 0 °�N 3 N°JW aQU �_ Za 2N aaJ w ° N dm da Z i W C
WW OHa'> �� =L�� Ow > -N HJ WOm a MMm NO N° O a ¢ z
Ha Za° a 3Z2 O (x UQ =U(n m QN a
Q0 Z YN-W H aN �w 0O0 a j~ ZU HQZ J maV) r �� d
OH �wmi QW Q <J wUJ a OU OZ Z�a 2 HOw mQ �L� W U X.
O 2
O o a J LK J J O Q W J m r W Z O J J O O O w N J Z O a W w
U,C ao ob =o o� a3x a ~o t°d �° Z- m 3rw tg. mao >QO =w z
W< a m N �. a N a o w o w -° 0-' w O m m Q J J _ 0° 3
Jr m (�W¢a aw Qo Jma W °� z< �oJ m¢m �OZ =Q °
Mn m Z ?1-¢0 ¢Z JZZ QOH Z OH ZN Nom¢ O 2 SUO 3a J
p 4 W= ?�4 300 V-U (n HJN N W -= 9 ZmZ F-<O (nz ° CL H0 m �W�z WJ a'�U, °JO ZZ YQO WZ J>a' O Ups �'ZS Oo W
m a- < wm Z a 0 0LJ O a Z N a a K d m a W a 0 m O O \ 0 0� ui �° ~ 0 N
o¢ ? �QO° aim ¢grin J <w t6Jw W4a ww� z�m z oho w=° a� w N
a} p 3xWV7 W�z !-Q0 ZzW OF g~� Sa O X C7 HZQ tnH� OO J0 M
J W NtnHH m Z U wQ� W(np H pwZ g0 J H= H Qa w cr
WN Z W <Z t5 - 00 x H gm0 U W }- O w
Qo m °woo Jzo UZ¢ Xoi 3z 3 31 of z�w o a=F '- zm wa a mz Z o
> H U O J H < a W w a. U'03' Z N Z U W Z H Q W 0- Z U W-
ZO Z gUJ Nrz -aw0 WO 03Z mw Z2H < U 0 d'a Q iOp O
Oa p a��J Z ° QgJ ZS WU. mON mm0 V) ¢ViO Q�(n f~n rC
a W U m< p N 3M.: O Z w W 2 Z W W Teo ~ ° w a'41 J 0 W W m H w NO °
W� m Zm< jOZLg ° Sow (na ~a zw °a �za c7�0> a >w NOO aw M
o O J O� U g Z << w g W w° a(n z Q° z Q� O° p -.z W w Q N Q Z W H I� W Z V
U JVj U - °a V) pgb =W Z Z O ¢ J< W O
zz =o z�W¢ °OZ waY 3 ~¢ w� ~w(n °Szm NmN 3 3�oN ~ w Q�< 3 - 0 3� N
�a E Nay} zac� Qwo °maZ Sa 7) ao° ZOQy Zvi OzW 4Jo¢ >
mW JO z♦-Um ZgQ =Z3 Wimp H< °OJ WWZ �O~ Uw OW a JZ SU Q t` M Q ♦�1
U= <Z OHO WWV) mz SZ WO Wa'O =HQ ¢ZJ W� F-WW mwW 1-UW 2 1 �N InM Z
2~ Wo UpN°W 30W WV)g ~mm< NZ QJ� ~QU Cc) :5 O~ �UZg V)wm ZW� J �m< wW Q Ckf Uz OCO= x 0WO oa'JW ZmZ OZ? J¢} ��i< ��J °(n0 < 0 OVI
OQ �3 o`�QJ w« Enna '00 =0 �} W O OL)o 20¢ ZQ �oaz wS3 6=a N �Z.N Cm } .
gW Oa. KOV)W aU< }ZOO aWm� L<i� °NO aWJ ~Q, F=-Q ~ ~ }U gg0 < ~O V) `rmv JZ W = ui
0Q Rp J Om ma Q °U JZNO JQ O W Jm a°. to wwK 33 <2BH N WOz O vX(n 3g Li 03
cti~ Yo~ a�)'� °tea ow izJa =~ << ° = N "�<a Wo ZV)�W om_go ooh ao a Q v=i
ZLZUOw 0g =O >< w0 aW N -W Nvi JWm V) Q JOWW EW O4 -r -00 3 a' �WQ N N y
.O Wes_. V)m NJ <(n ZOa Z w QSb, } JO 02 HV) =� J~ ~N~ UW> J< a 70g ¢
O 3m= O oUx° agm o_ °m g�� � g3 =mm gS, mZ)'"w �z t, mN= o�W m ULw
W WO.�.Z� HwW2 V1NJ ��V) Om O..•p0 (nOJ O3o C. ma L`pl�W Z�H wwZ V) V) LSO IL
Z wa. -a' <M: En a =J a°= QJXm Q 1~n. ¢ ¢ zQ Oao U U00 00 U )-)-�
Z g. ;.g J UHa N 00 ~o O > 3 r F
M xN.Zm �3 =0 w¢= �g �QOD �W..:bc\�N �w¢ fn OUOZ(~n zQ zI¢O �~ °vw w ggg
J gN wm zvQ)o¢ w oa= Z=�g zo Uz Zo W w} oo N n�t z =ate Nzx O a °° W W
W OU aU oWwlJi i!w-Z ZFS ---~ 0U V)Qga 0UZ �QZ oWZ W~00 WJ HQWC j ~p° gwH d ggg O <
ajQ mQ W <W-W JI-� 03< WNZw W� Z�0 .LJZZ J OJgW JVl Ja'Hp U NOO OWF W QQQ a vzi N
om3 0� �YZZ ¢v~ia �ccOO, x�OQ �m oa > �w� H >ONg ¢w ��az u' ~oN ��o o� v
w w p X w¢ Z m w¢ w m 0 w w 0 a? J Z m U z m< z o D U
Ng voag .moo o.` �a �a o2w mm¢ ^JOU NU M ww ^ <a N`w(n
2 aw W 300 Uw ¢g -cnm ..o ¢a . (nom �aU? ¢ oO� �.M_ �w
N vi w
Z w .ZO -} L) ,.3 W O 00 w L - w 0 t m v)v) LL J
w < r w .� ¢ '� <° < zo z W ow m - gWr wU(n�
O
W x w 0 U a ��gm 3 ° �� w �< a = �' �z °ate °° =via �� w
< wz Q z <¢N w g 000 �- z w� <z <p >x J^ g o d C Z
vi S rN O > W0
�_ 00 � 'a N X a g L)zo' °z axwo0o° NJ °m° �� >w¢3�¢ QaQZF WIFE
U m ~� Q ° a� ° L d < <Oam ° mH� ~QM= °QQVIZ �)2"N <Ug� °QQ J¢W3J
az < _
ON J C5 0- r g= r O O Q OSOm 0 L) OK O� <z�00 3 j O <m2 0(nN wwQ j
LLJ
p ¢ I n
IL x:
C) o I
�a -
� a I aI I
U
O ml
U�
IL V)
p U O O
Z
z V)0
0
— Q - N w -- Dorcas o0s
O N O V) +
U U }
a'
o Ei!
It
s
o
z
OU
0
0
j I
i o
, o
o
l� r,4 i �}
I I
# II
n o
(° �, I
o
i O
F
1
L
T� 0 S) h•�
°- 2 d.
14? .
U
m
� I 9
ON
I x
t
( I
f ,
I <I
i
I of I
gk
I
I C? I -
I III
SD
I
"i
it
I � I
{7� 7f I •
I g I
N
{ I
I g I
Ll
r.<
"F 1
3
4F{
� •. Fit
� f
t{ S
)I,
i 3 j
h{ I
a L r.
� I
I {m
a
Vi
U
O U
Z
¢
W
o
O W Z
2 -
N
U
C) LIj
w Z x
Z
J
o-
M
o
V W z 0
z
N
N
�3
w W
J
oz� z
:0:)
O Q
zow�
a
m�Lair
Ix
a °
� o»
z
°U 2
3w
O N
Q v) L0 m
IQ
,Q
�
H
z W
W W
N
Z
C' m
�I
O� ~C27Z
CL
U Y p W O
W
V)
-cc
¢ a W 2 N
a <
Z
0—
ZaO�w
a
p
o
O O K¢ a
L) afro
w
ulz
q
ILCZ
19-10
oo
LJ
aa'
I
p
U)
Z
Doz
aFO
i� r
V �
�
Z
W
H
z
0
a
z
N
0
O
C
V)
_ ��ad° ao los•
y w
i.
1�dM l
�• 1
U
•.
I
z
=
O
o
Y
E=./
fkf ...
N
3
' /a '
LLJ
p ¢ I n
IL x:
C) o I
�a -
� a I aI I
U
O ml
U�
IL V)
p U O O
Z
z V)0
0
— Q - N w -- Dorcas o0s
O N O V) +
U U }
a'
o Ei!
It
s
o
z
OU
0
0
j I
i o
, o
o
l� r,4 i �}
I I
# II
n o
(° �, I
o
i O
F
1
L
T� 0 S) h•�
°- 2 d.
14? .
U
m
� I 9
ON
I x
t
( I
f ,
I <I
i
I of I
gk
I
I C? I -
I III
SD
I
"i
it
I � I
{7� 7f I •
I g I
N
{ I
I g I
Ll
r.<
"F 1
3
4F{
� •. Fit
� f
t{ S
)I,
i 3 j
h{ I
a L r.
� I
I {m
U w 3 Z
z m
M J I S
p J N V) H
Z
S
W N <
V) ¢ U
W U U Z
Z < o O O J Q
O U w = a
m a z o a a a
n- m 3 x ? O
O W Z �<- O N
it a m z a
a w°^ N o z
¢z ° o�� zW�
_ Y
Z g Q < O
¢ z ° w o o - r m=
H Q Z Z Z � �
W W a U p N O Mo: m W
W �_ O Z O H =
? m~ O<< I c z 0 3
z a w z m w p a z 4n QNQ
W ¢ z O Q N O m N w W
Lu U < p U I w 7 U of
N J & O w U <
of r W ~ m m y H O z w Z
m Z W m Vl < Z Y
O J< W U W U J a g a
w z O m a Q li ? L-,) Q a
> U < W W N V) I..l
d j m w �O O¢ O N p N z
a M ¢a a p o w W z 3 ¢
< p w 1= 0 p¢ O o
}n N U W H< w - U W J Z
Z U Z j O p < Lr) �°- z z a o w w Q z o
< U N V7 m o m O H
L) az N J� J o o o o
2 g ¢ ¢¢ r o ap
H Z a. W m � 2 ¢ �'' J W
w OQ 03 ocn X U as m w 5
W O U V) _ m F < g> Z
Z .a p H ¢ U 2 w }- < Z m p
° U a U Z �- Q < Q Z Z o
H Z V1' p S ¢ Q O F ¢ a
w `'_ h- V) cL
V) W O H U O O p
N a W w w g m p w¢ cn r
z m cf 3° o w J a J
z° JZ w zo W D? o a
w W < W m N V) Z m W w N
¢ ¢ N w J w a J Q U m J
S U < O
0 3
J z a' w V) m N V N
OO N <
< 2
U Z N 4 w O m W O
2 w W w LWJ a a'
w O U U
V) 2 O U o U V/ J z N z <
w 3 zU ¢ Ow FN w w m wo
�� m zLu mg a Q a°� o
m I
W a �) i0 i N �z a o x aw =
m ? HU - ? <¢ <o m J mw
Z -: N l i v i m n ao am °- -
J
W
J o°
I
Ld
O z
a w j
3 Om
a
of <
w o
_J 41 of
wQm�
� � J x0
3m -M a
J W
c� rr
z )' I
2 0
ggr Qo
a
cif
0
Vi
PAW
Z
¢
W
o
zU
Qaa
N
U
Z
J
o-
M
o
�
w
N
N
U
w W
J
W \
:0:)
O Q
U
a
�>
K
Ono
Ix
a °
�
z
°U 2
3w
O N
W
IQ
,Q
�
H
W W
N
Z
C' m
�I
CL
W
V)
-cc
W
Z
J
a
U
W
H
U w 3 Z
z m
M J I S
p J N V) H
Z
S
W N <
V) ¢ U
W U U Z
Z < o O O J Q
O U w = a
m a z o a a a
n- m 3 x ? O
O W Z �<- O N
it a m z a
a w°^ N o z
¢z ° o�� zW�
_ Y
Z g Q < O
¢ z ° w o o - r m=
H Q Z Z Z � �
W W a U p N O Mo: m W
W �_ O Z O H =
? m~ O<< I c z 0 3
z a w z m w p a z 4n QNQ
W ¢ z O Q N O m N w W
Lu U < p U I w 7 U of
N J & O w U <
of r W ~ m m y H O z w Z
m Z W m Vl < Z Y
O J< W U W U J a g a
w z O m a Q li ? L-,) Q a
> U < W W N V) I..l
d j m w �O O¢ O N p N z
a M ¢a a p o w W z 3 ¢
< p w 1= 0 p¢ O o
}n N U W H< w - U W J Z
Z U Z j O p < Lr) �°- z z a o w w Q z o
< U N V7 m o m O H
L) az N J� J o o o o
2 g ¢ ¢¢ r o ap
H Z a. W m � 2 ¢ �'' J W
w OQ 03 ocn X U as m w 5
W O U V) _ m F < g> Z
Z .a p H ¢ U 2 w }- < Z m p
° U a U Z �- Q < Q Z Z o
H Z V1' p S ¢ Q O F ¢ a
w `'_ h- V) cL
V) W O H U O O p
N a W w w g m p w¢ cn r
z m cf 3° o w J a J
z° JZ w zo W D? o a
w W < W m N V) Z m W w N
¢ ¢ N w J w a J Q U m J
S U < O
0 3
J z a' w V) m N V N
OO N <
< 2
U Z N 4 w O m W O
2 w W w LWJ a a'
w O U U
V) 2 O U o U V/ J z N z <
w 3 zU ¢ Ow FN w w m wo
�� m zLu mg a Q a°� o
m I
W a �) i0 i N �z a o x aw =
m ? HU - ? <¢ <o m J mw
Z -: N l i v i m n ao am °- -
J
W
J o°
I
Ld
O z
a w j
3 Om
a
of <
w o
_J 41 of
wQm�
� � J x0
3m -M a
J W
c� rr
z )' I
2 0
ggr Qo
a
cif
a
H
O W
U
W
W
w
IISiHX3 d dS3
J
F
W
0
w
D
Q
V
fY
m
W
J
LL
O
oC
a
O
J
Q
W
IL
O
N
w
O r J
o w<
U
U- VI
Z J
z
J N
O U _
N O
x
O
O
PAW
o
z
U
zU
Qaa
o
a
z
�
Z
J
o-
M
o
�
w
N
N
< z
N
W
M
a
z
W
U
Q
W
o
U
� O
O G
O
aW
Q
J
3z
a
H
O W
U
W
W
w
IISiHX3 d dS3
J
F
W
0
w
D
Q
V
fY
m
W
J
LL
O
oC
a
O
J
Q
W
IL
O
N
w
O r J
o w<
U
U- VI
Z J
z
J N
O U _
N O
x
O
O
,a)uad,o.- ApuE :wsn wdZO:t - fIOZ'Co .q.pQ0 Aop-yl :031101d 6MP'I -0 - lNUV3 :3YM 3113
o
z
U
zU
Qaa
o
a
z
�
Z
J
o-
M
o
�
w
N
N
< z
N
W
M
a
z
W
U
Q
W
o
U
� O
O G
O
aW
Q
J
3z
Z
IQ
,Q
�
H
W W
N
C' m
�I
CL
W
V)
-cc
N
Z
¢
a
U
W
H
H
ILCZ
19-10
Q,2
dOM
U
U)
Z
Doz
aFO
i� r
V �
�
Z
W
H
z
0
a
z
N
0
O
C
z
0
N O
W
O
=
O
o
Y
E=./
W
O
Q
0
s
N �
I
�O EON
x b
o a�z
ioaox
Ei= a'v"'id�
,a)uad,o.- ApuE :wsn wdZO:t - fIOZ'Co .q.pQ0 Aop-yl :031101d 6MP'I -0 - lNUV3 :3YM 3113
0
Yz
a=
�I
J+
0
O
N
1 L
i
i-
i I
z / oo as os
w
0 oP 8 AdMIXtf
z r • m
¢w
r r © I
W °z s
w
O w
N 1 I
m
X X14$
� 10 I t
� O I
�C,
oW
zo
a O o ■
o T U ° oI e ■ fi
5z
aQ- z
W O - o
° -Q I/
g 1�MIxvi
E
F
e 4p
IJ I.
I
0,
.I I
I
O
1
J
� I
I
I
a�
I
0
I
I
aM
�a
O y
Z
o O
ow
a
0
Z
v,
3
6
a
e$ G
Z
C3
°
ui
0
0
W c7
Y Z
gN
;l I
Z
w
vml
aw I
� O
CR
U W I
r 1
N o
X Lo < I
o
az of
�s
ooaQ
z of
a c
ao o ■
T oo m� o
■ ■
°Ckf
1181HX3 ddSO
O
N
W
O r
W J
O a
w U
w N
Z J
H
Z
J O
N
O
U C
N p
2
O
O
0
w
CO
O
J
U
CO
z
w
U)
0 Z
— _O
x J_
ww
N a'
�° w
za I1
w O
t,Q
°a
v i �
W O
Z}
a m�
W Ir �
o
N°
o '
`dMIX`dl "' •
I
I�
o
ml 1:
J
0 K.
0
I
, ( +k
bi-
•
a
o °� I ■
un
•� � s m 1 $' I.
I, I.
I }II O �
o
E]
F �
p.
�I
1 �o
Aga
D
m w w
O x S
wo z
Z W O
rw0Otn
to z r r Z
r
z
1
U
O
=
W
N
r r
W N W
5o
W z L)
ng o
J a Y cr N
w
W
C
KU ¢ O
S
U
rt,�0 F 0
a
O
00
Z
Q J
° N
O N 11 a
to
W r W Z
U= i O
Z
'oT UO
QmZOJ
Z
p
Z
n to
¢
z
z ¢ > <
W
aZ O
YO `° °
wF 2
? r
�o cL
a
r
cr
z ° =
z,
fn�dN
Ewa¢°
°
V)
Z W r
LL,
W W Q
U
W
W
Z
N
Q
U
N
W Y o
Z
a 8
¢
m
'-'-'
V
r a
N
: Z W
aw x
� a °
�a��U
z
a
LLI
MU
rO r
tr
of
Z
p
of
ZL'w U
J
r > >
z
cnQ =mow
a
a
w
w °a w
N N
r w�j z
zxm, a
ozx
atnmgN
z
r
O t n ¢ W W
00 ° c U
OUJZaO
Q
z
z
d d O O
H z Y
rw_
3 Q N o
Z
U ap
~�' Q
O¢
o Z= Z
r
N
°
Z¢ a O
OW w0
x
Imza
U N- r
¢�
O°
zoaoii
U�NLLt`r
O v) r Q Ow
(n m( C W
H W z
O
NK rz ¢
a
Z
mod t /w)
Nrtn
W UO
m
°
O
0
O
o� mW z
J4 a
,3a a
Ow
Z J r
o�¢wo
J Z
a3
U
UQ m
rLo
Q¢ ,I-jcr z
S
O
W w o f m
J H w Lc,)
W Q° W a
O tr
N O
J
Z
r V Q 3 J
° W m J
O Y m Z
a' N
l Y O
0 f-
'I
N I aM 3
x N m
Z r0
W U O u W
zotnwo
W S
Qm
M W
O� O J
(n
a- z
W fn O
°J�w
w O
Z
w W
"�
<-- aztrtan
a
t�.z3wtn
o�
°z z�
o�2
p <Y
o 33
H ZO ¢w
3�Q
ztgwox�
H(nQr>
cYi<
Oa'
d 3
R U ��
JUJ
z l�Z
QO,
yQ
J
3 o
ao
¢Z 00 da
!r
z oz o
TU
Zm¢
O
O M
cl
O
¢r v) o
t0�
O O
it Uir <
(na
Owv °z
~
¢o
W
o Q W
a z�
vriz � W
F as I
d
a z
F =30�
w rW�ri
r
zZ
a �<-
ow o� w�
" °� °
°ao �c '
mr
N w
Z� Z¢ to
o 20 z
p d Ntb
a-
In w
W x
(rz as wz
Ow °w mo
w�
a a x
;r :7c
wm z I
z¢woa
orn
Ow
rU
ro
?oamotn
wa
Z
N M V
N t6
n
tp
0
Yz
a=
�I
J+
0
O
N
1 L
i
i-
i I
z / oo as os
w
0 oP 8 AdMIXtf
z r • m
¢w
r r © I
W °z s
w
O w
N 1 I
m
X X14$
� 10 I t
� O I
�C,
oW
zo
a O o ■
o T U ° oI e ■ fi
5z
aQ- z
W O - o
° -Q I/
g 1�MIxvi
E
F
e 4p
IJ I.
I
0,
.I I
I
O
1
J
� I
I
I
a�
I
0
I
I
aM
�a
O y
Z
o O
ow
a
0
Z
v,
3
6
a
e$ G
Z
C3
°
ui
0
0
W c7
Y Z
gN
;l I
Z
w
vml
aw I
� O
CR
U W I
r 1
N o
X Lo < I
o
az of
�s
ooaQ
z of
a c
ao o ■
T oo m� o
■ ■
°Ckf
1181HX3 ddSO
O
N
W
O r
W J
O a
w U
w N
Z J
H
Z
J O
N
O
U C
N p
2
O
O
0
w
CO
O
J
U
CO
z
w
U)
0 Z
— _O
x J_
ww
N a'
�° w
za I1
w O
t,Q
°a
v i �
W O
Z}
a m�
W Ir �
o
N°
o '
`dMIX`dl "' •
I
I�
o
ml 1:
J
0 K.
0
I
, ( +k
bi-
•
a
o °� I ■
un
•� � s m 1 $' I.
I, I.
I }II O �
o
E]
F �
p.
�I
1 �o
Aga
D
iatuad�o� ,(puo :i135f1 wdLO l - £lOZ 'f4 �ago7 ^0 ',(oPv ^41 :M'., 1Ntl \ %3 - s19ay5\ sli gi4x3 \P^J \1N2 \xogdvd \ialuadior/Puo \vast? \:3 :3WVN 311A
N
=
�
a
�
1Qi
o
O
a
z
U
1
U
O
=
W
N
Z
g
M
r
U
C
O
N
w
O
J �
aIL
LaJ
Of
M
w
00
Z
N
O
m
p
O
Ht)
N C
O O
to
d W
U
W Z
W
3W
r
p
Z
o
I Z
W
LJL,
O Q
3
�
mm
-J =:! Z
3g
r
cr
Z
3
w
O
i
'n
V)
p_
:2
to
a
U
W
O
C
6
W
W
Z
N
Q
U
N
O
ILCZ
TWO
ac
dOf=A
Z
moz
2 O
I-.
LLI
fVw
Z
W
H
_
0
0
N
0
0
0
N O
K
f
�aKv
W
VI
o
Q
O
W
v
W
d
a
0
N N b
O m N
aaao�
� 3�b
2
C�IJ Wv
zoaoii
U�NLLt`r
iatuad�o� ,(puo :i135f1 wdLO l - £lOZ 'f4 �ago7 ^0 ',(oPv ^41 :M'., 1Ntl \ %3 - s19ay5\ sli gi4x3 \P^J \1N2 \xogdvd \ialuadior/Puo \vast? \:3 :3WVN 311A
,aluadio- ,(pia :835N wdOZ:l - £lOZ 'LO �agoUO 'RoPVn41 �03101d 6.p£ -0 - 1NE1 \£t'L01- 1Nil \dolysa0 \�aluad�o� Rpuo \vasty \:� :3WVN 31L'
ow so =I sm ON m
vv • • 119IHX3 ddSO
O z Z
m D 3 p N
�
wag L
<�� }¢pww w
a no
to OU Zak K
af_ O U Z W
aZJ ��- U
00'001 w- w z z w a
°ate' 00 ve
Q K
o wN a
d m L
w = W Ji a >
m Q
G a
00'06 zap UJWw
cn I a arm ° o �J
Z N W_ O W Q
L. 3 ~ Z Q H z p N W N
z
zoZ 0W'-�o `' ?<
J O 02 FEE :7
O Q J O
L ap O U' t- Z O UC
oap woap� z (n o
00'08 Jw �=Wyr W� x
w3� = ~ww
U) Izma Wp
z
O~ Z Q O Z O = w Q
wow a¢ O¢ N in
W J a cn w W 0 U Z
O W5 :JD O
wOW J wNO Qa'
00'OL 0 o V) > a a Q ap
o� a
wF=--wa z3�w w01- Cc
~ 0 3 Z C3::, Z, O 0 in
0 H QN !n 00 CD (n Z_
O Z a U, W W l' . r O p
N oN =oXU, Fw
00'09 ozuo oz Sao
U a~ O W 0 W
_ 3 �� 2 �'�
F, Z N -0 F Z
N N=ZU' WW?iW Of
W W~ O W 2 J 0= 7 X
a' �i U K H W S H p Q
Z N
00 OS
oo'o-v ILOZ
' W
0
°a
a
r Q f
00'0£
0
—
# e b sa
oo�;o000�oO- ��� �f oOOOOOp
0 0 0 o. o 0 0 0 !o 0 0 0. 0 0 0 0 o 0 o to 0 0 0, o 0 0. o of o
{q� 7 o.o�o 0 0 ojon no,o�o 0 0 0 0
O f0 O O j0 �O O• x0 OO OO 'O 70 OO ��', i i t O O 'O�'O
-
� r
y
«�,.. ±} F. o Vii° _ ! "� i ~ ✓
1"
, cli
.
I , ! 2
*°
.a E J
Li
e1
1 1 t
f ( s," r
-s
II eIi# I °'fir i�
M
1
U
U
= c
a ° z
rc
Qa a W
O S
N
O.'
O n
U Z N
w O
0
CL
W w
w
o c� m
U o
m
r W
O p
N
a �, N
� o
••
IZ H
H
N � Q
Q
W W Q
Q.
3g �
� o
o
a M
� N
y
J Z
Z
J 1
O Q
H W
W
J
�WO
F
�Ot=q
�y3
Z
X10-0
�H
HvOWC
T.
W
H
�lQ�lwz
z
0
a
rc
N
D
0
z
0
VI O
7=
K
�QNY
W W
O U
W o
o
0
0
W o
� Nq
ie
�wmem
a �
yaja3N..
x e
zoaOx
U�VId1Qi
vv • • 119IHX3 ddSO
O z Z
m D 3 p N
�
wag L
<�� }¢pww w
a no
to OU Zak K
af_ O U Z W
aZJ ��- U
00'001 w- w z z w a
°ate' 00 ve
Q K
o wN a
d m L
w = W Ji a >
m Q
G a
00'06 zap UJWw
cn I a arm ° o �J
Z N W_ O W Q
L. 3 ~ Z Q H z p N W N
z
zoZ 0W'-�o `' ?<
J O 02 FEE :7
O Q J O
L ap O U' t- Z O UC
oap woap� z (n o
00'08 Jw �=Wyr W� x
w3� = ~ww
U) Izma Wp
z
O~ Z Q O Z O = w Q
wow a¢ O¢ N in
W J a cn w W 0 U Z
O W5 :JD O
wOW J wNO Qa'
00'OL 0 o V) > a a Q ap
o� a
wF=--wa z3�w w01- Cc
~ 0 3 Z C3::, Z, O 0 in
0 H QN !n 00 CD (n Z_
O Z a U, W W l' . r O p
N oN =oXU, Fw
00'09 ozuo oz Sao
U a~ O W 0 W
_ 3 �� 2 �'�
F, Z N -0 F Z
N N=ZU' WW?iW Of
W W~ O W 2 J 0= 7 X
a' �i U K H W S H p Q
Z N
00 OS
oo'o-v ILOZ
' W
0
°a
a
r Q f
00'0£
0
—
# e b sa
oo�;o000�oO- ��� �f oOOOOOp
0 0 0 o. o 0 0 0 !o 0 0 0. 0 0 0 0 o 0 o to 0 0 0, o 0 0. o of o
{q� 7 o.o�o 0 0 ojon no,o�o 0 0 0 0
O f0 O O j0 �O O• x0 OO OO 'O 70 OO ��', i i t O O 'O�'O
-
� r
y
«�,.. ±} F. o Vii° _ ! "� i ~ ✓
1"
, cli
.
I , ! 2
*°
.a E J
Li
e1
1 1 t
f ( s," r
-s
II eIi# I °'fir i�
M
1
U
U
= c
a ° z
rc
Qa a W
O S
N
O.'
O n
U Z N
w O
0
CL
,ajuad,v- ,(puv :x350 wdOl:l — LIOZ DLO /ago»p 'ROpv nyl �03l101d 6mP'b -0 — 1Ntl \X3 — :aau5 \s�igiyx3 \POO�NiI \xogd v0 \�a�u adivrRpuv \vas0 \:0 3WMJ 3113
rr M M M M M OO ri rr rr rr r� M. � r sir rr m
r
1181MX8 ddS3
O
o
U
W
U
=
d
LL
�
U
O
Z
IS/1
H
U
W
J �
cr
<y
M
O
N
w
O_ �n
O in O in O LO 0 LO O M O o
h c0 (O in M M N N 0 0 1 I I
�
Om
� Z
W C7
m
O
�
U
� �
o°
Z
o_
U
JQ
_O
�
U
W
o
ioaox
v�ind�
3�
N
I
z
I a
W
I
� �
H
W W
CD tn
, ^
V
I
� m
J W
Z
35
Z
0
M00000000000 o �n O �n o �n o in o N o �n o
I� r c0 �O in M M N N �n O I
a
W
x
�
I
I
I
I
I
I
I
I
I
I
I
I
I
I
y
U
~
W
Q
W
J
I
I
I
I
I
� I
I
I
,
,
I
I
o
K
d
S
N
a
U
IA
i
I
0
I
O
N I
3 I
-10
= I
O I
I
LU I-
A z
(j
W
I
ui
I
0
dOf=q
o
Li
w
x
3
N
�y3
ZZ
ry
O
~
2 I
N
D
0
N
x
W
Z
ong
I
Z
�vOC
1
U
I
V
Z
I
tai
I j
laL
W
U)
N
z
O
o I
N I
z
0
H
o I
CO) w
2
o I
Z
a
I
w
a
I��
w I
�V)
T< +
o
N I
N
<
ci
4
I
?
ci
w =
I
I
� I
I
I
z
w
O I
0
� Q
a 3 I
a
U
I
I
VI
W
O I
I
I
O
I
M I
d I
�
I
I
� I
I
z
3
I
I
d
N
I
I
I
I
a
I
I
I
I
J I
Q I
I
0
z
o
NO
rc
rN
cr=z°—
UwOQ
u�o no�no no no no noon
c0 (0 in ind d'MMNN��
x=ZW
< � O
o I
I
bZ I I
I
I
�QN�
I
O n0000O n00000t2O30O�no n
OD I� n c0 f0 0 to M M N N
I I
g
Mn
0
Q3Q
K
o
o
v
S
v
0
�
a
a
0
0
a
w °
o
N
W O m N
OWOI M
Hai °...
S N �p
'!;Lj
,ajuad,v- ,(puv :x350 wdOl:l — LIOZ DLO /ago»p 'ROpv nyl �03l101d 6mP'b -0 — 1Ntl \X3 — :aau5 \s�igiyx3 \POO�NiI \xogd v0 \�a�u adivrRpuv \vas0 \:0 3WMJ 3113
rr M M M M M OO ri rr rr rr r� M. � r sir rr m
r
ioaox
v�ind�
r
1101HX3 dds3
,awad,or6poo :a3sn wdZZ :, — [loz 'Co ,aq.po AoP -41 :031101a 6MPsw 9-0 — IN8\x3 — s4 --4S \s 11914 x3 \PoJ\1Na \xoodo,a \,aluad,oO— 6puo \s,xsn \ :o aWVN 31IJ
LO
G
Z
1
Q
o
_
U
W
C
d
K
V
U
O
Z
F
W
N
H
U
w
M
0
N
O
a�
w
00
� Z
Z5
ma
Ld
m
0
0
in CE
00
dw
w
N U
>2
�<
O Z
Q
W
o
V /
Z
K
r
La W
W m
LLB
3s
wg
0
N
w
N
� �
a
f
U
O
C
d
J
f
u
S
N
Q
U
N
r
O
�JO
W H
43
A z
a1—=
vy3
Z
2�o
zaz
1- 0
z
W
0
d
0
_Q
0
_
0
�o
W
d'
e n
(�
1F
�QN9
g
VZ'
W
O
a
Q3.
Q
O
�
W
V
S
U
a
o
K
d
Q
O
O
O
F O
7
N N N
1 O,
W O m N
'a >Q;oa
N N1�0
23
v0
j ^�Wv
1- 2
W N S Q
U�N11i
,awad,or6poo :a3sn wdZZ :, — [loz 'Co ,aq.po AoP -41 :031101a 6MPsw 9-0 — IN8\x3 — s4 --4S \s 11914 x3 \PoJ\1Na \xoodo,a \,aluad,oO— 6puo \s,xsn \ :o aWVN 31IJ
0
RENTON AIRPORT
Clayton Scott Field
GROUND VEHICLE OPERATION RULES
Updated December 2012
Table of Contents
WelcomeMessage .....................:............................................................... ............................... 3
Purposeand Objectives ............................................................................... ............................... 4
General Airport Areas ................................................................................. ............................... 5
Taxiway Markings and Lighting ................................................................... ............................... 7
RunwayMarkings and Lighting .................................................................... ............................... 9
VehicleRestricted Areas .............................................................................. ............................... 11
VehicleDrive Lane ......................................................................................... ...............................
13
Renton Air Traffic Control Tower ................................................................. ...............................
14
Rules for Radio Communications ................................................................. ...............................
16
Loss of Radio Communications ..................................................................... ...............................
17
LightGun Signals ............................................................................................ ...............................
18
Drivingon the Airport .................................................................................... ...............................
19
Foreign Object Debris / Damage .................................................................. ...............................
20
OtherAirport Information ............................................................................. ...............................
21
APPENDIX 1— Phonetic Alphabet ................................................................. ...............................
25
APPENDIX 2 — Phone Numbers ..................................................................... ...............................
26
1
t
t
t
J
Welcome to the Renton Airport!
Accidents between ground vehicles and aircraft occur at airports around the world. To reduce
accidents and liability, the Renton Airport has developed this Ground Vehicle Operations
Handbook to educate drivers on the safe operation of vehicles in the Aircraft Operations Area.
Please keep this manual readily available and use it as a reference guide.
Questions or clarifications about airport operations are always welcome. Please feel free to
stop by the Airport Office at the base of the Air Traffic Control Tower during our normal
business hours or call us at (425) 430.7471.
By following the procedures outlined in this book you are helping to create a safer and more
enjoyable environment for all users of the Renton Airport.
�1_ AIRPORT
RENTON {
HOME OF AMERICAS FIRST JET AIRLINER WI&
THE ROGERS POST MEMORIAL SEAPLANE BASE
5480 FT CONCRETE RUNWAY- ELEVATION 32 FT.- BEACHING RAMP
RADIO 6 LIGHT SIGNAL CONTROL TOWER • OPERATION 0900-1700 DAILY •; °,:; {
MAGNETIC HEADINGS 330'& ISO' • LOW INTENSITY NIGHT RUNWAY LIGHTS - SEAPLANE TIE-DOWNS
CHARTER FLIGHTS• AIRCRAFT RENTALS• AIRCRAFT ENGINE REPAIR
FLIGHT INSTRUCTION - RESTAURANT SNACK BAR -AIRCRAFT SALES & SERVICE,
DAY CITY OF I n/IGHT
OL•3464 LLI+�o►l OL• 3467
3
�r
Purpose and Objectives
The purpose of the ground vehicle training program is to promote safe airfield driving through
education. The program provides new and refresher training for employees, tenants, and other
ground vehicles operators on this airfield. The primary objectives of this program are to:
• Introduce and explain the procedures specific to Renton Airport for operating
ground vehicles;
• Identify and describe movement areas, non - movement areas, runways, and
taxiways;
• Identify and describe airfield signs, markings, and lighting at Renton Airport;
• Identify and describe the Vehicle Drive Lane and the runway hold short lines;
• Describe the appropriate radio procedures while operating within the
Movement Areas; and
• Provide other useful Airport- specific information.
4
General Airport Areas
Specific terms are used to describe certain areas on the airport. You must be familiar with
these terms to know what requirements you must meet to enter and operate in these areas.
Landside and Airside
The airport is divided into two general areas termed landside and airside. The landside area is
the area of the airport that is outside of the security fence and is open to the general public.
The airside, which is also referred to as the Air Operations Area encompasses all areas within
the security fence and is not open to the general public.
Landside
Both perimeter roads, parking lots outside of the security fence, the front entrance garden
and statue area, and the grassy area at the north end of the Airport are on the landside.
Landside vehicle operators do not need to communicate with the Control Tower, nor are
landside vehicles required to have a flashing amber beacon.
Airside
All areas inside of the perimeter security fence are on the airside also known as the Air
Operations Area, or AOA. These areas include parking areas, aprons, taxilanes, taxiways, and
the runway. The AOA is further divided into Non - Movement and Movement Areas.
Airside - Non - Movement Areas
The non - movement area consists of the areas on the Airport that are in the AOA but neither
require you to be in contact with the Control Tower, nor have a flashing amber beacon
(designated airport vehicles excluded — see page 19). Non - movement areas include parking
areas within the security fence, and the aprons.
General Airport Areas - Continued
Airside - Movement Areas
The runway, taxiways, and the taxiway object free area are the only Movement Areas on the
Airport. The Control Tower controls all movement areas on the airport. Hence, any operation in
a Movement Area requires authorization from the Control Tower.
The Control Tower transmits on two frequencies, Tower (124.7 MHz) and Ground (121.6
MHz). Operating a vehicle in the Movement Areas requires authorization from the Control
Tower, when open, and use of a flashing amber beacon. At all times when the Control Tower is
closed, intentions must be communicated over the Common Traffic Advisory Frequency (Same
as the Tower Frequency - 124.7 MHz).
To operate a vehicle in the movement area you must have a flashing amber beacon mounted
on the uppermost part of your vehicle and be in contact with the Control Tower.
Use of Control Tower Frequencies
While operating on most areas of the Airport, you will use the Ground frequency. There are
some areas on the Airport that require use of the Tower frequency. The list below should help
clarify which frequency to use during a particular operation. If you are:
• Operating only on a taxiway - use the Ground frequency (121.6 MHz);
• Crossing the runway from taxiway to taxiway - use the Ground frequency (121.6
MHz — Airport employees only);
• Entering the runway for inspections or maintenance - use the Tower frequency
(124.7 MHz - Airport employees only);
• Using the east access road to the north bridge - use the Tower frequency (124.7
MHz - Airport employees only); and
• Crossing the runway from the Alpha Taxiway to the north bridge - use the
Ground frequency (121.6 MHz —Airport employees only).
In general, aircraft get to and from aprons and runways via taxiways. Taxiways have yellow
markings and blue edge lights. Each taxiway is labeled with a letter and those letters are part of
a phonetic alphabet. Meaning, instead of being referred to as Taxiway "A," the taxiway would
be referred to as Taxiway Alpha.
Clearance must be obtained from the Control Tower prior to entering the Taxiway Object Free
Area. Think of it this way, if you are on the west side of the airport stay west of the yellow line,
' and if you are on the east side of the airport stay east of the yellow line.
t
7
Taxiway Markings and Lighting — Continued
Taxiway direction and designation signs have a yellow
background with black lettering. These signs indicate where
that taxiway is located from your present position.
A taxiway location sign has a black background with yellow
lettering. This sign identifies the taxiway you are presently
operating on.
Taxiway and runway identification signs may be used
together to provide directional information to the pilot or
driver. For example, this sign indicates you are currently at the
Echo intersection of Taxiway Alpha facing Runway 16 -34.
8
Runway Markings and Lighting
Runway Paint Markings
Runway markings are white. Runways have numbers on each end and a broken white stripe
down the center. The numbers on each end of the runway identify the magnetic heading of the
runway. By adding a zero to the runway number you will know its compass heading. For
example, Runway 16 equates to approximately 160 °. Note that at the other end of the runway
the number is 34 (340 °), which is 180° in the opposite direction of Runway 16.
Runway Lighting
Runways have white lights along the pavement edges. The exception is that the edge lights on
the last 2000 feet of the runway are white on one side of the light cover and amber on the
other (Runway 16 only). Runway threshold lights are additional lights that are positioned across
the ends of each runway to indicate where the runway begins or ends. These lights are green
on one side of the light cover and red on the other.
11
Runway Markings and Lighting - Continued
Runway Hold Line
A Runway Hold Line denotes where the taxiway ends and the runway begins. It consists of
two solid yellow stripes followed by two broken yellow stripes. If you come to a runway hold
line — STOP! Only Airport employees are permitted to cross the runway. All other ground
vehicles must use the perimeter road to access the other side of the airfield. Airport employees
must receive clearance from the Control Tower before proceeding onto the runway when the
Control Tower is open. If the Control Tower is closed, you must:
• Wait for any aircraft in the pattern to land and exit the runway prior to proceeding;
• Ensure that your movement onto the runway will not interfere with aircraft taxiing,
landing, or taking off; and
• Make a radio announcement of your intentions to cross the Runway Hold Line onto the
runway. Announcements should be made on 124.7 MHz when the Tower is closed.
10
t
I
t
t
t
t
1
t
Vehicle Restricted Areas
Vehicle Restricted Areas have been established at the Airport to provide increased security for
the Boeing Company's leased aprons, and also to decrease runway and taxiway incursions
(unauthorized entry onto a taxiway or the runway). Vehicle Restricted Areas are marked with
stop signs. If you come to one of these signs - STOP!
There are three restricted areas. The first is located north of the last row of hangars at the
end of East Perimeter Road. This access road is for airport operations and maintenance vehicles
only.
The second restricted area is Taxiway Bravo from the compass pad south to the large
Aerodyne hangar located at 300 Airport Way. This area is off limits for all non - Boeing vehicles.
Float trucks and airport operations and maintenance vehicles may proceed on Taxiway Bravo
when authorized by the Control Tower.
The third restricted area is Taxiway Alpha from the Lane Hangars at 500 West Perimeter Road
south to the large hangar at 243 West Perimeter Road. This area is off limits for all non - Boeing
vehicles. Float trucks and airport operations and maintenance vehicles may proceed on Taxiway
Alpha when authorized by the Control Tower.
Any unauthorized drivers caught driving in the Vehicle Restricted Areas will have their access
privileges revoked by the Airport Manager or his /her designee.
NOT PROCEED
F___7DO
THOUT CLEARANCE
Vehicle Restricted Areas Map
t
t
i
t
H
11
t
d
12 1
Vehicle Drive Lane
The Vehicle Drive Lane runs most of the length of the airfield on the west side. The Vehicle
Drive Lane is the designated drive lane for private vehicles operating on the airport. Vehicle
traffic must use the Vehicle Drive Lane where it exists.
Where the Vehicle Drive Lane is not yet present, or if portions of the lane are blocked, vehicle
traffic must stay as far away from the Taxiway Object Free Area as reasonably possible. Be
cautious while using the Vehicle Drive Lane around Lane Hangars and the 540 Hangar. Also, be
alert for aircraft crossing the Vehicle Drive Lane to enter the taxiway.
No vehicle may pass in front of an aircraft that is positioned on the ramp waiting to taxi, unless
that pilot signals that it is alright to pass. All aircraft have the right -of -way over vehicles
(Advisory Circular 150/5210 -20). If you see an aircraft that appears poised to taxi across the
ramp, you must wait for that aircraft before continuing to your destination.
13
Renton Air Traffic Control Tower
When open, the Control Tower directs all vehicle traffic on the movement area. The Control
Tower is open every day of the year. Hours of operation are 7:00 am to 8:00 pm from October 1
to April 30, and 7:00 am to 9:00 pm from May 1 to September 30. When the Control Tower is
closed, there are different requirements for communicating your intentions while driving on
the movement area.
Radio Communications — Tower Open
When the Control Tower is open you must contact Tower or Ground for approval prior to
moving aircraft or vehicles onto a movement area.
You will need to use different frequencies to receive authorization from the Tower depending
on where you will be driving.
14
Renton Air Traffic Control Tower - Continued
tRadio Communications — Tower Closed
t
1
Ij
k
When the Control Tower is closed, the airport becomes an uncontrolled field. The procedure
during these hours is to monitor the Common Traffic Advisory Frequency on 124.7 MHz and
announce your intentions to enter any movement area.
You must announce your intentions prior to entering the movement areas and upon exiting
the movement areas.
When the Renton Air Traffic Control Tower is closed, vehicle operators must monitor the
Common Traffic Advisory Frequency (124.7 MHz) and make an announcement prior to entering
the movement areas and upon exiting the movement areas.
15
Rules for Radio Communications
The following are requirements for radio communications while operating a vehicle in the
movement area.
Make Sure To:
• Transmit on the appropriate frequency;
• Listen to the frequency prior to transmitting;
• Use appropriate radio phraseology;
• Use standard vehicle identification phrases;
• Advise on initial contact your request — who you are calling (Renton Ground or Tower),
who you are, where you are, and what you want to do; and
• Be familiar with the locations of the movement and non - movement areas.
16
1
Loss of Radio Communications
Non- Movement Areas
If you are only operating in the non - movement area then two -way radio contact with the
Control Tower is not necessary. If you have a radio installed in your vehicle and it becomes
' inoperable you may continue to operate in the non - movement area only.
I
t
t
Movement Areas
If your radio becomes inoperable before you proceed into the movement area then do not
continue. Instead, return the vehicle for radio repairs. If you are on the movement area and
lose radio contact with the Control Tower, you should do the following:
• Get off the movement area immediately!
• Turn your vehicle toward the Control Tower and flash your headlights.
• Look up at the Control Tower cab for light gun signals.
• If the Control Tower responds with a steady red signal you must STOP!
• If the Control Tower responds with a steady green signal you may proceed.
If you have a cell phone, you may call the Control Tower at 206 - 764 -6632 for instructions as on
alternative.
17
Light Gun Signals
Color and Type of
Movement of Vehicles, Equipment, and
Light Signal
Personnel
Steady
Cleared to Cross, Proceed
Steady Red
STOP!
Flashing Red
Clear the Taxiway or Runway
Flashing White
Return to Starting Point
Alternating Green
and Red
Exercise Extreme Caution
Stop!
18
Proceed
1
F
,—J
C
I
1
t
t
�I
I I
Driving on the Airport
Personal Vehicles on the Airside
Personal vehicles not equipped with an amber beacon or a two -way radio are only allowed to
operate in the non - movement areas (designated Airport vehicles excluded). Use of the Vehicle
Drive Lane is required where it exists to ensure proper separation from airplanes and other
vehicles. Be cautious. Look around for airplanes that are preparing to start or that are beginning
to taxi. Always yield to aircraft by moving right where able.
Airport Vehicles on the Airside
Designated airport vehicles include float trucks, fuel trucks, airport or Boeing maintenance
trucks, Boeing tugs, Boeing service vehicles, fire vehicles, and airport management vehicles. All
designated airport vehicles must use an amber beacon while operating in the AOA. Designated
airport vehicles are required to have fully functional radios, and operable lights (including
parking lights, headlights, and taillights). All designated airport vehicles must use the Vehicle
Drive Lane where it exists except in cases where doing so could harm people, parked aircraft, or
vehicles. Fire vehicles, Boeing fuel trucks, and float trucks may deviate from the Vehicle Drive
Lane as needed for added safety.
19
Foreign Object Debris is any loose item in an airport environment that could be ingested by
aircraft engines or could strike an airplane and create damage.
Foreign Object Damage is defined as aircraft engine damage due to ingestion of objects
and /or debris.
Jet engines ingest huge amounts of air. Garbage and debris can also be sucked into the engine
causing extensive damage. Debris can also puncture tires and dent or puncture propellers or
wings.
Nuts and bolts, tools, rocks and pebbles, or any garbage can be classified as or cause FOD.
Make Renton Airport a safer place by placing all garbage in a sturdy, covered container that
cannot be blown over by wind or jet blast. Also, please pick up any debris you find on the
ground.
Finally, avoid tracking mud and gravel onto pavement surfaces. If you must drive on an
unpaved surface, stop your vehicle and check your tires once you leave that area. Remove any
rocks that are lodged in the treads. If you discover a serious debris problem, report it to the
Airport Office at (425) 430.7471.
20
Other Airport Information
Float Truck Operations
When retrieving floatplanes from the floatplane ramp, back up towards the west to avoid
entering the Runway Safety Zone for Runway 16.
Accident Reporting
Any person involved in an accident, as a participant or as a witness, shall report the accident
immediately to the Renton Police and /or Renton Fire and Emergency Services via 911. You must
also notify airport management at (425) 430.7471.
Dial 911 and (425) 430.7471 to report all emergencies, accidents,
hazardous material releases, and fuel spills.
Watch Your Speed
The speed limit on the ramp is 15 MPH except while driving near aircraft when the speed limit
decreases to 5 MPH.
No Unattended Vehicles
No disabled vehicle may be left unattended or abandoned in the AOA. If your vehicle breaks
down, you must remain with it and call for assistance.
21
Other Airport Information (Continued)
Use a Ground Guide
When backing trucks or equipment in close proximity to other equipment, aircraft, or
vehicles, a ground guide is strongly recommended.
Use Parking Brake and /or Wheel Chocks
If you must park a vehicle in the AOA, you must always set the parking brake or use wheel
chocks to prevent the vehicle from rolling into aircraft or other equipment.
Be Aware of Jet Blast and Prop Wash
You should be aware of the effects of jet blast and prop wash. An operating jet engine can
easily produce a blast of hot air strong enough to knock you to the ground or burn you. There
have been several documented cases where vehicles have been overturned by jet blast. Prop
wash can also knock you down or throw debris in your face. Therefore, remain clear of areas
behind operating jet or propeller engines.
22
Other Airport Information — Continued
Reporting Hazardous Material Spills
If a hazardous material release occurs, you must contact Renton Fire and Emergency Services
via 911, and the airport office at (425) 430.7471.
Avoid Blind Spots
Blind spots are areas on the Air Operations Area that are not visible from the Air Traffic
Control Tower. Use extreme caution when operating in these areas and always yield to aircraft.
These areas include:
• The area near the Ace Aviation and Aerodyne buildings;
• The area next to the City Hangar (south of the Tower);
• The area between the Northwest Seaplanes hangar and the hangar building at 850 West
Perimeter Road; and
• The areas between the Lane Hangars.
® Renton History Museum. All rights reserved.
23
Other Airport • • n — Continued
Low Visibility Driving
It is extremely easy to become disoriented when driving on the airfield in rain, fog, or at night.
Drive slowly and watch for signs and markings. If you are unfamiliar with the airport and the
office is open, stop in and ask for directions to your destination. If the airport office is closed,
drive with someone who is very familiar with the layout of the airport.
While driving on the airport:
• Give yourself plenty of time to get to your destination;
• Make sure the vehicle's amber beacon is operating properly;
• Make sure your radio is operating properly and the volume is up; and
• Remember that the maximum permissible speed is 15 MPH or 5 MPH if you are near
aircraft.
24
t
1
t
Appendix 1- Phonetic Alphabet
Always use the International Phonetic Alphabet when communicating with the Control
Tower.
A
Alpha
T
Tango
B
Bravo
U
Uniform
C
Charlie
V
Victor
D
Delta
W
Whiskey
E
Echo
X
X -Ray
F
Foxtrot
Y
Yankee
G
Golf
Z
Zulu
H
Hotel
1
1
India
2
J
Juliet
3
K
Kilo
4
L
Lima
5
M
Mike
6
N
November
7
O
Oscar
8
P
Papa
9
Niner
Q
Quebec
0
R
Romeo
r—S
Sierra
25
Appendix 2 — Phone Numbers
Renton Airport Office
616 West Perimeter Road, Unit A
Renton, Washington 98057
(425) 430.7471
www.rentonwa.gov
Renton Air Traffic Control Tower
(206) 764.6632
Boeing Fire Department
(425) 237.2222
Renton Police or Fire and
Emergency Services
911
26
t
t
II
� Drive and Fly Safely!
� I
� I
� I
� I
� I
j
r
t
Information courtesy of the Renton Airport Staff and the Renton Air Traffic Control Tower Staff
27
t
t
1
I
I i
1
W
Z
Q
CLU
Qw
W i O
J Ir CL
Za:C�
OoZ
z
w c)
w
�(j)o
��U
0rz
w <
j z
Z
w�
C7
0 ao
a
J m
J
3:
Q
Z
O
z
w
ac
0
o
` r °'2
RZ
^y Q U
J Z
O 0
Z
F-"
V'
W
t0
�Y O
o
ff1
W-
WLLI s
�v)
0
r¢
0
m
�a
0 Q
0
J a.
J w
W �
Q
3
Z
m
m _
a-
cQ
C
w
Y
Z
0
z_
2
Q
Q
QZ
O
J
x
w a
'z
C7 H Z En
Z z a =
J a
v a
< > W V
o J ~
N a N
Q Z O V M J
O V 0 Z z 4
F ? a 3 O O
W
V R H ww U T
m O N O
N wi 7 6 6
9 -Lsl4s 018 a0j- auoldoa5 uojua�F£OOL£LOZ\A! -(i -
UFC W N
H
wS� S� OLO S
NZ VI Ul
w
Z
a
CU
cWn O Q
J W m
OC a )-
Z F--
OO W 0 Z
W I U
M:tj0 >
LL 00- U
wa Z
U W O
�Q
W U
^ W O
v
` ' '^ J
¢ V<
_J m
C
O
p $�
3�
Hz��
�w
O
U °a
°o�
Hi z
w o o < xa=�
>- i 2 4.
N Z Z T z z
V_
� NZON
O m �
r
z
0
~I
Q
0
�
cnLn�
CkfOf
wLLJ
CD Z
zQ
r > Z
M
m m m w �
w
Z (r Y W W
O W U -M
0
w Z = 0'
O W U W
P A80 - £880V A :311d
m rr Nr m m No m raft" m "" w M Mr " ow l
w
_.
0
o
` r °'2
RZ
^y Q U
J Z
O 0
Z
F-"
V'
W
t0
�Y O
o
ff1
W-
WLLI s
�v)
0
r¢
0
m
�a
0 Q
0
J a.
J w
W �
Q
3
Z
m
m _
a-
cQ
C
w
Y
Z
0
z_
2
Q
Q
QZ
O
J
x
w a
'z
C7 H Z En
Z z a =
J a
v a
< > W V
o J ~
N a N
Q Z O V M J
O V 0 Z z 4
F ? a 3 O O
W
V R H ww U T
m O N O
N wi 7 6 6
9 -Lsl4s 018 a0j- auoldoa5 uojua�F£OOL£LOZ\A! -(i -
UFC W N
H
wS� S� OLO S
NZ VI Ul
w
Z
a
CU
cWn O Q
J W m
OC a )-
Z F--
OO W 0 Z
W I U
M:tj0 >
LL 00- U
wa Z
U W O
�Q
W U
^ W O
v
` ' '^ J
¢ V<
_J m
C
O
p $�
3�
Hz��
�w
O
U °a
°o�
Hi z
w o o < xa=�
>- i 2 4.
N Z Z T z z
V_
� NZON
O m �
r
z
0
~I
Q
0
�
cnLn�
CkfOf
wLLJ
CD Z
zQ
r > Z
M
m m m w �
w
Z (r Y W W
O W U -M
0
w Z = 0'
O W U W
P A80 - £880V A :311d
m rr Nr m m No m raft" m "" w M Mr " ow l
U °
Z
W O Z z W
W' �' } a 0O' z ° Q a
Z a W w O O W N p W
} > J O > (n
Z }
W a << N 0 vW } a 7 a' O z< p
a 0 D o 1n V) of x n o }a a�, oNmo
Z m a a a p m w W J }> OZ W
of U W Z Ho ON W w0_ p Q F-O ° >O
a a wC) w ow Fua`` °Q aow �a _zgFm
W }
x U 1'l V1 J
Y °
O Z In
w X O > O K , W V a Z Z U o a3 zaoy a ap
° J z o max z o °w °J a_z_N Na as 3
a a x x o3Q OZ llu -ja p=N vi Zwo0
af o
N o w a z m w) ZYp xo naw �z w° LL ww 7a�z
C,j + N N Z a } Z z w (n W °U J Y V) p W N m a= w Y o U N Z (n m 0
J a' W Z H a J Z~ Z O N O W Q
J J 0 } Q J a p S } Qo W 6 &a O�iO F-O W aH FNFU
W W O O a W } 0' 0_ Z N W J } U w °
m 3 a �_ w Y > rr^^ >> a w wofN °NC~i x3a �w C-) Z-
3 Z a z O J Z � O W VJ a a W Ha Z J7=� L70E- J Z Z
x J O¢ x 0- o w o o N W xpo wo z 3�p ago =tea �w o°�
0 0 U 2 0' a O U V) U N JN �> N ° J a NHS w }d W laid �Q
UQO =- z Q Z JWU ° 0 :2
10— Z I I I I I I Z aH0' aH ON N ~ ~O OpO ONa \Z 0'xN 0:2
OU7Z
W I I I O aa'w mZ Z Z0a7- 0 W w Za= W O W How
a � I j � I � Q 00
Of >a Zm � °oXa ate° ° °ate ��o �ZOCwi
J I I I I I ° 3 0of p z ^oa awe Q?oa a&z aWza
a[V ~K W YX' - HMa' HFa 0 W W W w
W p 3 Na J oaz zma xap moa ��ao
Z 20N °J Wx Q OOQ°U °10/7(% :JQQ °vwia °vwiQ V01
N M "d- 0 ID r tp
W I
of
a 1
a 1
a
U
U U,
00 I ��
W R Q W 15
�L Z >- V 1
j= z vi r
a(If N 1 ]
5 W 1 ��
z
J
.................................. ............................... ....... .x
\ ... ............................................... ............................... a' .........
LIJ
H
W
Ln
O....................................................................... ............................... ..... ............................... 1 '�7
\ _ - 1
Of IJ 1
w I
2 a
c(l) Z \
J
� \ Z 7 00
Q� : m0p
= Q ZL�� Z
7O\ b J En / / wZ�7\ ZF.
wtn 000
x
ap ZM:z �a
I /
Z- Up 1 U
/W c '
QWa
.L \ w cr I' 1
W
i l,
U
•�\ -�\\ \ \ �/1�'911 �\ '' V� r / / / " /� // / %� /' W I 1 Iclll Iz° I
\ II(I /� �/ // / //' /� /�/ /Z I a
�� \ \1 1 IIIIIIIII 11'/ \ / // j %/ % pf J > )III 0w /a \
aN l m7 I / �' I Nz°
m - -- 0' of /:I
o \ \ 111 III! 111 i /i / <� ZU i 1
•i 11 i 1 I / to j o�j /lio�lll %ji j� ' w z _
M C5 CD
1 /1111111111fI /1 i vw
w
�°
r°iZ¢t ..J.....(....�.,.I11 //
_ / / : /! / /// 1 1, ��^ r') -� \�___ // / � ,1 / l 1 ... /.. � / /ii /;II �.L• t1 3��T �..
/% /1 i / /1 /I \ `-"ICI\ `_j� �^ - �_ �/i 1' /' h`....r-%•.. •/ / 1 , / I / Sz ...• \r
r
aa5.'
aJ? Ld pV -� -� _ / / �i�!
1 / o p\
LID
Cr
°WN wW /V /\ I /�
o � c� Q o-Q 2 / �oz aw / �;" `o
two w / 1 I wWwx aN I / � a.. 7zg / wZ a //I ,,y Z00 o• Q
r/ l ZZa �✓ 1 \ �Sd �F-
wO a
a P/
0 Q
o,- I II ?� \\ / y a w Ld
�H I /1 y V 1v �N �
/ \ / z
0
� 0 j'i k3
/ o
rr
°
z
�N
F
/
/ ,P //1 J�/ / ; 1'. .Q m 4 Y±.4'!'�•1 W
/
J
W
J
3
°o
0
z _
Z NI.J�
O a w
li
co r.)m
J W r N
Of U
r <N IJ
O D_ II N
°10n Z.6
�_ on
C) F. cD
aco
Opw°0
aL, wz
O EL N
N
J w }
w ZZ -
O w
S
V C'
U
N z
D a
O O
m V)
= w
a °
U
a Q
(D
F-
N
\
\ 1
I
1
J
w �Uz Q
z
�>-
O d w I Z J a
pw z
W, FO
a.
Z' w
al o
w w
� o
°O
O
z
H1n
Z(nw� ap
N p
OQwN V7
amw o
J W 0 N -
° N w
af 0
p II o
F _
On
Lri
OOujj� o
of z J
a w W z X
O
c0mw
U) z00
U
a �aa
a QQO
Z a
F- QZ�
N J W Z
w m
a O
p
W U
p
a w 0
( Q W
Z p
U z
F <
0
O O
N O
N N
J J
W w
= 3
0 O
� W
a ~
x 3
c0
S OJ
a a
z z
0 C
00
J �
w
L,
fA o ?
0 ID w
Z J
a
F °
N
x °
W
z-'
W
wig iN0 D
5 u
w
Z
Q
CL
w
Q
W O
ar
Q Q-
Ir
z0U
w
L
w M a:
a: F
U (L z
W <
U 'J w
j
ca
W
0 w
0 Q
IM
Z
J
W
F-
U)
V
Z_
U)
X
W
P4 N
O UJ
3�
xWe
i•� n .
C:6 Z
UOZNF
u>
O � <
V °a
N
� O O
NZ¢)
J _ ~O Z
w U O <z�
0 isLL�
i i } WIZ J
a
a a w NN�
> - il-
K ~ M Q n N
S
0
z
w
'o
i
z
O
N
w
0
Fn
0-
0
w
°1�11n1 °IN
w0 LIJ
Z a
Z
m } } Z a
m m W 2
0 p w H H
W W W U V
O W U - -
(nHWOO
W Z =0=Q
o W U a a
9-7slys Ole yOj auoldoaS uoluaa £OOL£LOZ \u6!saO - L \uoluae 1. 63!0 - £8£0 \.M 3113
w�
N 2
w
=�ocOw
N =
N
W
}
z
Z
J
~
W
Q
N
WO
w
U
C0
a:�
Q
J/
/�
1i V
Q
c„
O
Z
Z
O
Q
af
Z �
W 0
cr
cc O
Y
g
W
W p
W O
QW
1
°
IJ�
ow
�•
1
z
z
Z
Ur J
Z
o
J
0
LLJ
F—
Z
W
(n
>
J
W
:4ti
CI
W
a
O
M
QM
o
W
z
W
J
W
a
J
�
W
�
J
a
a
U
z
w
o
U
7
o
U
z
0 Y
Zo
J
m
d
cn
w
a °
of
J
Q
a
3LL,
w 0
w
U
O
Z
`jam
U
♦ �},,.
>
Z
OY
J
W
O
W
W
Y
J
J w
O
z0
Z O
H
a
to
i
_
a=
},
Q W
U F
n
O_ m
U
ZO
O
O
m
W J
Q
f
Z
!n ?i
N
$r�
uF0
a
O
3
pG z VF
w
F<
Z
� N
�z
Yo
H�
}
Oo
aN
(0:
w
V a
Z`
z >-
U)
LLI
Y
U
L)
L)
CD
O
v,
p
,
QW
p�
,9yg9
U
a
0
p
LL
ru
.o
U
w
�_<>
-Zti
W
W
`
U
Ut�20
'Or
- law
LLI
�d'
U
Y
O
f-
Q
N
" i
N
i-
_
= 4U
O U a
O
Z O
U
�.��.JJ
i
a
a
°wag
M
O ~
¢�
J
J
a
Z
x
W
3z
Q
O
3
W
w
l 0
WU
0
J
3
w
r
a
�
LL
>
w
r�
w
N
O
i
U
U
m
Y
U�
Z°
O
Y
O
a
W
O
z O
~
0
U
X_
O
LLI
�x
U
¢w
O H
�
I
Wc�
O
Z
O
w
N
>
Lu
o
z U
u-
3z
Y
a
o_
°
wOU
Q
p
W
m
CO
J
W
N
�'
O
Z
w
>
vi
a
�
M
� w
O
o
04 Q
N °
Q
o)
Z
U
�
O
z
m H
In
0
In
Z
Q
S
<
a
O
3
LL
W
Y
Q
O
Z
W
w LLI
0
J
N v)
X
} }
}
Z
Z
Z
Q
W
m m
m
W
m
W
of
O
O°
w W
O
W
H
U
H
U
O
z w W
U
Y
U
W
-
W
-
Z
In�WOO
w Z
=
K
O'
O W
U
2
d
9 -lsl4s 01B tlOj
auo�doag uojuaa £00l£lOZ \ubrsa0 - j \-juaa
;o
A3!O -
£8£O
\:M
:3113
z
014
wa
Q
N
�W
:I
U°
N
o
w
LL)
a
f O Z
Q
r
LL)
Q
U.
Y�
Qv
OF w
�_
3
m
o W
o' -
Op
N
/ II Yr
as
¢
Z
J
4
-
/�Z
If
' �m
O,
0oN
Hp
U
QaU
O
U
Z
Z
Z
0 7 W
U
r Q
Q O
z
O w
H
3
Z U
Qp
m
of
Lj
Lr) Oo11��C��a
W
J N~
J
©
O N
Z
Q
W
a
N
W
�
O 3
z z
Q x o
X~
w Z
O N
0
W
o
m
N
7J�
pO
I-Z
WO
Xp
0oW
=
a
z
v°
/ w'
;
°v°
O
No
w�°
CA
W
mow
Fw
m
zz�
Q
o W
x
J
��
N
Z
H
UwW
O
QU
7 U
ONfw-
~
W
00=
0,
x
0
Y >O
0
N O W a Z
J
O
3
0'
W J
W
U Q
W>03
r0
LLI
UUO
Z
O
0_U
a Z0
JZ4N,
UO�H
14 p Z a Z W
++ J Q z
O
H
0_ ¢
¢
0_
Q
o
> J H
x,
a.
O
a
Z
U
¢
° W a
4r- J
W
Ld
O
x Q LW
r
z W
W
�a
aN W
W H
Z`
O
��
NH¢
Oa•0
W W o p Q Fr- w
z x z
¢
3
D_
Z
U<
U
Z
O
UN�^
��
ooa
P
°a
x -j
o o
HJp
aWr-
3 3 o 3
x J 0 a O a' F- W
Z
O
o
0_ (wi
o
m
N
a ~ Z
,
d
Q W
~ O
U
N
3 m
O Q
O O V x 0_ a N
U
O.�
O
m O J
VO-
Qr0Q
mN
OF Vl
=
0W
Wr
00_
Q
aao°
o z
ow
zaw
Jzww
QWFF
zw
oJx
zw�
c5aw
oaz
z�
Z
i I I
W
0!7xo
HW>
Na'a'
UQ-J
r^
ZO_Y
ONa
W O
HF-O
N
I
OmNp
pJ
w<JU
z
QJ
Ooa
I I
I
{
W
xw?i
W_N
NoQ OIL
ONm
WmQ
J
I I I I I
L
O
N
M
[O'
v
©
O
O
> J / �•
�^ Z
NJ
l,y` LY
x
w
s`I I
Z
Y Z O O 1. z
J W O W F W
2 H U
~ U
a a � a
H U 1,
��, O
O W
wraol =mU, °o
� Q U F U H w U °
S Q x W W O Q
~0_ oNN¢W~ O
�oaJZWmWm- Z,W
zr 00 F-Jo U�
U
-O W Q a 0- of
QHnW ~N J((M"[L• Or
OSam�OOI,J� °Z¢
J H Z 0 Z U Q x<
oN moJ¢ az
Orpm SO_Zx W Z Doo
xoF-ou WUUw1U QO
a O Z O Q U a W z W
wWFof Qof 0S
,;e<w J�of OQ
�a D'UZ0_Z� N(+J
HJ7pO W O W r w0_
¢0-U JU D_U Mm Q
69 0 LOA WO I 100
1
i1 1
1
1
1
1
1 0
1 OF 7
1 1 ma
1, oo I
1 - U
t
211 I
I Z 11
I / 1
J
/I
I
I
I
L
1 I
\ I
i .
;u-) . :
i
I of
•I
r C, U
zo
Q
/ p W
.
wa
o=
U
�W
:I
W
N
w
100
w
oD oo m oD a0 n r au m n ro oo m aD
o' 11 11 11 11 11 11 rn 11 11 11 11 11
Q
Z U=
a
w
N
U.
wm Z
M
{F-
/ II Yr
as
U
Z
Z
a
z
-
/�Z
If
' �m
zpz
W
Y
Y
(,�
/' 3W
U -
wa°o
Z
m ro w m-D a-D roo- D- m of
Z
J
ZQ
w00
a Of
o
O
p
% ~ Z
z
I-
Lr) Oo11��C��a
O
a
:\ \1
N
-
/ w'
;
;
LLJ
/
.ww:2
ZZ
wo
0,0
0!QZ
U
o
J0�
/1 -
o
a- 0
�^ Z
NJ
l,y` LY
x
w
s`I I
Z
Y Z O O 1. z
J W O W F W
2 H U
~ U
a a � a
H U 1,
��, O
O W
wraol =mU, °o
� Q U F U H w U °
S Q x W W O Q
~0_ oNN¢W~ O
�oaJZWmWm- Z,W
zr 00 F-Jo U�
U
-O W Q a 0- of
QHnW ~N J((M"[L• Or
OSam�OOI,J� °Z¢
J H Z 0 Z U Q x<
oN moJ¢ az
Orpm SO_Zx W Z Doo
xoF-ou WUUw1U QO
a O Z O Q U a W z W
wWFof Qof 0S
,;e<w J�of OQ
�a D'UZ0_Z� N(+J
HJ7pO W O W r w0_
¢0-U JU D_U Mm Q
69 0 LOA WO I 100
1
i1 1
1
1
1
1
1 0
1 OF 7
1 1 ma
1, oo I
1 - U
t
211 I
I Z 11
I / 1
J
/I
I
I
I
L
1 I
\ I
i .
;u-) . :
i
I of
•I
r C, U
zo
Q
/ p W
.
wa
O UJ N M 11 r O UJ O LO 11 (3) 14-
OM nu7 't w m N oo uo to oD W
Q'
N U
W
N
w
100
w
oD oo m oD a0 n r au m n ro oo m aD
o' 11 11 11 11 11 11 rn 11 11 11 11 11
Q
Z U=
a
w
N
U.
wm Z
M
1 \
4H:1V1.
1 I
.1 .
\ /........ I , / / co
vJ 0.... 1 ///
V -
S
y <• / __
/
7
NR
\ r ,
�`� N � ' c� Y • -a� � 1 I
` \ \ � O _ -- �'"X%k'"%G�l�v> vV / . / r / 'zS�4� � \�� �Oe •:.,, z v 1
\ _ O _ -._ Q X >, /y I �+ OJ
�'- Z w 1
o
-z x ` �7 1 z
LS LL, \ Z
_ /• p
i
W 0' =
cmn
ZO
o
,
- •r :��� t�C t
- l `
U
M �F'
O
/' / r Q
a o m
Lj
a waa I �> ' x` „>•SXSX. v x m� 1Yk..
a
Q
Z
a
a
a
N
D
LD
J
J
Q°
3¢
w
J Y
a J
H
W m
N
OU
Z o
O UJ N M 11 r O UJ O LO 11 (3) 14-
OM nu7 't w m N oo uo to oD W
Z
u)O M U)IV M h 4, UJ ac) OaD
�ONMIV 1111 M MI- m oo NN
W
N
O�- �oo111100Cn��MM
No a
w
oD oo m oD a0 n r au m n ro oo m aD
o' 11 11 11 11 11 11 rn 11 11 11 11 11
m
0
V
11
N 04 N N 14 N N N N N N
Z p
p z
wm Z
M
{F-
`
O
U
Z
NO11 N 1141 mION M I() 11 14
Nnr^f Co LnN M(D M'o I-O
. . . .UJD.
11M�U)a01111Ci
-O NOD
m
OUJ ono (D - -O
rn aD o0 oD oD a0 OD co aD (D (D rh Ih OD
O
N N u) u) N N u) u) u) ul N u) u) N
ro
z
m ro w m-D a-D roo- D- m of
Z
O
p
z
I-
Lr) Oo11��C��a
O
a
CN
}
a
C)
z
z
a
N
N
w
U
U
Q
p
z
N
w
a
0
N J
N J
W Q
U Z
a O J
r r
� w w
0 a
w 0 as
U
U Z
Z_ 0
~ W
N m
X
W w
O
r
0 0
N O
N N
+ +
J J
W W
i
J = 3
O p
W w�
a Q�
3 a
3 3
= 3
0
= o
m m
Q a
z z
O O
00
a Z
Z o
o
°a J
J
No a
a- w
w
J l
0
V
li
Z p
p z
wm Z
M
� fy>a •
r�
w
mx
�z n
rc
W
Z L
J r
aU
Q W
'W Q
VJ
J 0-
Q Q
� V
Z0U
ti W
W L� ir
c ^ CJ
U- V,
U (LU
W Q
U2JW
Z
a:a
W
ca
Z
Q
/0-
0
Z
CD
0
w/-�
CK
0
a
O{ �Q
4
N M
►O
pq
3 F
xa�
W °w�
C:6z�'
M
I
z
O aN
�a
V
not
N z- -
Q 0 z
0 z
z i
u i �<
I
a w oaw
> Nips
o
H F aanN
x 5 -
I�
F I
M
O
> p
w m
o-
Of
0
W
MI"?
LU
0 c, r I
- I O
z
x Of
o w t
cw
-,<6 m elf �, Za
o r r Z z¢
mmmW�
\ ' W
Z W U U
<,^ '� >•�- - to W o 0
Z
9 -1sl45 018 d10j- auoldoaS uoluaa £OOl£LOZ \u61sa0 - Z \uoluaa to ,410 - £8£0 \ :M :3113
Z W W ~
w S 2 O _
N I N V!
}
< ` W
<
a1a Z
Z < \ J
Z a W
W -'
< �
l i Q °'
co
ld '(WfllVO SNOOI 30dsn) AMIIWMI } I / Z
a o ``( //
�o� ° °�N �0 I� m p cn
NN��u�o I I I 10 0
Z W Z
I C5o Q
W
I j w
F-
N /a-
v) F (n F-
w J° D LL &U U
3d0IS 3903x0 '0'1 a ✓ W J Q Z W
a
< rl w U J IZ
o a 0 o v
I ~
o O W J w !,
o ao z Q oo Z G
ld '(Wf11V0 SA00I 30vsn) AMIIWMI 1 3 U <
< _ J
o N ° o 0 3d0IS 3903210 30 301 i w ° N 3d0IS 3903x0 d0 301 // a W
N N N o I I I I° 1 0zz $�: a O W CD
/ uj p W U ^ "1 w m
Q ° i Z> L, $� o J
uj -j U n w
7 m a w N 1 Fr m W o w \ ckf
W VF7�,— I H o O 1 m O !n po <
Z < 0 W a' I - a 0 LLI < oa f -0 < o U I a< o < 3x0
w I wu N w w 4/
Z W O W w I W Z O N 0 v vi
LL) > ° w U o f� I J o o f�..n
o I w a I
N O
W o CD > m � u7 N N - l�
o� N rnl p + +
W J 1� + r°j W W
� < I w �JI
< w w �w l
z
of o U L w I > _
o r W N V W o W 3 3
N w a >O zd �� N J 0 0
< 0 0 F I� o f c
w
of a I Z wz N° W F w
< I 0a n °Y \m Q < ~
w I wo in tn0 3 3 3 N
�� j ow z° U') o �O1°
af
° w u I a O W I a' a' Vy v N N
_.._.__.._. L- L j w
1 in W ° O U O Z W O W p�y a
\ r+ z r' a V N Q n W °� °�
1 < ~ rW/� Q W N Z O z O O W no
W I O fn V, U Q N H N w � Z ^ �)
n k�
o FDI o �
�� w 0 1 ° d�
3 p ow °° 13 '(Wf11V0 SNOOI 30VSf1) AMIINMI O o = ckf p L o l
w I. ° I j < j on N ON p o 0� I O
N
w 101 O
w p ImI < I "1
Z °O (W7 f O /
ow I ow v oN /
zo o I ° z 3 /
P cv I O I 3 0 / o CA
0 L,j
a. <o z 3 < 3 0 / N {O�� C4 o
I w o= h
01 ° of w o I' w a g
0 0 a w o w ° °8
01n
o p I w ° �Z z
o -- ° c� 0 o (n C-4
J
� oa m 0 N 0 o 3 A+I caw Lo
w 0 O Z o O Z =O '\ J Z 3 n °o
O N ~ In N a 0 ^n W N
~ W W X N I ° x `` X O J Z�OZ
C7 a w 3 ( W V i k` 7 W
°< x I m
N O I a O °z i �_
p I W O ~ U) I.l O a 8 -:ZE
DIP Z W < X CaI O
J a w
O O < �01
F
o ° 3d0IS 3903210 30 301 a m 1 w Ld
O 2 N N N O in O N O in N j F Q Z '�` ° Z z
Z J I I I I �wvi I w U N w w
mld '(Wf11V0 S>iOOI 30VSf1) AMIIWMI 000 I z o o Cl) < &
U-) O V a !n < O N ° <
z � w 0 3d0IS 3903210 30 301 0 0
(n 3d0IS 3903210 '0'1 < N d o J ° m
x Hoa < '`u7
w 1 �owQ a
I W o
w
I �w0 v
I 11 w
I N 1 p z
3d0IS 390380 '0'1 1 0
I _ N
z ° a w
c3 0 1
0
> o
as a
Ei
OO NO�O�O�OU700 �U ap
I I I °F-v
Z? ld '(Wf11V0 SHOOI 30VSf1) AMIIWMI m �i N z <U ) 7
w� <� �F 9i w
�O aD r +f y�Nj \ F-
Lj W N F-00 \N p
<Z Z o < H w O
W < J F- I }aa o)
w Q-0 W O Q
M W Z O W a L) °:2 a° a
cr < N O O N o u"� O n O o O > W H N V)
m N rM N N I ° o a-
0 ul
I JZ
m ld '(WfllV(i SN90I 30Vsn) AMIIWMI a LZI
= OU
a F OZ r
Q aJ0 U
° w w ~ Z_ <
1 Z V
} Z <
�a'I N m m 0] W
W Z W Z
owo W W U
Z U
O U W 0 0 0
inzw00
Z w z = of af
0 W U a a
g -1s74s p18 8oj auo!doaS uolua2 £OOt£LOZ \u6!sap - L \uoluaa ;o 63!O - £9£0 \:M 311_4
wl
401,
A.
rlg"�
O
O
Q
r
Q
>. a
0
J o
oO
0 LO
O
I w
D
o z
0 0 _
r N W
J
Q a
m 0
N
O
J
J
W
9 -Ls345 018 doi auOld -S uOJuay £OOL£LOZ \U&-(] -
=Ww w
W
Z
J ~
EL W
W 7
W O
J 0-
Q
Q
Z p
Z W
Z W W
w J
LL 0 W (n
CL U O
Z
U i V)
� Z �
�a
W�
Qa
A
U� O
4
O $�
� 3F
�zVF
��M8xW84
1.
as W
z
W)
O
V
N
O
[VV6J>J
zZ -V
Q O�iz
O o V xi4U
IU/1 Z ZI zl
z< a
y� oN�w
L-HR
mc:
r
U �
O
m
Of
0
lL
c--Il OI
�IFINI�
ir Of
W (�
za
mm M Z Q
m m w �
Ow p H F
Li LLI C)
Z w Y W W
O W U
inl -w00
w Z = O
W U d Cl.
I. An - £8£0\ w :311A
z
0
0
x
N
O
w
CO
O
J
> °J
Q O LL)
U
W HLr O
O
0,0 O_
E
Mow U
m
oowW�
O
O W -
}'
mo<o
Q
�.:HOo
M
a , -
0
> c, c,4
0 oo 0
O
� N N Z
W
ZL'' ^o
JdU
oa0ow~
W
zr N
p�w�¢O
z� Malo
o(ww
awwdQww,
}0_ HfnQQ
HQ N01-m
9 -Ls345 018 doi auOld -S uOJuay £OOL£LOZ \U&-(] -
=Ww w
W
Z
J ~
EL W
W 7
W O
J 0-
Q
Q
Z p
Z W
Z W W
w J
LL 0 W (n
CL U O
Z
U i V)
� Z �
�a
W�
Qa
A
U� O
4
O $�
� 3F
�zVF
��M8xW84
1.
as W
z
W)
O
V
N
O
[VV6J>J
zZ -V
Q O�iz
O o V xi4U
IU/1 Z ZI zl
z< a
y� oN�w
L-HR
mc:
r
U �
O
m
Of
0
lL
c--Il OI
�IFINI�
ir Of
W (�
za
mm M Z Q
m m w �
Ow p H F
Li LLI C)
Z w Y W W
O W U
inl -w00
w Z = O
W U d Cl.
I. An - £8£0\ w :311A
ADDENDUM NO.2
Will Rogers Post Memorial Seaplane Base
Maintenance Dredging Project
October 11, 2013
City of Renton
Public Works
Transportation Division
City Hall, 50' Floor
1055 South Grady Way
Renton WA 98057
To All Contract Document Holders:
You are hereby notified of the following changes, deletions, additions, corrections and clarifications to the
plans, specifications, and other documents comprising the Contract Documents for the City of Renton Will
Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Project.
Acknowledge receipt of this addendum on the Bid Form. Failure to do so may subject the Bidder to
disqualification.
This addendum consists of-
-Changes to the contract documents, special provisions, plan sheets 4 and 5 and additional
information.
Descriation of Change
Replace existing entire documents with the following revised versions:
• Contract Agreement (Contracts other than Federal -aid FHWA)
• Schedule of Prices
• Plans. Revised Sheets 4 and 5.
The following is additional information and modifications of existing documents:
• Special Provisions Modifications (Changes to select specification sections)
• Appendix B — Permit Documents Supplemental Information
• Bidder Question & Answer Form
• Pre -bid Meeting Contractor Sign -in Sheet
NO OTHER CHANGES
By: Ben Dahle, P.E.
Airport Capital Project Coordinator
Addendum No. 2
10/11/2013
CITY OF RENTON
PROJECT NUMBER CAG -13 -177
WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE
MAINTENANCE DREDGING PROJECT
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and /or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have read
and thoroughly understand the plans, specifications, permit documents, addenda, Federal requirements and
contract governing the work embraced in this improvement, and the method by which payment will be made
for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as
much thereof as can be completed with the money available, in accordance with the said plans,
specifications and contract and the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions, and total
amount of bid should be shown. Show unit prices in
figures.)
Printed Name:
Signature:
Address:
Names of Members of Partnership:
OR
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
Addendum No. 2 10/11/2013
J
SCHEDULE OF PRICES
City of Renton — Renton Municipal Airport /Clayton Scott Field
WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT
PROJECT NO. CAG -13 -177
Bid Item
Description
Unit
Quantity
Unit Cost
Total
1
Mobilization & Demobilization
LS
1
$
$
2
Dredge &Dispose, Area 1
CY
10�T9o0
�$
3
redge & Dispose,WArea 2'
Cy,
4T0'
4
Pre- and Post - Dredging Surveys
LS
1
$
$
5
Water Quality Monitoring
LS
1
$
$
Subtotal Base Bid
$
Sales Tax (9.5 %)
$
Grand Total Base Bid (including tax)
$
' Having carefully examined the contract documents titled Will Rogers -Wiley Post Memorial Seaplane Base
Maintenance Dredging Project No. CAG -13 -177 as well as the site of the project and conditions affecting
' the work, the undersigned proposes to furnish all the labor, materials, equipment, superintendence, insurance
and other accessories and services necessary to perform and complete all of the work required by and in
strict accordance with the above documents and the implied intent thereof, for the following:
(Grand Total Figures Written Out)
' Bidder acknowledges receipt of the following ADDENDA:
Addendum No. 2
10/11/2013
CONTRACT AGREEMENT
(CONTRACTS OTHER THAN FEDERAL -AID FHWA)
THIS AGREEMENT, made and entered into this _
THE CITY OF RENTON, Washington, a municipal
referred to as "CITY" and
I[ 1O]►N0.7.TGUO YA
day of I . by and between
corporation of the State of Washington, hereinafter
hereinafter referred to as
' WITNESSETH:
1) The Contractor shall within the time stipulated, (to -wit: within �5 working (ja s 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. CAG -13 -177 for improvement by
construction and installation o£
' Work as described in "Scope of Work" dated , attached hereto.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict
' conformity with the plans and specifications, including any and all addenda issued by the City and all
other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances
and regulations of the City of Renton and any other governmental authority having jurisdiction
thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines,
tools, equipment and services shall be furnished and the construction installation performed and
completed to the satisfaction and the approval of the City's Public Works Director as being in such
' conformity with the plans, specifications and all requirements of or arising under the Contract. The
Contractor agrees to use recycled materials whenever practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this
' agreement, consists of the following documents, all of which are component parts of said Contract and
as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached.
'
a)
This Agreement
b)
Instruction to Bidders
c)
Bid Proposal
d)
Specifications
'
e)
Maps and Plans
f)
Bid
g)
Advertisement for Bids
'
h)
Special Provisions, if any
i)
Technical Specifications, if any
H
Addendum No. 2 10/11/2013
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will
insure its completion within the time specified in this Contract, or any extension in writing thereof, or
fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he
' should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on
account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the
provisions of this Contract, the City may then serve written notice upon him and his surety of its
intention to terminate the Contract, and unless within ten (10) days after the serving of such notice,
such violation or non - compliance of any provision of the Contract shall cease and satisfactory
arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10)
' day period, cease and terminate in every respect. In the event of any such termination, the City shall
immediately serve written notice thereof upon the surety and the Contractor and the surety shall have
the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15)
days after the serving upon it of such notice of termination does not perform the Contract or does not
commence performance thereof, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem advisable, for the
account and at the expense of the Contractor, and his surety shall be liable to the City for any excess
cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without
liability for so doing, take possession of and utilize in completing said Contract such materials,
machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be
on site of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies
available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and
employees harmless and to promptly indemnify same from and against any and all claims, actions,
damages, liability of every type and nature including all costs and legal expenses incurred by reason of
any work arising under or in connection with the Contract to be performed hereunder, including loss of
' life, personal injury and /or damage to property arising from or out of any occurrence, omission or
activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold
harmless and indemnification provision shall likewise apply for or on account of any patented or
' unpatented invention, process, article or appliance manufactured for use in the performance of the
Contract, including its use by the City, unless otherwise specifically provided for in this Contract.
The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In
' the event the City shall, without fault on its part, be made a party to any litigation commenced by or
against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs,
expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation.
' 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, 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,
- .._.._.... _..._..._ _- --- - - - - -- - - - -- -- ---- - - - - -- -- - -.... -- -- - - - - - -- .._. _._..._ _....- - — - -- ------ ---- - --- ---- --- ---...._..---......------ _------ ....__.._.._.__... -- - --
Addendum No. 2 10/11/2013
' 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 54'
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.
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 Addendum No. 2 10/11/2013
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.
1 12) The total amount of this contract is the sum of
numbers
' 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.
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.
- -- -- .._..- – - -- - — -- – - -- -- -- - - - - - -- -- - -- - -- - - -- - -- -- - ......... ...
..._......_ ............. - - -- – -
Addendum No. 2 10/11/2013
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.
CONTRACTOR CITY OF RENTON
President /Partner /Owner
Mayor
ATTEST
Secretary
dba
Firm Name
check one
❑ Individual ❑ Partnership ❑ Corporation Incorporated in
Attention:
City Clerk
' 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.
Addendum No. 2 10/11/2013
w
z
U
a
N
_
0000 N Or �r' 00000 a0
W
(wj
W w
0 0
Y
W
W
aoOOmmoor"m onao0o00Do
O@
}
a
w
}
LY
K
a
Z
a
a
W
L..
r
c�
o
Y
a0
W
z�
3
m
p w
W O
}Ja
of
p
a
p
U
J
W
a
ft
J—
Z
O
U
pLaJ
O 0
FZO
W
H O
I-w
pV
a�U
F
Z
Z
p
_ J
F..
O W
O V
zmz
a
O
ZQ
Ow
30Li
a
O
m
a
U
w
z
Z
pDH
�a3
ma
JfnF
aao
Q ��
O
p(n
wo
Zw W
w
cl
a
�
W
cw�
a O r
w1
U p
zz
z O
a 7
X
F Z
=
W
a
o
Q
m
<
v
7 J 3
zQO
O F
=°
F Z
��°
w 0
~
W O
w
° Z W
Qavw1
U
a
J
vo
O U
F
N z
O
W W F
W
w
U W
wF
F m
O
p
O W
N
Z
Umw
a U
NFU
ov)FW-
~
FOB
Z W
Y W z
o (V O W W Z
N O Z W J W W
O
�i
a W
w J
a
W
U
o
a
W
I, },,I >3
> OJ F
li
} 0
UUO
O Z m
O
Z
W'U
0. z
-j
J z W
U>p2
0 W
+ N J a J z_
W
U
w�
Q
�
Q
WN W
�II,,,,,,II
W H W
yaiO
=FO-a
pW O
W w Op WO Q w}
H
Q
W 0
W
°
}
0 W
w X=
O
m W
0 �_ Z
Z} W'
�JJ
3 Z LY Z OJ 3
�'
Z
W�
W
to
J O
=nom:
:r
pOW'
Oa
WpJ=O
a�0
2 J O a O WF W
I
O
W�
W
a
F Z
W � Z O
aZ
wF0
U
FW
°m
��}
0aU .
o 0 0= LY W o V)
z
v
o
o
m
o J
a }Oa
a) v)
of `rri
=i
owo
L, of
0
Q
O Q Z°
Z,
Q W wj
f
F Q W
z_ W x
Z� Z
Z
W
I I I I
I
W
o -v
mmS Y
°m0U
LL,
Fw>
U)WW
Ua -J
oJ=
Z W Y
000
oU10-
o
wo
FFU
U)
1 0 1 I
Z
} W a 0
3:-
x Op
W�JU
W pF a
Z
aJ
0 W p
W
O
=W
wLI)m
v1aDw
O
oom
o0O_
wm<m
D<P: X h
C
}
O
ZL Z
J W O W
U
LLj
D-zmm0 }OOZ Lj
w }aol =mw5o
~Q OF"FFwo z
F=- MF30WvWo a
30¢0Zwmwm� Li (n z} o 0 F J O U
0< U W O10 w a a F 1
ati ZS 00
L)
0 a W m 0 o W OF Z Q
HZ o zU a0'
°U1wjam OJa aF
o>-m< = W Z W w Z 7 p0
5;p }w0 w0 3::o p
o m H U w V N U W W
W o Z L a (wj a W Z Ow
W WFW<"f
FU W'aF JFmF Ua
tida W Uz W zF (nw
F JDOOWOW} W LY
a W V J U W U M m o a
O O
K
of Z
r< 1 I 1 +
0'a Xh;
/
/
U
0 Lo N O�m r 0 ONO01�
0 00 000 00 00 m m
W
Z
0000 N Or �r' 00000 a0
W
W
a ONONO> W 001-W a0 NN
O O o 01 M o O 0 O O
(� 1
1
aoOOmmoor"m onao0o00Do
O@
/
L,aj
OO)0> W m0)@T 01 CD O)
N NN� C-4 CA NNE � NN^ N
F
'
L..
r
c�
o
x
Of
W
Z
cQ
L
r�f
(D
z
F
}
I
ft
W'
Ld
Of l
_J
O
0 0 0 0 0 0 0 0 0 0 0 0 0 0
QO
U
oo oo co m m oo oo ao m Do mDom Do
00
_ J
F..
!
wm
O V
zmz
Y
O
3a of
z
Z
J
O
Z a
w ul IX
W
cw�
a O r
w1
a
O/\
U
0 Lo N O�m r 0 ONO01�
0 00 000 00 00 m m
W
Z
0000 N Or �r' 00000 a0
W
W
a ONONO> W 001-W a0 NN
O O o 01 M o O 0 O O
(� 1
0'
aoOOmmoor"m onao0o00Do
O@
M
L,aj
OO)0> W m0)@T 01 CD O)
N NN� C-4 CA NNE � NN^ N
F
'
L..
r
c�
o
x
Of
W
Z
cQ
L
0
(D
z
N O o) 0 7 oo ON m 0 o) 04
N01, ,q: oo ON r -n(r) cp r-O
OQ
01O -O OO O>O N N.- O> NOoO
W'
00 Fo 00OO r�04 LD O
01 DJ 00 00 00 o0 co o0 o0 (o (o r r oo
_J
O
0 0 0 0 0 0 0 0 0 0 0 0 0 0
z
oo oo co m m oo oo ao m Do mDom Do
Z
p
O
3
z
Z
N O 0 0 r- 0 T O� c*4 10
O
W
M a
/ a
FO \ W
o
L
rN- /. w
0. 0 F
I o
a
o
C w_ ( ` w
LI
Lo
_ j t l� t vv)i ^3
oo -/ ° w 1 I I! I Y _ j:. 1 1wl w
m
Q- w \
> I z i OJ
}v LJ,�w
3w / .w/I 1 1 / I I o�:3�a OJW I °_ .
z / /ow WO /1 /
D° i wrr / l l l 'r ::.j.,.' ¢ u,z .1 . \. I UO
rraz 1 I ^ i_ a 1 0 -\ I 0z
1 „ �q
II ¢mow 1 + ,t.fF`: N a^ �<
/ - F F _
j1 w z o / J I d !L w W F
/ WOW,i W/ I /.L��L. J `_• °� �.:• :a0 .
1
/ ...1. / / / --
I• wvo t %Jt f'
.................:.•• Vii.: � \y •'m
= i !
>
........\............ / ,y4,
6Z
\ \\ AREA iAREA o t U
>
ckf
_z / \Tl itY g '•,nl [[ _.t:: 1 J 7 (Wj W
c�
p, ` a
i
'X
,%Y w
W�
O
a
U) J
w W
w
p j- \ 2 oWI; 1 m w
oz
z
}
way - Q
// /' / • I
1 I
a-
0
v v
waal�f .S;k
maX;,`ka�
W 0v, _ r `
�j
( > o �L No LL bp//V
0 0
N O
N N
+ +
J J
W W
J
W 3: J =0 3
O
W w �
Q a
_
U
= O
} }
a a
z z
0 0
00
ZQ o
0
EL w
0 W
Z o z
- M
V w
Q J
a
W v°i
Q o
w
V
Z
W
0
\ l
i O
W
I `/ Q�
(� 1
0'
W
R� \\
>
F
'
Z
c�
o
x
Of
W
c,
cQ
L
J
0 0
N O
N N
+ +
J J
W W
J
W 3: J =0 3
O
W w �
Q a
_
U
= O
} }
a a
z z
0 0
00
ZQ o
0
EL w
0 W
Z o z
- M
V w
Q J
a
W v°i
Q o
w
V
Z
W
QW
1
LLJ
J_
W
U
Y
v
p�C7
Z
p
F-
F
'
Z
c�
o
x
Of
W
c,
cQ
L
J
iY
I•
E`
I
r }a
+ 'x
Z,z IW
ivocow
u, x
W
Z
Q
JV
QW
1
'W o
VJ
J [L
v
p�C7
Z
J
W
W Q
1,
LL O
0 o
Z
c�
o
U J W
Of
0
_-
C6 z
cQ
L
OQ
m
J
_J
r�
N M
p $
m 3F
�zz��
tW 8
V M
z�F
a�
Q �a
U °a
°a>
W �Z��
w N UI4V
N 2 Z V ZZ�Q
Z <
aar
0
z
w r
a �
H
v >
W �
N1 O r7
M 0 a
Y D ♦
Ld W w
'£. m } }Za
t mmW�
x -
Z �
Zn 9 -LS1ys OI9 884 auoldoaS uoluaa LLo If LOZ \u6!sa() - Z \uoluay ;o Al!O - f9fo \:M :3113
m r m= m m= m m m = == m m m m m
13 '(WfllVO SN001 30b'Sn) WIWMI
z
Z W O W W
om NC
G
O> ov I l=
I
w w m C
U x
0 0 C5 w c
m>
w J I
m Q I
Q
W W
a
° V)
Li I� �I
w
cr
uj
Z >
N U O ui
Q
a D
N wo d
U o ui
U
0 z z I o Ln
W Fx I w
° No I o
w� W
W V1 W °
C +I Q
Li o
H I J
0 b� Q
0
w
LLJ
0 o
Li 1 W
lom b O
v I' I I
Qz I
o I
N U-
Q za 0
N
ui
a a ¢ N
�
o w 3
U N 3 U O I�
0 LW 1 O
uj
ckf UV�
0 °
W
K
Q O
w F-:
of
Q
W
U
o
w
o
F- I r
w
N
O
13 '(Wfllb'(i SNOOI 30VSf1) WIWMI
U-7 O N N
N O° N o 1 0
0
I
I
I
I
I
3dOIS 30(13210 '0'1
3dO1S 3003210 d0 301
0
U
0
Of
0
W
m
O
ui
Q
Q
\ Lo
W `J
W
w C~
� 0
U L U
Z
O
za
H I 0
�Z �m
N I
o to
v z0
O
w
w 0
O
LzLi p ?
U N
W J w
Q
N U Q
° N
W
O U
°
L0 W
Q
w
CY
Q
O w
O U
Ld
0
K
0
O
U °
O w 3
cr J
0 v=i O
W
C',
0
0 z
K p
o �
W O U
0 m
0 U
Z
W J
0U O � O
H w Q X N
U w w
T/ w Q
Lr u'
0 N
I
V ° II 1 1 1 1 1 1 1 1 1 0
w W M O N O n O Lo O u7 O
O
Y N N 1 1 I N
Z J
mld '(viniv0 SNOOI 3z)vsn) AMIIWMI
n o
z
V)
w
0
\ O
\ \ \ \l O
w°
o z
0Q
W ul
n
ow M
za
m>
J
Ln
n W LJ
M
w O O
0
0Q
o 4J
Oclf
3Q
w L
cjLr)
� N
� M
Q
J
O
0
M
N
I
r 1
Q Q
aw
1 <
zQ
0
z ,
Q
w
w o'
mQ
ao
aw
0
oa
w
w W
W W
NC F o Z
N Q N
U
W aLn
0 C U
In
O O
O m
N m
I O
W
U
Z
0 O
J
J
Q
W O
0
LLI
0
CY
O
ul
N
o I aI °
W o
I J
X
0 z
3dOIS 3003210 d0 301 v W
CL u7
= U Q
w N
000
46 0
2 U��
v raj
3dOIS 3003210 '0'1 Q Ln a- Of
o
I �
I
I
I
I
I ul
N
I
0 U I
Z
o I
Lu
W d
ON o
0 W 0 O u7 O 0 O N O ,(7 O
z 0 N N I N
U
w K 13 '(Wf11V(i SN00I 3ovsn) AMIIWMI
w0
x
Q Z
WQ
O w
M U
LY
Q
m
d0
°
w
w 00
LL),
o
/ U
w
o
°
w
o
Q
Q
Ld
U
o
LLI
°
Jio
J V
m w
i W `"
0� V N
J 0 ~
w
U Q o z
z U
Q
o of
J F.
J Q
Q CL
w
C)
of
of
0
O
O
0 0
N O
N N
w w
J
W
J = 3
O O
W w
Q a �
x 3
20 O
13 '(Wf11d0 SAM] 30VSfl) AMIIWMI
QQ
z z
° 0
00
O O O O O
N O
M N N � u) O I I0
N
/ N
O /
O /
N /
J / O
O / O
I� I
I w
U O
Q OW U
w O \ C1 w Z
N u? I W
0 m N r,a)I
0 A + U w 0
O Z =O '\ J z 3
uj :3 of O W I U~ N
0
O
U ^vI w m
w
m
O
< m �°wI
uw w
of o
I
Q COI N Ln
�m w Z w
w F w
w
U O z
I z U N
Q
w z ° ~ W Q
o o (A U
Q 1n
3dOIS 3003210 d0 301 0
0
w
v) U �
N W }
O � � W 0
O W 2 r-
0 wo V. 0 ckf
1 >
O
3dOIS 3003210 '0'1
F1 o
m
O
W
U-
0
O
�L mj � < X Z N < 0
-
W N
a0o
z o d
-j
0-0 O
Q Z O X o� f
W a
U) 0 0 0 0 L O >
0 u
J U
w
I �Z
Ln
Fn 13 '(vqn -Lv0 SN001 30Vsn) AMIIWMI w o N
= O0Z
a
Q 0JO
O w 1=
F-ZU
U J D
Q fY LLJ
Of Of
U) F-
O U�0
Z
z"
W ~ W
W
wZ S O _
u i N N
W
Z
J ~
IL W
W �
W O
Ir
J tL
Q C7
p g 0
N
Z m W Z
OO
p E U U
} Z W
~ W Q U)
U J W
Z
as
W
a: Q
m
1:4 R2
Q
Cq 3 F
sx z
E
W4
O C:6 a
rMrhry �
V N N
v,z�^
N
p�a
V
Z �
tVUQ>
¢ ouj i5
u >- i v
O O } -Oy0
N Z Z V ZOa
a w oN3:�
> vi�aa
Qa�
i 5" mox
d
0 U
a
to
N � W
> >
L,j LLIm
o
�Irn1Q1
\ N 0
0-IF�2IL�I90 ILO
w
W
Ld
Z
m } M Z
m lb W
p O H
W
Z LL, Y W
(/1 H W O
w Z x of
O W U CL
9 -Ls145 (118 80j- auojd -S uoluaa OLOL£LOZ \u61sa0 - L\uoluaa )o AID - £9£0 \A :311A
m m m m m m m m m m m r m m m m r m m
N O u2 N
N
NNr X00 I
I 1 1 1
10
/ M
M
/ a
a
� Q
Q
U u
u')
2 w
wW
V L
Ll N
N
Z N
N X
Q J
0
w W
J J I U
U Z
Q r
r w �
�a-
J o
�t °
°a
O �
a O
O
Z W O W W
om NC
G
O> ov I l=
I
w w m C
U x
0 0 C5 w c
m>
w J I
m Q I
Q
W W
a
° V)
Li I� �I
w
cr
uj
Z >
N U O ui
Q
a D
N wo d
U o ui
U
0 z z I o Ln
W Fx I w
° No I o
w� W
W V1 W °
C +I Q
Li o
H I J
0 b� Q
0
w
LLJ
0 o
Li 1 W
lom b O
v I' I I
Qz I
o I
N U-
Q za 0
N
ui
a a ¢ N
�
o w 3
U N 3 U O I�
0 LW 1 O
uj
ckf UV�
0 °
W
K
Q O
w F-:
of
Q
W
U
o
w
o
F- I r
w
N
O
13 '(Wfllb'(i SNOOI 30VSf1) WIWMI
U-7 O N N
N O° N o 1 0
0
I
I
I
I
I
3dOIS 30(13210 '0'1
3dO1S 3003210 d0 301
0
U
0
Of
0
W
m
O
ui
Q
Q
\ Lo
W `J
W
w C~
� 0
U L U
Z
O
za
H I 0
�Z �m
N I
o to
v z0
O
w
w 0
O
LzLi p ?
U N
W J w
Q
N U Q
° N
W
O U
°
L0 W
Q
w
CY
Q
O w
O U
Ld
0
K
0
O
U °
O w 3
cr J
0 v=i O
W
C',
0
0 z
K p
o �
W O U
0 m
0 U
Z
W J
0U O � O
H w Q X N
U w w
T/ w Q
Lr u'
0 N
I
V ° II 1 1 1 1 1 1 1 1 1 0
w W M O N O n O Lo O u7 O
O
Y N N 1 1 I N
Z J
mld '(viniv0 SNOOI 3z)vsn) AMIIWMI
n o
z
V)
w
0
\ O
\ \ \ \l O
w°
o z
0Q
W ul
n
ow M
za
m>
J
Ln
n W LJ
M
w O O
0
0Q
o 4J
Oclf
3Q
w L
cjLr)
� N
� M
Q
J
O
0
M
N
I
r 1
Q Q
aw
1 <
zQ
0
z ,
Q
w
w o'
mQ
ao
aw
0
oa
w
w W
W W
NC F o Z
N Q N
U
W aLn
0 C U
In
O O
O m
N m
I O
W
U
Z
0 O
J
J
Q
W O
0
LLI
0
CY
O
ul
N
o I aI °
W o
I J
X
0 z
3dOIS 3003210 d0 301 v W
CL u7
= U Q
w N
000
46 0
2 U��
v raj
3dOIS 3003210 '0'1 Q Ln a- Of
o
I �
I
I
I
I
I ul
N
I
0 U I
Z
o I
Lu
W d
ON o
0 W 0 O u7 O 0 O N O ,(7 O
z 0 N N I N
U
w K 13 '(Wf11V(i SN00I 3ovsn) AMIIWMI
w0
x
Q Z
WQ
O w
M U
LY
Q
m
d0
°
w
w 00
LL),
o
/ U
w
o
°
w
o
Q
Q
Ld
U
o
LLI
°
Jio
J V
m w
i W `"
0� V N
J 0 ~
w
U Q o z
z U
Q
o of
J F.
J Q
Q CL
w
C)
of
of
0
O
O
0 0
N O
N N
w w
J
W
J = 3
O O
W w
Q a �
x 3
20 O
13 '(Wf11d0 SAM] 30VSfl) AMIIWMI
QQ
z z
° 0
00
O O O O O
N O
M N N � u) O I I0
N
/ N
O /
O /
N /
J / O
O / O
I� I
I w
U O
Q OW U
w O \ C1 w Z
N u? I W
0 m N r,a)I
0 A + U w 0
O Z =O '\ J z 3
uj :3 of O W I U~ N
0
O
U ^vI w m
w
m
O
< m �°wI
uw w
of o
I
Q COI N Ln
�m w Z w
w F w
w
U O z
I z U N
Q
w z ° ~ W Q
o o (A U
Q 1n
3dOIS 3003210 d0 301 0
0
w
v) U �
N W }
O � � W 0
O W 2 r-
0 wo V. 0 ckf
1 >
O
3dOIS 3003210 '0'1
F1 o
m
O
W
U-
0
O
�L mj � < X Z N < 0
-
W N
a0o
z o d
-j
0-0 O
Q Z O X o� f
W a
U) 0 0 0 0 L O >
0 u
J U
w
I �Z
Ln
Fn 13 '(vqn -Lv0 SN001 30Vsn) AMIIWMI w o N
= O0Z
a
Q 0JO
O w 1=
F-ZU
U J D
Q fY LLJ
Of Of
U) F-
O U�0
Z
z"
W ~ W
W
wZ S O _
u i N N
W
Z
J ~
IL W
W �
W O
Ir
J tL
Q C7
p g 0
N
Z m W Z
OO
p E U U
} Z W
~ W Q U)
U J W
Z
as
W
a: Q
m
1:4 R2
Q
Cq 3 F
sx z
E
W4
O C:6 a
rMrhry �
V N N
v,z�^
N
p�a
V
Z �
tVUQ>
¢ ouj i5
u >- i v
O O } -Oy0
N Z Z V ZOa
a w oN3:�
> vi�aa
Qa�
i 5" mox
d
0 U
a
to
N � W
> >
L,j LLIm
o
�Irn1Q1
\ N 0
0-IF�2IL�I90 ILO
w
W
Ld
Z
m } M Z
m lb W
p O H
W
Z LL, Y W
(/1 H W O
w Z x of
O W U CL
9 -Ls145 (118 80j- auojd -S uoluaa OLOL£LOZ \u61sa0 - L\uoluaa )o AID - £9£0 \A :311A
m m m m m m m m m m m r m m m m r m m
0 LW 1 O
uj
ckf UV�
0 °
W
K
Q O
w F-:
of
Q
W
U
o
w
o
F- I r
w
N
O
13 '(Wfllb'(i SNOOI 30VSf1) WIWMI
U-7 O N N
N O° N o 1 0
0
I
I
I
I
I
3dOIS 30(13210 '0'1
3dO1S 3003210 d0 301
0
U
0
Of
0
W
m
O
ui
Q
Q
\ Lo
W `J
W
w C~
� 0
U L U
Z
O
za
H I 0
�Z �m
N I
o to
v z0
O
w
w 0
O
LzLi p ?
U N
W J w
Q
N U Q
° N
W
O U
°
L0 W
Q
w
CY
Q
O w
O U
Ld
0
K
0
O
U °
O w 3
cr J
0 v=i O
W
C',
0
0 z
K p
o �
W O U
0 m
0 U
Z
W J
0U O � O
H w Q X N
U w w
T/ w Q
Lr u'
0 N
I
V ° II 1 1 1 1 1 1 1 1 1 0
w W M O N O n O Lo O u7 O
O
Y N N 1 1 I N
Z J
mld '(viniv0 SNOOI 3z)vsn) AMIIWMI
n o
z
V)
w
0
\ O
\ \ \ \l O
w°
o z
0Q
W ul
n
ow M
za
m>
J
Ln
n W LJ
M
w O O
0
0Q
o 4J
Oclf
3Q
w L
cjLr)
� N
� M
Q
J
O
0
M
N
I
r 1
Q Q
aw
1 <
zQ
0
z ,
Q
w
w o'
mQ
ao
aw
0
oa
w
w W
W W
NC F o Z
N Q N
U
W aLn
0 C U
In
O O
O m
N m
I O
W
U
Z
0 O
J
J
Q
W O
0
LLI
0
CY
O
ul
N
o I aI °
W o
I J
X
0 z
3dOIS 3003210 d0 301 v W
CL u7
= U Q
w N
000
46 0
2 U��
v raj
3dOIS 3003210 '0'1 Q Ln a- Of
o
I �
I
I
I
I
I ul
N
I
0 U I
Z
o I
Lu
W d
ON o
0 W 0 O u7 O 0 O N O ,(7 O
z 0 N N I N
U
w K 13 '(Wf11V(i SN00I 3ovsn) AMIIWMI
w0
x
Q Z
WQ
O w
M U
LY
Q
m
d0
°
w
w 00
LL),
o
/ U
w
o
°
w
o
Q
Q
Ld
U
o
LLI
°
Jio
J V
m w
i W `"
0� V N
J 0 ~
w
U Q o z
z U
Q
o of
J F.
J Q
Q CL
w
C)
of
of
0
O
O
0 0
N O
N N
w w
J
W
J = 3
O O
W w
Q a �
x 3
20 O
13 '(Wf11d0 SAM] 30VSfl) AMIIWMI
QQ
z z
° 0
00
O O O O O
N O
M N N � u) O I I0
N
/ N
O /
O /
N /
J / O
O / O
I� I
I w
U O
Q OW U
w O \ C1 w Z
N u? I W
0 m N r,a)I
0 A + U w 0
O Z =O '\ J z 3
uj :3 of O W I U~ N
0
O
U ^vI w m
w
m
O
< m �°wI
uw w
of o
I
Q COI N Ln
�m w Z w
w F w
w
U O z
I z U N
Q
w z ° ~ W Q
o o (A U
Q 1n
3dOIS 3003210 d0 301 0
0
w
v) U �
N W }
O � � W 0
O W 2 r-
0 wo V. 0 ckf
1 >
O
3dOIS 3003210 '0'1
F1 o
m
O
W
U-
0
O
�L mj � < X Z N < 0
-
W N
a0o
z o d
-j
0-0 O
Q Z O X o� f
W a
U) 0 0 0 0 L O >
0 u
J U
w
I �Z
Ln
Fn 13 '(vqn -Lv0 SN001 30Vsn) AMIIWMI w o N
= O0Z
a
Q 0JO
O w 1=
F-ZU
U J D
Q fY LLJ
Of Of
U) F-
O U�0
Z
z"
W ~ W
W
wZ S O _
u i N N
W
Z
J ~
IL W
W �
W O
Ir
J tL
Q C7
p g 0
N
Z m W Z
OO
p E U U
} Z W
~ W Q U)
U J W
Z
as
W
a: Q
m
1:4 R2
Q
Cq 3 F
sx z
E
W4
O C:6 a
rMrhry �
V N N
v,z�^
N
p�a
V
Z �
tVUQ>
¢ ouj i5
u >- i v
O O } -Oy0
N Z Z V ZOa
a w oN3:�
> vi�aa
Qa�
i 5" mox
d
0 U
a
to
N � W
> >
L,j LLIm
o
�Irn1Q1
\ N 0
0-IF�2IL�I90 ILO
w
W
Ld
Z
m } M Z
m lb W
p O H
W
Z LL, Y W
(/1 H W O
w Z x of
O W U CL
9 -Ls145 (118 80j- auojd -S uoluaa OLOL£LOZ \u61sa0 - L\uoluaa )o AID - £9£0 \A :311A
m m m m m m m m m m m r m m m m r m m
I O
W
U
Z
0 O
J
J
Q
W O
0
LLI
0
CY
O
ul
N
o I aI °
W o
I J
X
0 z
3dOIS 3003210 d0 301 v W
CL u7
= U Q
w N
000
46 0
2 U��
v raj
3dOIS 3003210 '0'1 Q Ln a- Of
o
I �
I
I
I
I
I ul
N
I
0 U I
Z
o I
Lu
W d
ON o
0 W 0 O u7 O 0 O N O ,(7 O
z 0 N N I N
U
w K 13 '(Wf11V(i SN00I 3ovsn) AMIIWMI
w0
x
Q Z
WQ
O w
M U
LY
Q
m
d0
°
w
w 00
LL),
o
/ U
w
o
°
w
o
Q
Q
Ld
U
o
LLI
°
Jio
J V
m w
i W `"
0� V N
J 0 ~
w
U Q o z
z U
Q
o of
J F.
J Q
Q CL
w
C)
of
of
0
O
O
0 0
N O
N N
w w
J
W
J = 3
O O
W w
Q a �
x 3
20 O
13 '(Wf11d0 SAM] 30VSfl) AMIIWMI
QQ
z z
° 0
00
O O O O O
N O
M N N � u) O I I0
N
/ N
O /
O /
N /
J / O
O / O
I� I
I w
U O
Q OW U
w O \ C1 w Z
N u? I W
0 m N r,a)I
0 A + U w 0
O Z =O '\ J z 3
uj :3 of O W I U~ N
0
O
U ^vI w m
w
m
O
< m �°wI
uw w
of o
I
Q COI N Ln
�m w Z w
w F w
w
U O z
I z U N
Q
w z ° ~ W Q
o o (A U
Q 1n
3dOIS 3003210 d0 301 0
0
w
v) U �
N W }
O � � W 0
O W 2 r-
0 wo V. 0 ckf
1 >
O
3dOIS 3003210 '0'1
F1 o
m
O
W
U-
0
O
�L mj � < X Z N < 0
-
W N
a0o
z o d
-j
0-0 O
Q Z O X o� f
W a
U) 0 0 0 0 L O >
0 u
J U
w
I �Z
Ln
Fn 13 '(vqn -Lv0 SN001 30Vsn) AMIIWMI w o N
= O0Z
a
Q 0JO
O w 1=
F-ZU
U J D
Q fY LLJ
Of Of
U) F-
O U�0
Z
z"
W ~ W
W
wZ S O _
u i N N
W
Z
J ~
IL W
W �
W O
Ir
J tL
Q C7
p g 0
N
Z m W Z
OO
p E U U
} Z W
~ W Q U)
U J W
Z
as
W
a: Q
m
1:4 R2
Q
Cq 3 F
sx z
E
W4
O C:6 a
rMrhry �
V N N
v,z�^
N
p�a
V
Z �
tVUQ>
¢ ouj i5
u >- i v
O O } -Oy0
N Z Z V ZOa
a w oN3:�
> vi�aa
Qa�
i 5" mox
d
0 U
a
to
N � W
> >
L,j LLIm
o
�Irn1Q1
\ N 0
0-IF�2IL�I90 ILO
w
W
Ld
Z
m } M Z
m lb W
p O H
W
Z LL, Y W
(/1 H W O
w Z x of
O W U CL
9 -Ls145 (118 80j- auojd -S uoluaa OLOL£LOZ \u61sa0 - L\uoluaa )o AID - £9£0 \A :311A
m m m m m m m m m m m r m m m m r m m
O
W
U-
0
O
�L mj � < X Z N < 0
-
W N
a0o
z o d
-j
0-0 O
Q Z O X o� f
W a
U) 0 0 0 0 L O >
0 u
J U
w
I �Z
Ln
Fn 13 '(vqn -Lv0 SN001 30Vsn) AMIIWMI w o N
= O0Z
a
Q 0JO
O w 1=
F-ZU
U J D
Q fY LLJ
Of Of
U) F-
O U�0
Z
z"
W ~ W
W
wZ S O _
u i N N
W
Z
J ~
IL W
W �
W O
Ir
J tL
Q C7
p g 0
N
Z m W Z
OO
p E U U
} Z W
~ W Q U)
U J W
Z
as
W
a: Q
m
1:4 R2
Q
Cq 3 F
sx z
E
W4
O C:6 a
rMrhry �
V N N
v,z�^
N
p�a
V
Z �
tVUQ>
¢ ouj i5
u >- i v
O O } -Oy0
N Z Z V ZOa
a w oN3:�
> vi�aa
Qa�
i 5" mox
d
0 U
a
to
N � W
> >
L,j LLIm
o
�Irn1Q1
\ N 0
0-IF�2IL�I90 ILO
w
W
Ld
Z
m } M Z
m lb W
p O H
W
Z LL, Y W
(/1 H W O
w Z x of
O W U CL
9 -Ls145 (118 80j- auojd -S uoluaa OLOL£LOZ \u61sa0 - L\uoluaa )o AID - £9£0 \A :311A
m m m m m m m m m m m r m m m m r m m
z"
W ~ W
W
wZ S O _
u i N N
W
Z
J ~
IL W
W �
W O
Ir
J tL
Q C7
p g 0
N
Z m W Z
OO
p E U U
} Z W
~ W Q U)
U J W
Z
as
W
a: Q
m
1:4 R2
Q
Cq 3 F
sx z
E
W4
O C:6 a
rMrhry �
V N N
v,z�^
N
p�a
V
Z �
tVUQ>
¢ ouj i5
u >- i v
O O } -Oy0
N Z Z V ZOa
a w oN3:�
> vi�aa
Qa�
i 5" mox
d
0 U
a
to
N � W
> >
L,j LLIm
o
�Irn1Q1
\ N 0
0-IF�2IL�I90 ILO
w
W
Ld
Z
m } M Z
m lb W
p O H
W
Z LL, Y W
(/1 H W O
w Z x of
O W U CL
9 -Ls145 (118 80j- auojd -S uoluaa OLOL£LOZ \u61sa0 - L\uoluaa )o AID - £9£0 \A :311A
m m m m m m m m m m m r m m m m r m m
' CITY OF RENTON -
WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT
Addendum No. 2 — Change to Special Provisions
A. Replace Special Provision Section 1- 08.0(2) of Addendum No. 1 with-the following:
1- 08.0(2) Hours of Work
Dredge work hours shall be limited to 7 am to 10:00 pm Monday through Saturday. Work
between the hours of 7 am and 12:00 noon during airport operations will be subject to strict
safety and height restrictions as outlined within Appendix D - Construction Safety and
Phasing Plan (CSPP). Work between the hours of 12:00 noon and 10:00 PM Monday
through Saturday will be during the North runway closure period and will not require height
restrictions per Appendix D.
' Storage of equipment during time periods outside the North Runway closure period (12:00
noon to 10:00 pm) will be subject to the strict airspace height restriction requirements as
outlined in Appendix D. Work between 10:00 pm and 7 am at the project site area will not
' be allowed. Work hours at the Elliott Bay disposal site shall be as designated in the City
provided regulatory permits and as determined by the U.S. Army Corps of Engineers.
L
Written permission from the Contracting Agency is required, if a Contractor desires to
perform work on Sundays. The Contractor shall apply in writing to the Engineer for such
permission, no later than noon two working days prior to the day for which the Contractor is
requesting permission to work. Work on Federal Holidays (except Thanksgiving Day and
Christmas Day) will be allowed within the 12:00 noon to l Opm work period. Work on
Sundays (regular day or holiday) will not be permitted unless permission is obtained from the
Contracting Agency.
All work shall be conducted in accordance with noise protection requirements set forth in
City of Renton Chapter 7 — Noise Level Regulations and WAC Chapter 173 -60 Maximum
Environmental Noise Levels.
B. Replace Special Provision Section 1 -08.5 of Addendum No. 1 with the following:
1 -08.5 Time for Completion
Revise the third paragraph to read:
Contract time shall begin on the first working day following the Notice to Proceed date. The
work shall be completed in 54 working days.
ISpecial Provisions Modification — Addendum No. 2
10/11/2013
'I
All in -water work (below Ordinary High Water at all locations) shall be completed by
January 15, 2014. Work after January 15, 2014 for in -water activities is prohibited by the
City regulatory permits.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the contract
after all the Contractor's obligations under the contract have been performed by the
Contractor. The following events must occur before the Completion Date can be established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required by
1 law, to allow the Contracting Agency to process final acceptance of the contract. The
following documents must be received by the Project Engineer prior to establishing a
completion date:
' a. Certified Payrolls (per Section 1- 07.9(5)).
b. Material Acceptance Certification Documents
c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the
Contract Provisions.
d. Final Contract Voucher Certification
e. Property owner releases per Section 1 -07.24
C. Replace Special Provision Section 8 -55.3H of Addendum No. 1 with the following:
8 -55.3H Water Quality Monitoring
The Contractor shall perform water quality monitoring to ensure their dredging work is
complying with the project 401 Water Quality Certification Order #10080 (see project permits).
' The Contractor shall meet water quality criteria as defined in the Project 401 Water Quality
Certification and applicable local, state, and federal standards. The Contractor shall have in place
Best Management Practices to prevent water quality exceedances and Contingency measures to
' implement should water quality violations occur.
A Water Quality Monitoring Plan shall be developed by the Contractor in accordance with
regulatory agency requirements and submitted to the Contracting Agency for approval at the
same time as the Dredge and Disposal Plan document. The Contractor shall describe in its
Dredging and Disposal Work plan what type of best management practices (BMPs) and
' operations will be used to prevent water quality exceedances, and what contingency actions will
be taken should water quality exceedances occur.
As a component of the water quality monitoring work, the Contractor shall conduct Turbidity
Monitoring in accordance with the requirements set forth in the project permits and as required
for compliance with the 401 Water Quality Certification. Turbidity monitoring shall be
' conducted using measurement devices (turbidity meter, etc) in accordance with regulatory
agency requirements.
Special Provisions Modification — Addendum No. 2 10/11/2013
k
t
t
1'
I �
d
The Contractor shall submit a Water Quality Control Plan, including a description of how the
monitoring work will be conducted and proposed equipment, QA/QC, responses to water quality
exceedances, drawings indicating location of monitoring location, monitoring frequency and
schedule, and locations of all turbidity control measures. The Water Quality Control Plan shall
be submitted as a component of the Work Plan and Schedule.
Turbidity monitoring work shall be conducted by a technician that is either an employee of
Contractor or an independent company experienced in conducting water quality compliance
monitoring work. The proposed technician shall have a minimum 5 years of documented
experience with water quality and turbidity monitoring work and use of required equipment. A
resume for the proposed technician shall be submitted to the Contracting Agency at the time of
contract execution for review and approval.
Water Quality Monitoring results shall be submitted in report format to the Contracting Agency
with each Daily Report and within 24 hours of collecting the data.
The Contractor is wholly responsible for meeting water quality standards as stated in the project
permits during dredging and dredged material re- handling and disposal. The area of mixing
established for this project within Lake Washington is a 150 -foot radius surrounding the in -water
activity. Turbidity occurring outside that zone that is more than 5 nephelometric turbidity units
(NTU) over background when the background is 50 NTU or less, or a 10% increase in turbidity
when the background,turbidity is more than 50 NTU is a violation of the turbidity water quality
standard. The Contractor shall monitor activities and implement BMPs and modify dredging
methods as necessary to maintain compliance with these standards.
The number and location of water quality measurements shall be developed by the Contractor
based on their proposed dredging work plan and location of equipment for conducting the work.
The following are performance requirements for the water quality monitoring program.
• Water quality measurements shall be taken in -situ using a calibrated Hydrolab water
quality meter or approved equivalent device.
• Monitoring locations, distances from work area, water depths and frequency of water
quality measurements shall be determined based on typical requirements for Water
Quality Certification Compliance for the type and location of work being performed.
This will include monitoring near the compliance boundary and at an offsite area
background location (outside the influence of the in -water work activities). Monitoring
depths shall be selected based on the water depth at the monitoring point.
If monitoring indicates an exceedance of water quality, steps shall be take to reduce, eliminate
and prevent a recurrence of the noncompliance. The contingency plan should be described in the
water quality monitoring plan.
8- 55.311 (1) Water Quality Monitoring Plan Format
The Water Quality Monitoring and Control Plan procedures description shall include:
Equipment
a. Proposed equipment and calibration and quality control procedures
2. Monitoring schedules
ISpecial Provisions Modification — Addendum No. 2
10/11/2013
8- 55.311 (2) Water Quality Monitoring Depths
At each monitoring station, (Background, 150 -ft early warning point and the point of compliance
300 feet downstream of the in -water activity or return water location) measurements of turbidity
shall be made at 3 depths in the water column:
1. Surface: Within 3 feet of the water surface.
t2. Middle: At mid -depth of the water column.
3. Bottom: Within 6 feet of the river bed.
D. Supplement Special Provision Section 8- 55.1H(2) of Addendum No. 1 with the following:
Contractor to develop a float disassembly and reassembly work plan for submission to the
Contracting Agency for review at least 14 days prior to the start of construction.
Timber walers, thrurods and grating shall be reinstalled to the float manufacturers
recommendations.
� I
II'
ISpecial Provisions Modification — Addendum No. 2
r
10/11/2013
3. Monitoring Locations relative to dredging work, point of return water back to the
Columbia River, and storm drain inlet protection
a. Methods for location control
b. Location(s) for background control
4. Documentation
a. The Contractor shall provide a standard Water Quality Monitoring Form for
review
Contingency Response
5. and Notification Plan
a. Retesting Procedures
b. Operational Adjustments
8- 55.311 (2) Water Quality Monitoring Depths
At each monitoring station, (Background, 150 -ft early warning point and the point of compliance
300 feet downstream of the in -water activity or return water location) measurements of turbidity
shall be made at 3 depths in the water column:
1. Surface: Within 3 feet of the water surface.
t2. Middle: At mid -depth of the water column.
3. Bottom: Within 6 feet of the river bed.
D. Supplement Special Provision Section 8- 55.1H(2) of Addendum No. 1 with the following:
Contractor to develop a float disassembly and reassembly work plan for submission to the
Contracting Agency for review at least 14 days prior to the start of construction.
Timber walers, thrurods and grating shall be reinstalled to the float manufacturers
recommendations.
� I
II'
ISpecial Provisions Modification — Addendum No. 2
r
10/11/2013
fJ
11
F�
1
t
t
APPENDIX B — PERMIT DOCUMENTS SUPPLEMENTAL INFORMATION
DEPARTMENT OF THE ARMY PERMIT - Typical Permit Conditions
The following are typical permit conditions that the U.S. Army Corps of Engineers will require for the
execution of the work at the City of Renton Seaplane Base Maintenance Dredging Project.
Special Provisions:
a. At least 14 days prior to beginning the dredging and disposal work, you must notify the Corps.
Seattle district, Regulatory Branch Project Manager, by telephone, (360) 734 -3156, to schedule a
Predisposal Conference.
b. At least 7 days prior to the scheduled Predisposal Conference, you must submit to the Corps,
Seattle District, Regulatory Branch Project Manager, a quality control plan for dredging and
disposal. This plan must include: the equipment and vessels to be used, operational controls to
ensure dredging accuracy, disposal positioning procedures, spill control and response measures,
water quality monitoring and contingency plans for water quality exceedances, debris management,
personnel and responsibilities, dredging and disposal schedule, report submittals, agency contact
information and coordination procedures. The plan must be approved by the Corps, Washington
State Department of Natural Resources and Washington State Department of Ecology prior to
commencement of open -water disposal.
c. At least 7 days prior to dredging and disposal, you, the dredging contractor's representative, and the
dredging contractor's disposal positioning supervisor must attend a Predisposal Conference to
review the Corps permit conditions, dredging and disposal control plan, DNR site -use authorization
and water quality certification.
d. A predisposal dry run to the Elliott Bay open -water disposal site may be required by the Corps. At
the discretion of the Corps, the Regulatory Branch Project Manager may ride out to the disposal site
during the predisposal dry run or the first disposal run to verify positioning accuracy.
e. Disposal at the Elliott Bay open -water disposal site must be by bottom -dump barge or hopper
dredge, unless coordinated in advance with the Seattle District Dredged Material Management
Office.
f. Disposal operations must not interfere with Indian treaty fishing at the Elliott Bay disposal site,
including gill nets and other fishing gear. You must coordinate any nighttime disposal with the
Corps, Seattle District, Regulatory Branch, Project Manager. Approval must be received from the
District Engineer prior to conducting nighttime disposal.
g. For projects in Puget Sound: The United States Coast Guard must be notified by email at D13 -PF-
LNM@uscg.mil at least 14 days prior to commencing dredging operations, so the project
information can be issued in the Local Notice to Mariners.
h. The USCG Puget Sound Vessel Traffic Service (VTS), also known as "Seattle Traffic ", must be
contacted by radio prior to each disposal at the Elliott Bay disposal site for positioning and
verification of location within the disposal site target area. Disposal may not commence until
verification is received from the USCG. Information required by the USCG must be provided for
recording of the dump.
i. You must have a copy of this permit available on the vessel used for the authorized transportation
and disposal of the dredged material.
j. All deviations from the authorized dredging footprint or depths must be reported to the Regulatory
Branch Project Manager with 24 hours of discovery.
k. Plotted results of the post- dredge bathymetric survey must be submitted to the Dredged Material
Management Office in PDF format within 30 days of completion of dredging. Results must clearly
display the post- dredge sediment surface in relation to the permitted dredge boundary and depth, as
well as the location of project features such as docks, wharfs and other landmarks. The vertical
datum must be clearly indicated. Full bathymetric survey data must be submitted upon request.
1. If dredging cannot be completed prior to the "recency determination" date specified in the DMMP
suitability determination, the DMMO Project Manager must be contacted. The DMMO project
Manager will coordinate with the other DMMP agencies to determine whether an extension to the
recency period can be granted.
s
h
Fi
t
Ll
CITY OF RENTON
WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE
DREDGING PROJECT
BIDDER QUESTION & ANSWERS
1. Is the contractor responsible for field locating the utility or can they just use the existing
field flagged and documentation provided in the appendices?
es, the Contractor is responsible for conducting pre- dredge utility locate which
4 ould include the use of specialty equipment as multi -beam, magnetometer, sub j
bottom profiler and divers to locate the ATT and King County Metro Sewer lines
'Approximate locations and information are provided in the Appendices but must
I e field verified prior to the start of dredging I
2. What timeline does the City have for making an award since the timeline for conducting
the work is so tight and a December 31 in -water work closure.
iIf the project will proceed for the 2013 work window, the City will make an
,award on or before November 1, 2013. An extension on the work window ha
leen granted and therefore will change from December 31 closure to January 15,
2014. The change in work window closure is described in the addendum.,
3. Is the City developing a water quality control plan and conducting
the water quality monitoring work.
The development of a water quality monitoring plan document and the execution
of the field data collection work for water quality monitoring is the responsibility,
f the Contractor as outlined in the project permits. Additional information will
2e _provided in Addendum No. 21
4. Will the contractor need to accommodate seaplane traffic within the
work area during construction?
es, but advance coordination between seaplane pilots and control tower will be
made to provide sufficient notice (such as 1 hour prior notice) to the contractor to
provide time to reposition equipment to allow navigation of seaplane through the
�k area.
5. There appears to be requirements outlined in the Washington Department of Fish &
Wildlife Hydraulic Project Approval Permit such bank stabilization and streambed gravel
placement. How do these relate to the contract work?
✓lamtenance Dredge Project work scope is as outlined in the Plans & Special)
sions and consist of dredging, dredged material disposal, LWD salvage,F-
temporary removal surveying and water quality monitoring. Permit
rements such as bank stabilization and fill material for habitat enhancement
do not apply to this contract. All other permit provisions pertaining to this
*acts scope of work will apply
Pre -Bid Meeting Q &A
City of Renton Seaplane Maintenance Dredge Project
10/11/2013
1
t
See working hours updates in Addendum No. 2 Special Provisions, Section 1- 08.0(2)
Fat_ d s and Federal Holidays falling on Monday through Saturda exce t
hanksgiving and Christmas days were added as working days. Airspace restrictions
8. This project requires dredging directly over the top of a ductile iron sewer main installed
in the 60's. There is no information provided regarding the condition of the utility,
however the specs state that it is GC's responsibility for any damage to the pipe. Past
experience with old sewer mains of this type is that they can be extremely brittle or
fragile. Please provide a condition survey and /or any other condition information
available from King County.
request has been sent to King Co
9. Would the Owner consider alternate dredging methods such as hydraulic dredging in
these areas to avoid adverse risk to the contractor of breaching / damaging the pipe?
6. It has come to our attention that ACOE will be closing the large locks per the attached
document from November 6t" for two weeks following that date. Please confirm and /or
clarify.
equirements since changes to the permit would not be known at the present time and
be subject to the approval by the regulatory agencies for the .specific proposed
Large Lock closure from November 6 -21 was confirmed today with Tanya King
USACE 1 r
7. Because there are two major holidays occur during the short contract period Nov 15 -Dec
31, restricted work hours allowed in the contract due to noise restrictions and flight times
restrict critical path production also, and a Large Locks Closure the first week of
construction; the feasibility of the project schedule seems questionable given the scope of
work to be performed. Since critical path production and also the ability of deck barges
and dump scows to transport material for open water disposal in the short contract time
■
allowed are so restricted, will the Owner consider expanding the allowable work hours of
operation and /or allowable work days in the Contract to allow adequate time to complete
'
the work?
See working hours updates in Addendum No. 2 Special Provisions, Section 1- 08.0(2)
Fat_ d s and Federal Holidays falling on Monday through Saturda exce t
hanksgiving and Christmas days were added as working days. Airspace restrictions
8. This project requires dredging directly over the top of a ductile iron sewer main installed
in the 60's. There is no information provided regarding the condition of the utility,
however the specs state that it is GC's responsibility for any damage to the pipe. Past
experience with old sewer mains of this type is that they can be extremely brittle or
fragile. Please provide a condition survey and /or any other condition information
available from King County.
request has been sent to King Co
9. Would the Owner consider alternate dredging methods such as hydraulic dredging in
these areas to avoid adverse risk to the contractor of breaching / damaging the pipe?
Pre -Bid Meeting Q &A 10/11/2013
City of Renton Seaplane Maintenance Dredge Project 2
he project permits allow for mechanical dredging. Alternative dredging techniques such
as hydraulic dredging are not currently permitted and would require approval from the'
various regulatory permitting agencies. The project should be bid based on the contract
equirements since changes to the permit would not be known at the present time and
be subject to the approval by the regulatory agencies for the .specific proposed
pwould
hangs)
10. Can the North -South Dock removed, sheet 4 has a note C that seems to suggest that.
Pre -Bid Meeting Q &A 10/11/2013
City of Renton Seaplane Maintenance Dredge Project 2
ij
t
t
1
LI
t
L�
t
t
Pr -
e Bid Meeting Q &A 10/11/2013
City of Renton Seaplane Maintenance Dredge Project 3
V 1A
Edmonds, WA Engineer: Date;
COAST & HARBOR Austin, TX
San Francicso, CA
ENGINEERING New Orleans, LA Checked By: Date;
www.coastharboreng.com Delray Beach, FL
Client; Project:
Notes:
Me No.:
yt
AA 0 jp,0 Re P 4.
7: 4'0'P-:w' 604ev;X «'1i..
3 AG "v CIO C-,?,w W 4" he fW,
ls.a
T
iii
i
A 7 (4-7& iiw�-
r5 P. K i) t- sw y'
omi 0.1.1 106-716-3411 'a fvi or olrw, Pi
yt
ADDENDUM NO.3
Will Rogers Post Memorial Seaplane Base
Maintenance Dredging Project
October 15, 2013
City of Renton
Public Works
Transportation Division
City Hall, 5th Floor
1055 South Grady Way
Renton WA 98057
To All Contract Document Holders:
You are hereby notified of the following changes, deletions; additions, corrections and clarifications
to the plans, specifications, and other documents comprising the Contract Documents for the City of
Renton Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Project.
Acknowledge receipt of this addendum on the Bid Form. Failure to do so may subject the Bidder to
disqualification.
This addendum consists of-
-Changes to the contract documents and the appendices of the special provisions.
Description of Change
Remove existing entire documents:
• Appendix B — Permit Documents Supplemental Information
The following is additional information and modifications of existing documents:
• Call for Bids
• Appendix B —Department of the Army Permit —No. NWS- 2010 -552
• Appendix E -. King County Report on Sonar Profiling Survey Bryn Mawr Trunk Siphon —
tRenton, WA
NO OTHER CHANGES
By: Ben Dahle, P.E.
Airport Capital Project Coordinator
Addendum No. 3
10/15/2013
CITY OF RENTON
WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE
MAINTENANCE DREDGING PROJECT
PROJECT NUMBER CAG -13 -177
CALL FOR BIDS
Sealed bids will be received until 2:32:3 October 17, 2013'' at the City Clerk's office, 7`h floor and will be
opened and publicly read in conference room 511 on the 5 floor, Renton City Hall, 1055 South Grady Way,
Renton WA 98057.
Work will need to be conducted in accordance with permitted work windows for Lake Washington which are
limited to the time period of i ovember 16 to January 15, 2014'. All in-water work is required to be
completed b Jana 15 2014,.���
p Y _ ry _.� .
The project consists of Maintenance Dredging of the existing Seaplane Base Facility at the Renton Municipal
Airport Seaplane Base Facility located at the South end of Lake Washington. The work includes
construction surveying, environmental protection and water quality monitoring, dredging, dredged material
disposal at open water disposal site in Elliott Bay and Large Woody Debris removal and stockpiling.
All Contractors are required to attend a mandatory pre -bid meeting October 10, 2013 at 10:00 AM PST. The
pre -bid meeting will be held at the Former Chamber of Commerce Building, 300 Rainer Avenue North,
Renton, WA 98057. Contact Ben Dahle for questions regarding pre -bid meeting location, phone (425) 430 -
7476.
The City reserves the right to reject any and /or all bids and to waive any and /or all informalities.
The Engineer's cost estimate is in the range of $600,000 and $1,100,000.
Bid documents will be available 25`h, September, 2013. Plans, specifications, addenda, and 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, Ben Dahle, City of Renton, Renton Municipal Airport, 616 West Perimeter Road, Unit
A, Renton, WA, 98057 -5327, phone (425) 430 -7476.
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.
Published:
Daily Journal of Commerce
Daily Journal of Commerce
Bid Opening
Bonnie I. Walton, City Clerk
September 25, 2013
October 9, 2013
October 17, 2013
11
DEPARTMENT OF THE ARMY PERMIT
Permittee: Renton Municipal Airport City of Renton Airport
616 West Perimeter Road, Unit A
Permit No: NWS- 2010 -552 Renton, Washington 98057
Issuing Office: Seattle District
NOTE: The term "you" and its derivatives, as used in this permit, means the permittee or any future transferee.
The term "this office" refers to the appropriate district or division office of the U.S. Army Corps of Engineers (Corps)
having jurisdiction over the permitted activity or the appropriate official of that office acting under the authority of the
commanding officer.
You are authorized to perform work in accordance with the terms and conditions specified below.
Project Description: Maintenance dredging of up to 16,000 cubic yards of sediment over a 48,000 square foot
area at the Seaplane Base. Project would return the lakebed to a target +8.5 feet elevation (Corps of Engineers
Lake Washington Datum) and a 1 -foot over - dredge, which is the approximate lake bed elevation prior to the flood
events in 2006 and 2009. Floats and piles in the dredge area may be removed to complete the dredging and
reinstalled when dredging is completed (in accordance with the plans and drawings dated September 25, 2013,
attached hereto which are incorporated in and made a part of this permit). The purpose of the project is to maintain
navigational depth at the Renton Municipal Airport Seaplane Base.
Project Location: In Lake Washington, at Renton, King County, Washington.
Permit Conditions:
General Conditions:
1. The time limit for completing the work authorized ends on OCT 15 2016 If you find that
you need more time to complete the authorized activity, submit your request for a time extension to this office for
consideration at least 1 month before the above date is reached.
2. You must maintain the activity authorized by this permit in good condition and in accordance with the terms
and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity,
although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should
you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith
transfer, you must obtain a modification to this permit from this office, which may require restoration of the area.
j3. If you discover any previously unknown historic or archeological remains while accomplishing the activity
authorized by this permit, you must immediately notify this office of what you have found. We will initiate the
Federal and State coordination required to determine if the remains warrant a recovery effort or if the site is eligible
for listing in the National Register of Historic Places.
4. If you sell the property associated with this permit, you must obtain the signature of the new owner in the
space provided and forward a copy of the permit to this office to validate the transfer of this authorization.
5. If a conditioned water quality certification has been issued for your project, you must comply with the
conditions specified in the certification as special conditions to this permit. For your convenience, a copy of the
certification is attached if it contains such conditions.
6. You must allow representatives from this office to inspect the authorized activity at any time deemed
necessary to ensure that it is being or has been accomplished in accordance with the terms and conditions of your
permit.
n
Renton Municipal Airport NWS -2010 -552
7. After a detailed and careful review of all the conditions contained in this permit, the permittee
e
e
acknowledges that, although said conditions were required by the U.S. Army Corps of Engineers, nonetheless the
permittee agreed to those conditions voluntarily to facilitate issuance of the permit; the permittee will comply fully
with all the terms of all the permit conditions.
OB Special Conditions:
it a. (You must provide a copy of the permit transmittal letter, the permit form, and drawings to all contractors
performing any of the authorized work.
b. The permittee understands and agrees that, if future operations by the U.S. require the removal, relocation,
or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his
authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the
navigable waters, the permittee will be required, upon due notice from the U.S. Army Corps of Engineers, to
remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the U.S. No claim
shall be made against the U.S. on account of any such removal or alteration.
c. At least 14 days prior to beginning the dredging and disposal work, the permittee must notify the U.S. Army
Corps of Engineers, Seattle District, Regulatory Branch Project Manager, by telephone, (206) 764 -3495, to
schedule a Predisposal Conference.
d. At least 7 days prior to the scheduled Predisposal Conference, the permittee must submit to the U.S. Army
Corps of Engineers (Corps), Seattle District, Regulatory Branch Project Manager, a quality control plan for dredging
and disposal. This plan must include: the equipment and vessels to be used, operational controls to ensure
dredging accuracy, disposal positioning procedures, spill control and response measures, water quality monitoring
and contingency plans for water quality exceedances, debris management, personnel and responsibilities, dredging
and disposal schedule, report submittals, agency contact information and coordination procedures. The plan must
be approved by the Corps, Washington State Department of Natural Resources, and Washington State Department
of Ecology prior to commencement of open -water disposal.
e. At least 7 days prior to dredging and disposal, the permittee, the dredging contractor's representative, and
the dredging contractor's disposal positioning supervisor must attend a Predisposal Conference to review the U.S.
Army Corps of Engineers permit conditions, dredging and disposal quality control plan, Washington State
Department of Natural Resources site -use authorization and water quality certification.
f. A predisposal dry run may be required by the U.S. Army Corps of Engineers (Corps). At the discretion of
the Corps, the Regulatory Branch Project Manager may ride out to the disposal site during the predisposal dry run
or the first disposal run to verify positioning accuracy.
g. Disposal at the Elliott Bay site must be by bottom -dump barge. Disposal by any other means is prohibited.
h. Disposal operations must not interfere with Indian treaty fishing at the disposal site, including gill nets and
other fishing gear. The permittee must coordinate any nighttime disposal with the U.S. Army Corps of Engineers,
Seattle District, Regulatory Branch Project Manager. Approval must be received from the District Engineer prior to
conducting nighttime disposal.
i. The United States Coast Guard must be notified by letter 14 days prior to commencing dredging operations.
Notification should be sent to Commander (dpw), Thirteenth Coast Guard District, 915 Second Avenue, Seattle,
Washington 98174 -1067 or faxed to (206) 220 -7265 so that the information can be issued in the Local Notice to
Mariners. Dredging operations north of a line between Bush Point on Whidbey Island and Nodule Point on
2
Renton Municipal Airport NWS- 2010 -552
Marrowstone Island must monitor VHF-FM Channels 13 and 5A. Dredging operations south of this line must
monitor VHF -FM Channels 13 and 14.
j. The United States Coast Guard Puget Sound Vessel Traffic Service (VTS), also known as "Seattle Traffic",
must be contacted by radio prior to each disposal for positioning and verification of location within the disposal site
target area. Disposal may not commence until verification is received from the USCG. Information required by the
USCG must be provided for recording of the dump.
k. You must have a copy of this permit available on the vessel used for the authorized transportation and
disposal of the dredged material.
iI. All deviations from the authorized dredging footprint or depths must be reported to the Regulatory Branch
Project Manager within 24 hours of discovery.
m. Plotted results of the post- dredge bathymetric survey must be submitted to the Dredged Material
Management Office in PDF format within 30 days of completion of dredging. Results must clearly display the
post- dredge sediment surface in relation to the permitted dredge boundary and depth, as well as the location of
project features such as docks, wharfs and other landmarks. The vertical datum must be clearly indicated. Full
bathymetric survey data must be submitted upon request.
n. If dredging and disposal cannot be completed prior to February 15, 2014, the Dredged Material
Management Program (DMMP) agencies have determined that additional sediment testing will be required. The
Dredged Material Management Office Project Manager must be contacted regarding this testing. Dredging and
disposal beyond February 15, 2014 cannot occur without written documentation of the additional testing and
approval from the DMMP agencies.
o. You must implement and abide by the Endangered Species Act (ESA) requirements and /or agreements set
forth in the Will Rogers -Wiley Post Memorial Seaplane Base Biological Assessment, dated April 2012, in its
entirety. The U.S. Fish and Wildlife Service ( USFWS) concurred with a finding of "may affect, not likely to
adversely affect" based on this document on November 8, 2012 ( USFWS Reference Number 01EWFW00- 2013 -1-
0005). The National Marine Fisheries Service (NMFS) concurred with a finding of "may affect, not likely to
adversely affect" based on this document on October 31, 2012 (NMFS Reference Number 2012/04582). Both
agencies will be informed of this permit issuance. Failure to comply with the commitments made in this document
constitutes non - compliance with the ESA and your U.S. Army Corps of Engineers permit. The USFWS /NMFS is
the appropriate authority to determine compliance with ESA.
p. In order to protect the listed threatened and endangered species in the project area, you may conduct the
authorized activities in the work window as agreed to and documented in writing through consultation by the U.S.
Fish and Wildlife Service and /or National Marine Fisheries Service (Services) in any year this permit is valid. If
changes to the originally authorized work window are proposed, you must re- coordinate these changes with the
Services and receive written concurrence on the changes. Copies of the concurrence(s) must be sent to the U.S.
Army Corps of Engineers, Regulatory Branch, within 10 days of the date of the revised concurrence.
Further Information:
1. Congressional Authorities. You have been authorized to undertake the activity described above pursuant to:
t4 Section 10 of the Rivers and Harbor Act of 1899 (33 United States Code (U.S.C.) 403).
Section 404 of the Clean Water Act (33 U.S.C. 1344).
3
Renton Municipal Airport NWS- 2010 -552
❑ Section 103 of the Marine Protection, Research and Sanctuaries Act of 1972 (33 U.S.0 1413).
2. Limits of this authorization.
a. This permit does not obviate the need to obtain other Federal, State, or local authorization required by law.
b. This permit does not grant any property rights or exclusive privileges.
c. This permit does not authorize any injury to the property or rights of others.
d. This permit does not authorize interference with any existing or proposed Federal project.
3. Limits of Federal Liability. In issuing this permit, the Federal Government does not assume any liability for the
following:
causes.
Damages to the permitted project or uses thereof as a result of other permitted activities or from natural
b. Damages to the permitted project or uses thereof as a result of current or future activities undertaken by or
on behalf of the United States in the public interest.
lc. Damages to persons, property, or to other permitted or unpermitted activities or structures caused by the
activity authorized by this permit.
d. Design or construction deficiencies associated with the permitted work.
e. Damage claims associated with any future modification, suspension, or revocation of this permit.
4. Reliance on Applicant's Data. The determination of this office that issuance of this permit is not contrary to the
public interest was made in reliance on the information you provided.
5. Reevaluation of Permit Decision. This office may reevaluate its decision on this permit at any time the
circumstances warrant. Circumstances that could require include, but are not limited to, the following:
a. You fail to comply with the terms and conditions of the permit.
b. The information provided by you in support of your application proves to have been false, incomplete, or
inaccurate (See 4 above).
c. Significant new information surfaces which this office did not consider in reaching the original public
interest decision.
Such a reevaluation may result in a determination that it is appropriate to use the suspension, modification, and
revocation procedures contained in 33 Code of Federal Regulations (CFR), Part 325.7 or enforcement procedures
such as those contained in 33 CFR, Parts 326.4 and 326.5. The referenced enforcement procedures provide for
the issuance of an administrative order requiring you to comply with the terms and conditions of your permit and for
the initiation of legal action where appropriate. You will be required to pay for any corrective measures ordered by
this office, and if you fail to comply with such directive, this office may in certain situations (such as those specified
in 33 CFR, Part 209.170) accomplish the corrective measures by contract or otherwise and bill you for the cost.
4
I
Renton Municipal Airport NWS- 2010 -552
6. Extensions. General condition 1 establishes a time limit for the completion of the activity authorized by this
permit. Unless there are circumstances requiring either a prompt completion of the authorized activity or a
reevaluation of the public interest decision, the Corps will normally give favorable consideration to a request for an
extension of this time limit.
Your signature below, as permittee, indicates that you accept and agree to comply with the terms and conditions of
this permit.
Ren on Municipal Airport (DATE)
This permit becomes effective when the Federal official, designated to act for the Secretary of the Army, has signed
below.
Bru a A. Estok
olonel, Corps of Li
District Engineer
� I
5
t (DATE)
Renton Municipal Airport
NWS- 2010 -552
When the structures or work authorized by this permit are still in existence at the time the property is transferred,
the terms and conditions of this permit will continue to be binding on the new owner(s) of the property. To validate
the transfer of this permit and the associated liabilities associated with compliance with its terms and conditions,
have the transferee sign and date below.
(TRANSFEREE)
2
(DATE)
Q
~
CL
� � j
i�l.l
ti
Z
z
0o
U
>
Q
J
H-
�g
Q
1-1
Z
CL
U
(LL¢ua
Q
W
co
o
�-
N
m
-
�
Fi
Z`
J
CL
\' • 1f,
pR
OOZ
mi
zWo
W:2W�
i�
a
cn
z
A li
H
0
0z
,�
lwg.
�.1 �
y��
o
U
Z
w
8_��
a c $ a
;wROyIE
=L
W
Q
z°
�
W
r
a
e„
pill
C.) cn
W
2
k�
W�
Y
0
cn
u
n
_W
M
111 l0 ri
N +
Ln W 111
i O N
O t
0
O
(V N 07
U} N .1.1
>ri�a
mmmw7
rcrc
w
�i
t0 d
. t tM-aa san+e..a wiwrcooicwt\.n+w - nw+w.
n ao
�wciiaa
- caa\a
avi
o
< 1 . a .; 11 1 1
W< o
g '� �� m m� �<� a
ICE
is 9
�.'r<i'}�^55
3 Y m =3 j yW Yn ICJ �KZ "zzzpzzzp'g� S �'�L'i iL i,_
i� ¢ a >ri 3 r5oii syl° iF i�ivi O �<M 3 ii Q
�jag 7Y`a i toy6 - °o s1
2
`
�l�� ga gaga �
LQ
t
Z N k
S 1 'I /
um
a �8 71 ' t
� W r
x �'yi........................................................ ..................._.,......... x
r
....\ ......................_..... ............................... ..... ..............,. ............
lot
AM
1 All �^ 1 '� /r m �•`. 1,N6 i
AN o t ".11111
' Nc =� , v�G�
No
i i } O
-- "``�itll I r /' t^ 111' - „-�:^ 11 •_.J_ -1 �,: f d -.t..
•\ � ._ ` `�� rX'f iris «i /' r'iirillb I�!11 11 1 r1 ip� '- � V , -��
�'I ^\ 11 , br,`, / - v � r t li ' r� , _ 1 � `� }�`"'k11,7 p�5 ^•, �° � y�
11 ! �
into 0 I « \ '�u
1
`�I «\ \ 7 rl✓ /hr /'/ Ill,l �1 '1
\ t \ n nr�:r4 dy,lrr, ni ,,' /
I r' , /.:.'sii a, ✓u� 6QQ� si .,�4 qty ,�# " iF /h
i i�71 �
/i�' i
.. ,,, , r // ; I 11 '{` • '
»,71r ,vl /:afr
': i i 7 �• i ,t /'f 1'il`iI11Ut - � - ii //, / I '
i i f,t/,i l�\ \�: ;. =._�_ - /IJ r' _ 9iz <7 .d..11...Jl /if/t ! �"rv�" y•`a a
/ / 1 r I -. 11 �.♦ l '. ..9• /C, r� � f I \' 7,./../17/ ....i. YO 11 4 ��; .
I . 1...1..x.,.,.7.` ...r, , ..
ff
...... �� r iS4 Ft
Aks 1Yr
1 1
L'•3,
f i i f f /;+ , 7 , r / r i r �/. r, �
1 ^� j , .- Og. ee . r >•
� /Ir` / ; /'�
dam/ r ! ,'- f a� •�; r(J ; 1 `"�'''' � r l l - �z I(i�tr� � �� "�' `�� '' - iJ•�
ti w
//r FI'i: p;?.*f� , l { •} � (r(�qo Lai3 zd N<
N W
"p' ld
Dim u1 1
/� (�..'•� 'Sf�'t 1�a,- ,.i,r�l. I s k"t ...��� iii ili ,E ,4kwoo�
x, a.7 ,"� z +.. ,;�� � Sr: v�,�• �� tl: '� - `,� o w 3lg iF
- - - - - - . -r I "-na rs-.�s.n ..larcmarx, •a - n.a�.: wrm _.9. -,\y -:,,.
v
Y �v N
w K 1
�✓}��
y
t
t�.
!..
,. .
fi if .
V
�x
CL 6
xxY �i
}4
QJ
0
A•.f. 'rte
).
O
Ho
V
a_
M
V3� H
H
o,
N
w
H
a
}n I
In
Q
v
Y �v N
w K 1
�✓}��
y
t
t�.
fry
E V
V
691 T
CL 6
Q 0
0
LL
0pw O
O
Ho
a_
M
V3� H
H
o,
N
w
H
a
}n I
In
Q
v
w K 1
i
0
�Q
5
E V
V
691 T
CL 6
Q 0
0
LL
0pw O
O
Ho
a_
M
V3� H
H
a
z
Q
l i
Zs
M
�C
Q
L9
25
O
fig§
8�
W4
to
bo
} �zf
A
Q 4 �• Y
y}
x _
Q
w
U
i
0
�Q
5
E V
V
691 T
CL 6
Q 0
0
LL
0pw O
O
Ho
a_
M
V3� H
H
o,
N
w
H
}n I
In
Q
O
W4
to
bo
} �zf
A
Q 4 �• Y
y}
x _
Q
IIi111Q�
tn
i
0
5
GI
� Jh
Ho
3�
M
o,
N
w
H
}n I
In
Q
Ln
N
a
ffflWl
�
IIi111Q�
i
i
5
Ho
M
o,
N
w
H
}n I
In
41
O
Ln
N
a
�
N4j
..
F
mmmw'�
i
m
m
i-7
w�yr"
R
P
5
Igo 1 lot vu is, OU tom"
06
to wig 8 k
11 1
1.
0 Z
r 9194111 1 3
55
Thy
tea 5 y
1,
MR
z
D 0--' oil .... 06"' to, w
dd
V�Q
as
NOW.,
-A-
1,05, Q
MIT
tilt
'a 1Y/
MI"
j
1 Ham 4
J:w
--j" 4 i
It
f C, 'NE ih
lasso
sit
NEON!%
53 all
xp,
tn
Ej ads v
H 11111 1L
to I
`1 o N
C) I W
ri In 01 to `(�+
o a.
13 '(nruv0 sxwl 3ovsn) netllnul )y M N v 0
Z z
NR�9Np N u O
S Q z
� 00 c wo O
$
LL
I
U
3dOls 30a3tla '0'1 � y Q fj O W
8 0�
13 •(vvttr0 51:701 30VSn) MllfRtl o a
3dOls 300.1E10 10 s01 I\ I 3dOlS 300381 30 301
f �I
r
utI
_ I
r I
h �
.I
$�
i'it ' tai W 11ZC.
\ i d`l
t\ 1 s 13'(gftiv0 snol 30v9n) AM711 O 1,
8
O V 3Rn
o ^ N
Im � I i i ry f
If t•, 1\i�
IS
iii
3 b
r I _
3dOlS 300ltla 10 301 1\ g 161
3 �ld '(wfUVO SNa0l 37KM1) MAllnMl f �}' g u
% Yw� 3dals 3003HO 30 301
UOlS 3003NO'01
I I
1
� 3dOlS 3003aa 01 �I
I
I o
2 13'(Wn1V(l SUMI 37VSn) wnmi I
p2p y p
1! '(MnLYO MIDI 30vsn) M1111tM1
o
eh EE
1611 #p�
�Ws
�
w
2(
�E
.
F41
R ® 2
§
§ u
t
w --
%0)
°gym
.
\ \ )
���
§ ]
(
�
2
_ƒ
�
�
•§
«
a
},%
7
�
� |
§ q
hit
�
« «|
�kdr
d
/ ||
\
�
/
/
N
\
/
\
/
-
�
(
•)
3)
�`
�
&
§
a
(
\
�
/ k
■
�
)
k /§
\§
,
» £� 51
§ k §!■ ;|
§§
°
k §K§22
kk22§
»aa|!
KING COUNTY
REPORT ON A
SONAR PROFILING SURVEY
BRYN MAWR TRUNK SIPHON
RENTON, WA
October, 2009
PROJECT FGI -1098
Frontier Geosciences Inc. 237 St. Georges Avenue, North Vancouver, B.C., Canada V71- 4T4
Tel: 604.987.3037 Fax: 604.984.3074
Sonar Solutions International Inc. 855 Trosper Road, Tumwater, WA, USA 98512
Tel: 360.943.5840 Fax: 360.943.5865
CONTENTS
page
1. INTRODUCTION 1
2. SCOPE OF WORK 1
3. SURVEY METHODOLOGY 1
3.1 Instrumentation and Survey Operation 1
3.2 Data Processing 5
4. SURVEY RESULTS 6
5. LIMITATIONS 9
ILLUSTRATIONS
Frontier Geosciences Inc.
location
Figure 1
Site Plan - Bryn Mawr Trunk Siphon
Page 2
DWG: BM- LONG -I
Longitudinal Sections
Appendix
DWG: BM8 -SEC -1
10 -8 Inch Cross Sections Chainage 5' to 260'
Appendix
DWG: BM8 -SEC -2
10 -8 Inch Cross Sections Chainage 265' to 520'
Appendix
DWG: BM8 -SEC -3
10 -8 Inch Cross Sections Chainage 265' to 520'
Appendix
DWG: BM8 -SEC -4
10 -8 Inch Cross Sections Chainage 785' to 1040'
Appendix
DWG: BM8 -SEC -5
10 -8 Inch Cross Sections Chainage 1045' to 1300'
Appendix
DWG: BM8 -SEC -6
10 -8 Inch Cross Sections Chainage 1305' to 1520'
Appendix
DWG: BM14 -SEC -1
16 -14 Inch Cross Sections Chainage 5'to 260'
Appendix
DWG: BM14 -SEC -2
16 -14 Inch Cross Sections Chainage 265' to 520'
Appendix
DWG: BM14 -SEC -3
16 -14 Inch Cross Sections Chainage 525'to 780'
Appendix
DWG: BM14 -SEC -4
16 -14 Inch Cross Sections Chainage 785'to 1040'
Appendix
DWG: BM14 -SEC -5
16 -14 Inch Cross Sections Chainage 1045' to 1300'
Appendix
DWG: BM14 -SEC -6
16 -14 Inch Cross Sections Chainage 1305' to 1520'
Appendix
Frontier Geosciences Inc.
1
1. INTRODUCTION
The Bryn Mawr Trunk Siphon is located in Renton at the south end of Lake Washington. The
inlet structure is located near the old treatment plant location, northwest of the airport near
South 113th St. The outlet structure is located in Cedar Creek Park northeast of the airport.
The siphon consists of three barrels of 24 inch, 16 inch transitioning to 14 inch, and 10 inch
transitioning to 8 inch. The two smaller diameter siphons were surveyed in this program. The
siphons are constructed of cast iron pipe with a nominal length of 1590 feet. The siphons are
accessed from inlet vault RO1 -43B and outlet vault RO1 -43. The surveys were carried out in
good weather and flow conditions on the 21 st and 22nd of October, 2009.
The sonar system employed is a compact 2.2 MHz rotating head unit. The unit includes a roll
'
and pitch system which was used to provide tool orientation. The sonar system was pulled
through the pipe by means of a winch located at the siphon inlet. Communication with the
sonar unit was carried out via an umbilical cable operated from a winch system located at the
siphon outlet. A cable payout counter recorded the probe position as the sonar instrument
was moved through the trunk, and load cells were used to monitor the amount of strain on
each cable.
2. SCOPE OF WORK
The project entailed carrying out a sonar profiling inspection of the Bryn Mawr Trunk
Siphon. The purpose of the inspection was to assess the condition of the pipe, to ascertain
the level of sediment or other obstruction in the pipes, and to provide a benchmark to plan the
remediation program. The survey presented a number of challenges including very small
diameter pipes (8 inch), significant bends in the pipe, and transitions between pipe diameters.
3. SURVEY METHODOLOGY
3.1 Instrumentation and Survey Operation
'
The probe instrumentation acquired sonar data in real time and transmitted this data to the
operations trailer through an umbilical cable. The probe instrumentation was contained
within a high pressure, water tight housing. Power for the electronics was transmitted on
copper conductors incorporated into the umbilical cable. Other telemetry information
relayed back to the operations trailer included cable tension, system attitude, and temperature
and voltages in the probe. The data was displayed on color graphics displays for real time
monitoring and stored on hard disk in the operations trailer.
A 2.2 MHz Marine Electronics Model 2512 scanning narrow -beam profiling sonar was used
on the survey. The sonar generates a narrow cone of acoustic pulses that are transmitted
through the water. Once the pulse hits a target, it bounces back and the echo appears as a
data point. Settings for the sonar operation, based on local site conditions, are entered in the
control software. Through the use of subsequent processing software, this data is translated
into XYZ positions and can be plotted in a variety of formats.
Frontier Geosciences Inc.
d
r
LAKE
WASHINGTON
R01 -4413
I �•
C!
it
n
A cable winch and take up equipment driven by a variable speed electrical /hydraulic
motor /gearbox system which can develop tensions of up to 1000 pounds, was used as the
draw works for the survey. The cable is terminated into a rotary slip ring assembly. A
payout device located at the winch station was used to measure the amount of umbilical cable
deployed to high precision. This device also incorporates a load cell to measure the force on
the cable system. These signals are relayed via a cable to the operations trailer displays.
The operations trailer for the Bryn Mawr Trunk Siphon command was located along the side
of the road on the Cedar Creek Park access road near the vault manhole. Sonar Solutions
personnel rigged a manhole sheave wheel and downhole cable turning shoe to direct the
umbilical cable into each of the siphon barrels.
Photo 1, Bryn Mawr Siphon outlet access MH R01 -43 showing Boeing Plant in background
The umbilical cable was then seated in the payout counter and load cell system, engaged with
the hydraulic tugger, and the probe was lowered into the shaft. The survey was commenced
after the payout zero for the sonar head position was established, and all recording software
was operating.
The pull through operations were initiated by the Sonar Solutions crew by sending a drogue
through the 16 -14 inch pipe. Once the drogue was recovered from the outlet end of the pipe,
the tow line was attached to the sonar sonde. The tow cable winch was driven by a variable
speed hydraulic tugger and winch system.
Frontier Geosciences Inc.
Photo 2, Tow line drawworks setup at siphon inlet (photo: Dale Wenzel)
The probe was then launched, controlled by the umbilical cable upstream, and the inspection
operation was underway. The tow line winch was operated at a constant torque, and the
umbilical cable winch was run at a constant. speed resulting in the slow, smooth progress
through the pipe required to obtain high quality cross sectional data. The run was completed
when a marker flag on the rope emerged from the south vault, and the projected measured
distance had elapsed. The process was then reversed and the probe recovered at the
umbilical cable end of the inspected section of pipe. The process was then repeated to survey
the 10 -8 inch barrel.
As there was very little flow in the 16 -14 inch barrel on the day of the survey, Sonar
Solutions personnel temporarily obstructed the 10 -8 inch barrel in order to provide sufficient
flows to operate the drogue. No flow control was required for operations in the 10 -8 pipe.
Frontier Geosciences Inc,
[I
0
3.2 Data Processing
The sonar data was processed in a number of stages. The first stage consisted of picking a
reflection horizon from the sonar data file. An algorithm with a variable threshold and
exclusion filter was used to define the pick distance, and the main reflection was selected. A
discrete chainage value for each sonar ping was determined by performing a time -based
interpolation between the points of the payout data records. Data from the pitch and roll
sensors were then interpolated into the positional array from the ping data. The wall
reflections were rotated back to a normal plane to correct for probe rotation in the pipe.
The data was then analyzed to determine the distance between the sonar, the side walls, and
crown of the pipe. By combining this with data from the tilt sensors, horizontal and vertical
displacements for the sonar could be calculated for each data point. A spline fit through the
displacements created a probe path curve, and the XY position of each point was then shifted
so that the sonar was reduced to the equivalent of pipe center. The data was then ready to be
processed to allow cross - sectional drawings. As well, detailed measurements of percent area
relative to an ideal pipe were calculated.
Processing of Sonar Determined Pipe Radii
Frontier Geosciences Inc.
6
4. SURVEY RESULTS
The processed sonar data for the Bryn Mawr Trunk Siphon was plotted in cross - section
format at a scale of 1 inch = 1 foot on Drawings BM14 -SEC -1 to BM14 -SEC -6 for the 16 -14
inch barrel and 1 inch = 8 inches on Drawings BM8 -SEC -1 to BM8 -SEC -6 for the 10 -8 inch
barrel. The cross - sections are keyed to the station numbers defined on the 1962 Bryn Mawr
Trunk Siphon drawings. The cross - sections are plotted looking downstream. The observed
data are displayed as a red line, with a black circle indicating the nominal pipe section for
comparison. These cross - sections include an estimate of the. percent pipe obstruction, as
compared to the nominal ideal pipe diameter. The outlet segment of the 16 -14 pipe was
partially charged for the first 185 feet.
The 8 inch pipe barrel was found to be generally clear of sediments and no evidence of FOG
(fats, oil and grease) was present on the crown. An example of the generally clear 8 inch pipe
is shown in the sonogram below. In these images the probe position appears as a circular
object near the pipe invert.
Distance: 265.5 feet
The dominant feature in the pipe is an approximately 20 foot steeply inclined segment near
the south shore of Lake Washington. A small amount of sediment is present immediately
upstream of this segment, but this does not present a significant obstruction: The sediment is
seen in cross - section format in Dwg. BM14 -SEC -1 at a distance of 210 feet. The following
sonogram shows the presence of the sediment in the pipe invert:
Frontier Geosciences Inc.
1
F
i
_I
Distance:
The 8 inch pipe transitions to 10 inches over
length at a chainage of 1490 feet. No sedir
location.
The 14 inch pipe is generally clear of obstructi
length. An example of the generally clear 14 in
210 feet
t transition coupling of approximately 1 foot
nentation or other effects were seen at this
)ns and debris throughout the entire surveyed
�h pipe is shown in the sonogram below:
Distance: 1290 feet
Frontier Geosciences Inc.
An approximately 30 foot section of pipe between 1230 and 1260 was found to have a small
amount of gases in the crown. This location corresponds to a local high in the pipe elevation
which acts as a trap for the gases. The obstruction effect of this is small, reaching a maximum
of 6.6% at this location. An example of the pipe with trapped gases in the crown is shown in
the sonogram below:
Distance: 1250 feet
The orientation of the sonde is determined at all points in the pipe by means of detailed
measurements of pitch and roll. The pitch, or inclinometer, measurement provides a means to
monitor the elevation changes encountered by the sonde, by integrating the inclination of the
sonde, together with chainage, along the length of the pipe. In the case of the Bryn Mawr
Siphon this produces an elevation diagram that can be compared with the `as- built'
information on the 1962 Bryn Mawr Trunk Siphon drawings. The plots are generally in
agreement between the two data -sets, and clearly show the steep riser segment of the siphons
at the southern shore of Lake Washington. There is one notable departure from 1962
`as- built', at station 5450. This appears as an approximately 7 foot vertical, local elevation
low at this point. This is likely an undocumented elevation variation in the construction of the
pipe, rather than a result of soils or pipe movement. It is of value, however, to identify this
anomaly for comparison with future surveys of the structure. This information is plotted on
the Longitudinal Section BM- LONG -1, which shows the 1962 `as- built' profile together with
the profile produced by processing the sonar sonde inclinometer data.
Frontier Geosciences Inc,
1
I�
9
5. LIMITATIONS
The distance to a given tunnel surface may be determined accurately based on the acoustic
travel times, based on a water velocity that is dependent on water temperature and salinity.
An underestimate of the velocity function would produce distances that are too close, and the
reverse occurring with an overestimate of velocity. Some errors may also occur in gridding
between interpreted data.
The nature and composition of features identified in sonar surveys cannot be absolutely
determined by inspection of the data. Several indicators such as reflector strength, diffraction
patterns, position, smoothness of reflectors and reflector relief may provide insight into
composition.
The information in this report is based upon sonar measurements, field procedures, and our
interpretation of the data. The information is based upon our estimate of conditions
considering the geophysical and all other information available to us. The results are
interpretative in nature and are considered to be a reasonably accurate presentation of the
pipe conditions, within the limitations of the methodology employed.
Respectfully submitted,
Sonar Solutions International Inc.
Frontier Geosciences Inc.
Frontier Goosciences Inc.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
N 0
\ .
\
m °�
\
! y :
\�A
m;)
@ {2
MI-9m
C:
�\
9
m
cf).
cn
_
% U) \ =3
! ° k2 §)E
!3 g) m o
} / 2 } \ }/
- G ® (x)
m
!� _ $ .
!� °z ? .
C � N
4.
o ° o
O ° O O O o ON C O G
G) -4 o O ° G O o
0
O O O O P O
0 0 '
z 0 D. 9 w 9 w 9
n
2
D
D D w ° m (:D o
G T., N N N CT (T
m m
O z
T
ii D m A A W o W N N N m D O O 0 G AO A 0 P
n Z C
C0__
0
m m
�Tm
c D
� D �
A o A o W W N
OD m
No u�i ° co ° ' cOn N
o
D �
n
N o
w w
O m O ° O O P O
2 n
C]
m
m
W m
0
w w
y T W
0 0 X -< cn
Z 0 Z m
_-1
m cn> A mT
y m ZZ
0 1x m >0 cn ° A _w
m OC �_ O O ° O ° O ° O ° O N
n ZZ O �C
N A
0 rno c x�
5 Ln A
Cn W m
3 Z 00 {
(7 =
o o o o o o
0
V ° O 'O O 0) CA T
O ° O ° O ° co
m 0)
mo cilo CAO �o �o
O O ° O ° O
0 ° O °
r
D
D ? o O °
m O
m
mi 0
°
m
z O $ n o m
0O )
m 3 D D n C U)
O m
� -V 0
°
T
r m
C n D
D
m -4 -4 rn rn ° cn
CO m
(:D a ° N ° o °
D �
C)
J j rn rn Ol o
(31 rn rn
o ° o
Z a
n
2 o
m
� m
rn rn m °
0
(T ° (T ° (T (:D N ° GI
m T W
n -<
Z 0 Z m
O
D m m
;o U) z Z Z
s m �1 m >n o rn rn N
0
m O
UI OC -�j �O O ° O O ° O ° O
z (� ZZ O iC
Z
M C, Z z Z
N 0 C JC
m
V1 °° m
Z OD {
� n 2
0
(D 0 0
41 ID ID
o(D oo co oo
(D cc)
w b. co
0 (no
oO oO o(D o(D oO
\
j ! . 0 m ! . C) 0 0
) (
§ y 2
\§F
/ , . ,
o
(§ ƒ
@2 ,
� \)
c:
3 %®
/ \ ° D , D 0�
(:D
\
k �
_
�k (k m .
; q cn 2 } . .
r R Ga % |® ao oo oo oo o(D
\ 0 \ Z )z
§ \ \ @;) .
KK oZ $
;p e2
O O
(T ° cn ° (0 11 ° (0T 0 U ° cn °
W N N : O p ° p ° O O 0
N N o � o ' T o O il o
(T
(:D C° (� (O (m
N O O O j o � 1
o O o
O
n
D
4D 7
(n � rn p 0) p ° °_ o
O
m . o m m m
-1 c
T n n n
z O
3
n Z j j
m o m N ° N p p
(Dp o o 0 0 0
O D c C)
r
� 9 m
r m T
- m
C O D
N N N � O
W m J > N o J o N o J G
(n (n
D
C)
Z a
S
m
� m
N N O
O N W ao OD O W o O O
(T U1 (T (T N
y � n �
n
2 �Z m
°g = m
m (n D mT
A m z <z
I
> m
G) 0 _I� m K'n _
m p U m m Dn 0 > p O
Cl) Z C 1� 0 0
Q) NZ O �c
m —7, z �Z
Z Ao ��
cn
5 cn o) <
Z m
Z W Z <
m C) 00
S
o cAn 0 0 cn > cn o 0 0
CD cn a cn cn
A N A o W � N
O O a O O o O
A A > W o � o in c°n �"' cn
T A A W N W
O O N O O O o
n
2
D
N (T oN (o
m o
m
m �
T �
0 I z
T /
n O m
m?i D m a w a w o w
o o o o
D
r
� -v O 0
m m m
i T m
A C-) D
� D �
m M > vAWi o (w o
D �
n
A N A o W N W o
O O O O
Z a
n
2
m
co m
A A W W
t0 pi A pi (O a A o
Ut N (1f N
n
W
m X ;0;0
o Z OZ m
C) m
$ m c,y A m�
mx z Zz
> 0 zc 0 O � a - O o
C.) Z O, C o o oo o
z �z
Z oo c x�
A
N — m
Z N z {
in C7 O =
�o
CD
10 8 C. (J) (i) a) CD
0 (1) (1) (ID G
0 0 0
0(l)(1) C). G
( C.
(
j \
2 y 2
\22. § : k i m m
95@
0 . .
a3; .
q1!;
/[\ .
J/®
�ƒ
\�
CD
cn
4,
§�
\z -n
mz ,
! k g£ k,�
�;u // {mz
; m qw §■®.
\ S 2 c § i§ ° °
! k 9 / z z
, z m � cn
§ \ (A. j�� CD
OC)OO a (3) o
0 o 0 o p o 0 0 o 0
A p A W W W 0N o 0
O
(:D O N O O n O o
0
2
Z o W (:D
o
>
m cn n n cn cn
0
m o
m N
-n n
T -1
O z
T
C) O m co N A m p ° A p co
o o °
m> o ° o o
O D C cn
O 0 r m
r m v
-mi T m
c D
mr
m > N w p N
5, o
C)
Cn A pp A W W
O > O O e O. o O o
Z m
n
2
m
N
(n
m cn p A (:DA p W W
con ° cNii con c�i� o, � o
>> T W
X
Z pZ m
m Cn> TO mT.
y m� zZ
n rn 9n A o � W o
m ph Oc O o (:D 0 o w o o w
m COAT. z pz
A N W Z
C) 0 C A
N A
A <
m
Z N Z {
f � 0 (7
2
J O)O
W O W -4 C OO O (]1
U a CNn (N11 (Jli G
+ 0 a 0 0 WO e 0 o WO o
W
N 0) 0 O W N W O W (:D
(T (T (T (T (T
0 0000a 0
O 0 O 4. 0 N
n
D
D > m o D.0 m o N
47 a
m o
m
m
-i
T y
O z
K /
T
n O m (Jig in JO o 0 0 H o
M g y o 0 0 0 0
m D
r
O o
r m
m m
COC D
C1
r
N
W m (:D ' ° D �
J j m W J
0 0
Z w
0
2
m
� N
O J j o U
W
O O + O
(T (T P CA (T (T
> m W
m a n ;.
O �z -< m
� K � :
m cn> %.j5
m m zZ
m 0 --1 m >n o 0 o w o 0 0 0 0 cn OC O
0 zz
m U) ;K zz mZ
z m, m Z�
n m c x-
�,
m m
� J A <
a Z o Z
H n n
2
I Fl
1
1
W ° co ° m 0 o W ° M o
'co �'
O O N 0 O O a O ° O N O P
co
n °
(D -D. co w
m rn (T Ul m U P 0
A 0
°O O co 0 u O ° O O N 0
z O a N ° o 0 m n 00 m m o
m N
- c
m
O z
K
n
m _ rn - O 1
° m O o ° o z r O r m m
ITM
C O D
C1
r
co m m m
D 0
n
w co m N m 0 0 0 m o
O
Z m
C7
2
m
� N
m N o ID > N N m N o
L, Ui (T (T
>-n co
�;o ox 0
z OZ m
--j N�
m co D m mx
N
<Z
z
M �� v K� w co w m
m 0 O C n O °w° o °w
U) zz p -c
m z aZ (D
n co rn c x�
m A
A m
i Z p Z <
N n on
2
(NO o A a W �n A rn fp0 (:D
m
cn (n (n (n �
Oa O rn O W O o O rn O m N N o (T p
O
m <n (T o (T G O rn (T o W
Gf (J1 (T
N N_ � _ O
W N o rn o o O N
O O O O O
Ci
D_
Z N �1 � w m N � o O o
G) (T (JI COIt 0 0
m o
m
m A
1 c
T y
3 z
T / _
D Z �Z N N O
m O m J (:D N o D o 0 0 0 0
n D C
m
0
r m v
T m
C C D
C7
r
CO m o o o o
D O
mo w N W
0 0 0 0 0
z
n
m
m
N N
N N O
m J W m m o W o m
� .. N 0 ..
m -n (7 ;7 cu
o Z OZ m
tg -_4 U) g 0
$ m 1 D A . 7,
X m* z iZ
O n
m �� v K'� o
O O Z1 n D p0 N Ap J O 0 AO m O w CA Zc Q O
Q w p is
m �� z AZ
Z °a rn c x
m („ — A
C, A m
Z o Z <
y n o=
1
11
J
1
1
Fl
Cn o A o A W W
O N G O M N O
Cn G U1 (T .. 0 (T (T .. o
(T o A A_ W W G o
CD m (:D.(D
O O O O O
CT (:D o o m mm o 0
CT A A W W
N o J o N <n J ip N in
O O O O O
n
D_
Z A w A m W o W o
R
m O
w
m
m
T
- c
n
-1
O z
T m _
0 0 3 - A N A ° W N W (:D M m w o m w
(n o 0 0 0
O Z N
"D�
r
� � O
r m O
c � D
r
r m 0.000 w w w
co m C. n cn m
D �
n
N A 9 Z o A o
O O O O
Z
C7
2
m
cn N
(0 A (0 A
Cn � In N
m -n o . ca
(DOOO
Z Oz m
O
M �D A m7,
A z <2
O nX z
m
m n - X O
0 -1 -4
n �c �
0
° 0 U)C 10 ° D. Cl)
z
m z z
z m z
0 9, c x�
(n Z
c') A G
Z N Z <
(7 0 =
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE
MAINTENANCE DREDGING PROJECT
PROJECT NO. CAG -13 -177
September 25, 2013
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIAL PROVISIONS
PLANS
CITY OF RENTON
1055 South Grady Way
Renton, WA 98057
a
0 Printed on Recycled Paper
PROJECT NUMBER CAG -13 -177
WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Instructions to Bidders
Call for Bids
*Combined Affidavit & Certificate Form:
Non - Collusion
Anti -Trust Claims
Minimum Wage Form
*Bid Bond Form
*Proposal
*Schedule of Prices
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
*Contract Agreement (Contracts other than Federal - Aid FHWA)
Prevailing Minimum Hourly Wage Rates
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Certificate of Payment of Prevailing Wages
Federal & State Contracting Provisions
Amendments to the Standard Specifications
Special Provisions
Appendices
Plans
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by -laws permit. All pages must be
signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Quote
** Submit with Quote or within 24 hours of Quote
* *e Submit at Notice of Award
CITY OF RENTON
Public Works Department
1055 South Grady Way
Renton, Washington 98057
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; religion /creed; national origin; ancestry; sex; age over 40; sexual. orientation
or gender identity; pregnancy; HIV /AIDS and Hepatitis C status; use of a guide dog /service
tanimal; 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:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
related activities included recruitment, selection, promotion, demotion,
training, retention and separation are conducted in a manner which is
based on job- related criteria which does not discriminate against women,
minorities and other protected classes. Human resources decisions will be
in accordance with individual performance, staffing requirements,
governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions
organized to promote fair practices and equal opportunity in employment.
(3) 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, this7th day of
March ,2011,
CITY 0 RENTON RENTON CITY COUNCIL
Denis Law, Mayor uncil Pr ident
Attest:
Bonnie I. Walton, City Clerk -_
*,
�'�/11111ttuu14N11111 \� \ \\
ICITY OF REN'TON
SPRYOFA]f MCANS Wr HDLSABM=ACTMaCY
ADOPTED BY-R=LUH0NN0. 30Ui
'Ihe policy of the City of Renton is to promote and afford equal treatment and service to all +teens and to mure
errmploymem opportunity to Persons with dmabilkies, when the City of Renton earn reascrnabiy accammdaw tho
disability. This policy shall be based on the principles of egtW o nploym at opporftmity, the Americans Virith
Disabilities Act and other applicable guidelines as set forth is federal, state and local lavers. All depute is of the City
of Renton shall adhere to the following Suidcliaes:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
ruGruitmeut, selection, promgtion, Umnination and training shall be conducted in a non -
dimonmmatory rune= Persanae3 decisions will be based on indivxtvai perfo oe,
staffing requirements, and in accordance with fire Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RMJM- O NIZATIONS The City of
' Reston will coopm= fully vvnh all orgaui=ons and cmmussicros organized to
prostrate fair practic = and equal opportunity fear persons with disabilities in
employtnent and receipt of City services, activities and programs.
(3) AMERICANS WrM DISABIL=S ACT POLICY - The City of Renton Americans
With }disabilities Act Policy wAl bo maintained to facakup equitable represe:uation
within tine City work fame and to assure equal employment opportunity and -equal
access to City services, activities and progruns to all people with disabilities. It shall
be tbo responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set RT& m this policy
(4) CONTRACTORS' C}BLIGA'T'1flN - Contractors, subcontractor, oomultaats and
suppiim conducting business with the City of Reston shall abide by the requirements
of the Americans With Disabilities Act and promote aomm to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employes, shall appear in all operational docurrmtation of the City,
inciudmg bid calls, and shall be prominemtly displayed in appropriate City facilities.
CONCURRED .lNby the City CourreiI of the City of Ren ton, Washington,
this 4th day
of .. -- -- a#:v,ber. _ - . -. -- .- - - 1993.
CrrfqW RENTON
mayor
Attest.
City Clerk VU
- wF
CITY OF RENTON
WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE
DREDGING PROJECT
PROJECT NUMBER CAG -13 -177
ISCOPE 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:
Maintenance Dredging of existing Seaplane Base Facility at the Renton Municipal Airport Seaplane Base
Facility located at the South end of Lake Washington. The work includes construction surveying,
environmental protection and water quality monitoring, dredging, and dredged material disposal at open
water disposal site in Elliott Bay.
1 Work will need to be conducted in accordance with permitted work windows for Lake Washington which
are limited to the time period of November 16 to December 31, 2013.
Any contractor connected with this project shall comply with all Federal, State, County, and City codes,
regulations, and permits applicable to such work and perform the work in accordance with the plans and
specifications of this contract document. All work below Ordinary High Water on the Lake and at the
disposal site is required to be completed by December 31, 2013.
t
0
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk, Renton City Hall, until the time and date specified in the Call for Bids.
At 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.
A mandatory pre -bid meeting will be held on a date and time specified in the Call for Bids.
Attendance at the pre -bid meeting is required to submit a responsive bid.
3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be
only approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans may be examined and copies obtained at the Airport Office. Bidders shall satisfy themselves as
to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors, the unit price bid will govern. Illegible figures will invalidate the bid.
7. Award of this Contract will be made by November 1, 2013. Notice to Proceed is contingent upon
available funding and pending environmental permits.
8. 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.
1 9. 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
I accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following
the decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
' work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse
to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure.
10. All bids must be self - explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
' 11. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
12. Payment for this work will be made in Cash Warrants.
' 13. 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 ".
14. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
15. 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.
16. Payment of retainage shall be done in accordance with Section 1- 09.9(1) "Retainage ".
' 17. 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.
18. 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.
' 19. 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 the
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.
' 20. Pollution Control Requirements
Work under -this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air
Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials.
21. 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 Special Provisions and 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 "2012 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 Transportation,"
' " 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
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.
22. 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.
' 23 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior
to bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With
Bid "?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales
tax?
' ❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
t
' ❑ Have you submitted the Subcontractors List (If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
CAG -13 -177
CITY OF RENTON
CALL FOR BIDS
WILL ROGERS -WILEY POST MEMORIAL SEAPLANE BASE
MAINTENANCE DREDGING PROJECT
Sealed bids will be received until 2:30 p.m, Wednesday, October 16, 2013 at the City Clerk's office, 7th floor
and will be opened and publicly read in conference room 511 on the 5th floor, Renton City Hall, 1055 South
Grady Way, Renton WA 98057 for the Will Rogers /Wiley Post Memorial Seaplane Base Maintenance
Dredging Project.
Work will need to be conducted in accordance with permitted work windows for Lake Washington which
are limited to the time period of November 16 to December 31, 2013. All in -water work is required to be
completed by December 31, 2013.
The project consists of Maintenance Dredging of the existing Seaplane Base Facility at the Renton Municipal
Airport Seaplane Base Facility located at the South end of Lake Washington. The work includes
construction surveying, environmental protection and water quality monitoring, dredging, dredged material
' disposal at open water disposal site in Elliott Bay and Large Woody Debris removal and stockpiling.
All Contractors are required to attend a mandatory pre -bid meeting October 10. 2013 at 10:00 AM PST.
The pre -bid meeting will be held at the Former Chamber of Commerce Building, 300 Rainer Avenue North,
Renton, WA 98057. Contact Ben Dahle for questions regarding pre -bid meeting location, phone (425) 430-
7476.
The City reserves the right to reject any and /or all bids and to waive any and /or all informalities.
The Engineer's cost estimate is in the range of $600,000 and $1,100,000.
Bid documents will be available Wednesday, September 25, 2013. Plans, specifications, addenda, and 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, Ben Dahle, City of Renton, Renton Municipal Airport, 616 West Perimeter Road, Unit
A, Renton, WA, 98057 -5327, phone (425) 430 -7476.
' 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 September 25, 2013
' Daily Journal of Commerce October 9, 2013
' ,CITY OF RENTO:N
Combined Affidavit and Ceitification form:.
Non- Collusion, Anti- Trust,. and Minimum Wage
(Non - Federal Aid)
NON - COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that
such bid is genuine and not sham or collusive or made in. the interest or on. behalf of any person not therein named, and
further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to
put in. a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not to any manner
sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI -TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti - trust violations are in
fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such. over-
, charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting
from anti -trust violations commencing after the date of the bid, quotation, or other event establishing the price under this
order or contract. :In, addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign
any and all such claims to purchaser, subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
1, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work
of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such
' work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal
contract.
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.
jFOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI -TRUST CLAIMS TO PURCHASER AND
MINIMUM WAGE AFFIDAVIT
' WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT
American Construction Co., Inc.
' Name of .Bidder's Firm
Steven P. Brannon, President
Signature of Authorized Representative of Bidder
Subscribed and sworn to before me on this 16th day of October , 2013.
K. D/0 A�
? Slon tc Notary Public .i d for the State of Was gton
�Ns FkA.
_ —
�v �pTARy N': Notary (Print) Danny K. Dickey
dw'� = M a ointment expires:,— July 6, 2016
y Pp l es=— -Y
OF W
tProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see. www.bxwa.com - Always Verify Scale
i
t
11
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ 5% of
total bid , which amount is not less than five percent of the total b' .
Sign here:
Steven P. Brannon, President
Know All Men by These Presents:
That we, American Construction Co., Inc., as Principal, and Liberty Mutual Insurance Company as Surety, are held
and firmly bound until the City of Renton, as Obligee, in the penal sum of Five Percent (5 %) of 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 the
WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT according to
the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a
contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the
faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of
failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this
obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall
forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS 15th DAY OF October, 2013.
American Construction Co., Inc.
Principal Steven P. Brannon, President
Liberty Mutual Insurance Company
Received return of deposit in the sum of $
Surety Anne E. Strieb Attorney -in -Fact
THIS POWER OF ATTORNEY IS`NOT VALID UNLESS IT--IS PRINTED ON RED BACKGROUND
This Power of Attorney limits the acts of those named herein and they ha4e no authority to bind he Company except m the manner and to the extent herein stated
J'�� ~` " ✓ ✓; �-. '. -" �� , � ;_` ^; �' � �' Cedficate No s2s�zaz . _.
American Fire and Casualty ,Company \ `Liberty Mutual Ihsuran6e.C6rnpahy J
The Ohio Casualty Insurance Company WestAmencan Insurance Company
r r POWER OF ATTORNEY
KNOWN ALL PERSONS BY- THESE RP ESENTS --.f6 r encan Fie & Casualty Company_and The Ohio Casualty Insurance Company are corporations duly organised under th'e laws of =
;the State of New Hampshire; that LibeRy Mutuat Insurance Company is nor dulyorgan¢ed underthe laws offhe State of Massachusetts; and_WestAmerican Insurance Company
_�.� -. e_
y . is a corporation duly organized untler the laws ofthe State of Indiana jh "e�eira collectiyeiy called he Companies "); pursuantto and by _authority herein set forth;'does hereby name constdufe
`
and-a- ppoint =Anne`E: Stnetiy,:Barbara A J hinmon Brent E %Neilesen h�i``to h r- Krnyy�n: Diane M Hardma: Eric A`Zimmerman. aJ ke Oja lames B
Binder Jamie "Dierrier: Jeffrey LZirrtmerman Jenrnfer L Snyder''Julie R�Truitt-Karen Swanson Kathy L: Patton Kellie Hogan; Kristine A Lawrence _
�+ Lisa`M: Anderson;IMitchell R`Smee Peggv A�Firth Peter J: Comfort;.Phylis C Pobison-Sandra J , ulseth :Wyritf ne'Mace t: ,'-
- - nom` -i-.. ...-�\ i.�.\.: - .,..- ;-
all of the city of Tacoma, V , state of yyA' ^�% ea'ch mtlividually if there be -more than one named; ds true and lauuful attorney in -fact to make execute, seal acknowledgel-
,
. ter t -. -. r , `
and deliver for and omits behalf as surety and`asts act and,tleed anyand all undertakings, =bonds recognizances and othersurety obligations; in pursuance of these_presents -and shally
,' -be as bindmg upon the Companies a§ if.they -have been duly signed- by,itie president and attested by _the secretary of thko,inpames m theirovm properpersons _ %>
IN WITNESS WHEREOF .this Power of Attorney,has been subscnbed:;by an authorized offcer-or gfficial of =the Companies and.the;corporate seals of the Companieshave been affixed`°
30th —day-of t ! u �j ✓ r �:,�
thereto this Auqust
- l f American Fire and Casualty Company
RNK-
N, -� �t "`� i�� \-/ �� \ / -_' Ttie Ohro Casualty Irfsurance'Company- o N to
i n� a 5 Liberty Mutual insurance Company
x y y \ West American insurance Company _
STATE OF WASHINGTON Gregory N. Davenport Assistant Secretary. _:
L. COUNTY OF KING - . i __^ �`�s�/ f lam^ i� i ✓ J� .� ti l -�.
L tm On this =day of Auqust! �� 2o13^ before =me personalty appeared Gregory W- Davenport` wlto aoknowl dged; himself to be the Assistant cretary,of American
v -d :Fire and Casualty Company "Liberty McAuai Insurance Company Ttie'OfioCasualty Company, and West American. Insurance Company and that he as such being authonzedso to do , ;stn
_ execute the foregoing instnirrient for he. purposes'therem contained by signrng:on behalf of'the corporatons by=himself'as:a'duly authorized offices v = d
.�. � -_ =: �� ✓.- .`�..^\ J `!; �-:.- \ /-� -�r f �./�- \��:,. •.✓ �=: �j ".i�/�:l/'.�;�^:., ^ - f mow`.
IN WITNESS WHEREOF,'I have hereunto subScribed.my name and_affixed:my notanalseal at- Seattle - Washington on the -day and year.first above written. - ` = -0- Q
_ � �� ✓,_,,,, „� /.,\ L�i�'�f -a - - / �.� �� b fir r :: t� �� "\:
✓ - r
i r f~ �� � � ✓�' � KD Riley Not. Public`
;This Power ofAttomey is made and executed pursuant to and by authority of the:follownng By -laws and Authorizations ofAfted6n-F ire and Casualty Company, The Ohio - Casualty Insurance . rn-o
r mpany Liberty Mutual In Company --and-
C6 West Arnencan- lnsurance Company which resolutions are nowrn full force and effect reading as follows ` ' c
to ` ; ARTICLE IV- - OFFICERS Section 12 "PowerofAttorney Any officeroi otherofficial of the Corporafion authorized for that - Purpose irrwnting by the Chaitmarror the Fre'sident and sublect p =.
a; to such limdation as the Chairman or-the President may;prescnbe =shall appoint such attorneys in fact; as may be necessary`to actin behalf of the Cotporatron to make execute seal
= acknowled a and deliver as curet an and all- u'ndertakin s, bonds -recd nuances and other Buret obli obligati Stich attorne s in fact; sub ec(to the lim tationsset fortnin their res ective;
9 Y •Y 9 g Y 9 Y 1
powers of attorney shall hate full power to bt`nd -the Corporation by their stgriature and ezecuttoo- of any such iristruments�and to-attach thereto the sealof the Corporation .VNhen so '� m-
_ - --
O executed such instuments shall be as 6inding,as if signed by the President and 'attested to by the Secrete " -Any power orauthority granted to any representative or a8omey in _fact under : >
°-
the provisions of.this article maybe revoked atsny time by the Board the Cnairriian the President or by the officer or officers granting_such power or authority ` d
.. -� �C.
ARTICLE XIII :Execution of Contracts - SECTION 5 Surety$onds and Undertakings Any officecof the Company authorized for that purpose in:wnUng by the chairman or the president '.,
L ' and subject to siich limdations as the chairman or the president may pye-scnbe shall appoint such attorneys -m fact ;as maybe necessary to actin behalf ffi the Company to make ;execute- i N
p 3 seal, acknowledge and deliver as surety any and.all undertakings bands recogn¢ances and othersurety obllgaUons Such attorneys tin -fact sublecttofthe limitationsset fodti in their o
Z v respective powers of attorney, shall have full poweEto bind the Company by theiFsignature and execution of any`such in`strumentsand -fo attachahereto the seal of tne;Company When so. °O o .
executed such instruments shall be as binding as "if signed by the,`resident and attested by the secretary � :,if .—
Certificate of Designation =The President of the Company acting pursuant to the Bylaws of the,Coripizi \authonzes,Gregory W Davenport Assistant Secretary to appoint such ~ -r
'G
attomeys -in -fact as may be necessary to act on behalf of;the Compan''y to make, execute `seal acknowledge "and'deliver.assurety -any and all undertakings bonds recognizances and .
other surety obligations.
Authorization By unanimous consent of the Company's:Board of Directors the Company consents that facsimile or mechanically reproduced `signature of any assistant secretary ofthe
Company, wherever appearing upon a certified copy of any.power ofattorney issued by the Company;in.connection with surety bonds; shall bewalid and binding upon;the Companywith�
- .the same force and effect as manually affix'ed:,�� = = %'���`� - ;� ✓� \� r !�-
1, David M Carey, -the undersigned Assistant -Secretary-,of American Fire and Casualty Companyjhe Ohio Casualty Insurance Company Liberty Mtrtual Jnsurance Company and West"
American Insurance Companydo hereby certify 4hai the original powerof attorney of which 4heforegongis a full tnie and eo[rect copy of the PowerofAttomey executed by said Companies;
J is in full fome:add effect and has not been :reYoked. -
-F=� = >
IN TESTIMONY WHEREOF, t have hereunto setmy hand and affixed the seals of said Companies this � day of- 20_ -
€ _ x ✓ 1/^ David M Carey Assistant Secretary J,
LMS "12873 092012 ✓ N _ ^ z; ✓ \r 3t of 500
CITY OF RENTON
PROJECT NUMBER CAG -13 -177
WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE
MAINTENANCE DREDGING PROJECT
PROPOSAL
TO THE CITY OF RENT.ON
RENTO.N, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have :read
and thoroughly understand the plans, specifications, permit documents, addenda, Federal requirements and
contract governing the work embraced in this improvement, and the method by which payment will be made
for said work, and hereby propose to undertake and.complete the work embraced in this improvement, or as
much thereof as can be completed with the money available, in accordance with the said plans,
specifications and contract and the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions, and total
amount of bid should be shown. Show unit prices in
figures.)
Printed Name: Steven P. Bra n President
Signature: f�Kf vat�:�
1 Address: 1501 Taylor Way, Tacoma, WA 98421
Names of Members of Partnership:
iV
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
Steven P. Brannon
Brian Laurance
State of Washington
IWith Main Office in State of Washington at Tacoma
IAddendum No. 2 10/11/2013
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
I�
SCHEDULE OF PRICES
City of Renton — Renton Municipal Airport/Clayton Scott Field
WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT
PROJECT NO. CAG -13 -177
Bid Item
Description
Unit
Quantity
Unit Cost
Total
1
Mobilization-& Demobilization
LS
1
$ e
$S'0-000.0
2
Dredge & Dispose —Area 1
CY
10,900
$ N-A 0
$ ✓ ao
3
Dredge & Dispose — Area 2
CY
4;+400
$. `� , 00
$ 94. A 00
4.
Pre - and Post - Dredging Surveys
LS
1
$
$ So,
5
Water Quality Monitoring
LS:
1
$
$1 SO 00
Subtotal Base Bid
$ SaZ B
Sales Tax (9.5 %)
$
Grand Total Base Bid (including tax)
$ 7S
D
O
0
7
'O
�O
IHaving carefully examined the contract documents titled Will Rogers -Wiley Post Memorial Seaplane Base
Maintenance Dredging Project No. CAG -13 -177 as well as the site of the project and conditions affecting
the work, the undersigned proposes to furnish all the labor, materials, equipment, superintendence, insurance
and other accessories and services necessary to perform and complete all of the work required by and in
strict accordance with the above documents and the implied intent thereof, for the folloowing:
` dye gandrel S e a rxfy F ve- Tkausan hree, Iqurrr TP It—fg . Griet hodeA�S
(Grand. Total. Figures Written Out)
Bidder acknowledges receipt of the following. ADDENDA:
#1 #2 & #3
? V
u�iL2ot3
AddenduniNo
trovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
HOND TO'1 HE CITY OF RENTON BOND NO, 023026872
KNOW ALL MEN BY THFSF. PRESENTS:
1 That we, the undersigned American Construction Co., Inc.
n
1
t
t
r
as principal, arid. Liberty Mutual Insurance Company corporation organized and existing under the
laws of tite State of Massachusetts as it surety corporation, and qualified under the laws of
(fie 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
$ 5L3.313.00 for the payment of which sum on demand we bind ourselves and our successors, heirs,
administrators or person representatives, as the case may be..
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the
City of Renton.
2013
Dated at Tacoma Washington, this 28th day of October
Nevertheless, the conditions of the above obligation are such that:
WHEMEAS, under and pursuant to Public Works Construction Contract CAG -13 -177 providing for
construction of the WELL ROGERS -W1LEY MEMORIAL, SEAPLANE BASH MAINTENANCE
DREDGING PROJECT, the principal is required to furnish a bond for the faithful performance of the
contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the
work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the
manner and within the time therein set forth, or within such extensions of time as may be granted under said
contract, anal 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,
American Construction Co. Inc.
Principal
Signature
Steven P. Brannon, President
Title
= , THIS,1 0WER OF ATTORNEY IS NOT.VALID UNLESS IT IS PRINTED-ON RED. BACKGROUND
This Powerof Attorney limits the-acts of those named herein; and they have no authority to bind the Company except in the manner and to the extent herein stated
ertificate_ No: :�s3121sr'-
} Amencan Fire and Casualty Company, `v Liberty Muttial Insurance Company - -
The Ohio Casualty Insurance Company West Amencan Insurance Company
- - POWER OF ATTORNEY
i . KNOWN ALL PERSONS BY -THESE PRESENTS -That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of ; ,.
the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duty orgamzed.under the laws of the -State of Massachusetts; and West American Insurance Company; =
is a corporation duly organized under the laws of the State of Indiana (herein collectively called the Companies ); pursuant toand byauthority herein set forth; does hereby name; constdute
and appoint, Anne E: Strieby; Barbara A Johnson. B'eiitE: Heilesen� Christopher Kinyon; Diane M %Harding- Eric -A Zimmerman; Jake -Ola:
:Binder; Jamie Dieriief ;-Jeffrey::C:-Zimmerinan, Jennrfer:L. Snyder; Julie R. Truitt; KarertSvuanson Kathy L: Patton KeIW Hogan; Kristine A Lawrence
Lisa -M:' Anderson;; Mitchell. R.- Smee;:Peggy A'Firth; Peter. J.- Comfort; Phylis C. Robison; Sandra) Kul seth-, Wyr*ene Mace ,; =
all of the cdy of - Tacoma - - 'state of, WA' �� each individually if there be more than one named; its tnie _and lawful iattomey; in =fact to make execute; seal acknowledge -?``-
and deliver,-for a`nd on its behalf as surety, and wits act and deed any and ail undertakinds, bonds; recognrzances and other`surety- obligations -in pursuance of these presents and shall = . •;'
be as binding upon the Companies as if they have`;been duly signed by the president and attested by -the- secretary of the Companies in their`own proper persons
IN WITNESS WHEREOF, this Power. of Attorney has been subscribed by an authorized,officer or officia�of the Compass rid the coporateaeals of.the. Companies have been affixed
. theretoahis e1n :' day of October .R 2013 n^�^ ✓� ✓�_; = , �.
American Fite and Casualty Company
The Ohio Casualty Insurance CompanyiN.
i er Liberty Mutual Insurance Company m
}}
West American Insurance Company � y-
.B
as
C STATE OF WASHINGTON's�. as=. - - Gregory . W' _Davenport,= Assistanf Secretary- f:
L COUNTY OF KING i
c0
cc
i ' „_.
L On this acs day of October 2013 ,before me personalty appear d Gregory W Davenport who acknowledged �hrmsetf to be the Assistant Secretary of Amencan. Q
W:h-.
v Fire and Casualty Company, "Elbert Mutual,lnsurance Comran Ttie Ohio Casua Com an and West American Insurance Com an and that he as such bem auth n so o�i - N
m Y. Y, _ P, Y ny P.. Y P Y 9• o zed t o
3 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.d W
IN WITNESS WHEREOF, 1 have hereunto subscribed my mine and affixed my notarial seal at Seattle Washington, on the day and year first above written.` 10)Q
er
�� o'
4) r KD Riley Not Public
1
l z< _ - o �.
This Power of Attorney is made and executed pursuant to and by authority of the #ollovnng By -laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty insurance: _N.o:
Company Liberty Mutual Insurance. Company and West Aniencan insurance Company whic h resolutions are now in full force and effect reading as follows
y " <•'
to i ARTICLE-IV- OFFICERS = Sectwn.l2. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by -the Chairman or the President, and subject p) -=
ar to such kmitation -as the Ghaimian or the President may prescribe, shall appoint suchattomeys in -fact, as maybe necessary•to act in behaff -of the Corporation to make execute seal
acknowledge and deliver assurety anyand all un`de "dakings; bonds, recogrlizancesand other surety obligations.'Suchatt irneys in^fact; sublectyto the limitations setforth m thei�-respective _SS
powers of attorriey, shall have full power to bind he Corporation by their signature and "execution of any such instruments and to attach.thereto the - seal of the Corporation � When so
w.. Q.
C executed; such instruments shall as binding as if signed by the:President and attested to bythe' Secretary. Anypower or;authcritygranted to any representatroe orattomey -in =fact
the provisions of this artide.may be revoked at any liy the Board; the Chairman; the President or -by the officer or officer's granting such power or authority - C�,
C ARTICLE XIII Execution of Contracts- SECTION 5 Surety Bonds and Undertakings. Any officer ofalre Company authorized #or thafpurpose in writing by the chairman or the p�esrdent - ,aD
and subjectto such limitations as the chairman oFthe president may, prescribe,shall appoint such attorneys in -fact; as may be necessary to act in_behalf of tke Company to make ,'execute; .;M
L sea]; acknowled a and deliveras sure ari an8 all undertakin s bonds,. Wizen and 0th r r li tin ., rn =f
p g ty y _ g , g,- ces a e, su ety ob ga o s Such alto eys m act sublect.to.the limitations set forth in their. ,= oD_
Z v - respective powers of attorney, shall have full power to bind the Company by their signature and execution of ani such instruments and 16 attach "thereto the seal of the Company When so ,O'•o
executed such instruments shall be as bind- \mg as if srgned b�3fte p�esident and attested secretary., j
Certificate: of Designation -:The' f?residentrof the Company acting pursuant to the Bylaws of;the. Company :authorizes.Gregory;W. Davenport'ASSistantSecretary to appoint such
-attorneys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal acknowledge -and; deliver as siirety;any and ali�undertakings bonds; recognizances and' ,
other surety obligations -
Authorizatfcm By unanimous consent of th Companys Board of Directors the Company consents that facsimile: or mechan ally reproduced signature 'ofany assistant secretary of the,
_ Company; wherever appearing upon a'certified copy olanyoower of attomey;issued by the Cornpany,hconnection with,suretybonds shall be valid and binding upon the Company with
the same force and effect as though manually affixed ..
1 1 David M Carey the undersigned; Assistant Secretary; ofAmencan Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutualansurance Company;:and West
American insurance Company do hereby certify that the original power of.attomie of which the foregoing is a full true and correct copy of the Power of Attorney executed,by said Companies
is in full force and effect and hasnot beenrevoked. ? -
INTESTIMONY WHEREOF I have hereunto set my hand and affixed the seals of said Companies this W day of �t 20 '= r
David M Carey Assistant Secretary ._
r " 62 of S00
�MS12873 09201.2
-. - -
C.
ity of
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
American Construction Co., Inc. hereby confirms and declares that:
(Name of contractor /subcontractor /consultant)
I. 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.
II. The above -named contractor /subcontractor /consultant complies with all applicable federal,
state and local laws governing non - discrimination in employment.
Ill. When applicable, the above -named contractor /subcontractor /consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
Steven P. Brannon
Print Agent /Representative's Name
President
Print Agent /Representative's Title
P CT't_�
Agent /Representative's Signature
October 28, 2013
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor, consultant and /or
supplier. Include or attach this documents) with the contract.
CONTRACT AGREEMENT
' (CONTRACTS OTHER THAN FEDERAL -AID FHWA)
THIS AGREEMENT, made and entered into this day of �UtAK.( , Z06. by and between
1 THE CITY OF RENTON, Washin on, a municipal corporation of the State of Washington, hereinafter
referred to as "CITY" and _mt+riutv�. Co. , 3� r-. , hereinafter referred to as
"CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated, (to -wit: within 54 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. CAG -13 -177 for improvement by
construction and installation of:
Work as described in "Scope of Work" dated , attached hereto.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict
conformity with the plans and specifications, including any and all addenda issued by the City and all
other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances
and regulations of the City of Renton and any other governmental authority having jurisdiction
thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines,
tools, equipment and services shall be furnished and the construction installation performed and
completed to the satisfaction and the approval of the City's Public Works Director as being in such
conformity with the plans, specifications and all requirements of or arising under the Contract. The
Contractor agrees to use recycled materials whenever practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this
agreement, consists of the following documents, all of which are component parts of said Contract and
as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached.
1
i) Technical Specifications, if any
Addendum No. 2 10/11/2013
a)
This Agreement
b)
Instruction to Bidders
c)
Bid Proposal
d)
e)
Specifications
Maps and Plans
f)
Bid
g)
Advertisement for Bids
h)
Special Provisions, if any
1
i) Technical Specifications, if any
Addendum No. 2 10/11/2013
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will
insure its - completion within the time specified in this Contract, or any extension in writing thereof, or
fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he
should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on
account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the
provisions of this Contract, the City may then serve written notice upon him and his surety of its
intention to terminate the Contract, and unless within ten (10) days after the serving of such notice,
such violation or non - compliance of any provision of the Contract shall cease and satisfactory
' arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10)
day period, cease and terminate in every respect. In the event of any such termination, the City shall
immediately serve written notice thereof upon the surety and the Contractor and the surety shall have
1 the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15)
days after the serving upon it of such notice of termination does not perform the Contract or does not
commence performance thereof, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem advisable, for the
account and at the expense of the Contractor, and his surety shall be liable to the City for any excess
cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without
liability for so doing, take possession of and utilize in completing said Contract such materials,
machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be
on site of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies
available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and
employees harmless and to promptly indemnify same from and against any and all claims, actions,
damages, liability of every type and nature including all costs and legal expenses incurred by reason of
any work arising under or in connection with the Contract to be performed hereunder, including loss of
life, personal injury and /or damage to property arising from or out of any occurrence, omission or
activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold
harmless and indemnification provision shall likewise apply for or on account of any patented or
unpatented invention, process, article or appliance manufactured for use in the performance of the
Contract, including its use by the City, unless otherwise specifically provided for in this Contract.
The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In
the event the City shall, without fault on its part, be made a party to any litigation commenced by or
against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs,
expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation.
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, 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,
Addendum No. 2 10/11/2013
I �
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 5
orking_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.
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.
Addendum No. 2 10/11/2013
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.
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.
Addendum No. 2 10/11/2013
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 whi__le, 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.
'15
12)
The total amount of this contract is the sum of `-D 3 i 3 • GU
tt jj t num ers
�iyt �e n Cad �S2tf�/1��1 E-ty�'T �siss3tttin _r1A rr.P_ 14,,18,aAAA J
wntten words z'e 7rti�
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.
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.
Addendum No. 2 10/11/2013
11
-1
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.
CONTR,AC
President/Partner /Owner May
Steve P. Brannon, Preside t
Secretary Btian Laurance Ja:
CITY OF
aw v
TTEST
A. S19fh, DeoueyCity Clerk
dba American Construction Co., Inc.
Firm Name
check one
❑ Individual ❑ Partnership 19f Corporation Incorporated in Washington
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.
Addendum No. 2 10/11/2013
7
Washington State Prevailing Wage Rates
In conformity with RCW 39.12 (laws of the state of Washington) and subsequent amendments, no laborer,
worker, or mechanic employed under this contract shall be paid less than the minimum hourly rate of wage
for his trade or occupation that prevails in the locality where the Work is to be performed. Current
prevailing wage rate information, including the applicable Benefit Code Key, may be obtained through the
following sources. Refer to Section 1 -07.9, Special Provisions, for detailed information.
An electronic copy is available from the following:
State of Washington Department of Labor and Industries
Industrial Relations Division
General Administration Building
Olympia, Washington 98501
https:H fortress .wa.v,ov /lni /wagelookup//prvWa elookup.aspx
A paper copy is available for viewing or may be obtained upon request from:
City of Renton
1055 South Grady Way
Renton, WA 98057
(425) 430 -6502
Coast & Harbor Engineering, Inc.
110 Main Street, Suite 103
Edmonds, WA 98020
(425) 778 -6042; Fax (425) 778 -6883
Applicable effective date for prevailing wage rates for this Project: Date of Bid Opening
(see Bid Advertisement)
County where Project is Located: King
Federal Prevailing Wage Rates
The Contractor shall pay the rate that is highest of the Washington State or Federal prevailing labor rates.
Refer to Section 1 -07.9, Special Provisions, for additional information.
An electronic copy of the federal prevailing wage rates is available from the following website:
https:// www. wsdot. wa. aov/ Desi- n/ ProjectDev /WageRates /FedWageUpdateNoti ..htm
A paper copy of the federal prevailing wage rates is available for viewing or may be obtained upon request
from:
City of Renton
1055 South Grady Way
Renton, WA 98057
(425) 430 -6502
Coast & Harbor Engineering, Inc.
110 Main Street, Suite 103
Edmonds, WA 98020
(425) 778 -6042; Fax (425) 778 -6883
Applicable effective date for prevailing wage rates for this Project: Rates in effect
on date of
this Project Manual
(see title page)
County where Project is Located: King
Construction Type: Heavy, Dredging
' Department of Labor and Industries . �b�A's'
.. n
Prevailing Wage C
(360) 902 - 5335'' C.
www. lni. wa.gov /TradesLicensing/PrevWage
'• 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
. htlps: // fortress. wa .aov /lni /pwi4pub /SearchFor.asp
STATEMENT OF INTENT TO
PAY PREVAILING WAGES
Public Works Contract
$40.00 Filing Fee Required
Intent ID # (Assigned by L &I)
A roved b si ature of the De artment of Labor and Industries Industrial Statistician
NOTICE: If the prime contract is at a cost of over one million dollars (11,000,000.00), RCW 39.04.370 requires you to complete the EHB 2805 (RCW 39.04.370) Addendum and attach it to
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.
F700- 029 -000 Statement of Intent to Pay Prevailing Wages 03 -2011
'Your Company information
Awarding Agency Information
Your Company Name
Project Name Contract Number
Your Address
Awarding Agency
'
City State Zip +4
Awarding Agency Address
Your Contractor Registration Number Your UBI Number
City State Zip +4 .
Your Industrial Insurance Account Number
Awarding Agency Contact Name Phone Number
Your Email Address (required for notification of approval) Your Phone Number
"
County Where Work Will Be Performed City Where Work Will Be Performed
Additional Details "
Contract Details
Your Expected Job Start Date (mm/dd /yyyy)
Bid Due Date (Prime Contractor's) Award Date (Prime Contractor's)
'
Job Site Address/Directions
Total Dollar Amount of Your Contract (including
sales tax) or indicate time and materials, if applicable. $ ❑ T &M
ARRA Funds ;'
Weatherization or Energy Efficient Funds
Does this project utilize American Recovery and Reinvestment Act (ARRA) funds?
Does this project utilize any weatherization or energy efficiency upgrade funds
❑ Yes ❑ No
(ARRA or otherwise)? ❑ Yes ❑ No
Contractor's Company Information
Hiring Contractor's Company Information
'Prime
Prime Contractor's Company Name Prime Contractor's Intent Number
Hiring Contractor's Company Name
'
Prime Contractor's Registration Number Prime Contractor's UBI Number
Hiring Company's Contractor Registration Number Hiring Contractors UBI Number
Employment Information "
'Do
you intend to use ANY subcontractors?
❑ Yes
❑ No
Will employees perform work on this project?
❑ Yes
❑ No
Will ALL work be subcontracted?
❑ Yes
❑ No
Do you intend to use apprentice employees?
❑Yes
❑ No
'Number
of Owner /Operators who own at least 30% of the company who will perform work on this project: ❑ None (0) ❑ One (1) ❑ Two (2) ❑ Three (3)
Crafts/Trades/Occupations — (Do not list apprentices. They are listed on the Affidavit of Wages Paid
Numbers
Rate of Hourly
Rate of Hourly
only.) If an employee works in more than one trade, ensure that all hours worked in each trade are reported
Workers
Pay
Usual ( "Fringe ")
below. For additional crafts/trades/occupations lease use Addendum A.
Benefits
!Si nature Block
I 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
Public Works Project will be aid no less than the Prevailin Wa a Rat s as determined b the Industrial Statistician of the De artment of Labor and Industries.
Print Name: Print Title: Si nature: Date:
For L&I Use Oniv
A roved b si ature of the De artment of Labor and Industries Industrial Statistician
NOTICE: If the prime contract is at a cost of over one million dollars (11,000,000.00), RCW 39.04.370 requires you to complete the EHB 2805 (RCW 39.04.370) Addendum and attach it to
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.
F700- 029 -000 Statement of Intent to Pay Prevailing Wages 03 -2011
Department of Labor and Industries
�.
Prevailing Wage Program
(360) 902 -5335 e
www.lni.wa. eov /TradesLicensing /Prey W age
• 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 business days for processing.
• Once approved, your form will be posted online at:
https:Hfortress.wa.gov/lni/XwiNub/SearchFor.as n
AFFIDAVIT OF WAGES PAID
Public Works Contract
$40.00 Filing Fee Required
Affidavit ID # (Assigned by L &I):
'Your
'
'
'
Your Company Information
Awarding Agency Information
Company Name
Project Name 777
mber
Your Company Address
City State Zip +4
Awarding Agency
Awarding Agency Address
Your Contractor Registration Number
Your UBI Number
City
State Zip
+4
Your Industrial Insurance Account Number
Awarding Agency Contact Name
Phone Number
Your Email Address (required for notification of approval)
Your Phone Number
County Where Work Was Performed
City Where Work Was Performed
Additional Details
Contract Details
Your Job Start Date (mm/dd/yyyy)
Your Date Work Completed (mm/dd/yyyy)
Bid Due Date (Prime Contractor's) Award
Date (Prime Contractor's)
Job Site Address/Directions
Your Approved Intent ID #
Indicate Total Dollar Amount of Your Contract
(including sales tax).
$
EHB 2805 (RCW 39.04370) — Is the Prime Contractor's
contract at a cost of over one million dollars 1,000,000)?
If you answered "Yes" to the EHB 2805 question and the Award Date is 9/1/2010 or
1 ❑ Yes El No later you must complete and submit the EHB 2805 CW 39.04.370 Addendum.
ARRA Funds
Weatherization or Energy Efficient Funds
Does this project utilize American Recovery and Reinvestment Act (ARRA) funds?
❑ Yes ❑ No
Does this project utilize any weatherization or energy efficiency upgrade funds
(ARRA or otherwise)? ❑ Yes ❑ No
Prime Contractor's Company Information
Hiring Contractor's Company Information
Prime Contractor's Company Name
Hiring Contractor's Company Name
Prime Contractor's Registration Number
Prime Contractor's UBI Number
Hiring Contractor's Registration Number Hiring
Contractor's UBI Number
Information
'Employment
Did you use ANY subcontractors?
❑ Yes (Addendum B Reauiredl
❑ No
Did employees perform work on this project?
❑ Yes
❑ No
Was ALL work subcontracted?
❑ Yes (Addendum B Required l
❑ No
Did you use apprentice employees?
❑ Yes
❑ No
'
Number of Owner /Operators who own at least 30% of the company who performed work on this project:
You must list the First and Last Name(s) of any Owner /Operator performing work below
❑ None (0) ❑ One (1) ❑ Two (2) ❑ Three (3)
List your Crafts/Trades/Occupations Below - For Joumey Level Workers you must
provide all of the information below. Owner /Operators - must provide their First and Last
name no other information required. "Apprentices are not recorded below. You must
use Addendum D to list Apprentices.
Number of
Workers
Total # of Hours
Worked
Rate of Hourly
Pay
Rate of Hourly
Usual ( "Fringe ")
Benefits
Signature Block'
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 Rates as determined by the Industrial Statistician of the Department of Labor and Industries.
Print Name: Print Title: Signature: Date:
For L&I Use Only
APPROVED: Department of Labor and Industries
By Industrial Statistician
IF700- 007 -000 Affidavit of Wages Paid 3 -2011
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Ref: Pay Estimate No.
Project 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 Intents to Pay Prevailing Wage fled with the Washington State Department of Labor & Industries. This
form will be executed and submitted prior to or with the last pay request.
By:
Title:
or
Company Name
1
FEDERAL &STATE CONTRACTING PROVISIONS
FEDERAL & STATE CONTRACTING PROVISIONS
It is the contractor's responsibility to comply with all state and federal law in performing the
tasks undertaken with respect to this contract. As applicable and required by Federal and State
Law, the following provisions and references are included in this contract:
1. Equal Employment Opportunity — All contracts shall contain a provision requiring
compliance with E.O. 11246, "Equal Employment Opportunity," as amended by E.O. 11375,
' "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as
supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, Department of Labor."
2. Copeland "Anti- Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) — All contracts and
subgrants in excess of $2,000 for construction or repair awarded by recipients and
subrecipients shall include a provision for compliance with the Copeland "Anti- Kickback"
Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3,
"Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in
' Part by Loans or Grants from the United States "). The Act provides that each contractor or
subrecipient shall be prohibited from inducing, by any means, any person employed in the
construction, completion, or repair of public work, to give up any part of the compensation to
' which he is otherwise entitled. The recipient shall report all suspected or reported violations
to the Federal awarding agency.
3. Contract Work Hours and Safety Standards Act (40 U.S.0 327 -333) — Where applicable,
all contracts awarded by recipients in excess of $2,000 for construction contracts and in
excess of $2,500 for other contracts that involve the employment of mechanics or laborers
lshall include a provision for compliance with Sections 102 and 107 of the Contract Work
Hours and Safety Standards Act (40 U.S.C. 327 -333), as supplemented by Department of
Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be
' required to compute the wages of every mechanic and laborer on the basis of a standard work
week of 40 hours. Work in excess of the standard work week is permissible provided that the
worker is compensated at a rate of not less than 1 '/2 times the basic rate of pay for all hours
worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to
construction work and provides that no laborer or mechanic shall be required to work in
surroundings or under working conditions which are unsanitary, hazardous or dangerous.
These requirements do not apply -to the purchases of supplies or materials or articles
ordinarily available on the open market, or contracts for transportation or transmission of
intelligence.
4. Rights to Inventions Made Under a Contract or Agreement — Contracts or agreements for
the performance of experimental, developmental, or research work shall provide for the
rights of the Federal Government and the recipient in any resulting invention in accordance
with 37 CFR part 401, "Rights to Inventions Made by Nonprofit Organizations and Small
Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any
implementing regulations issued by the awarding agency.
1
5. Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33
U.S.C. 1251 et seq.), as amended — Contractors and subgrants of amounts in excess of
$100,000 shall contain a provision that requires the recipient to agree to comply with all
applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C.
7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et
seq.) Violations shall be reported to the Federal awarding agency and the Regional Office of
the Environmental Protection Agency (EPA).
6. Byrd Anti - Lobbying Amendment (31 U.S.C. 1352) — Contractors who apply or bid for an
award of $100,000 or more shall file the required certification. Each tier certifies to the tier
above that it will not and has not used Federal appropriated funds to pay any person or
organization for influencing or attempting to influence an officer or employee of any agency,
a member of Congress, officer or employee of Congress, or an employee of a member of
Congress in connection with obtaining any Federal contract, grant or any other award
covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying in non - Federal funds
that takes place in connection with obtaining any Federal award. Such disclosures are
forwarded from tier to tier up to the recipient.
7. Debarment and Suspension (E.O.s 12549 and 12689) — No contract shall be made to
parties listed on the General Services Administration's List of Parties Excluded from Federal
Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689,
"Debarment and Suspension." This list contains the names of parties debarred, suspended, or
otherwise excluded by agencies, and contractors declared ineligible under statutory or
regulatory authority other than E.O. 12549. Contractors with awards that exceed the small
purchase threshold shall provide the required certification regarding its exclusion status and
that of its principal employees.
8. PUBLIC LAW 88 -352, TITLE VI OF THE CIVIL RIGHTS ACT OF 1964(42 U.S.C.
2000d et seq.) (24 CFR Part 1). The City of Renton must comply with the provisions of
"Public Law 88- 352," which refers to Title VI of the Civil Rights Act of 1964 (42 U.S.C.
2000d et seq.). The law provides that no person in the United States shall, on the grounds of
race, color or national origin, be denied the benefits of, be excluded from participation in, or
be subjected to discrimination under any program or activity receiving federal financial
assistance.
9. SECTION 504 OF THE REHABILITATION ACT, 1973, AS AMENDED (29 U.S.C.
794). The City of Renton must comply with Section 504 of the Rehabilitation Act of 1973,
as amended, which provides that no otherwise qualified individual shall, solely by reason of
his or her disability, be excluded from participation (including employment), denied program
benefits or be subjected to discrimination under any program or activity receiving federal
assistance funds.
10. AMERICANS WITH DISABILITIES ACT (42 U.S.C. 12101, et seq.) The City of
Renton shall comply with the provisions of the Americans with Disabilities Act, 42 U.S.C.
12101, et. sea. That Act provides a comprehensive national mandate to eliminate
discrimination against individuals with disabilities. The Act may impose requirements on the
d
I+
i�
r-,
I�
1
11
City of Renton in four principle ways: 1) with respect to employment; 2) with respect to the
provision of public services; 3) with respect to transportation; 4) with respect to existing
facilities and new construction.
11. THE NATIONAL ENVIRONMENTAL POLICY ACT OF 1969 (NEPA) (42 U.S.0
Section 4321 et seq., and 24 CFR Part 58). The City of Renton shall comply with the
provisions of the National Environmental Policy Act of 1969. The purpose of this Act is to
attain the widest use of the environment without degradation, risk to health or safety, or other
undesirable and unintended consequences. Environmental review procedures, including
determining and publishing a Finding of Significance or of No Significance for a proposal,
are a necessary part of this process. Pursuant to these provisions, the City of Renton must
also submit environmental certifications to the DEPARTMENT when requesting that funds
be released for the project. The City of Renton must certify that the proposed project will not
significantly impact the environment and that the City of Renton has complied with
environmental regulations and fulfilled its obligations to give public notice of the funding
request, environmental findings and compliance performance.
' 12. EXECUTIVE ORDER 11990, MAY 24, 1977: PROTECTION OF WETLANDS (42
F.R. 26961 et seq.) The City of Renton shall comply with Executive Order 11990. The
intent of this Executive Order is (1) to avoid, to the extent possible, adverse impacts
' associated with the destruction or modification of wetland, and (2) to avoid direct or indirect
support of new construction in wetlands wherever there is a practical alternative.
The City of Renton, to the extent permitted by law, must avoid undertaking or providing
assistance for new construction located in wetlands unless (1) there is no practical alternative
to such construction, and (2) the proposed action includes all practical measures to minimize
harm to wetlands which may result from such use. In making this determination, the City of
Renton may take into account economic, environmental and other pertinent factors.
13. EXECUTIVE ORDER 11988, MAY 24, 1977: FLOODPLAIN MANAGEMENT (42
F.R. 26951 et seq). The City of Renton shall comply with the provisions of Executive Order
11988. The intent of this Executive Order is to (1) avoid, to the extent possible, adverse
impacts associated with the occupancy and modification of floodplains, and (2) avoid direct
or indirect support of floodplain development wherever there is a practical alternative. If the
City of Renton proposes to conduct, support or allow an action to be located in a floodplain,
the City of Renton must consider alternatives to avoid adverse effects and incompatible
involvement in the floodplain. If siting in a floodplain is the only practical alternative, the
City of Renton must, prior to taking any action (1) design or modify its actions in order to
minimize any potential harm to the floodplain, and (2) prepare and circulate a notice
containing an explanation of why the action is proposed to be located in a floodplain.
i14. THE WILD AND SCENIC RIVERS ACT OF 1968, AS AMENDED (16 U.S.C. 1271 et
seq.). The City of Renton shall comply with the Wild and.Scenic Rivers Act. The purpose of
this Act is to preserve selected rivers or sections of rivers in their free - flowing condition, to
protect the water quality of such rivers and to fulfill other vital national conservation goals.
Federal assistance by loan, grant, license, or other mechanism cannot be provided to water
it
resources construction projects that would have a direct and adverse effect on any river
included or designated for study or inclusion in the National Wild and Scenic River System.
15. COASTAL ZONE MANAGEMENT ACT OF 1972, AS AMENDED (16 U.S.C. 1451 et
seq.). The City of Renton shall comply with the Coastal Zone Management Act of 1972, as
amended. The intent of this Act is to preserve, protect, develop, and where possible, restore
or enhance the resources of the nation's coastal zone. Federal agencies cannot approve
assistance for proposed projects that are inconsistent with the state's Coastal Zone
Management program except upon a finding by the U.S. Secretary of Commerce that such a
project is consistent with the purpose of this chapter or necessary in the interests of national
security.
16. THE ENDANGERED SPECIES ACT OF 1973, AS AMENDED (16 U.S.C. 1531 et
seq.). The City of Renton shall comply with the Endangered Species Act of 1973, as
amended. The intent of this Act is to ensure that all federally assisted projects seek to
preserve endangered or threatened species. Federally authorized and funded projects must
not jeopardize the continued existence of endangered and threatened species or result in the
destruction of or modification of habitat of such species which is determined by the U.S.
Department of the Interior, after consultation with the state, to be critical.
17. THE RESERVOIR SALVAGE ACT OF 1960, AS AMENDED BY THE
ARCHAEOLOGICAL AND HISTORIC PRESERVATION ACT OF 1974 (16 U.S.C.
469 et seq.). Under the Reservoir Salvage Act, the City of Renton must comply with
provisions for the preservation of historical and archaeological data (including relics and
specimens) that might otherwise be irreparably lost or destroyed as a result of any alteration
of the terrain caused as a result of any federal construction project or federally licensed
activity or program. Whenever the City of Renton finds, or is notified in writing by an
appropriate historical or archaeological authority, that its activities in connection with any
federal funded construction project or federally licensed project, activity or program may
cause irreparable loss or destruction of significant scientific, prehistoric, historical or
archaeological data, the City of Renton must stop work immediately and must notify the U.S.
Secretary of Interior and the Department in writing and provide appropriate information
concerning the project or program activity.
18. THE ARCHAEOLOGICAL AND HISTORICAL DATA PRESERVATION ACT OF
1974 (16 U.S.C. 469 a -1 et seq.). The City of Renton shall comply with the Archaeological
and Historical Data Preservation Act, which provides for the preservation of historic and
archaeological information that would be lost due to development and construction activities
as a result of federally funded activities.
19. THE SAFE DRINKING WATER ACT OF 1974, AS AMENDED (42 U.S.C. Section
201, 300(f) et seq., and U.S.C. Section 349). The City of Renton must comply with the Safe
Drinking Water Act, as amended, which is intended to protect underground sources of water.
No commitment for federal financial assistance, according to this Act, shall be entered into
for any project, which the U.S. Environmental Protection Agency determines, may
contaminate an aquifer that is the sole or principal drinking water source for an area.
[1 1
r
F]
20. THE FEDERAL WATER POLLUTION CONTROL ACT OF 1972, AS AMENDED,
INCLUDING THE CLEAR WATER ACT OF 1977, PUBLIC LAW 92 -212 (33 U.S.C.
SECTION 1251 et seq.). The City of Renton must assure compliance with the Water
Pollution Control Act, as amended, which provides for the restoration of chemical, physical
and biological integrity of the nation's water.
21. THE SOLID WASTE DISPOSAL ACT, AS AMENDED BY THE RESOURCE
CONSERVATION AND RECOVERY ACT OF 1976 (42 U.S.C. SECTION 6901 et
seq.) The City of Renton must assure compliance with the Solid Waste Disposal Act, as
amended. The purpose of this Act is to promote the protection of health and the environment
and to conserve valuable material and energy resources.
22. THE FISH AND WILDLIFE COORDINATION ACT OF 1958, AS AMENDED (16
U.S.C. SECTION 661 et seq.) The City of Renton must assure compliance with the Fish
and Wildlife Coordination Act, as amended. The Act assures that wildlife conservation
receives equal consideration and is coordinated with other features of water resources
development programs.
23. RELOCATION ASSISTANCE AND REAL PROPERTY ACQUISITION POLICY,
1 CHAPTER 8.26 RCW. The City of Renton shall comply with the provisions of Chapter
8.26 RCW and Chapter 365 -24 WAC when its activities involve any acquisition of real
property assisted under this Grant Agreement or the displacement of any family, individual,
business, nonprofit organization or farm that results from such acquisition.
24. STATE ENVIRONMENTAL POLICY ACT (SEPA), CHAPTER 43.21 (C) RCW. The
City of Renton shall comply with the provisions of Chapter 43.21(C) RCW and Chapter 197 -
11 WAC, the guidelines by which local agencies will (1) require environmental checklists
from private and public entities considering an action potentially subject to the
Environmental Impact Statement (EIS) requirement of SEPA, (2) make "threshold
determinations" that such an action will not have a significant environmental impact, (3)
provide for the preparation of a draft and final EIS if the action has significant impact, and
(4) circulate the EIS to other agencies and interested parties.
25. NOISE CONTROL, CHAPTER 70.107 RCW. The City of Renton shall assure
compliance with the state Noise Control Act. Objectives of the Act are to assist local
governments in implementing local noise ordinances and to control and reduce excessive
noise in Washington.
26. SHORELINE MANAGEMENT ACT OF 1971, CHAPTER 90.58 RCW. The City of
Renton shall comply with the provisions of Chapter 90.58 RCW. This Act defines a
planning program and a permit system, which are initiated at the local government level
under state guidance. Its purpose is to protect and enhance the state's shoreline and it
' includes a comprehensive shoreline inventory process and a master program for regulation of
shoreline uses. A permit application at the local level must be in compliance with those
plans and consistent with the state Coastal Zone Management program if substantial
A
developments and shoreline modifications occur, and a record of the application and decision
must be submitted to the state.
27. STATE BUILDING CODE, CHAPTER 19.27 RCW; ENERGY RELATED
BUILDING STANDARDS, CHAPTER 19.27A RCW; AND PROVISIONS IN
BUILDINGS FOR AGED AND HANDICAPPED PERSONS, CHAPTER 70.92 RCW.
The City of Renton shall comply with the provisions of Chapter 19.27 RCW, Chapter 19.27A
RCW, Chapter 70.92 RCW and the regulations for building construction and for barrier free
facilities adopted by the Washington State Building Code Council pursuant to these statutes.
The State Building Code Act provides for a uniform state building code and mandates
counties, cities and towns to administer and enforce its provisions. Local governments are
authorized to modify the state building code to fit local conditions as long as such
modifications do not result in a code that is less than the minimum performance standards
and objectives contained in the state code.
28. OPEN PUBLIC MEETINGS ACT, CHAPTER 42.30 RCW. The City of Renton shall
comply with provisions of Chapter 42.30 RCW which require that all meetings of the
governing body which pertain to this Grant Agreement shall be open to the public except
those where specific provision is made for executive sessions pursuant to RCW 42.30.110.
29. LAW AGAINST DISCRIMINATION, CHAPTER 49.60 RCW. The City of Renton
shall comply with the provisions of Chapter 49.60 RCW in all activities relating to this Grant
Agreement.
30. GOVERNOR'S EXECUTIVE ORDER 89 -10, DECEMBER 11, 1989: PROTECTION
OF WETLANDS, AND GOVERNOR'S EXECUTIVE ORDER 90 -04, APRIL 21,1990:
PROTECTION OF WETLANDS. The City of Renton shall ensure that it avoids any
activities that would adversely affect wetlands and adequately mitigates unavoidable impacts.
For the purposes of this requirement, except where a contrary definition is provided by
statute, mitigation means: (1) avoiding the impact altogether by not taking certain action or
part of an action; (2) minimizing impacts by limiting the degree or magnitude of the action
and its implementation, by using appropriate technology, or by taking affirmative steps to
avoid or reduce impacts; (3) rectifying the impact by repairing, rehabilitating, or restoring the
affected environment; (4) reducing or eliminating the impact over time by preservation and
maintenance operations during the life of the action; (5) compensating for the impact by
replacing, enhancing, or providing substitute resources or environments; and (6) monitoring
the impact and taking appropriate corrective measures.
Mitigation for individual actions may include a combination of the above measures.
Mitigation may not include any of the above measures to the extent that they may be contrary
to statute as applied under the particular circumstances. Emergency work that is essential to
save lives and protect property and public health is exempt from these provisions.
As a Washington State Licensed Contractor working on this project, I hereby certify that under
the supervision of the City of Renton, we will be in compliance with all the applicable Federal
t
1
1
11
J
and State Contracting Provisions listed above, while under contract with the City of Renton, for
the Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project.
ICompany:
Signed:
I Date:
AMENDMENTS TO THE STANDARD SPECIFICATIONS
Fl
1
1
2
3
4
6
7
9
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
2012 Standard Specifications for Road, Bridge, and Municipal Construction.
AMENDMENTS TO THE STANDARD SPECIFICATIONS,
The following Amendments to the Standard Specifications are made a part, of this contract
and supersede any conflicting provisions of the Standard Specifications. For informational
purposes, the date following each Amendment title indicates the implementation date of the
Amendment or the latest date of revision.
Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references which do not apply to this particular project.
1- 01.AP1
Section 1 -01, Definition and Terms
August 5, 2013
1- 01.2(2) Items of Work and Units of Measurement
The following abbreviation in this section is deleted:
ATB Asphalt Treated Base
1 -01.3 Definitions
The definition for "Bid Documents" is revised to read:
The component parts of the proposed Contract which may include, but are not limited
to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans,
Addenda, and, for projects with Contracting Agency subsurface investigations, the
Summary of Geotechnical Conditions and subsurface boring logs (if any).
The definition for "Superstructures" is revised to read:
The part of the Structure above:
The bottom of the grout pad for the simple and continuous span bearing, or
2. The bottom of the block supporting the girder, or
3. Arch skewback and construction joints at the top of vertical abutment members
or rigid frame piers.
Longitudinal limits of the Superstructure extend from end to end of the Structure in
accordance with the following criteria:
From the face of end diaphragm abutting the bridge approach embankment for
end piers without expansion joints, or
2. From the end pier expansion joint for bridges with end pier expansion joints.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
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
Superstructures include, but are not limited to, the bottom slab and webs of box girders,
the bridge deck and diaphragms of all bridges, and the sidewalks when shown on the
bridge deck. The Superstructure also includes the girders, expansion joints, bearings,
barrier, and railing attached to the Superstructure when such Superstructure
components are not otherwise covered by separate unit measured or lump sum bid
items.
Superstructures do not include endwalls, wingwalls, barrier and railing attached to the
wingwalls, and cantilever barriers and railings unless supported by the Superstructure.
1 -02.AP 1
Section 1 -02, Bid Procedures and Conditions
January 2, 2012
1- 02.4(2) Subsurface Information
The first two sentences in the first paragraph are revised to read:
If the Contracting Agency has made subsurface investigation of the site of the proposed
work, the boring log data, soil sample test data, and geotechnical recommendations
reports obtained by the Contracting Agency will be made available for inspection by the
Bidders at the location specified in the Special Provisions. The Summary of
Geotechnical Conditions, as an appendix to the Special Provisions, and the boring logs
shall be considered as part of the Contract. .
1 -03.AP 1
Section 1 -03, Award and Execution of Contract
April 2, 2012
1- 03.1(1) Tied Bids
This section's title is revised to read:
1- 03.1(1) Identical Bid Totals
1 -05.AP 1
Section 1 -05, Control of Work
August 6, 2012
1- 05.13(1) Emergency Contact List
The second sentence in the first paragraph is revised to read:
The list shall include, at a minimum, the Prime Contractor's Project Manager, or
equivalent, the Prime Contractor's Project Superintendent, the Erosion and Sediment
Control (ESC) Lead and the Traffic Control Supervisor.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
LP
L
1 1 -06.AP 1
2 Section 1 -06, Control of Material
3 August 5, 2013
5
6
8
9
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
50
1- 06.1(3) Aggregate Source Approval (ASA) Database
The last paragraph is revised to read the following two new paragraphs:
Aggregate materials that are not approved for use in the ASA database may be sampled
and tested by the Agency, for a specified use on a project, from the source or from a
processed stockpile of the material and all cost for the sampling and testing will be
deducted from the Contract.
The Contractor agrees to authorize the Project Engineer to deduct the sampling and
testing costs from any money due or coming due to the Contractor.
1- 06.1(4) Fabrication Inspection Expense
The first paragraph is revised to read:
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:
• Bridge Bearings (Cylindrical, Disc, Fabric Pad, Pin, Pendulum, Rocker, and
Spherical)
• Cantilever Sign Structures and Sign Bridges
• Epoxy- Coated Reinforcing Steel
• Metal Bridge Railing and Handrail
• Modular Expansion Joints
• Painted Piling and Casing
• Painted and Powder - Coated Luminaire and Signal Poles
• Precast Concrete Catch Basins, Manholes, Inlets, Drywells, and Risers
Precast Concrete Drain, Perforated Underdrain, Culvert, Storm Sewer, and
Sanitary Sewer Pipe
• Precast Concrete Three Sided Structures
• Precast Concrete Junction Boxes, Pull Boxes, Cable Vaults, Utility Vaults, and
Box Culverts
• Precast Concrete Traffic Barrier
• Precast Concrete Marine Pier Deck Panels
• Precast Concrete Floor Panels
• Precast Concrete Structural Earth Walls, Noise Barrier Walls, and Wall Stem
Panels
• Precast Concrete Retaining Walls, including Lagging Panels
• Prestressed Concrete Girders and Precast Bridge Components
• Prestressed Concrete Piles
• Seismic Retrofit Earthquake Restrainers
• Soldier Piles
• Steel Bridges and Steel Bridge Components
• Steel Column Jackets
• Structural Steel for Ferry Terminals, including items such as Dolphins,
Wingwalls, and Transfer Spans
• Treated Timber and Lumber 6 -inch by 6 -inch or larger
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
3
4
5
6
7
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
50
• Timber
• Additional items as may be determined by the Engineer '
The footnote below the table is revised to read:
An inspection day includes any calendar day or portion of a calendar day spent by
one inspector inspecting, on standby, or traveling to and from a place of fabrication.
An additional cost per inspection day will be assessed for each additional inspector.
Reimbursement will be assessed at $280.00 per day for weekends and holidays for
each on site inspector in travel status, but not engaged in inspection or travel
activities when fabrication activities are not taking place.
1 -07.AP 1
Section 1 -07, Legal Relations and Responsibilities to the Public
April 1, 2013
1 -07.1 Laws to be Observed
The following two sentences are inserted after the first sentence in the third paragraph:
In particular the Contractor's attention is drawn to the requirements of WAC 296.800
which requires employers to provide a safe workplace. More specifically WAC
296.800.11025 prohibits alcohol and narcotics from the workplace.
1- 07.9(2) Posting Notices
This section is revised to read:
Notices and posters shall be placed in areas readily accessible to read by employees.
The Contractor shall ensure the following are posted:
EEOC - P /E -1 (revised 11/09) - Equal Employment Opportunity is THE LAW
published by US Department of Labor. Post for projects with federal -aid
funding
2. FHWA -1022 (revised 11/11) - NOTICE Federal -Aid Project published by
Federal Highway Administration (FHWA). Post for projects with federal -aid
funding
3 WH 1321 (revised 04/09) - Employee Rights under the Davis -Bacon Act
published by US Department of Labor. Post for projects with federal -aid
funding
4. WHD 1088 (revised 07/09) - Employee Rights under the Fair Labor Standards
Act published by US Department of Labor. Post on all projects
5. WHD - 1420 (revised 01/09) -Employee Rights and Responsibilities under The
Family and Medical Leave Act published by US Department Of Labor. Post on
all projects
6. WHD -1462 (revised 01/12) —Employee Polygraph Protection Act published by
US Department of Labor. Post on all projects
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
II
1
3
4
5
6
7
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
7. F416- 081 -909 (revised 12/12) - Job Safety and Health Law published by
Washington State Department of Labor and Industries. Post on all projects
8. F242- 191 -909 (revised 12/12) - Notice to Employees published by Washington
State Department of Labor and Industries. Post on all projects
9. F700- 074 -909 (revised 12/12) - Your Rights as a Worker in Washington State
by Washington State Department of Labor and Industries (L &I). Post on all
projects
10. EMS 9874 (revised 04/12) - Unemployment Benefits published by Washington
State Employee Security Department. Post on all projects
11. Post one copy of the approved "Statement of Intent to Pay Prevailing Wages"
for the Contractor, each Subcontractor, each lower tier subcontractor, and any
other firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions
of RCW 39.12 because of the definition of "Contractor" in WAC 296- 127 -010
12. Post one copy of the prevailing wage rates for the project
1- 07.9(5) Required Documents
Item number 2. in the first paragraph is revised to read:
2. A copy of an approved "Affidavit of Prevailing Wages Paid ", State L &I's form
number F700- 007 -000. The Contracting Agency will not grant Completion until all
approved Affidavit of Wages paid for Contractor and all Subcontractors have been
received by the Project Engineer. The Contracting Agency will not release to the
Contractor any funds retained under RCW 60.28.011 until all of the "Affidavit of
Prevailing Wages Paid" forms have been approved by State L &I and a copy Of all
the approved forms have been submitted to the Engineer.
1 -07.14 Responsibility for Damage
The fifth paragraph is revised to read:
Pursuant to RCW 4.24.115, if such claims, suits, or actions result from the concurrent
negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the
Contractor or the Contractor's agent or employees, the indemnity provisions provided in
the preceding paragraphs of this Section shall be valid and enforceable only to the
extent of the Contractor's negligence or the negligence of its agents and employees.
1 -07.15 Temporary Water Pollution /Erosion Control
The third paragraph is deleted.
1 -08.AP 1
Section 1 -08, Prosecution and Progress
April 1, 2013
1 -08.1 Subcontracting
In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT ".
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127113
1
3
4
5
6
7
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
1- 08.3(1) General Requirements
The following new paragraph is inserted after the first paragraph:
Total float belongs to the project and shall not be for the exclusive benefit of any party.
1 -08.5 Time for Completion
The last paragraph in this section is supplemented with the following:
e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and
all Subcontractors
1 -08.7 Maintenance During Suspension t
The second paragraph is revised to read:
At no expense to the Contracting Agency, the Contractor shall provide through the
construction area safe, smooth, and unobstructed roadways and pedestrian access
routes for public use during the suspension (as required in Section 1 -07.23 or the
Special Provisions.) This may include a temporary road, alternative pedestrian access
route or detour.
1 -09.AP 1 '
Section 1 -09, Measurement and Payment
April 1, 2013
1 -09.1 Measurement of Quantities
The following new sentence is inserted after the sentence " "Ton ":2,000 pounds of
avoirdupois weight ":
Items of payment that have "Lump Sum" or "Force Account" in the Bid Item of Work
shall have no specific unit of measurement requirement.
1- 09.2(5) Measurement
The second sentence in the first paragraph is revised to read:
The frequency of verification checks will be such that at least one test weekly is
performed for each scale used in weighing contract items of Work.
1 -09.6 Force Account
In item No. 3. For Equipment, the last sentence in the third sub - paragraph is revised to
read:
In the event that prior quotations are not obtained and the vendor is a firm independent
from the Contractor or Subcontractor, then after - the -fact quotations may be obtained by ,
the Engineer from the open market in the vicinity and the lowest such quotation may be
used in place of submitted invoice.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
2
3
4
5
6
7
8
9
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
3- 01.AP3
Section 3 -01, Production From Quarry and Pit Sites
August 5, 2013
3 -01.1 Description
In the first paragraph, "asphalt treated base" is deleted.
3- 04.AP3
Section 3 -04, Acceptance of Aggregate
August 5, 2013
3- 04.3(7)D4 An Entire Lot
The last sentence is deleted.
3- 04.3(8) Price Adjustments for Quality of Aggregate
The calculation in the first paragraph is revised to read:
Aggregate Compliance Price Adjustment = (Composite Pay Factor —1.00)
(quantity of material) (unit bid price or Contingent Unit Price as shown in Table 1,
whichever is higher.)
3 -04.5 Payment
In the second paragraph, the reference "Section 3- 04.3(6)C " is revised to read "Section 3-
04.3(8)".
In Table 1, the top two rows are revised to read the following three new rows:
9 -03.1
Concrete Aggregate (exce t pavement)
2000
1000
$15.00
$30.00
9 -03.1
Concrete Aggregate (pavement)
4000
1 2000
$15.00
$30.00
9-03.4(2)
Crushed Screening'
1000
1 500
$20.00
$40.00
In Table 1, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is
revised to read:
9- 03.14(4) 1 Gravel Borrow for Structural Earth Walls 14000 2000 $30 $60
The footnotes below the Table 1 are revised to read:
1. Based on 1000 CY of Concrete.
2 Price adjustment only applies to the actual quantity of aggregate used in the
concrete.
3 Contingent unit price per S.Y. is $0.30.
In Table 2, the first row is revised to read:
9 -03.1
Concrete Aggregate (all concrete aggregate - including
2
2
2,
10
20
pavement)
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
2
3
5
6
7
9
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
In Table 2, the row containing the item "Gravel Backfill for Foundations Class A" is revised to
read:
9- 03.12(1)A Gravel Backfill for
Foundations Class A3
In Table 2, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is
revised to read:
9- 03.14(4)
Gravel Borrow for
2
2
5
5
5
10
Other
Structural Earth Walls
1
Item 1 in the footnotes below Table 2 is revised to read:
1 For Aggregate, the nominal maximum size sieve is the largest standard sieve
opening listed in the applicable specification upon which more than 1- percent of the
material by weight is permitted to be retained. For concrete aggregate, the nominal
maximum size sieve is the smallest standard sieve opening through which the
entire amount of aggregate is permitted to pass.
The footnotes below the Table 2 are supplemented with the following:
3 Use the price adjustment factors for the material that is actually used.
4 Resistivity 10, pH 10, Chlorides 5, and Sulfates 5.
4- 06.AP4
Section 4 -06, Asphalt Treated Base
August 5, 2013
This section including title is deleted in its entirety and replaced with the following:
Vacant
5- 01.AP5
Section 5 -01, Cement Concrete Pavement Rehabilitation
August 5, 2013
5- 01.3(2)B Portland Cement Concrete
The fifth sentence in the third paragraph is revised to read:
The lower Specification limit for compressive strength shall be 4,000 -psi.
The last two sentences in the third paragraph are deleted.
5- 01.3(4) Replace Portland Cement Concrete Panel
This section is supplemented with the following:
t
t
Replacement panels that crack shall be repaired as specified in Section 5- 05.3(22) at no
cost to the Contracting Agency. Epoxy- coated dowel bars meeting the requirements of
Section 9- 07.5(1) may be substituted for the corrosion resistant dowel bars specified.
i
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
t
I
u
F1
�1
3
4
5
6
7
8
9
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
5- 01.3(6) Dowel Bar Retrofit
The second sentence in the ninth paragraph is revised to read:
The foam insert shall fit tightly around the dowel and to the bottom and edges of the slot
and extend to the top of the existing pavement surface.
5- 01.3(11) Concrete Slurry
This section including title is revised to read:
5- 01.3(11) Concrete Slurry and Grinding Residue
All concrete slurry and grinding residue shall be removed from the pavement surface on
a continual basis immediately behind the grinding or cutting operations. Slurry shall not
be allowed to drain into an area open to traffic, off of the paved surface or into any
drainage structure.
The Contractor shall collect the concrete slurry and grinding residue from the pavement
surface and dispose of it in accordance with Section 2- 03.3(7)C.
Opening to traffic shall meet the requirements of Section 5- 05.3(17).
5- 02.AP5
Section 5 -02, Bituminous Surface Treatment
August 5, 2013
In this section, "Asphalt Emulsion" is revised to read "Emulsified Asphalt ".
5- 02.1(1) New Construction
This section is revised to read:
This method of treatment
applications of aggregate.
untreated Roadway that i
application of emulsified
aggregate.
5- 02.1(2) Seal Coats
This section is revised to read:
requires two applications of emulsified asphalt and three
The first application of emulsified asphalt is applied to an
> followed with an application of aggregate. The second
asphalt is followed with two additional applications of
This method requires the placing of one application of emulsified asphalt and one or
more sizes of aggregate as specified to an existing pavement to seal and rejuvenate the
surface and to produce a uniform Roadway surface with acceptable nonskid
characteristics.
5 -02.2 Materials
The following new paragraph is inserted after the second paragraph:
Each source of aggregate for bituminous surface treatment shall be evaluated
separately for acceptance in accordance with Section 3 -04.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
3
4
5
6
7
8
10
11
12
13
14
15
16
17
18
19
20
21
22
The second and fourth paragraphs (after implementing the preceding Amendment) are
deleted.
5- 02.3(1) Equipment
The second sentence in the second paragraph is revised to read:
A temperature measuring device shall be capable of reporting the temperature of
emulsified asphalt in the tank.
5- 02.3(2)A New Construction
The fourth and fifth paragraphs are revised to read:
Immediately before the first application of emulsified asphalt, the Roadway surface shall
be in the following condition: firm and unyielding, damp, free from irregularities and
material segregation, and true to line, grade, and cross - section.
No traffic will be allowed on the prepared surface until the first application of emulsified
asphalt and aggregate has been completed.
5- 02.3(3) Application of Asphalt and Aggregate
The table "Application Rate" is revised to read:
Application Rate
Undiluted
Emulsified
Aggregate
Asphalt,,(gal.
Application
per sq. yd.)
Rate (Ibs. per
Applied
Aggregate
sq. yd.)
Size'
New Construction
First
0.35 -0.65
'/z inch- No. 4
25 -45
Application
or % inch 2 inch
Second
0.35 -0.60
'h inch- No. 4
25 -40
Application
Choke Stone
N/A
No. 4 - 0
4 -6
Seal Coats
% inch — No. 4
0.40 -0.65
% inch- No. 4
25-45
Choke Stone
No. 4 - 0
4 -6
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
v
f
lJ
1
2
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
% inch — No. 4
Choke Stone
0.35 - 0.55
Y2 inch- No. 4
No. 4 - 0
20 -35
4 -6
% inch — No. 4
0.35 -0.55
% inch- No. 4
20 -30
Choke Stone
N/A
No. 4 - 0
4 -6
The table "Pavement Sealing" is deleted.
The second paragraph is revised to read:
The Project Engineer will determine the application rates. The second application of
emulsified asphalt shall be applied the next day, or as approved by the Project Engineer.
The second to last paragraph is revised to read:
Before application of the fog seal, all surfaces shall be thoroughly cleaned of dust, soil,
pavement grindings, and other foreign matter. The fog seal emulsified asphalt shall be
CSS -1 or CSS -1 h diluted with water at a rate of one part water to one part emulsified
asphalt unless otherwise approved by the Project Engineer. The fog seal shall be
uniformly applied to the pavement at a diluted rate of 0.10 — 0.18 gal /sy. The finished
application shall be free of streaks and bare spots.
5- 02.3(5) Application of Aggregates
The sixth paragraph is revised to read:
The Contractor shall apply choke stone to the Roadway with additional spreading
equipment immediately following the initial rolling of the coarse aggregate unless
otherwise specified in the Contract documents or specified by the Project Engineer.
Excess aggregate shall be removed from the Roadway. A minimum of one pass with a
pneumatic roller shall be made across the entire width of the applied choke stone.
5- 02.3(7) Patching and Correction of Defects
The last sentence in the last paragraph is revised to read:
The CSS -1 or CSS -1 h emulsified asphalt may be diluted with water at a rate of one part
water to one part emulsified asphalt unless otherwise specified by the Project Engineer.
5 -02.5 Payment
The first sentence in the second paragraph is revised to read:
The unit Contract price per mile for "Processing and Finishing" shall be full pay for all
cost to perform the specified work including, blading, scarifying, processing, leveling,
finishing, and the manipulation of aggregates as required
The third paragraph is revised to read
"Emulsified Asphalt (_) ", per ton.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127113
1
2
3
4
6
7
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
50
The fourth paragraph is revised to read:
�I
The unit Contract price per ton for "Emulsified Asphalt ( " shall be full pay for all
costs to perform the specified Work including furnishing, heating, hauling, and spreading
the emulsified asphalt on the Roadway.
The sixth paragraph is revised to read: '
The unit Contract price per ton for "Asphalt for Fog Seal' shall be full pay for all costs to
perform the specified Work for the fog seal.
The eighth paragraph is revised to read: ,
The unit Contract price per cubic yard for "Aggregate from Stockpile for BST" shall be '
full pay for all costs to perform the specified Work including loading, transporting, and
placing the material in the finished Work.
The eleventh paragraph is revised to read:
0
The unit Contract price per cubic yard or per ton for "Furnishing and Placing Crushed '
() shall be full pay for costs to perform the specified Work including furnishing,
transporting, and placing the material in the finished Work.
The thirteenth paragraph is revised to read:
The unit Contract price per hour for "Additional Brooming" shall be full pay for all costs
to perform the specified Work including rebrooming the Roadway.
5- 04.AP5
Section 5 -04, Hot Mix Asphalt
April 1, 2013
5 -04.2 Materials
The following material reference is deleted from this section:
Blending Sand 9- 03.8(4)
The fourth paragraph is revised to read:
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt
binder from different sources is not permitted.
5- 04.3(7)A1 General
This section is supplemented with the following:
The Contractor shall include the brand and type of anti - stripping additive in the mix
design submittal and provide certification from the asphalt binder manufacture that the
anti - stripping additive is compatible with the crude source and formulation of asphalt
binder proposed in mix design.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127/13
0
.J
LI
i
1
1
3
4
6
7
8
9
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
5- 04.3(7)A3 Commercial Evaluation
The second sentence in the second paragraph is deleted.
5- 04.3(10)B3 Longitudinal Joint Density
The section including title is revised to read:
5- 04.3(10)B3 Vacant
5- 04.3(11)D General
The last sentence in the first paragraph is deleted.
5- 04.3(12)A Transverse Joints
In the second paragraph "planning" is revised to read "planing ".
5- 04.3(20) Anti - Stripping Additive
This section is revised to read:
Anti - stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to
shipment to the asphalt mixing plant. For HMA accepted by statistical and nonstatistical
evaluation the anti - stripping additive shall be added in the amount designated in the
WSDOT mix design /anti -strip evaluation report provided by the Contracting Agency. For
HMA accepted by commercial evaluation the Project Engineer will determine the
amount of anti -strip to be added; paving shall not begin before the anti -strip
requirements have been provided to the Contractor.
5 -04.4 Measurement
The first sentence in the first paragraph is revised to read:
HMA Cl. _ PG _, HMA for _ Cl. _ PG _, and Commercial HMA will
be measured by the ton in accordance with Section 1 -09.2, with no deduction being
made for the weight of asphalt binder, mineral filler, or any other component of the
mixture.
The last paragraph is deleted.
5 -04.5 Payment
The bid item "Longitudinal Joint Density Price Adjustment ", by calculation and paragraph
following bid item are deleted.
5- 05.AP5
Section 5 -05, Cement Concrete Pavement
August 5, 2013
5- 05.3(1) Concrete Mix Design for Paving
The title in the table titled "Portland Cement Concrete Batch Volumes" is revised to read:
Portland Cement Concrete Batch Weights, per cubic yard of Concrete
5- 05.3(6) Subgrade
The last paragraph in this section is deleted.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
2
3
4
5
6
7
9
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
50
6- 02.AP6
Section 6 -02, Concrete Structures
January 7, 2013
6- 02.3(2) Proportioning Materials
The Lean Concrete value in the column "Minimum Cemetitious Content (pounds)" in the
table titled "Cementitious Requirement for Concrete" is revised to read:
****145
The following new note is inserted after the note " * ** No maximum specified" in the table
titled "Cementitious Requirement for Concrete ":
* ** *Maximum of 200 pounds
The paragraph following the table "Cementitious Requirements for Concrete" is revised to
read:
I
When both ground granulated blast furnace slag and fly ash are included in the
concrete mix, the total weight of both these materials is limited to 40 percent by weight '
of the total cementitious material for concrete Class 4000D and 4000A, and 50 percent
by weight of the total cementitious material for all other classes of concrete.
6- 02.3(2)B Commercial Concrete
The second paragraph is revised to read:
Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging
culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I, FB
and RM signal standards, pedestals, cabinet bases, guardrail anchors, fence post
footings, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If
commercial concrete is used for sidewalks, curbs, and gutters, it shall have a minimum
cementitious material content of 564 pounds per cubic yard of concrete, shall be air
entrained, and the tolerances of Section 6- 02.3(5)C shall apply.
6- 02.3(2)D Lean Concrete
This section is revised to read:
Lean concrete shall meet the cementitious requirements of Section 6- 02.3(2) and have
a maximum water /cement ratio of 2.
6- 02.3(4)A Qualification of Concrete Suppliers
The first paragraph is revised to read :
Batch Plant Prequalification requires a certification by the National Ready Mix Concrete
Association ( NRMCA). Information concerning NRMCA certification may be obtained
from the NRMCA at 900 Spring Street, Silver Springs, MD 20910 or online at
www.nrmca.org. The NRMCA certification shall be valid for a 2 -year period from the
date of certificate. The following documentation shall be submitted to the Project
Engineer; a copy of the current NRMCA Certificate of Conformance, the concrete mix
design(s) (WSDOT Form 350 -040), along with copies of the truck list, batch plant scale
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
LI
n
1 certification, admixture dispensing certification, and volumetric water batching devices
2 (including water meters) verification.
3
4 - 6- 02.3(5)G Sampling and Testing Frequency for Temperature, Consistency,
5 and Air Control
6 The last sentence in the second paragraph is revised to read:
7
8 Sampling shall be performed in accordance with WSDOT FOP for WAQTC TM 2 and
9 random samples shall be selected in accordance with WSDOT TM 716.
10
11 6- 02.3(14)C Pigmented Sealer for Concrete Surfaces
12 This section is revised to read:
13
14 The Contractor shall submit the pigmented sealer manufacturer's written instructions
15 covering, at a minimum, the following:
16
17 1. Surface preparation
18
19 2. Application methods
20
21 3. Requirements for concrete curing prior to sealer application
22
23 4. Temperature, humidity and precipitation limitations for application
24
25 5. Rate of application and number of coats to apply
26
27 The Contractor shall not begin applying pigmented sealer to the surfaces specified to
28 receive the sealer until receiving the Engineer's approval of the submittal.
29
30 All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2
31 surface finish (except that concrete barrier surfaces shall be finished in accordance with
32 Section 6- 02.3(11)A). The Contractor shall not apply pigmented sealer from a batch
33 greater than 12 months past the initial date of color sample approval of that batch by the
34 Engineer.
35
36 The pigmented sealer color or colors for specific concrete surfaces shall be as specified
37 in the Special Provisions.
38
39 The final appearance shall be even and uniform without blotchiness, streaking or
40 uneven color. Surface finishes deemed unacceptable by the Engineer shall be re-
41 coated in accordance with the manufacturer's recommendations at no additional
42 expense to the Contracting Agency.
43.
44 For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete
45 fascia panels, and noise barrier wall panels, the pigmented sealer shall extend to 1 foot
46 below the finish ground line, unless otherwise shown in the Plans.
47
48 6- 02.3(16) Plans for Falsework and Formwork
49 Item No. 4 in the seventh paragraph is revised to read:
50
51 4. Conditions required by other Sections of 6- 02.3(17), Falsework and Formwork.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
2
3
4
6
7
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
50
51
Item's No. 5, 6, 7, and 8 in the seventh paragraph are deleted.
The following paragraph is inserted after the seventh paragraph:
Plan approval can be done by the Project Engineer for footings and walls 4 to 8 feet high
(excluding pedestal height) provided:
Concrete placement rate is 4 feet per hour or less.
2. Facing is 3/ -inch plywood with grades as specified per Section 6- 02.3(17)1
3. Studs, with plywood face grain perpendicular, are 2 by 4's spaced at 12 inches.
4. Walers with 3,000 pound safe working load ties spaced at 24 inches are two 2 by
4's spaced at 24 inches.
6- 02.3(17)F Bracing ,
In the first paragraph, the phrase "per Section 6- 02.3(17)1' is revised to read "in accordance
with Section 6- 02.3(17)1 ".
This section is supplemented with the following new sub - section:
6- 02.3(17)F5 Temporary Bracing for Bridge Girders During Diaphragm and Bridge
Deck Concrete Placement
Prestressed concrete girders shall be braced to resist forces that would cause rotation
or torsion in the girders caused by the placing of precast concrete deck panels and
concrete for the bridge deck.
Bracing shall be designed and detailed by the Contractor and shall be shown in the
falsework/formwork plans submitted to the Engineer for approval. These braces shall be
furnished, installed, and removed by the Contractor at no additional cost to the
Contracting Agency. The Contractor may consider the bracing effects of the diaphragms
in developing the falsework/formwork plans. The Contractor shall account for the added
load from concrete finishing machines and other construction loadings in the design of
the bracing.
Falsework support brackets and braces shall not be welded to structural steel bridge
members or to steel reinforcing bars.
6- 02.3(17)F4 Temporary Bracing for Bridge Girders
This section including title is revised to read:
6- 02.3(17)F4 Temporary Bracing for Bridge Girders During Erection
Steel girders shall be braced in accordance with Section 6- 03.3(7)A.
Prestressed concrete girders shall be braced sequentially during girder erection. The
bracing shall be designed and detailed by the Contractor and shall be shown in the
falsework/formwork plans submitted to the Engineer for approval. The Contractor shall
furnish, install, and remove the bracing at no additional cost to the Contracting Agency.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
�I
J
17
ii
1
t
1
1
3
4
5
6
7
8
9
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
50
51
At a minimum, the Contractor shall brace girders at each end and at midspan to prevent
lateral movement or rotation. This bracing shall be placed prior to the release of each
girder from the erection equipment. If the bridge is constructed with cast -in -place
concrete diaphragms, the bracing may be removed once the concrete in the
diaphragms has been placed and cured for a minimum of 24 hours.
6- 02.3(17)H Formwork Accessories
The first paragraph is deleted and replaced with the following two new paragraphs:
Formwork accessories such as form ties, form anchors, form hangers, anchoring
inserts, and similar hardware shall be specifically identified in the formwork plans
including the name and size of the hardware, manufacturer, safe working load, and
factor of safety. The grade of steel shall also be indicated for threaded rods, coil rods,
and similar hardware. Wire form ties shall not be used. Welding or clamping formwork
accessories to Contract Plan reinforcing steel will not be allowed. Driven types of
anchorages for fastening forms or form supports to concrete, and Contractor fabricated
"J" hooks shall not be used. Field drilling of holes in prestressed girders is not allowed.
Taper ties may be used provided the following conditions are met:
The structure is not designed to resist water pressure (pontoons, floating
dolphins, detention vaults, etc.)
2. After the taper tie is removed, plugs designed and intended for plugging taper
tie holes shall be installed at each face of concrete. The plug shall be installed
a minimum of 1 '/2" clear from the face of concrete.
3. After the plug is installed, the hole shall be cleaned of all grease,
contamination and foreign matter.
4. Holes on the exposed faces of concrete shall be patched and finished to match
the surrounding concrete.
6- 02.3(25)N Prestressed Concrete Girder Erection
The third sentence in the fifth paragraph is revised to read:
The girders shall be braced in accordance with Sections 6- 02.3(17)F4 and 6-
02.3(17)F5.
6- 02.3(26)E5 Leak Tightness Testing
The first sentence in the first paragraph is revised to read:
The Contractor shall test each completed duct assembly for leak tightness after placing
concrete but prior to placing post tensioning reinforcement.
The second paragraph is revised to read:
Prior to testing, all grout caps shall be installed and all vents, grout injection ports, and
drains shall either be capped or have their shut -off valves closed. The Contractor shall
pressurize the completed duct assembly to an initial air pressure of 50 psi. This
pressure shall be held for five minutes to allow for internal adjustments within the
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
3
4
6
7
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
assembly. After five minutes, the air supply valve shall be closed. The Contractor shall
monitor and measure the pressure maintained within the closed assembly, and any ,
subsequent loss of pressure, over a period of one minute following the closure of the air
supply valve. The maximum pressure loss for duct assemblies equal to or less than 150
feet in length shall be 25 psig. The maximum pressure loss for duct assemblies greater '
than 150 feet in length shall be 15 psig. If the pressure loss exceeds the allowable,
locations of leakage shall be identified, repaired or reconstructed using methods
approved by the Engineer. The repaired system shall then be retested. The cycle of
testing, repair and retesting of each completed duct assembly shall continue until the '
completed duct assembly completes a test with pressure loss within the specified
amount.
6- 03.AP6 ,
Section 6 -03, Steel Structures
August 5, 2013 ,
6- 03.3(7)A Erection Methods
The following new paragraph is inserted after the second paragraph: ,
The Contractor may submit for approval the use of an engineered and fabricated lifting
bracket bolted to the girder top flanges providing the following requirements are
satisfied:
The lifting bracket shall be engineered and supporting calculations shall be
submitted with the erection plan;
2. The calculations shall include critical stresses in the girder including local I
stresses in the flanges at lifting bracket locations;
3. The calculations shall include computation of the lifting bracket and associated '
bolt hole locations and the expected orientation of the girder during picking
operation;
4. The lifting bracket shall be load tested and certified for a load at least 2 times '
the working load and at all angles it will be used (angle of load or rigging).
Certification documentation from a previous project may be submitted for
approval;
5. Bolt holes in girders added for the lifting bracket connections shall be shown in
the shop plans and shall be drilled in the shop. Field drilling of bolt holes for '
lifting brackets will not be permitted;
6. Bolt holes in girder top flanges shall be filled with high strength bolts after ,
erection in accordance with Section 6- 02.3(17)K.
The last sentence in the fourth paragraph (after implementing the preceding Amendment) is
revised to read: I
The plan, including lifting bracket working drawings and calculations, shall be prepared
by (or under the direct supervision of) a Professional Engineer, licensed under Title 18 ,
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
t
r]
L
1
3
4
6
7
8
9
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
50
51
RCW, State of Washington, in the branch of Civil or Structural, and shall carry the
engineer's seal and signature, in accordance with Section 6- 02.3(16).
6- 03.3(13) Fabricating Tension Members
Item number 2. is revised to read:
2. Fabricated from plate stock with the primary rolling direction of the stock parallel to
the length of the member, or as shown in the Plans.
6- 03.3(28)A Method of Shop Assembly
The first sentence in Item 2.C. is revised to read:
For Trusses and Girders — After the first stage has been completed, each subsequent
stage shall be assembled to include: at least one truss panel or girder shop section of
the previous stage and two or more truss panels or girder shop sections added at the
advancing end.
6- 03.3(32) Assembling and Bolting
The first sentence in the fourth paragraph is revised to read:
To complete a joint following one of the methods listed above, the Contractor shall fill all
remaining holes of the field connection or splice place with bolts and tighten to snug -
tight.
The following two new paragraphs are inserted after the fourth paragraph:
The Contractor shall complete the joint or connection within ten calendar days of
installing the first bolt or within a duration approved by the Engineer. Any bolts inserted
in an incomplete connection, either loose or tightened snug- tight, which exceed the
specified duration for completing the connection, shall be subject to the following
requirements:
Three assemblies for each size and length shall be removed from
connection(s) that are to be tensioned. Rotational capacity tests shall be
performed on the removed assemblies to demonstrate the assembly has
sufficient lubricant to be tensioned satisfactorily.
2. Five assemblies shall be removed from the connection to establish the
inspection torque.
3. In the case of tension controlled bolts, three assemblies shall be removed and
tested in accordance with Section 6- 03.3(33)A to verify the minimum specified
tension can be achieved prior to shearing of the spline.
Assemblies removed for the purpose of rotational capacity testing, determination of the
inspection torques, or verification of tension controlled bolt performance shall be
replaced with new bolts at no additional expense to the Contracting Agency. To
minimize the number of removed assemblies, the Contractor may combine rotational
capacity testing and inspection torque determination as approved by the Engineer.
6- 03.3(33) Bolted Connections
The fourth paragraph is revised to read:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
3
4
5
6
7
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
50
51
All bolted connections are slip critical. Painted structures require either Type 1 or Type 3
bolts. Unpainted structures require Type 3 bolts. Bolts shall not be galvanized unless
specified in the Contract documents. AASHTO M 253 bolts shall not be galvanized and
shall not be used in contact with galvanized metal.
In the tenth paragraph, the first paragraph of Item number 3. is revised to read:
3. Twist Off Type Tension Control Structural Bolt/Nut/Washer Assembly
Method (Tension Control Bolt Assembly) - Tension control bolt assemblies
shall include the bolt, nut, and washer(s) packaged and shipped as a single
assembly. Unless otherwise approved by the Engineer, tension control bolt
assembly components shall not be interchanged for testing or installation and
shall comply with all provisions of ASTM F 1852. If approved by the Engineer,
the tension control bolt assembly components may be interchanged within the
same component lot for girder web splices or other locations where access to
both sides of the connection is restricted.
6- 03.3(33)A Pre - Erection Testing
The following new paragraph is inserted after the fourth paragraph:
Three twist off -type tension controlled bolt assemblies, per assembly lot, shall be tested
in a bolt tension calibrator. The bolts shall first be tensioned to a snug tight condition.
Tensioning shall then be completed by tightening the assembly nut in a continuous
operation using a spline drive installation tool until the spline shears from the bolt. The
bolt assembly tension shall meet the requirements of Table 1. If any specimen fails, the
assembly lot is rejected.
6- 03.3(33)B Bolting Inspection
The first paragraph is revised to read:
The Contractor, in the presence of the Project Engineer, shall inspect the tightened bolt
using a calibrated inspection torque wrench, regardless of bolting method. The
Contractor shall supply the inspection torque wrench. Inspection shall be performed
within seven calendar days from the completion of each bolted connection or as
approved by the Project Engineer.
6- 03.3(36) Setting and Grouting Masonry Plates
Item number 2. in the second paragraph is revised to read:
2. Place steel shims under the masonry plates to position pin, centers or bearings to
line and grade and in relationship to each other. Steel shims shall be the size and
be placed at the locations shown in the Plans;
6- 03.3(39) Swinging the Span
The second and third paragraphs are revised to read:
After the falsework is released (spans swung free), the masonry plates, shoes, and
keeper plates are grouted, and before any load is applied, the Contractor (or the
Engineer if the Contracting Agency is responsible for surveying) shall survey elevations
at the tenth points along the centerline on top of all girders and floorbeams. The
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
ii
n
1
1
ii
d
1�
1
3
4
5
6
7
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
Contractor shall calculate the theoretical top of girder or floorbeam flange elevations
and compare the calculated elevations to the surveyed elevations. The theoretical pad
or haunch depth shown in the Plans shall be increased or decreased by the difference
between the theoretical and surveyed top of girder or floorbeam elevations. The soffit
(deck formwork) shall be set based on the Plan bridge deck thickness and the adjusted
pad or haunch depth.
The Contractor shall submit all survey data and calculations to the Engineer for review
ten working days prior to placing any load, beyond the maximum five pounds per square
foot of form weight allowed, on the Structure.
6- 05.AP6
Section 6 -05, Piling
August 6, 2012
6 -05.5 Payment
The paragraph following the bid item, "Driving St. Pile ", per each is revised to read:
The unit Contract price per each for "Driving (type) Pile (_)" shall be full pay for
driving the pile to the ultimate bearing and /or penetration specified.
6- 06.AP6
Section 6 -06, Bridge Railings
August 6, 2012
6- 06.3(2) Metal Railings
The third paragraph is revised to read:
Anchor bolts shall be positioned with a template to ensure that bolts match the hole
spacing of the bottom channels Or anchorage plates.
6- 07.AP6
Section 6 -07, Painting
August 5, 2013
6- 07.3(9)A Paint System
The first sentence in the second paragraph is revised to read:
All paint coating components of the selected paint system shall be produced by the
same manufacturer.
6- 07.3(10)H Paint System
The first and second sentences in the second paragraph are revised to read:
All paint coating components of the selected paint system shall be produced by the
same manufacturer.
6- 07.3(10)N Field Coating Application Methods
The first sentence is revised to read:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
3
4
5
6
7
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
The Contractor shall apply paint materials in accordance with the manufacturer's
recommendations by air or airless spray, brush, roller, or any combination of these
methods unless otherwise specified.
The third sentence is revised to read:
I
The Contractor shall use brushes to apply the stripe coat, to ensure complete coverage
around structural geometric irregularities, and to push the paint into gaps between
existing steel surfaces and around rivets and bolts. t
6- 07.3(10)0 Applying Field Coatings
The first sentence in the sixth paragraph is revised to read:
All steel surfaces cleaned to bare metal by abrasive blast cleaning shall .receive the
primer coat within the same working day as the cleaning to bare metal and before any
rust begins to form.
6 -07.5 Payment
The third paragraph is revised to read:
The lump sum Contract price for "Cleaning and Painting - " shall be full pay for the
Work as specified, including developing all submittals, arranging for and
accommodating contact and on -site attendance by the paint manufacturer's technical
representative, furnishing and placing all necessary staging and rigging, furnishing,
operating and mooring barges, furnishing and operating fixed and movable work
platforms, accommodating Contracting Agency inspection access, conducting the
Contractor's quality control inspection program, providing material, labor, tools, and
equipment, furnishing containers for containment waste, collecting and storing
containment waste, collecting, storing, testing, and disposing of all containment waste
not conforming to the definition in Section 6- 07.3(10)F, performing all cleaning and
preparation of surfaces to be painted, applying all coats of paint and sealant, correcting
coating deficiencies, completing coating repairs, and completing project site cleanup.
The first sentence in the fourth paragraph is revised to read:
Progress payments for "Cleaning and Painting - " will be made on a monthly basis
and will be based on the percentage of the total estimated area satisfactorily cleaned
and coated as determined by the Project Engineer.
6- 10.AP6
Section 6 -10, Concrete Barrier
August 5, 2013
6 -10.3 Construction Requirements
This section is supplemented with the following:
Steel welded wire reinforcement deformed, conforming to Section 9 -07.7, may be
substituted in concrete barrier in place of deformed steel bars conforming to Section 9-
07.2, subject to the following conditions:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
11
1
t
r-Ij
1
3
4
5
6
7
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
1. Steel welded wire reinforcement spacing shall be the same as the. deformed
steel bar spacing as shown in the Standard Plans.
2. The minimum cross sectional area for steel welded wire reinforcement shall be
no less than 86 percent of the cross sectional area for the deformed steel bars
being substituted.
3. Development lengths and splice lengths shall conform to requirements
specified in the AASHTO LRFD Bridge Design Specifications, current edition.
6- 10.3(6) Placing Concrete Barriers
The first and second sentences in the first paragraph are revised to read:
Precast concrete barrier Types 2 and 4, precast single slope barrier, and transitions
shall rest on a paved foundation shaped to a uniform grade and section. The foundation
surface for precast concrete barrier Types 2 and 4, precast single slope barrier, and
transitions shall meet this test for uniformity:
6 -10.5 Payment
In the second paragraph, the bid item "Conc. Class 4000" is revised to read:
"Conc. Class 4000_"
6- 12.AP6
Section 6 -12, Noise Barrier Walls
August 6, 2012
6- 12.3(3) Shaft Construction
The third sentence in the fifth paragraph is revised to read:
When efforts to advance past the obstruction to the design shaft tip elevation result in
the rate of advance of the shaft drilling equipment being significantly reduced relative to
the rate of advance for the rest of the shaft excavation, then the Contractor shall remove
the obstruction under the provisions of Section 6 -12.5.
6- 12.3(6) Precast Concrete Panel Fabrication and Erection
The second sentence in item number 3 is deleted.
6 -12.5 Payment
This section is supplemented with the following:
"Removing Noise Barrier Wall Shaft Obstructions ", estimated.
Payment for removing obstructions, as defined in Section 6- 12.3(3), will be made for the
changes in shaft construction methods necessary to remove the obstruction. The
Contractor and the Engineer shall evaluate the effort made and reach agreement on the
equipment and employees utilized, and the number of hours involved for each. Once
these cost items and their duration have been agreed upon, the payment amount will be
determined using the rate and markup methods specified in Section 1 -09.6. For the
purpose of providing a common proposal for all bidders, the Contracting Agency has
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
3
4
5
6
7
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
entered an amount for the item 'Removing Noise Barrier Wall Shaft Obstructions" in the
bid proposal to become a part of the total bid by the Contractor.
If the shaft construction equipment is idled as a result of the obstruction removal work
and cannot be reasonably reassigned within the project, then standby payment for the
idled equipment will be added to the payment calculations. If labor is idled as a result of
the obstruction removal work and cannot be reasonably reassigned within the project,
then all labor costs resulting from Contractor labor agreements and established
Contractor policies will be added to the payment calculations.
The Contractor shall perform the amount of obstruction work estimated by the
Contracting Agency within the original time of the contract. The Engineer will consider a
time adjustment and additional compensation for costs related to the extended duration
of the shaft construction operations, provided:
1. the dollar amount estimated by the Contracting Agency has been exceeded,
and;
2. the Contractor shows that the obstruction removal work represents a delay to
the completion of the project based on the current progress schedule provided
in accordance with Section 1 -08.3.
6- 13.AP6
Section 6 -13, Structural Earth Walls
April 1, 2013
t
6 -13.2 Materials ,
In the first paragraph, the following item is inserted after the item "Aggregates for Portland
Cement Concrete ":
Gravel Borrow for Structural Earth Walls 9- 03.14(4)
6 -13.4 Measurement
In the second paragraph, "Backfill" is revised to read "Gravel borrow ".
6 -13.5 Payment
In this section, the bid item "Backfill for Structural Earth Wall Incl. Haul' is revised to read:
"Gravel Borrow for Structural Earth Wall incl. Haul".
6- 14.AP6
Section 6 -14, Geosynthetic Retaining Walls
April 1, 2013
6 -14.2 Materials
The first paragraph is revised to read:
Materials shall meet the requirements of the following sections:
Portland Cement 9 -01
Aggregates for Portland Cement Concrete 9 -03.1
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 812713
t
t
1
1
1
1
3
4
5
6
7
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
Sand
9- 03.13(1)
Gravel Borrow for Structural Earth Wall
9- 03.14(4)
Polyurethane Sealant
9- 04.2(3)
Closed Cell Foam Backer Rod
9- 04.2(3)A
Anchor Rods and Associated Nuts, Washers, and Couplers
9- 06.5(1)
Reinforcing Steel
9 -07
Wire Mesh for Concrete Reinforcement
9 -07.7
Grout
9- 20.3(4)
Construction Geosynthetic
9 -33
6 -14.4 Measurement
In the second paragraph, "geosynthetic retaining wall backfill" is revised to read "structural
earth wall backfill ".
6 -14.5 Payment
In this section, the bid item "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul ". Is revised
to read:
"Gravel Borrow for Structural Earth Wall incl. Haul"
6- 15.AP6
Section 6 -15, Soil Nail Walls
January 2, 2012
6 -15.2 Materials
The referenced section for the following item is revised to read:
Grout
9- 20.3(4)
6- 15.3(3) Submittals
Item f beneath item number 3 is revised to read:
f. Mix design and procedures for placing the grout.
6- 15.3(6) Soil Nailing
This section is supplemented with the following:
The Contractor shall make and cure grout cubes once per day in accordance with
WSDOT Test Method T 813. These samples shall be retained by the Contractor until all
associated verification and proof testing of the soil nails has been successfully
completed. If the Contractor elects to test the grout cubes for compressive strength,
testing shall be conducted by an independent laboratory and shall be in accordance
with the WSDOT FOP for AASHTO T106.
6- 16.AP6
Section 6 -16, Soldier Pile and Soldier Pile Tieback Walls
January 2, 2012
6- 16.3(3) Shaft Excavation
The third sentence in the seventh paragraph is revised to read:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
3
4
5
6
7
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
When efforts to advance past the obstruction to the design shaft tip elevation result in
the rate of advance of the shaft drilling equipment being significantly reduced relative to
the rate of advance for the rest of the shaft excavation, then the Contractor shall remove
the obstruction under the provisions of Section 6 -16.5.
6 -16.5 Payment
This section is supplemented with the following:
"Removing Soldier Pile Shaft Obstructions ", estimated.
Payment for removing obstructions, as defined in Section 6- 16.3(3), will be made for the
changes in shaft construction methods necessary to remove the obstruction. The
Contractor and the Engineer shall evaluate the effort made and reach agreement on the
equipment and employees utilized, and the number of hours involved for each. Once
these cost items and their duration have been agreed upon, the payment amount will be
determined using the rate and markup methods specified in Section 1 -09.6. For the
purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount for the item 'Removing Soldier Pile Shaft Obstructions" in the bid
proposal to become a part of the total bid by the Contractor.
If the shaft construction equipment is idled as a result of the obstruction removal work
and cannot be reasonably reassigned within the project, then standby payment for the
idled equipment will be added to the payment calculations. If labor is idled as a result of
the obstruction removal work and cannot be reasonably reassigned within the project,
then all labor costs resulting from Contractor labor agreements and established
Contractor policies will be added to the payment calculations.
The Contractor shall perform the amount of ,obstruction work estimated by the
Contracting Agency within the original time of the contract. The Engineer will consider a
time adjustment and additional compensation for costs related to the extended duration
of the shaft construction operations, provided:
the dollar amount estimated by the Contracting Agency has been exceeded,
and;
2. the Contractor shows that the obstruction removal work represents a delay to
the completion of the project based on the current progress schedule pro'ided
in accordance with Section 1 -08.3.
6- 17.AP6
Section 6 -17, Permanent Ground Anchors
August 6, 2012
6- 17.3(3) Submittals
The first sentence in the sixth paragraph is revised to read:
The Contractor shall submit the mix design for the grout conforming to Section 9- 20.3(4)
and the procedures for placing the grout to the Engineer for approval.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
t
t
1
1
2
3
4
5
6
7
8
9
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
50
6- 17.3(7) Installing Permanent Ground Anchors
The following new paragraph is inserted after the sixth paragraph:
The Contractor shall make and cure grout cubes once per day in accordance with
WSDOT Test Method T 813. These samples shall be retained by the Contractor until all
associated verification, performance and proof testing of the permanent ground anchors
has been successfully completed. If the Contractor elects to test the grout cubes for
compressive strength, testing shall be conducted by an independent laboratory and
shall be in accordance with the WSDOT FOP for AASHTO T106.
6- 17.3(9) Permanent Ground Anchor Acceptance Criteria
The fourth paragraph is deleted.
6- 19.AP6
Section 6 -19, Shafts
August 5, 2013 .
6- 19.3(2) Submittal
This section including title is revised to read:
Shaft Construction Submittals
The shaft construction submittal shall be comprised of the following three components:
construction experience; shaft installation narrative; and shaft slurry technical
assistance. The submittal shall be submitted in a PDF format to the Project Engineer a
minimum of 30 calendar days prior to the start of the Work.
6- 19.3(2)A Construction Experience Submittal
This section's title is revised to read:
Construction Experience
The first sentence in the first paragraph is revised to read:
The Contractor shall submit a project reference list to the Project Engineer for verifying
the successful completion by the Contractor of at least three separate foundation
projects with shafts of diameters and depths similar to or larger than those shown in the
Plans, and ground conditions similar to those identified in the Contract.
The first sentence in the second paragraph is revised to read:
The Contractor shall submit a list identifying the on -site supervisors and drill rig
operators potentially assigned to the project to the Project Engineer.
The first and second sentences in the last paragraph are deleted.
6- 19.3(2)6 Shaft Installation Narrative Submittal
This section's title is revised to read:
Shaft Installation Narrative
The first sentence in the first paragraph is revised to read:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127113
1
2 The Contractor shall submit a shaft installation narrative to the Engineer.
3 ,
4 Item number 4. (except the table) is revised to read:
5
6 4. A slurry mix design, including all additives and their specific purpose in the slurry
7 mix, with a discussion of its suitability to the anticipated subsurface conditions shall
8 be submitted and include the procedures for mixing, using, and maintaining the
9 slurry. A detailed plan for quality control of the selected slurry, including tests to be
10 performed, test methods to be used, and minimum and /or maximum property
11 requirements which must be met to ensure the slurry functions as intended,
12 considering the anticipated subsurface conditions and shaft construction methods,
13 in accordance with the slurry manufacturer's recommendations and these Special
14 Provisions shall be included. As a minimum, the slurry quality control plan shall
15 include the following tests:
16
17 Item number 9. is revised to read (except the lettered items):
18
19 9. Reinforcing steel shop drawings with details of reinforcement placement, including
20 bracing, centering, and lifting methods, and the method to ensure the reinforcing
21 cage position is maintained during construction, including use of bar boots and /or
22 rebar cage base plates, and including placement of rock backfill below the bottom
23 of shaft elevation, provided the conditions of Section 6- 19.3(5)D are satisfied.
24
25 The reinforcing steel shop drawings and shaft installation narrative shall include, at
26 a minimum:
27
28 The paragraph following item number 9 n is deleted.
29
30 The first sentence in the paragraph following item number 9 n.. (after implementing the
31 preceding Amendment) is revised to read:
32
33 The Engineer will evaluate the shaft installation narrative for conformance with the
34 Plans, Specifications, and Special Provisions, within the review time specified.
35
36 6- 19.3(2)C Shaft Slurry Technical Assistance Submittal
37 This section's title is revised to read:
38
39 Shaft Slurry Technical Assistance
40
41 The second sentence in the first paragraph (except for the numbered items) is revised to
42 read:
43
44 The Contractor shall submit the following to the Engineer:
45
46 6- 19.3(4)B Minimum Level of Slurry in the Excavation
47 This section is revised to read:
48
49 When slurry is used in a shaft excavation the following is required:
50
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
H
F��
t
fl
1
3
4
6
7
8
9
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
50
51
The height of the slurry shall be as required to provide and maintain a stable
hole to prevent bottom heave, caving, or sloughing of all unstable zones.
2. The Contractor shall provide casing, or other means, as necessary to meet
these requirements.
3. The slurry level in the shaft while excavating shall be maintained above the
groundwater level the greater of the following dimensions:
a. Not less than 5 feet for mineral slurries.
b. Not less than 10 feet for water slurries.
c. Not less than 10 feet for synthetic slurries.
4. The slurry level in the shaft throughout all stops as specified in Section 6-
19.3(3)A and during concrete placement as specified in Section 6- 19.3(7) shall
be no lower than the water level elevation outside the shaft.
6- 19.3(4)F Slurry Disposal
This section including title is revised to read:
6- 19.3(4)F Disposal of Slurry and Slurry Contacted Spoils
The Contractor shall dispose of the slurry and slurry- contacted spoils as specified in the
shaft installation narrative in accordance with Section 6- 19.3(2)B, item 8, and in
accordance with the following requirements:
Water slurry with no additives may be infiltrated to an upland area within the
confines of the Contracting Agency Right of Way for the project. Infiltration is
allowed provided the ground -line at the disposal site is at least 5 feet above
the current water table, and that disposal operations conform to the temporary
erosion and sedimentation control (TESC) requirements established for this
project. For the purposes of water slurry disposal, upland is defined as an area
that has no chance of discharging directly to waters of the State, including
wetlands or conveyances that indirectly lead to wetlands or waters of the State.
Spoils in contact with this slurry may be disposed of as clean fill.
2. Synthetic slurry and water slurry with polymer -based additives shall be
contained and disposed of by the Contractor at an approved facility. The
Contractor shall acquire all permits or approvals necessary for disposal of the
slurry and shall provide copies to the Engineer. Spoils in contact with synthetic
slurry or water slurry with polymer -based additives shall be disposed of in
accordance with Section 2- 03.3(7)C. With approval of the Engineer, the
Contractor may re -use these spoils on -site.
3. Mineral slurry may be infiltrated to a temporary sediment trap located in an
upland area within the confines of the Contracting Agency Right of Way for the
project. Infiltration is allowed provided the ground -line at the disposal site is at
least 5 feet above the current water table, and that disposal operations
conform to the temporary erosion and sedimentation control (TESC)
requirements established for this project. For the purposes of mineral slurry
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8 /27/13
1
3
4
5
6
7
8
9
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
disposal, upland is defined as an area that has no chance of discharging
directly to waters of the State, including wetlands or conveyances that
indirectly lead to wetlands or waters of the State. Spoils in contact with mineral
slurry shall be disposed of in accordance with Section 2- 03.3(7)C. With
approval of the Engineer, the Contractor may re -use these spoils on -site.
7- 02.AP7
Section 7 -02, Culverts
August 6, 2012
7 -02.2 Materials
Note 3 in the table titled, "Culvert Pipe Schedules" is revised to read:
3Polypropylene pipe, 12 inch to 30 inch diameters approved for Schedule A and
Schedule B, 36 inch to 60 inch diameters approved for Schedule A only.
7 -02.5
The bid item "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam. ", per linear
foot is revised to read:
"St. Rib Reinf Polyethylene Culv. Pipe In. Diam. ", per linear foot
7- 03.AP7
Section 7 -03, Structural Plate Pipe, Pipe Arch, Arch, and Underpass
August 6, 2012
7- 03.3(1) Foundations, General
This section is supplemented with the following:
When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint
shall be applied in accordance with Section 7- 08.3(2)D.
7- 03.3(5) Headwalls
This section is supplemented with the following:
When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint
shall be applied in accordance with Section 7- 08.3(2) D.
7- 04.AP7
Section 7 -04, Storm Sewers
August 6, 2012
7- 04.3(1)B Exfiltration Test — Storm Sewers
The fifth column title "PE 4" is revised to read "PP4" from the table titled, "Storm Sewer Pipe
Schedules ".
Note 4 in the table titled, "Storm Sewer Pipe Schedules" is revised to read:
4PP = Polypropylene Pipe, 12 inch to 30 inch approved for Schedule A and Schedule B,
36 inch to 60 inch diameters approved for Schedule A only.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127/13
1
1
t
t
i
1
t
t
1
1
3
4
6
7
8
9
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
7 -04.5
The bid item "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In Diam ", per
linear foot is revised to read:
"St. Rib Reinf Polyethylene Storm Sewer Pipe In. Diam ", per linear foot
7- 05.AP7
Section 7 -05, Manholes, Inlets, Catch Basins, and Drywells
April 2, 2012
7 -05.3 Construction Requirements
The third paragraph is supplemented with the following:
Leveling and adjustment devices that do not modify the structural integrity of the metal
frame, grate or cover, and do not void the originating foundry's compliance to these
specifications and warranty is allowed. Approved leveling devices are listed in the
Qualified Products List. Leveling and adjusting devices that interfere with the backfilling,
backfill density, grouting and asphalt density will not be allowed. The hardware for
leveling and adjusting devices shall be completely removed when specified by the
Project Engineer.
7- 08.AP7
Section 7 -08, General Pipe Installation Requirements
August 6, 2012
7- 08.3(2)D Pipe Laying — Steel or Aluminum
The following new sentence is inserted after the first sentence in the second paragraph:
The paint shall cover all the surface in contact with the concrete and extend one inch
beyond the point of contact.
7- 09.AP7
Section 7 -09, Water Mains
August 6, 2012
7- 09.3(19)A Connections to Existing Mains
In the second paragraph, "Special Conditions" is revised to read "Special Provisions ".
8- 01.AP8
Section 8 -01, Erosion Control and Water Pollution Control
August 5, 2013
8 -01.2 Materials
The first paragraph is revised to read:
Materials shall meet the requirements of the following sections:
Corrugated Polyethylene Drain Pipe 9- 05.1(6)
Quarry Spalls 9 -13
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
Seed
9 -14.2
2
Fertilizer
9 -14.3
3
Mulch and Amendments
9 -14.4
4
Tackifiers
9- 14.4(7)
5
Erosion Control Devices
9 -14.5
6
High Visibility Fence
9 -14.5
7
Construction Geotextile
9 -33
8
9
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
50
8- 01.3(1) General .
The last two sentences in the first paragraph are deleted.
In the seventh paragraph, "perimeter silt fencing" is revised to read "silt fencing ".
8- 01.3(2)D Mulching
The following two new paragraphs are inserted after the fourth paragraph:
Short-Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and
may be applied in one lift.
Moderate -Term Mulch and Long -Term Mulch shall be hydraulically applied at the rate of
3500 pounds per acre with no more than 2000 pounds applied in any single lift.
8- 01.3(2)E Soil Binders and Tacking Agents
This section including title is revised to read:
8- 01.3(2)E Tackifiers
Tackifiers applied using a hydroseeder shall have a mulch tracer added to visibly aid
uniform application. This tracer shall not be harmful to plant, aquatic, or animal life. A
minimum of 125 pounds per acre and a maximum of 250 pounds per acre of Short-Term
Mulch shall be used as a tracer. Tackifier shall be mixed and applied in accordance with
the manufacturer's recommendations.
Soil Binding Using Polyacrylamide (PAM) — The PAM shall be applied on bare soil
completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM
shall be applied at a rate of not more than 2/ pound per 1,000 gallons of water per acre.
A minimum of 200 pounds per acre of Short-Term Mulch shall be applied with the
dissolved PAM. Dry powder applications may be at a rate of 5 pounds per acre using a
hand -held fertilizer spreader or a tractor - mounted spreader.
PAM shall be applied only to areas that drain to completed sedimentation control BMPs
in accordance with the TESC Plan. PAM may be reapplied on actively worked areas
after a 48 -hour period.
PAM shall not be applied during rainfall or to saturated soils
8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
In the first paragraph, "Engineer' is revised to read "Project Engineer".
Note 1 of the table in the first paragraph is revised to read:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
t
a
1
3
4
6
7
8
9
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
50
Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be
accomplished during the fall period listed above
The third paragraph is deleted.
8- 01.3(3) Placing Erosion Control Blanket
This section including title is revised to read:
8- 01.3(3) Placing Biodegradable Erosion Control Blanket
Biodegradable Erosion Control Blankets are used as an erosion prevention device and
to enhance the establishment of vegetation. Erosion control blankets shall be installed
according to the manufacturer's recommendations.
Seeding and fertilizing shall be done prior to blanket installation.
Select erosion control blanket material for an area based on the intended function: slope
or ditch stabilization, and site specific factors including soil, slope gradient, rainfall, and
flow exposure. Erosion Control Blankets shall not be used on slopes or in ditches that
exceed the manufacturer's recommendations.
8- 01.3(4) Placing Compost Blanket
This section is revised to read:
Compost blanket, shall be placed to a depth of 3 inches over bare soil. Compost blanket
shall be placed prior to seeding or other planting. An organic tackifier shall be placed
over the entire composted area when dry or windy conditions are present or expected
before the final application of mulch or erosion control blanket. The tackifier shall be
applied immediately after the application of compost to prevent compost from leaving
the composted area.
Compost shall be Medium Compost.
8- 01.3(5) Placing Plastic Covering
This section including title is revised to read:
Plastic Covering
Erosion Control - Plastic coverings used to temporarily cover stock piled
materials, slopes or bare soils shall be installed and maintained in a way that
prevents water from intruding under the plastic and prevents the plastic cover from
blowing open in the wind. Plastic coverings shall be placed with at least a 12 -inch
overlap of all seams and be a minimum of 6 mils thick.
Containment - Plastic coverings used to line concrete washout areas, contain
wastewaters, or used in secondary containment to prevent spills, shall be seamless
to prevent infiltration and be a minimum of 10 mils thick.
Vegetation Management - Plastic covering placed over areas that have been
seeded shall be clear and where vegetative growth is to inhibited it shall be black
and be a minimum of 4 mils thick.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
3
4
5
6
7
9
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
50
51
8- 01.3(6)C Sandbag Check Dam
8- 01.3(6) Check Dams
This section is revised to read:
Check dams are used as an erosion and sediment control device in channels or
conveyance areas. Check dams shall be installed as soon as construction will allow, or
when designated by the Project Engineer. The Contractor may substitute a different
check dam material, in lieu of what is specified in the contract, with approval of the
Project Engineer. Check dam materials shall meet the requirements in Section 9-
14.5(4). Straw bales shall not be used as check dams. The check dam is a temporary
or permanent structure, built across a minor channel placed perpendicular to the flow of
i
water. Water shall not flow freely through the check dam structure. Check dams shall be
constructed in a manner that creates a ponding area upstream of the dam to allow
pollutants to settle, with water from increased flows channeled over a spillway in the
check dam. The check dam shall be constructed to prevent erosion in the area below
the spillway. The outer edges shall extend up the sides of the conveyance to prevent
water from going around the check dam. Check dams shall be of sufficient height to
maximize detention, without causing water to leave the ditch.
i
Wattles, coir logs and compost sock used as check dams shall not be trenched in and
shall be installed as shown in the Standard Plans.
When wattles, coir logs, and compost socks are used as check dams they shall be
measured and paid as check dam in accordance with Section 8 -01.4 and 8 -01.5.
8- 01.3(6)A Geotextile- Encased Check Dam
This sections content including title is deleted.
8- 01.3(6)B Quarry Spall Check Dam
This sections content including title is deleted.
8- 01.3(6)C Sandbag Check Dam
This sections content including title is deleted.
8- 01.3(6)D Wattle Check Dam
This sections content including title is deleted.
8- 01.3(6)E Coir Log
This section including title and section number is revised to read:
8- 01.3(6)A Coir Log
Coir logs are used as erosion and sediment control or bank stabilizing device. Coir logs
shall be laid out, spaced, staked and installed in accordance with the Standard Plans.
i
Live stakes in accordance with Section 9- 14.6(1) can be used in addition to, but not as a
replacement for, wooden stakes.
8- 01.3(7) Stabilized Construction Entrance
The first paragraph is revised to read:
Temporary stabilized construction entrance shall be constructed in accordance with the
Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation.
i
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
71
1
2
3
4
5
6
7
8
9
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
50
51
All quarry spall material used for stabilized construction entrance shall be free of
extraneous materials that may cause or contribute to track out.
8- 01.3(9)A Silt Fence
This section and all sub - sections including title is revised to read:
8- 01.3(9)A Fencing
8- 01.3(9)A1 High Visibility Fencing
High visibility fencing (HVF) shall be orange in color and installed along the site
preservation lines shown in the Plans or as specified by the Engineer. Post
spacing and attachment of the fencing, material to the posts shall be as shown in
the Standard Plans and in accordance with Section 9- 14.5(8). The HVF shall not
be fastened to trees.
8- 01.3(9)A2 Silt Fence
Silt fence shall be black in color and used as a sediment control device to prevent
sediment laden water from leaving project boundaries, to manage stormwater
within the site, or to create small detention areas. Silt fence shall be installed at
locations shown in the Plans. The geotextile shall be securely attached to the posts
and support system. Post spacing and attachments shall be as shown in Standard
Plans.
Geotextile material shall meet the requirements of Section 9- 33.2(1), Table 6 and
be sewn together at the point of manufacture, or at a location approved by the
Engineer, to form geotextile lengths as required. All sewn seams and overlaps shall
be located at a support post.
Posts shall be either wood or steel. Wood posts shall have minimum dimensions of
1 % by 1 % inches by the minimum length shown in the Plans.
When sediment deposits reach approximately '/3 the height of the silt fence, the
deposits shall be removed and stabilized in accordance with Section 8- 01.3(15).
If trenching is not feasible due to rocky soils or not advisable due to proximity to a
downslope sensitive area, a different sediment control device that does not require
trenching shall be used in place of silt fence.
Silt Fence with Backup Support
Where backup support is needed for silt fence in areas where extra strength may
be required, such as the toe of steep cut or fill slopes or areas where equipment
may push excessive soils toward the fence. When backup support is used, wire
shall have a maximum mesh spacing of 2 inches, and the plastic mesh shall be as
resistant to ultraviolet radiation as the geotextile it supports. The strength of the wire
or plastic mesh shall be equivalent to or greater than as required in Section 9-
33.2(1), Table 6, for unsupported geotextile (i.e., 180 lbs. grab tensile strength in
the machine direction). Post spacing and attachments shall be as shown in
Standard Plans.
8- 01.3(9)A3 High Visibility Silt Fence
High visibility silt fence (HVSF) shall be orange in color and only be used for the
dual purpose of demarcating site preservation lines and a sediment control device
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
3
4
5
6
7
9
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
50
in a location where high visibility mesh fence and black silt fence would otherwise
be used together at same location. If use of HVSF is allowed the geotextile
material shall meet the material requirements of Section 9- 33.2(1), Table 6. Post
spacing and attachments shall be as shown in Standard Plans.
High Visibility Silt Fence with Backup Support
Where backup support is needed for high visibility silt fence (HVSF) in areas where
extra strength may be required, such as the toe of steep cut or fill slopes or areas
where equipment may push excessive soils toward the sensitive or protected
areas. When backup support is used, wire shall have a maximum mesh spacing of
2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation
as the geotextile it supports. The strength of the wire or plastic mesh shall be
equivalent to or greater than as required in Section 9- 33.2(1), Table 6, for
unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction).
Post spacing shall be as shown in Standard Plans.
When sediment deposits reach approximately 1/3 the height of the silt fence, or 8
inches whichever is lower, the deposits shall be removed and stabilized in
accordance with Section 8- 01.3(15).
8- 01.3(9)B Gravel Filter, Wood Chip, or Compost Berm
The first paragraph is revised to read:
Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a
minimum of 1 foot in height and shall be maintained at this height for the entire time they
are in use. Rock material used for filter berms shall meet the grading requirements in
Section 9- 03.9(2), but shall not include any recycled materials as outlined in Section 9-
03.21.
The last sentence in the third paragraph is revised to read:
Compost shall be Medium Compost.
8- 01.3(9)C Straw Bale Barrier
This section including title is revised to read:
8- 01.3(9)C Vacant
8- 01.3(10) Wattles
This section is revised to read:
Wattles are used as a flow control and sediment control device. Wattles shall be
installed as soon as construction will allow or when designated by the Engineer. Wattle
installation and trenching shall begin from the base of the slope and work uphill prior to
any topsoil or compost placement. Excavated material from trenching shall be spread
evenly along the uphill slope and be compacted using hand tamping or other method
approved by the Engineer. On gradually sloped or clay -type soils trenches shall be 2 to
3 inches deep. On loose soils, in high rainfall areas, or on steep slopes, trenches shall
be 3 to 5 inches deep, or half the thickness of the wattle, whichever is greater.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
.1
11
t
t
1
3
4
5
6
7
8
9
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
50
51
Wattles shall be laid out, spaced and staked in accordance with the Standard Plans.
Live stakes in accordance with Section 9- 14.6(1) can be used in addition to, but not as a
replacement for, wooden stakes. If trenching and staking is not possible due to rocky
soils, compost socks shall be used instead of wattles.
The Contractor shall exercise care when installing wattles to ensure the method of
installation minimizes disturbance and prevents sediment or pollutant discharge into
water bodies.
8- 01.3(11) Vacant
This section including title is revised to read:
8- 01.3(11) Outlet Protection
Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other
conveyances. All quarry spall material used for outlet protection shall be free of
extraneous material and meet the gradation requirements in Section 9 -13.6.
8- 01.3(12) Compost Socks
This section is revised to read:
Compost socks are used as a flow control and sediment control device. Compost socks
shall be installed as soon as construction will allow or when designated by the Project
Engineer. Compost socks shall be installed prior to any mulching or compost
placement. Compost socks shall be laced together end -to -end with coir rope or ends
shall be securely overlapped to create a continuous length. Terminal ends of the
continuous length shall be curved 2 to 4 feet upward into the slope to prevent
concentrated flows from going around the terminal ends. Finished grades shall be of a
natural appearance with smooth transitions. Compost for compost socks shall be
Medium Compost.
Compost sock shall be laid out, spaced and staked in accordance with the Standard
Plans. Live stakes in accordance with Section 9- 14.6(1) can be used in addition to, but
not as a replacement for, wooden stakes. If staking is not possible or if the compost
sock is being used on concrete, heavy blocks or an equivalent item shall be used to
weigh down and secure the sock. Compost socks shall be laid out, spaced and staked
in accordance with the Standard Plans.
The Contractor shall exercise care when installing compost socks to ensure that the
method of installation minimizes disturbance of waterways and prevents sediment or
pollutant discharge into water bodies. Stakes shall be removed to minimize soil
disturbance.
8- 01.3(13) Temporary Curb
This section is revised to read:
Temporary curbs shall divert or redirect water around erodible soils.
Temporary curbs shall be installed along pavement edges to prevent runoff from flowing
onto erodible slopes. Water shall be directed to areas where erosion can be controlled.
The temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in
roadways.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
3
4
5
6
7
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
50
51
8- 01.3(16) Removal ,
The first sentence in the first paragraph is revised to read:
When the Project Engineer determines that an erosion control BMP is no longer
required, the Contractor shall remove the BMP and all associated hardware from the
project limits.
The first and second sentences in the second paragraph are revised to read:
The Contractor shall remove BMPs and associated hardware in a way that minimizes
soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil
after removal of BMP's.
8 -01.4 Measurement
The third paragraph is revised to read:
Check dams will be measured per linear foot one time only along the completed check
dam. No additional measurement will be made for check dams that are required to be
rehabilitated or replaced due to wear.
The ninth paragraph is deleted.
The twelfth paragraph (after the preceding amendment is applied) is revised to read:
Seeding, fertilizing, liming, mulching, mowing, and tackifier will be measured by the acre
by ground slope measurement or through the use of design data
The fifteenth paragraph (after the preceding amendment is applied) is revised to read:
Fencing will be measured by the linear foot along the ground line of the completed
fence.
This section is supplemented with the following:
Outlet Protection will be measured per each initial installation at an outlet location.
8 -01.5 Payment
The paragraph following the bid item, "Plastic Covering ", per square yard is revised to read:
The unit Contract price per square yard for "Plastic Covering" shall be full payment to
perform the Work as specified in Section 8- 01.3(5) and as shown in the Plans, including
removal and disposal at an approved disposal site.
The bid item "Straw Bale ", per each is deleted.
The bid item "_Erosion Control Blanket ", per square yard is deleted.
The bid item "Soil Binder or Tacking Agent ", per acre is deleted.
This section is supplemented with the following:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
j
t
I
C�
1
3
4
5
6
7
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
"Outlet Protection ", per each.
The unit Contract price per each for "Outlet Protection" shall be full payment for all costs
incurred to complete the Work.
"Tackifier", per acre.
The unit Contract price per acre for "Tackifier" shall be full payment for all costs incurred
to complete the Work.
"Biodegradable Erosion Control Blanket", per square yard.
The unit Contract price per square yard for "Biodegradable Erosion Control Blanket"
shall be full pay for all costs to complete the specified Work.
"High Visibility Silt Fence ", per linear foot.
8- 02.AP8
Section 8 -02, Roadside Restoration
August 5, 2013
In this section, "psiPE" is revised to read "PSIPE ".
8- 02.3(2) Roadside Work Plan
The first sentence in the second paragraph is revised to read:
The Roadside Work Plan shall also include a copy of the approved progress schedule.
The sub paragraph titled "Progress Schedule" is deleted.
8- 02.3(4)C Topsoil Type C
In this section, "9- 14.1(2)" is revised to read "9- 14.1(3) ".
8- 02.3(8) Planting
Item number 1 in the second paragraph is revised to read:
1. Non - Irrigated Plant Material
West of the summit of the Cascade Range - October 1 to March 1.
East of the summit of the Cascade Range - October 1 to November 15.
8 -02.4 Measurement
The first sentence is revised to read:
Topsoil, mulch and soil amendments will be measured by the acre along the grade and
slope of the area covered immediately after application.
The seventh sentence is revised to read:
Compost will be measured by the acre along the grade and slope of the area covered
immediately after application.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127113
1
3
4
5
6
7
8
9
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
8 -02.5 Payment
The bid item "Topsoil Type ", per cubic yard and following paragraph are revised to
read:
"Topsoil Type ", per acre.
The unit contract price per acre for "Topsoil Type " shall be full pay for providing the
source of material for topsoil Type A and C, for pre - excavation weed control, excavating,
loading, hauling, intermediate windrowing, stockpiling, weed control on stockpiles or
windrows, and removal, placing, spreading, processing, cultivating, and compacting
topsoil Type A, Type B, and Type C.
The bid item "Fine Compost ", per cubic yard is revised to read:
"Fine Compost ", per acre.
The bid item "Medium Compost ", per cubic yard is revised to read:
"Medium Compost ", per acre.
The bid item "Coarse Compost ", per cubic yard and following paragraph are revised to read:
"Coarse Compost ", per acre.
The unit Contract price per cubic yard for "Fine Compost ", Medium Compost" or
"Coarse Compost" shall be full pay for furnishing and spreading the compost onto the
existing soil.
The bid item "Soil Amendment ", per cubic yard and following paragraph are revised to read:
"Soil Amendment ", per acre.
The unit Contract price per acre for "Soil Amendment" shall be full pay for furnishing and
incorporating the mulch onto the existing soil.
The bid item "Bark or Wood Chip Mulch ", per cubic yard and following paragraph are revised
to read:
"Bark or Wood Chip Mulch ", per acre.
The unit Contract price per acre for "Bark or Wood Chip Mulch" shall be full pay for
furnishing and spreading the mulch onto the existing soil.
8- 03.AP8
Section 8 -03, Irrigation Systems
April 2, 2012
8- 03.3(7) Flushing and Testing
The fifth paragraph is deleted.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127113
I
P,
r
t
1 8- 04.AP8
2 Section 8 -04, Curbs, Gutters, and Spillways
3 April 2, 2012
4
5
6
7
8
9
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
8- 04.3(1) Cement Concrete Curbs, Gutters, and Spillways
This section is supplemented with the following new sub - section:
8- 04.3(1)B Roundabout Cement Concrete Curb and Gutter
Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb
shall be shaped and finished to match the shape of the adjoining curb as shown in the
Plans. All other requirements for cement concrete curb and cement concrete curb and
gutter shall apply to roundabout cement concrete curb and gutter.
8 -04.4 Measurement
This section is supplemented with the following:
Roundabout splitter island nosing curb will be measured per each.
8 -04.5 Payment
The bid item, "Roundabout Truck Apron Cement Concrete Curb ", per linear foot is deleted.
This section is supplemented with the following:
"Roundabout Cement Concrete Curb and Gutter', per linear foot
The unit Contract price per linear foot for "Roundabout Cement Concrete Curb and
Gutter" shall be full payment for all costs for the Work including transitioning the
roundabout cement concrete curb and gutter to the adjoining curb shape.
"Roundabout Splitter Island Nosing Curb ", per each.
The unit Contract price per each for "Roundabout Splitter Island Nosing Curb" shall be
full payment for all costs for the Work including transitioning the roundabout splitter
island nosing curb to the adjoining curb shape.
8- 07.AP8
Section 8 -07, Precast Traffic Curb and Block Traffic Curb
January 7, 2013
This section's title is revised to read:
8 -07 Precast Traffic Curb
8 -07.1 Description
This section is revised to read:
This Work consists of furnishing and installing precast traffic sloped mountable curb or
dual faced sloped mountable curb of the design and type specified in the Plans in
accordance with these Specifications and the Standard Plans in the locations indicated
in the Plans or as staked by the Engineer.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127113
1 8 -07.2 Materials
2 The material reference "Block Traffic Curb 9- 18.3" is deleted from this section.
3
4 The referenced section for the following item is revised to read:
5
6 Paint 9 -34.2
7
8 8- 07.3(1) Installing Curbs
9 The fifth and seventh paragraphs are deleted from this section.
10
11 8 -07.4 Measurement
12 The first paragraph is deleted from this section.
13
14 8 -07.5 Payment
15 The following bid items are deleted from this section:
16
17 "Type A Precast Traffic Curb ", per linear foot.
18 "Type C Precast Traffic Curb ", per linear foot.
19 "Type A Block Traffic Curb ", per linear foot.
20 "Type C Block Traffic Curb ", per linear foot.
21
22 8- 11.AP8
23 Section 8 -11, Guardrail
24 August 5, 2013
25 8 -11.2 Materials
26 The following material reference is deleted from this section:
27.
28 Weathering Steel Beam Guardrail 9 -16.8
29
30 8- 11.3(1)6 Erection of Rail
31 The last sentence in the first paragraph is revised to read:
32
33 All holes shall be painted with two coats of paint conforming to Section 9- 08.1(2)B.
34
35 The fourth paragraph is revised to read:
36
37 Galvanized steel rail plates shall be fastened to the posts with galvanized bolts,
38 washers, and nuts of the size and kind shown in the Plans.
39
40 The last paragraph is deleted.
41
42 8- 11.3(1)D Removing Guardrail and Guardrail Anchor
43 The first two sentences in the first paragraph are revised to read:
44
45 Removal of the various types of guardrail shall include removal of the rail, cable
46 elements, hardware, and posts, including transition sections, expansion sections,
47 terminal sections and the rail element of anchor assemblies. Removal of the various
48 types of guardrail anchors shall include removal of the anchor assembly, including
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
I
v
t
I
1 concrete bases, rebar, steel tubes, and any other appurtenances in the anchor
2 assembly.
3
4 8 -11.4 Measurement
5 The seventh paragraph is revised to read:
6
7 Measurement of removal of guardrail will be by the linear foot measured along the line
8 of guardrail removed including transition sections, expansion sections, guardrail anchor
9 rail elements and terminal sections.
10
11 8 -11.5 Payment
12 The bid item "Weathering St. Beam Guardrail Type ", per linear foot is deleted.
13.
14 The second paragraph is revised to read:
15
16 The unit Contract price per linear foot for "Beam Guardrail Type ", "Beam Guardrail
17 Type 1- Ft. Long Post ", and "Beam Guardrail Type 31- Ft. Long Post ", shall be
18 full payment for all costs to obtain and provide materials and perform the Work as
19 described in Sections 8- 11.3(1)A and 8- 11.3(1)B, including costs for additional rail
20 elements when nested rail is required, and when connections to concrete masonry
21 Structures are required.
22
23 The paragraph following the bid item "Removing Guardrail Anchor', per each is revised to
24 read:
25
26 The unit Contract price per each for "Removing Guardrail Anchor" shall be full payment
27 for all costs to perform the Work as described in Section 8- 11.3(1)D, including rail
28 removal, if there isn't a Bid Item for Removing Guardrail in the run of guardrail
29 connecting to the anchor.
30
31 8- 12.AP8
32 Section 8 -12, Chain Link Fence and Wire Fence
33 April 2, 2012
34 In this Section "Engineer' is revised to read "Project Engineer".
35
36 8 -12.2 Materials
37 This section is supplemented with the following:
38
39 Paint 9- 08.1(2)B
40
41 8- 12.3(1)A Posts
42 The words "for Type 3 and Type 4 fences" and "on Type 3 and Type 4 fences" are deleted
43 from this section.
44
45 The first sentence of the fifth paragraph is revised to read:
46
47 After the post is set and plumbed, the hole shall be filled with Grout Type 4.
48
49 The third sentence in the sixth paragraph is replaced with the following two sentences:
50
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
3
4
5
6
7
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
50
After the post is set and plumbed, the hole in the portion of the post in solid rock shall be
filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to
leave no voids.
The seventh paragraph is deleted.
The ninth paragraph is revised to read:
Steep slopes or abrupt topography may require changes in various elements of the
fence. It shall be the responsibility of the Contractor to provide all posts of sufficient
length to accommodate the chain link fabric.
The tenth paragraph is revised to read:
All round posts shall have approved top caps fastened securely to the posts. The base
of the top cap fitting for round posts shall feature an apron around the outside of the
posts.
8- 12.3(1)6 Top Rail
This section's content including title is deleted and replaced with:
8- 12.3(1)B Vacant
8- 12.3(1)C Tension Wire and Tension Cable
This section's content including title is revised to read:
8- 12.3(1)C Tension Wire i
Tension Wires shall be attached to the posts as detailed in the Plans or as approved by
the Engineer.
8- 12.3(1)D Chain Link Fabric
The first three paragraphs are revised to read:
Chain link fabric shall be attached after the cables and wires have been properly
tensioned.
Chain link fabric shall be placed on the face of the post away from the Highway, except
on horizontal curves where it shall be placed on the face on the outside of the curve
unless otherwise directed by the Project Engineer.
Chain link fabric shall be placed approximately 1 -inch above the ground and on a
straight grade between posts by excavating high points of ground. Filling of depressions
will be permitted only upon approval of the Project Engineer.
The fourth sentence in the fourth paragraph is revised to read:
The top and bottom edge of the fabric shall be fastened with hog rings to the top and
bottom tension wires as may be applicable, spaced at 24 -inch intervals.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
t
t
t
t
t
I
1
3
4
6
7
8
9
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
50
51
8- 12.3(1)E Chain Link Gates
The third paragraph is deleted.
8- 12.3(2)A Posts
In the second paragraph, "commercial" is deleted.
The first sentence of the fifth paragraph is revised to read:
After the post is set and plumbed, the hole shall be filled with Grout Type 4.
The fourth sentence in the sixth paragraph is replaced with the following two sentences:
After the post is set and plumbed, the hole in the portion of the post in solid rock shall be
filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to
leave no voids.
The tenth paragraph is revised to read:
Where the new fence joins an existing fence, the 2 shall be attached in a manner
satisfactory to the Project Engineer, and end or corner posts shall be set as necessary.
The eleventh paragraph is deleted.
8 -12.5 Payment
The paragraph following the item "Chain Link Fence Type ", per linear foot is revised to
read:
The unit Contract price per linear foot for "Chain Link Fence Type _" shall be full
payment for all costs for the specified Work including brace post installation and all
other requirements of Section 8 -12 for Chain Link Fence, unless covered in a separate
Bid Item in this Section.
The following paragraph is inserted after the item "End, Gate, Corner, and Pull Post for
Chain Link Fence ", per each:
The unit Contract price per each for "End, Gate, Corner, and Pull Post for Chain Link
Fence" shall be full payment for all costs for the specified Work.
The following paragraph is inserted after the item "Single 6 Ft. Chain Link Gate ", per each:
The unit Contract price per each for "Double 14 Ft. Chain Link Gate ", "Double 20 Ft.
Chain Link Gate ", and "Single 6 Ft. Chain Link Gate ", shall be full payment for all costs
for the specified Work.
The paragraph following the item "Wire Fence Type ", per linear foot is revised to read
The unit Contract price per each for "Wire Fence Type " shall be full payment for all
costs for the specified Work including payment for clearing of the fence line.
The following paragraph is inserted after the item "Double Wire Gate 20 Ft. Wide ", per each:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127M3
1
2
3
4
5
6
7
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
The unit contract price per each for "Single Wire Gate 14 Ft. Wide" and "Double Wire
Gate 20 Ft. Wide" shall be full payment for all costs for the specified Work.
The paragraph following the item "Access Control Gate ", per each is revised to read:
The unit contract price per each for "Access Control Gate" shall be full payment for all
costs to perform the specified Work.
8- 15.AP8
Section 8 -15, Riprap
April 2, 2012
8 -15.1 Description
The second paragraph is revised to read:
Riprap will be classified as heavy loose riprap, light loose riprap, and hand placed
riprap.
8- 20.AP8
Section 8 -20, Illumination, Traffic Signal Systems, And Electrical
August 5, 2013
8- 20.3(4) Foundations
The first paragraph is revised to read:
Foundation concrete shall conform to the requirements for the specified class, be cast -
in -place concrete and be constructed in accordance with Sections 6 -02.2 and 6 -02.3.
Concrete for Type II, III, IV, V, and CCTV signal standards and light standard
foundations shall be Class 4000P. Concrete for pedestals and cabinets, Type PPB, PS,
I, FB, and RM signal standards and other foundations shall be Class 3000. Concrete
placed into an excavation where water is present shall be placed using an approved
tremie. If water is not present, the concrete shall be placed such that the free -fall is
vertical down the center of the shaft without hitting the sides, the steel reinforcing bars,
or the steel reinforcing bar cage bracing. The Section 6- 02.3(6) restriction for 5 -feet
maximum free -fall shall not apply to placement of Class 4000P concrete into a shaft.
Steel reinforcing bars for foundations shall conform to Section 9 -07.
8- 20.3(5) Conduit
This sections content is deleted and replaced with the following new sub - sections:
8- 20.3(5)A General
The ends of all conduit, metallic and nonmetallic, shall be reamed to remove burrs and
rough edges. Field cuts shall be made square and true. The ends of unused conduits
shall be capped. When conduit caps are removed, the threaded ends of metal conduit
shall be provided with approved conduit bushings and non -metal conduit shall be
provided with end bells.
Reducing couplings will not be permitted.
Existing conduit in place scheduled for installation of new conductor(s) shall first have
any existing conductor(s) removed and a cleaning mandrel shall be pulled through. The
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
n-
I
I
u
u
0
P
i
LI
1
1
3
4
5
6
7
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
50
51
existing conduit shall then be prepared subject to the same requirements outlined in this
paragraph, for new conduit and innerduct, unless otherwise indicated in the plans. All
new conduit and all innerduct shall be blown clean with compressed air. Then in the
presence of the Engineer, an 80 percent sizing mandrel, correctly sized for the raceway,
shall be pulled through to ensure that the raceway has not been deformed. This shall
be done prior to pulling wire or fiber optic cable and after final assembly is in place.
Existing conductor(s) shall be reinstalled unless otherwise indicated in the Plans.
As soon as the sizing mandrel has been pulled through innerduct, a 200 -lb minimum
tensile strength pull string shall be installed and attached to duct plugs at both ends.
When conduit is installed for future use, as soon as the bushing or end bell has been
installed and the sizing mandrel has been pulled through, the ground wire shall be
installed and both ends shall be capped.
8- 20.3(5)A1 Fiber Optic Conduit
Where conduit to contain fiber optic cable or conduit identified to contain future fiber
optic cable is installed by open trenching, Detectable Underground Warning Tape
shall be placed 12- inches above the conduit unless otherwise detailed in the Plans.
Detectable Underground Warning Tape shall extend 2 -feet into boxes or vaults.
Splicing of the tape shall be in accordance with tape manufacturer's recommended
materials and procedures.
Location Wire shall be installed with all nonmetallic conduit that contains fiber optic
cable and all conduits identified to contain future fiber optic cable. When open
trenching is used, the location wire shall be placed in continuous lengths directly
above the conduit. Where conduit is installed by other methods, the Location Wire
shall be attached to the outside of the conduit with electrical tape placed at
minimum 18 -inch intervals. Location Wire shall extend 12 -feet into boxes or vaults.
Splices shall be crimped using a non - insulated butt splice, soldered and covered
with moisture - blocking heat shrink.
8- 20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit
ITS conduit and both ends of conduit runs entering cabinets, with the exception of
the 1/2 inch grounding conduit, shall be sealed with self expanding water proof foam
or mechanical plugs; unless otherwise required. At other locations conduit shall be
sealed with Duct Seal.
Outer -duct conduit with non factory assembled innerduct shall be sealed around
the innerduct with self- expanding waterproof foam. Outer -duct conduit with factory
assembled innerduct shall be sealed around the innerduct with a multiplex
expansion plug. Innerduct containing one cable shall be plugged using an
expandable split plug. Innerduct with multiple cables shall be sealed with self -
expanding waterproof foam. Duct plugs shall be installed in all unused inner -ducts
(those that are specified as empty) at the time of conduit installation. Duct plugs
shall be installed in all used inner -ducts (as specified in the Plans), at the time of
conduit installation, unless cable pulling for those inner -ducts will commence within
48- hours. Installation shall conform to the manufacturer's recommendations.
Foam sealant shall be installed with the following additional requirements:
1. Penetration of the sealant into the conduit or duct shall be limited using a
high temperature backer rod material or rag.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
2
3
4
5
6
9
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
50
2. Penetration of the sealant into the conduit shall be limited to 1 -inch.
3. The foam sealant shall not project outside the end of the conduit or duct. '
Where open trenching is allowed and conduit with innerduct is installed, a
maximum of 1000 -feet of continuous open trench will be allowed unless otherwise '
approved by the Engineer.
8- 20.3(5)6 Conduit Type ,
Conduit shall be PVC, high density polyethylene (HDPE), rigid metal conduit (RMC) or
liquid tight flexible metal depending on the application.
Rigid metal conduit (RMC) shall be installed at the following locations: '
1. Within railroad right of way.
2. All pole risers, except when otherwise required by owning utilities. '
3. All surface - mounted conduit, with the exception of electrical service utility I
poles.
4. All runs within slip form placed concrete. I
Service lateral runs shall be Schedule 80 PVC except when otherwise required by
owning utilities. Conduit installed using the plowing method, shall be schedule 80 high -
density polyethylene (HDPE).
Conduit runs, including outer -duct, that enter the traveled way or shoulders, shall be '
Schedule 80 high- density polyethylene (HDPE), Schedule 80 PVC, or rigid metal
conduit (RMC).
Conduit runs, including outer -duct, which do not enter the traveled way or shoulders,
shall be Schedule 80 high- density polyethylene (HDPE), Schedule 40 PVC or rigid
metal conduit (RMC).
Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. I
Except as described under Non - Metallic Conduit, unless otherwise indicated in the ,
Plans or Standard Plans, the same type of conduit shall be used for the entire length of
the run, from outlet to outlet.
Innerduct shall have a smooth wall non ribbed interior surface, with factory pre -
lubricated coating.
Innerduct within the Traveled Way or Shoulders and innerduct which is not factory
installed shall be schedule 40 high- density polyethylene (HDPE). The innerduct shall be
continuous with no splices. Innerduct which is pulled into the outer duct in the field shall
be installed with an extra 2 feet of conduit beyond each end of the outer -duct and shall
be allowed to finish contracting for 21 calendar days before it is terminated. Innerduct
shall be terminated with end bells flush to % inch out of the outer -duct and the space
between the outer -duct and innerduct shall be sealed with rodent and moisture resistant
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
F-,
I {
I ,
LJ
I
Ll
F
11
C
1
3
4
5
6
7
8
9
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
50
51
foam designed for this application and installed in accordance with the manufacturer's
recommendations. '
8- 20.3(5)B1 Rigid Metal Conduit
Slip joints or running threads will not be permitted for coupling metallic conduit;
however, running threads will be permitted in traffic signal head spiders and rigid
metal conduit (RMC) outer -duct. When installing rigid metal conduit (RMC), if a
standard coupling cannot be used, an approved three -piece coupling shall be used.
Conduit bodies, fittings and couplings for rigid metal conduit (RMC) shall be
cleaned first and then painted with one coat of paint conforming to Section 9-
08.1(2)6. The paint shall have a minimum wet film thickness of 3 -mils. The painted
coating shall cover the entire coupling or fitting. The threads on all metal conduit
shall be rust -free, clean, and painted with colloidal copper suspended in a
petroleum vehicle before couplings are made. All metallic couplings shall be
tightened so that a good electrical connection will be made throughout the entire
length of the conduit run. If the conduit has been moved after assembly, it shall be
given a final tightening from the ends prior to backfilling.
Rigid metal conduit (RMC) ends shall be terminated with grounded end bushings.
Rigid metal conduit (RMC) entering cable vaults or pull boxes shall extend 2- inches
beyond the inside wall face. (for the installation of grounded end bushing and
bonding.)
Rigid metal conduit (RMC) entering concrete shall be wrapped in 2- inch -wide pipe
wrap tape with a minimum 1 -inch overlap for, 12-inches on each side of the
concrete face. Pipe wrap tape shall be installed in accordance with the
manufacturer's recommendations.
Rigid metal conduit (RMC) bends shall have a radius consistent with the
requirements of Code Article 344.24 and other articles of the Code. Where factory
bends are not used, conduit shall be bent, using an approved conduit bending tool
employing correctly sized dies, without crimping or flattening, using the longest
radius practicable.
Where the coating on galvanized conduit has been damaged in handling or
installing, such damaged areas shall be thoroughly painted with paint conforming to
Section 9- 08.1(2)B.
Metal conduit ends shall be threaded and protected with a snug fitting plastic cap
that covers the threads until wiring is started.
8- 20.3(5)82 Non - Metallic Conduit
Where non - metallic conduit is installed, care shall be used in excavating, installing,
and backfilling, so that no rocks, wood, or other foreign material will be left in a
position to cause possible damage.
PVC conduit ends shall be terminated with end bell bushings. PVC or HDPE
conduit entering cable vaults and pull boxes shall terminate with the end bell flush
with the inside walls of the Structure.
Non - metallic conduit bends, where allowed, shall conform to Article 352.24 of the
Code. Eighteen -inch radius elbows shall be used for PVC conduit of 2 -inch nominal
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
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
50
51
diameter or less. Standard sweep elbows shall be used for PVC conduit with
greater than 2 -inch nominal diameter unless otherwise specified in the Plans. In
nonmetallic conduit less than 2 -inch nominal diameter, pull ropes or flat tapes for
wire installation shall be not less than % -inch diameter or width. In nonmetallic
conduit of 2 -inch nominal diameter or larger, pull ropes or flat tapes for wire
installation shall be not less than '/2 -inch diameter or width. When HDPE conduit is
used for directional boring, it shall be continuous, with no joints, for the full length of
the bore. The conduit run shall be extended to the associated outlets with the same
schedule HDPE or PVC conduit. Entry into associated junction box outlets shall be
with the same schedule PVC conduit and elbows. The same requirements apply for
extension of an existing HDPE conduit crossing.
PVC conduit and elbows shall be connected to HDPE conduit with an approved
mechanical coupling. The connection shall have minimum pullout strength of 700 -
pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first
be prepared with a clean, straight edge. A water -based pulling lubricant may be
applied to the threaded end of the mechanical coupling before installation. Solvent
cement or epoxy shall not be used on the threaded joint when connecting the
HDPE conduit to the mechanical coupling. The mechanical coupling shall be
rotated until the HDPE conduit seats approximately % of the distance into the
threaded coupling depth.
For PVC installation through a directional bore, the PVC shall be in rigid sections
assembled to form a watertight bell and spigot -type mechanical joint with a solid
retaining ring around the entire circumference of the conduit installed in accordance
with the manufacturer's recommendations. The conduit run shall be extended
beyond the length of the bore, to the associated outlets with the same mechanical
coupled PVC or with standard PVC conduit of the same schedule. The same
requirements apply for extension of an existing PVC conduit Roadway crossing.
PVC conduit shall be assembled using the solvent cement specified in Section 9-
29.1.
Conduit ends shall be protected with a snug fitting plastic cap until wiring is started
Conduit caps, end bells and the section of PVC between the coupling and end bell
bushing in cabinet foundations shall be installed without glue.
8- 20.3(5)C Conduit Size
The size of conduit used shall be as shown in the Plans. Conduits smaller than 1 -inch
electrical trade size shall not be used unless otherwise specified, except that grounding
conductors at service points may be enclosed in' /z- inch - diameter conduit.
Conduit between light standards, PPB, PS, or Type 1 poles and the nearest junction box
shall be the diameter specified in the Plans. Larger size conduit is not allowed at these
locations. At other locations it shall be the option of the Contractor, at no expense to the
Contracting Agency, to use larger size conduit if desired, provided that junction box or
vault capacity is not exceeded. Where larger size conduit is used, it shall be for the
entire length of the run from outlet to outlet.
Conduit runs with innerduct, shall have 4 -inch outer -duct and shall be installed with four
1 -inch innerduct unless otherwise indicated in the plans.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
C
n
w
n
F1
ii
I�
t
1
3
4
6
7
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
50
51
8- 20.3(5)D Conduit Placement
Conduit shall be laid so that the top of the conduit is a minimum depth of:
24- inches below the bottom of curb in the sidewalk area.
2. 24- inches below the top of the roadway base.
3. 48- inches below the bottom of ties under railroad tracks unless otherwise
specified by the railroad company.
4. 36- inches below finish grade when installed using conduit plowing method.
5. 24- inches below the finish grade in all other areas.
Conduit entering through the bottom of a junction box shall be located near the end
walls to leave the major portion of the box clear. At all outlets, conduit shall enter from
the direction of the run, terminating 6 to 8- inches below the junction box lid and within 3-
inches of the box wall nearest its entry location.
Conduit runs shown in the Plans are for Bidding purposes only and may, be relocated
with approval of the Engineer, to avoid obstructions.
8- 20.3(5)D1 Surface Mounting
Where surface mounting of conduit is required, supports shall consist of channel with
clamps sized for the conduit. Support spacing shall comply with the Code, with the
exception that spacing of channel supports for conduit shall not exceed 5 -feet.
The minimum distance between adjacent clamps and between the clamp and the end of
the channel supports shall be 1 -inch. Channel supports shall be installed with stops, to
prevent clamps from sliding out of the ends.
8- 20.3(5)D2 Structures
All conduits attached to or routed within bridges, retaining walls, and other structures
shall be equipped with approved expansion, deflection, and /or combination
expansion /deflection fittings at all expansion joints and at all other joints where structure
movement is anticipated, including locations where the Contractor, due to construction
method, installs expansion and /or construction joints with movement. All conduit fittings
shall have movement capacity appropriate for the anticipated movement of the Structure
at the joint. Approved deflection fittings shall also be installed at the joint between the
bridge end and the retaining wall end, and the transition from bridge, wall, or other
structure to the underground section of conduit pipe.
8- 20.3(5)E Method of Conduit Installation
Conduit shall be placed under existing pavement by approved directional boring,
jacking, or drilling methods at locations approved by the Engineer. The pavement shall
not be disturbed unless allowed in the Plans or with the approval of the Engineer in the
event obstructions or impenetrable soils are encountered. High density polyethylene
(HDPE) conduit runs, which enter the traveled way or shoulders, shall be installed using
the directional boring method.
8- 20.3(5)E1 Open Trenching
When open trenching is allowed, trench construction shall conform to the following:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
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
50
51
1. The pavement shall be saw -cut a minimum of 3- inches deep. The cuts '
shall be parallel to each other and extend 2 -feet beyond the edge of the
trench.
2. Pavement shall be removed in an approved manner. ,
3. Trench depth shall provide a minimum cover for conduit of 24- inches ,
below the top of the roadway base
4. Trench width shall be 8- inches or the conduit, diameter plus 2- inches,
whichever is larger. I
5. Trenches located within paved Roadway areas shall be backfilled with
Controlled density fill (CDF) meeting the requirements of Section 2-
09.3(1)E. The controlled density fill shall be placed level to, and at the
bottom of, the existing pavement. The pavement shall be replaced with
paving material that matches the existing pavement.
6. On new construction, conduit shall be placed prior to placement of base
course pavement.
8- 20.3(5)E2 Conduit Plowing
All conduit plowing shall be supervised by a licensed electrical Contractor.
The starting point shall be anchored or held such that conduit movement at the
start of the plowing operation is kept to a minimum. The conduit reel shall be
mounted on the vehicle such that conduit movement is kept to a minimum once it is
in the ground. Use of a stationary reel is not allowed. The feed shoe shall have
rollers which conform to the conduit at a radius of not less than 15 times the
diameter of the conduit. The conduit will not be permitted to pass over stationary
guides nor over rollers or sheaves, which will permit a bend radius of less than 15
times conduit diameter. The width of the tooth and feed shoe shall not exceed the
conduit diameter by more than 2- inches
The conduit shall be installed using a continuous reel, with no joints, for the full
length of the conduit run, unless conduit splicing is allowed as indicated below.
If an obstruction is encountered that cannot be plowed through, the following
remedies shall be attempted in order:
ii
1
P_
1. Contractor shall stop the plowing operation and attempt to remove the ,
obstruction. If the obstruction is removed, plowing operations shall
continue along the approved path.
2. Deviations of up to one foot from the projected path may be authorized by
the Engineer, provided the new route does not result in total conduit run
bends exceeding NEC requirements. Deviations in excess of one foot
from the projected path are not allowed and the maximum taper rate is 1-
inch per linear foot of conduit.
3. The Contractor may request approval to intercept the installed conduit and
route another section of HDPE to avoid the obstruction, provided the new
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
u
ti
t
1 route does not result in total conduit run bends exceeding NEC
2 requirements. Connection between the sections shall be accomplished
3 using an approved fusion splicing method, which is compatible with the
4 conduit manufacturer's recommendations.
5
6 4. Where none of the above remedies are successful, all conduit installed so
7 far in that run shall be removed and a new plow path established to avoid
8 the obstruction.
9
10 In the event of a breakage, all conduit installed in that run shall be removed.
11
12 The conduit run shall be extended to the associated outlets, subject to the same
13 requirements indicated when HDPE is installed using the directional boring method.
14
15 The depth of installation shall be continually adjusted as necessary to compensate
16 for changes in terrain.
17
18 Plowed conduit shall be laid so that the top of the conduit is a minimum depth of
19 36- inches below the finish grade with the exception that the conduit shall be swept
20 up to enter the knock outs of associated pull boxes or cable vaults.
21
22 The plow placing the conduit shall be marked at a proper distance above the plow's
23 conduit exit point to indicate when the minimum installation depth is not met. The
24 mark shall be visible from a safe distance from the plowing operation when it is
25 exposed above ground. While plowing this mark must remain below ground level
26 at all times, with the exception of the entry and exit points at the end of the run, in
27 order to ensure that minimum burial depth of the conduit is achieved.
28
29 If the depth mark on the plow comes above ground, the Contractor shall stop the
30 plowing operation and attempt to correct the placement depth. If the conduit depth
31 can be verified to meet the minimum burial requirements at the location where the
32 depth mark came above ground, the plowing operation shall resume subject to the
33 Engineers approval.
34
35 The compacted surface shall be firm, non - yielding, and result in a finished surface
36 that matches the lines and grades of the terrain prior to plowing.
37
38 8- 20.3(5)E3 Boring
39 Bore pits shall be backfilled and compacted in accordance with Section 2- 09.3(1)E.
40 Directional boring, jacking or drilling pits shall be a minimum of 2 -feet from the edge
41 of any type of pavement, unless otherwise approved by the engineer. Excessive
42 use of water that might undermine the pavement or soften the Subgrade will not be
43 permitted.
44
45 When approved by the Engineer, small test holes may be cut in the pavement to
46 locate obstructions. When the Contractor encounters obstructions or is unable to
47 install conduit because of soil conditions, as determined by the Engineer, additional
48 Work to place the conduit will be paid in accordance with Section 1 -04.4.
49
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127/13
1
3
4
5
6
7
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
50
51
8- 20.3(5)E4 Directional Boring
Directional boring for electrical installations shall be supervised by a licensed
electrical contractor in accordance with Section 8- 20.1(1). Where directional boring
is called for, conduit shall be installed using a surface - launched, steerable drilling
tool. Drilling shall be accomplished using a high - pressure fluid jet tool -head. The
drilling fluid shall be used to maintain the stability of the tunnel, reduce drag on the
conduit, and provide backfill between the conduit and tunnel. A guidance system
that measures the depth, lateral position, and roll shall be used to guide the tool
head when creating the pilot hole. Once the pilot hole is established, a reamer and
swivel shall be used to install the conduit. Reaming diameter shall not exceed 1.5
times the diameter of the conduits being installed. Conduit that is being pulled into
the boring shall be installed in such a manner that the conduit is not damaged
during installation. The pullback force on the conduit shall be controlled to prevent
damage to the conduit. A vacuum spoils extraction system shall be used to remove
any excess spoils generated during the installation. Excess drilling fluid and spoils
shall be disposed of. The method and location used for disposal of excess drilling
fluid and spoils shall be subject to the Engineer's approval. Drilling fluid returns
(caused by fracturing of formations) at locations other than the entry and exit points
shall be minimized. Any drilling fluid that surfaces through fracturing shall be
cleaned up immediately. Mobile spoils - removal equipment capable of quickly
removing spoils from entry or exit pits and areas with returns caused by fracturing
shall be used as necessary during drilling operations.
8- 20.3(5)E5 Boring with Casing.
Where boring with casing is called for, the casing shall be placed using an auger
inside the casing to remove the soil as the casing is jacked forward. The auger
head shall proceed no more than 4- inches ahead of the pipe being jacked. Boring
operations shall be conducted to prevent caving ahead of the pipe. Installed casing
pipe shall be free from grease, dirt, rust, moisture, and any other deleterious
contaminants.
The space between the conduit and casing shall be plugged with sandbags and a
grout seal 12- inches thick at each end of the casing. Casing abandoned due to an
encountered obstruction shall 'be grout sealed in the same manner. Grout shall
conform to Section 9- 20.3(4).
In lieu of sandbags and grout, unopened prepackaged concrete and grout may be
used to seal the casing.
e
Material shall not be removed from the boring pit by washing or sluicing. ,
All joints shall be welded by a Washington State certified welder. Welding shall
conform toAWS D 1.1 -80 Structural Welding Code, Section 3, Workmanship.
8- 20.3(8) Wiring
The fifteenth through seventeenth paragraphs are revised to read:
When conductors, either cable or single, are being installed, the Contractor shall not
exceed the tension limitations recommended by the manufacturer. Conductors may be
pulled directly by hand, or with mechanical assistance. If conductors are pulled, by any
mechanical means, a dynamometer with drop - needle hand shall be used on every
mechanically assisted pull.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
iJ
rl
s
1
3
4
5
6
7.
8
10
11
12
13
14
15
16
17
18
19
20
On mechanically assisted pulls, insulation shall be stripped off the individual conductor
and the conductor formed into a pulling eye and firmly attached to the pulling rope /tape,
or a cable grip shall be used. The Contractor shall determine the maximum allowable
pulling tension, taking into account the direction of the pull, type of raceway, cable
geometry, weight of the cable, the coefficient of friction, and side wall pressure, using
the information from the cable manufacturer. If there are bends in the raceway or
sheaves are used for the cable pull, the Contractor shall use the cable manufacture's
side wall pressure limits to determine the maximum pulling tension. The maximum
pulling force applied directly to the conductor when pulling, eyes are used or when the
conductor is formed into a loop, shall be limited to that shown in the following table for
copper conductor. When a cable grip is applied over nonmetallic sheathed cables, the
maximum pulling force shall be limited to 1,000 - pounds provided this is not in excess of
the force as determined above.
Conductor
Pounds
8
132
6
210
4
334
3
421
2
531
1
669
1/0
845
2/0
1,065
3/0
1,342
4/0
1,693
250Kcmil
2,000
500Kcmil
T4,000
Adequate lubrication of the proper type to reduce friction in conduit and duct pulls shall
be utilized. The grease and oil -type lubricants used on lead sheathed cables shall not
be used on nonmetallic sheathed cables.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
3
4
6
7
8
9
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
50
1
8- 20.3(9) Bonding, Grounding
The first sentence in the second paragraph is replaced with the following two sentences:
All conduit installed shall have an equipment ground conductor installed in addition to
the conductors noted in the Contract. Conduit with innerducts shall have an equipment I
ground conductor installed in each innerduct that has an electrical conductor.
8- 21.AP8 ,
Section 8 -21, Permanent Signing
January 7, 2013
8 -21.2 Materials
The third sentence is revised to read:
Materials for sign mounting shall conform to Section 9- 28.11. ,
8- 21.3(9)A Fabrication of Steel Structures
The first sentence in the first paragraph is revised to read: '
Fabrication shall conform to the applicable requirements of Section 6 -03 and 9 -06.
This section is supplemented with the following:
All fabrication, including repairs, adjustments or modifications of previously fabricated
sign structure members and connection elements, shall be performed in the shop, under
an Engineer approved shop drawing prepared and submitted by the Contractor for the
original fabrication or the specific repair, adjustment or modification. Sign structure
fabrication repair, adjustment or modification of any kind in the field is not permitted. If
fabrication repair, adjustment or modification occurs after a sign structure member or
connection element has been galvanized, the entire member or element shall be re-
galvanized in accordance with AASHTO M 111.
8- 21.3(9)B Vacant
This section including title is revised to read: '
8- 21.3(9)B Erection of Steel Structures
Erection shall conform to the applicable requirements of Sections 6 -03 and 8- 21.3(9)F.
Section 8- 21.3(9)F notwithstanding, the Contractor may erect a sign bridge prior to
completion of the shaft cap portion of one foundation for one post provided the following
conditions are satisfied:
1. The Contractor shall submit design calculations and working drawings of the
temporary supports and falsework supporting the sign bridge near the location ,
of the incomplete foundation to the Engineer for approval in accordance with
Section 6 -01.9. The submittal shall include the method of releasing and
removing the temporary supports and falsework without inducing loads and
stress into the sign bridge.
2. The Contractor shall submit the method used to secure the anchor bolt array in
proper position with the sign bridge while casting the shaft cap concrete to
complete the foundation.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
J
t
1
2 3. The Contractor shall erect the sign bridge and temporary supports and
3 falsework, complete the remaining portion of the incomplete foundation, and
4 remove the temporary supports and falsework, in accordance with the working
5 drawing submittals as approved by the Engineer.
6
7 8- 21.3(9)F Foundations
8 The following new paragraph is inserted after the second paragraph:
9
10 Concrete placed into an excavation where water is present shall be placed using an
11 approved tremie. If water is not present, the concrete shall be placed such that the free -
12 fall is vertical down the center of the shaft without hitting the sides, the steel reinforcing
13 bars, or the steel reinforcing bar cage bracing. The Section 6- 02.3(6) restriction for 5-
14 feet maximum free -fall shalt not apply to placement of Class 4000P concrete into a
15 shaft.
16
17 The ninth paragraph (after implementing the preceding Amendment) is replaced with the
18 following three new paragraphs:
19
20 After construction of concrete foundations for sign bridge and cantilever sign structures,
21 the Contractor shall survey the foundation locations and elevations, the anchor bolt
22 array locations and lengths of exposed threads. The Contractor shall confirm that the
23 survey conforms to the sign structure post, beam, span and foundation design geometry
24 shown in the Plans, and shall identify any deviations from the design geometry shown in
25 the Plans. When deviations are identified, the Contractor shall notify the Engineer, and
26 such notice shall be accompanied by the Contractor's proposed method(s) of
27 addressing the deviations, including removal and reconstruction of the shaft cap portion
28 of the affected concrete foundation as outlined in this Section, or fabrication repair,
29 adjustment or modification, with associated shop drawings, in accordance with Section
30 8- 21.3(9)A.
31
32 If the Contractor's survey indicates that a concrete foundation has been constructed
33 incorrectly for a sign structure that has already been fabricated, the Contractor may
34 remove and reconstruct the shaft cap portion of the foundation, in accordance with
35 Section 1- 07.13, provided the following conditions are satisfied:
36
37 1. The Contractor shall submit the method and equipment to be used to remove
38 the portion of the concrete foundation to be removed and reconstructed to the
39 Engineer for approval in accordance with Section 1 -05.3. The submittal shall
40 include confirmation that the equipment and the method of operation is
41 appropriate to ensure that the existing anchor bolt array and primary shaft
42 vertical steel reinforcing bars will not be damaged.
43
44 2. All steel reinforcing bars, except for steel reinforcing bars extending from the
45 bottom portion of the foundation to remain, shall be removed and disposed of
46 in accordance with Sections 2 -02.3 and 2- 03.3(7)C, and shall be replaced with
47 new steel reinforcing bars conforming to the size, dimensions and geometry
48 shown in the Plans. All concrete of the removed portion of the foundation shall
49 be removed and disposed of in accordance with Sections 2 -02.3 and 2-
50 03.3(7)C.
51
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
3
4
5
6
7
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
3. The Contractor shall adjust the primary shaft vertical steel reinforcing bars as
necessary in accordance with Section 6- 02.3(24)C to provide clearance for the
anchor bolt array.
Sign structures shall not be erected on concrete foundations until the Contractor
confirms that the foundations and the fabricated sign structures are either compatible
with each other and the design geometry shown in the Plans, or have been modified in
accordance with this Section and as approved by the Engineer to be compatible with
each other, and the foundations have attained a compressive strength of 2,400 -psi.
Item number 4 in the twelfth paragraph (after implemented the preceding Amendments) is I
revised to read:
4. Concrete shall be Class 4000P, except as otherwise specified. The concrete for the
shaft cap (the portion containing the anchor bolt array assemblies above the
construction joint at the top of the shaft) shall be Class 4000.
Item number 3 in the thirteenth paragraph (after implemented the preceding Amendments) is
revised to read:
3. Unless otherwise shown in the Plans, concrete shall be Class 4000P.
8 -21.5 Payment
This section is supplemented with the following:
All costs in connection with surveying completed concrete foundations for sign bridges
and cantilever sign structures shall be included in the lump sum contract price for
"Structure Surveying ", except that when no Bid item is included in the Proposal for
"Structure Surveying" then such costs shall be included in the Lump sum contract
price(s) for "Sign Bridge No. _ ".and "Cantilever Sign Structure No.
8- 22.AP8
Section 8 -22, Pavement Marking
January 7, 2013
8- 22.3(3)D Line Applications
The last paragraph is supplemented with the following:
Grooved line pavement marking shall not be constructed on bridge decks or on bridge
approach slabs.
8- 22.3(6) Removal of Pavement Markings
The following two new sentences are inserted after the first sentence:
Grinding to remove painted markings is not allowed. Grinding to remove plastic marking
is allowed to a depth just above the pavement surface, then water blasting or shot
blasting shall be required to remove the remaining markings.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
!I
F]
1
t
1
!I
1
t
i
1
3
4
6
7
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
8 -22.4 Measurement
The items "Painted Wide Line" and "Plastic Wide Line" are deleted from the fourth
paragraph.
The sixth paragraph is revised to read:
Diagonal lines used to delineate parking stalls that are constructed of painted or plastic
4 -inch lines will be measured as "Paint Line" or "Plastic Line" by the linear foot of line
installed. Crosswalk line will be measured by the square foot of marking installed.
The following two new paragraphs are inserted after the sixth paragraph:
Crosshatch markings used to delineate median and gore areas will be measured by the
completed linear foot as "Painted Crosshatch Marking" or "Plastic Crosshatch Marking ".
The measurement for "Painted Crosshatch Marking" and for "Plastic Crosshatch
Marking" will be based on the total length of each 8 -inch or 12 -inch wide line installed.
8 -22.5 Payment
The bid items "Painted Wide Line ", per linear foot and "Plastic Wide Line ", per linear foot are
deleted from this section.
This section is supplemented with the following two new bid items:
"Painted Crosshatch Marking ", per linear foot.
"Plastic Crosshatch Marking ", per linear foot.
The following new paragraph is inserted after the last bid item in this section:
The unit Contract price for the aforementioned Bid items shall be full payment for all
costs to perform the Work as described in Section 8 -22.
8- 25.AP8
Section 8 -25, Glare Screen
April 9, 2012
In this section, "tension cable" and "cable" are deleted.
8- 25.3(3) Posts
The first sentence in the first paragraph is revised to read:
Posts shall be constructed in accordance with the Standard Plans and applicable
provisions of Section 8- 12.3(1)A.
The last paragraph is revised to read:
All round posts for Type 1 Design B and Type 2 glare screen shall be fitted with a
watertight top securely. fastened to the post. Line posts shall have tops designed to
carry the top tension wire.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
3
4
6
7
8
9
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
8- 25.3(5) Tension Cables
This sections content including title is deleted:
8- 25.3(6) Fittings, Attachments, and Hardware
This sections content including title is deleted.
8- 29.AP8
Section 8 -29, Wire Mesh Slope Protection
January 7, 2013
This section is deleted in its entirety and replaced with the following:
8 -29 Wire Mesh Slope Protection
8 -29.1 Description
This Work consists of furnishing and installing the anchors and the wire mesh slope
protection in accordance with these Specifications and the details shown in the Plans and in
conformity with the lines and dimensions shown in the Plans or established by the Engineer.
8 -29.2 Materials
Materials shall meet the requirements of Section 9 -16.4.
8 -29.3 Construction Requirements
8- 29.3(1) Submittals
The Contractor shall submit a wire mesh slope protection plan to the Project Engineer a
minimum of seven calendar days prior to beginning the work. The wire mesh slope
protection plan shall include the following:
Plan sheets for anchor layout and installation, and the equipment and process
used to confirm the capacity of the constructed anchors including the
calibration data for the stressing devices used to proof test the anchors, as
completed by an independent testing laboratory within 60 calendar days of the
wire mesh slope work.
2. Working drawings for the temporary yoke or load frame to be used for anchor
proof testing in accordance with Section 6 -01.9.
3. Plans and details for assembling wire mesh and erecting the assembled mesh
on the slope.
All costs for the Work required for Submittals shall be included in the unit Bid price
detailed in Section 8 -29.5.
8- 29.3(2) Anchors
The Contractor shall install anchors of the type shown in the Plans and in conformance
with the layout shown in the Wire Mesh Protection Plan as described in Section 8-
29.3(1). The spacing and number of the anchors and wire ropes as shown in the Plans
are approximate only, and upon review of the wire mesh slope protection plan, the
Engineer may arrange the spacing to better hold the wire mesh against the slope.
Backfill material shall be thoroughly compacted with a mechanical compactor.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
t
1
[I
1
t
I�
u
1
t
D
d
t
1
t
f]
1
1
3
4
5
6
7
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
The Contractor shall proof test up to 25 percent of the anchors in vertical pullout to the
minimum allowable anchor capacity specified in the Plans. Proof testing of anchors shall
be performed against a temporary yoke or load frame. No part of the temporary yoke or
load frame shall bear within three feet of the anchor being tested. For vertical pullout
proof testing, an anchor is acceptable if it sustains the specified capacity for 10 minutes
with no loss of load. Anchors that fail this criterion shall be replaced and retested. If
more than three anchors fail, the Contractor shall proof test all anchors.
8- 29.3(3) Wire Rope
All wire rope loops shall include a thimble. No wire rope splicing will be allowed.
8- 29.3(4) Wire Mesh
The wire mesh shall be fastened to the completed wire rope assembly as shown in the
Plans. High tensile steel fasteners on the vertical seams shall be staggered across
width of the seam. Horizontal splices joining 2 rolls of mesh shall be made by
overlapping the mesh approximately 3 feet and either weaving 3 rows of lacing wires
through every mesh opening or using 4 rows of high tensile steel fasteners placed on
approximately 3 -inch spacing. All top and bottom laps shall be made by folding the
mesh to the outside, away from the slope, to avoid the possibility of falling material
hanging up in the folds. The bottom of the mesh shall be located as shown in the Plans.
The ends of all lacing wires shall be secured to the mesh with a minimum of 1 Y2- turns.
The wire mesh shall not be tensioned in any direction, but is to remain loose so as to
increase its dampening effect on rolling rocks. The Contractor shall use care in the
handling and installing of the wire mesh and wire rope. Any mesh or wire rope damaged
due to the Contractor's operations shall be replaced by the Contractor at no expense to
the Contracting Agency.
8 -29.4 Measurement
Measurement of anchors will be per each for the completed anchor. Anchor types will not be
differentiated.
Wire mesh slope protection will be measured by the square foot of wire mesh erected on the
slope. There will be no deduction made for overlapping the wire mesh material as required
for splices or for coverage due to variations in the slope or ground conditions.
8 -29.5 Payment
Payment will be made in accordance with Section 1 -04.1, for each of the following Bid items.
that are included in the Proposal:
"Wire Mesh Slope Protection Anchor", per each.
The unit Contract price per each for "Wire Mesh Slope Protection Anchor" shall be full
payment for all costs for the Work described in Sections 8- 29.3(1) and 8- 29.3(2).
"Wire Mesh Slope Protection ", per square foot
The unit Contract price per square foot for "Wire Mesh Slope Protection" shall be full
payment for all costs for the Work described in Section 8- 29.3(3) and 8- 29.3(4).
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1 9- 02.AP9
2 Section 9 -02, Bituminous Materials
3 August 5, 2013
4
5
6
7
9
10
11
12
13
14
15
16
17
In this section, "Asphalt Emulsion" is revised to read "Emulsified Asphalt ".
9 -02.1 Asphalt Material, General
In this section, "Cationic Emulsified Asphalt" is revised to read "Emulsified Asphalt ".
The first paragraph is revised to read:
Asphalt furnished under these Specifications shall not have been distilled at a
temperature high enough to produce flecks of carbonaceous matter, and upon arrival at
the Work, shall show no signs of separation into lighter and heavier components.
9- 02.1(6) Cationic Emulsified Asphalt
The "Cationic Emulsified ASDhalt Table" is revised to read:
1
t
ii
t
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8 /27/13
Cationic Emulsified Asphalt Table
Rapid Setting
Medium Setting
Slow Setting
CRS-1 :
CRS -2
CMS -2S
CMS -2
CMS -2h
CSS -1
CSS -1h
Type
AASHTO Test
Min.
Max
Min.
Max.
Min.
Max.
Min.
Max.
Min.
Max.
Min.
Max.
Min.
Ma
Grade
Method
Tests on
Emulsified
Asphalts:
Viscosity
T 59
20
100
20
100
SFS @
77 °F
(25 °C)
Viscosity
T 59
20
100
150
400
50
450
50
450
50
450
SFS @
122 °F
(50 °C)
Storage
T 59
1
1
1
1
1
1
1
stability
test 1 day
Demulsibili
ty 35 ml
0.8%
sodium
dioctyl
sulfosucci
T 59
40
40
nate, V
Particle
T 59
Pos
Pos
Pos
Pos
Pos
Pos°
Pos°
charge
test
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8 /27/13
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
Sieve
T 59
0.10
0.10
0.10
0.10
0.10
0.10
0.10
Test, %
Cement
mixing
T 59
2.0
2.0
test, %
Distillation:
Oil
distillate
by vol.
T 59
3
1.5
3
20
12
12
of
emulsions
%
Residue,
T 59
60
65
60
65
65
57
57
Tests on
residue
from
distillation
tests:
Penetratio
n, 771F
T 49
100
250
100
250
100
250
100
250
40
90
100
250
40
90
(25 °C)
Ductility,
77 °F
(25 °C)
T 51
40
40
40
40
40
40
40
5 cm /min.,
cm
Solubility
in
T 44
97.5
97.5
97.5
97.5
97.5
97.5
97.5
trichloroet
hylene, %
The demulsibility test shall be made within 30 days from date of shipment.
If the particle charge test for CSS -1 and CSS -1h is inconclusive, material having a maximum pH value of 6.7 will
be acceptable.
9- 02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P
The first paragraph (except for the table) is revised to read:
CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled
into the asphalt or emulsion during the manufacturing of the emulsified asphalt. CRS -2P
shall meet the following requirements:
Footnote 1 below the table is revised to read:
1. Distillation modified to use 300 grams of emulsified asphalt heated to 350 °F ± 9 °F
and maintained for 20 minutes.
9- 02.1(8) Flexible Bituminous Pavement Marker Adhesive
The fifth row in the table is revised to read:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
2
3
5
6
8
9
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
Ductility, 39.2 °F, 1 cm /minute, cm AASHTO T 51 5 Min.
9 -02.4 Anti - Stripping Additive
This section is revised to read:
Anti - stripping additive shall be a product listed in the current WSDOT Qualified Products
List (QPL).
9- 03.AP9
Section 9 -03, Aggregates
August 5, 2013
9- 03.1(1) General Requirements
The eighth paragraph is deleted.
9 -03.6 Aggregate for Asphalt Treated Base (ATB)
This section including title is deleted in its entirety and replaced with the following:
Vacant
9- 03.8(4) Blending Sand
This sections including title is revised to read:
Vacant
9 -03.13 Backfill for Sand Drains
This section is supplemented with the following:
That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05
percent by weight of wood waste.
9- 03.13(1) Sand Drainage Blanket
The last paragraph is revised to read:
That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05
percent by weight of wood waste.
9- 03.14(1) Gravel Borrow
Note' is deleted, including the. reference in the table.
9- 03.14(2) Select Borrow
Note' is deleted.
Note 2 is re- numbered Note', including the reference in the table.
9- 03.14(4) Gravel Borrow for Geosynthetic Retaining Wall
This section including title is revised to read:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8 127/13
t
1
t
1
n
1
r
1j,
t
1
1
3
4
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Gravel Borrow for Structural Earth Wall
All backfill material within the reinforced zone for structural earth walls shall consist of
granular material, either naturally occurring or processed, and shall be free draining,
free from organic or otherwise deleterious material. The material shall be substantially
free of shale or other soft, poor durability particles, and shall not contain recycled
materials, such as glass, shredded tires, portland cement concrete rubble, or asphaltic
concrete rubble. The backfill material shall meet the following requirements for grading
and quality:
All percentages are by weight
Property
Geosynthetic
Reinforcement
Metallic
Reinforcement
Sieve Size
Percent Passing
Percent Passing
4
Reinforcement
99 -100
2
Reg uirements
75 -100
1 '/4 "
99 -100
35 percent max.
F,
90 -100
No. 4
50 -80
50 -80
No. 40
30 max.
30 max.
No. 200
7.0 max.
7.0 max.
Sand Equivalent
50 min.
50 min.
All percentages are by weight
Property
Test Method
Geosynthetic
Metallic
Reinforcement
Reinforcement
Reg uirements
Requirements
Los Angeles Wear
AASHTO T 96
35 percent max.
35 percent max
500 rev.
Degradation Factor
WSDOT Test Method T
15 min.
15 min.
113
Resistivity
. WSDOT Test Method T
3,000 ohm -cm,
417
min.
pH
WSDOT Test Method
4.5 -9
5 -10
113
Chlorides
AASHTO T 291
100 ppm max.
Sulfates
AASHTO T 290
200 ppm max.
If the resistivity of the gravel borrow equals or exceeds 5,000 ohm -cm, the specified
chloride and sulfate limits may be waived.
Wall backfill material satisfying these grading and property requirements shall be
classified as nonaggressive.
9- 03.21(1) General Requirements
The first sentence in the first paragraph is revised to read:
Hot Mix Asphalt, Concrete Rubble, Recycled Glass (glass cullet), and Steel Furnace
Slag may be used as, or blended uniformly with naturally occurring materials for
aggregates.
9- 03.21(1)C Vacant
This section including title is revised to read:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
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
9- 03.21(1)C Recycled Glass (Glass Cullet)
Glass Cullet shall meet the requirements of AASHTO M 318 with the additional
requirement that the glass cullet is limited to the maximum amounts set in Section 9-
03.21(1)E for recycled glass. Prior to use the Contractor shall provide certification to
the Project Engineer that the recycled glass meets the physical properties and
deleterious substances requirements in AASHTO M -318.
9- 03.21(1) E Table on Maximum Allowable Percent (By Weight) of Recycled
Material
In the table, the row containing the item "Aggregate for Asphalt Treated Base (ATB)" is
deleted.
The column heading "Recycled Glass" is revised to read "Recycled Glass (Glass Cullet) in
the table.
In the column "Recycled Glass (Glass Cullet)" all amounts are revised to read "20" beginning
with the item "Ballast" and continuing down until the last item in the table.
9- 04.AP9
Section 9 -04, Joint And Crack Sealing Materials
January 7, 2013
9 -04.2 Joint Sealants
This section is supplemented with the following new sub - sections:
9- 04.2(3) Polyurethane Sealant
Polyurethane sealant shall conform to ASTM C 920 Type S Grade NS Class 25 Use M
Polyurethane sealant shall be compatible with the closed cell foam backer rod. When
required, compatibility characteristics of sealants in contact with backer rods shall be
determined by Test Method ASTM C 1087.
9- 04.2(3)A Closed Cell Foam Backer Rod
Closed cell foam backer rod for use with polyurethane sealant shall conform to ASTM C
1330 Type C.
9 -04.10 Crack Sealing — Rubberized Asphalt
This section is deleted.
1
1
[I
1
9 -04.11 Butyl Rubber and Nitrile Rubber
This sections number is revised to read:
9 -04.10 t
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
'1
1
i
1 9- 05.AP9
2 Section 9 -05, Drainage Structures, Culverts, and Conduits
3 January 7, 2013
5
6
7
8
9
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
9 -05.0 Acceptance by Manufacturer's Certification
This section including title is revised to read:
9 -05.0 Acceptance and Approval of Drainage Structures, and Culverts
The Drainage Structure or Culvert may be selected from the Qualified Products List, or
submitted using a Request for Approval of Materials (RAM) in accordance with Section
1 -06.
Certain drainage materials may be accepted by the Engineer based on a modified
acceptance criteria when materials are selected from the Qualified Products List (QPL).
The modified acceptance criteria are defined in the QPL for each material.
9- 05.1(6) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (Up to
10 Inch)
This section is supplemented with the following:
Corrugated polyethylene drain pipe manufacturers shall participate in the National
Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density
Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying
they are NTPEP compliant.
9- 05.1(7) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (12 Inch
Through 60 Inch)
This section is supplemented with the following:
Corrugated polyethylene drain pipe manufacturers shall participate in the National
Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density
Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying
they are NTPEP compliant.
9- 05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10 Inch)
This section is supplemented with the following:
Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in
the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE
(High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit
website displaying they are NTPEP compliant.
9- 05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12 -Inch
Through 60 Inch Diameter Maximum), Couplings, and Fittings
This section is supplemented with the following:
Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in
the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE
(High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit
website displaying they are NTPEP compliant.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
3
4
6
7
9
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
50
51
9 -05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings
The word "producer" is revised to read "manufacturer ".
The second paragraph is revised to read:
Joints for corrugated polyethylene culvert pipe shall be made with either a bell /bell or
bell and spigot coupling and shall incorporate the use of a gasket conforming to the
requirements of ASTM D 1056 Type 2 Class B Grade 3 or ASTM F 477. All gaskets shall
be factory installed on the coupling or on the pipe by the qualified manufacturer.
This section is supplemented with the following:
Corrugated polyethylene culvert pipe manufacturers shall participate in the National
Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density
Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying
they are NTPEP compliant.
9 -05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings
The word "producer" is revised to read "manufacturer".
The first paragraph is revised to read:
Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the
requirements of AASHTO M 294 Type S or D. The maximum pipe diameter for
corrugated polyethylene storm sewer pipe shall be the diameter for which a
manufacturer has submitted. Fittings shall be blow molded, rotational molded, or factory
welded.
This section is supplemented with the following:
Corrugated polyethylene culvert pipe manufacturers shall participate in the National
Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density
Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying
they are NTPEP compliant.
9 -05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and
Polypropylene Sanitary Sewer Pipe
This sections content is deleted and replaced with the following:
All joints for polypropylene pipe shall be made with a bell /bell or bell and spigot coupling
and shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F
477. All gaskets shall be factory installed on the pipe in accordance with the producer's
recommendations.
Qualification for each producer of polypropylene storm sewer pipe requires joint system
conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477
and a formal quality control plan for each plant proposed for consideration.
A Manufacturer's Certificate of Compliance shall be required and shall accompany the
materials delivered to the project. The certificate shall clearly identify production lots for
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127/13
1 all materials represented. The Contracting Agency may conduct verification tests of pipe
2 stiffness or other properties it deems appropriate.
3
4 This section is supplemented with the following new sub - sections:
5
6 9- 05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe
7 Polypropylene culvert and storm sewer pipe shall conform to the following requirements:
8
9 1. For dual wall pipe sizes up to 30 inches: ASTM F2736. .
10 `
11 2. For triple wall pipe sizes from. 30 to 60 inches: ASTM F2764.
12
13 3. For dual wall profile pipe sizes 36 to 60 inches: AASHTO MP 21, Type S or
14 Type D.
15
16 4. Fittings shall be factory welded, injection molded or PVC.
17
18 9- 05.24(2) Polypropylene Sanitary Sewer Pipe
19 Polypropylene sanitary sewer pipe shall conform to the following requirements:
20
21 1. For pipe sizes up to 30 inches: ASTM F2736.
22
23 2. For pipe sizes from 30 to 60 inches: ASTM F2764.
24
25 3. Fittings shall be factory welded, injection molded or PVC.
26
27 9- 06.AP9
28 Section 9 -06, Structural Steel and Related Materials
29 April 1, 2013
30 9- 06.5(3) High Strength Bolts
31 In this section, " AASHTO M 291" is revised to read "ASTM A 563 ", " AASHTO M 164" is
32 revised to read "ASTM A 325 ", " AASHTO M 293" is revised to read "ASTM F 436 ", " AASHTO
33 M 253" is revised to read "ASTM A 490 ", and " AASHTO M 298" is revised to read "ASTM B
34 695 ".
35
36 9- 06.5(4) Anchor Bolts
37 In this section, " AASHTO M 291" is revised to read "ASTM A 563 ".
38
39
40 9- 07.AP9
41 Section 9 -07, Reinforcing Steel
42 August 6, 2012
43 9 -07.7 Wire Mesh
44 The first sentence in the first paragraph is revised to read:
45
46 Wire mesh for concrete reinforcement shall conform to the requirements of AASHTO M
47 55, Welded Steel Wire Fabric for Concrete Reinforcement or AASHTO M 221, Steel
48 Welded Wire Reinforcement, Deformed for Concrete.
49
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8 /27/13
1 9- 10.AP9
2 Section 9 -10, Piling
3 April 2, 2012
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
9 -10.4 Steel Pile Tips and Shoes
In the first paragraph "ASTM A 148 Grade 60 -90" is revised to read "ASTM A 148 Grade 90-
60".
9- 13.AP9
Section 9 -13, Riprap, Quarry Spalls, Slope Protection, & Rock for Erosion and
Scour Protection and Rock Walls
April 1, 2013
9- 13.5(1) Semi -Open Concrete Masonry Units Slope Protection
In this section, "ASTM C 90" is revised to read "ASTM C 1319 ".
9- 14.AP9
Section 9 -14, Erosion Control and Roadside Planting
August 5, 2013
9 -14.3 Fertilizer
The second sentence in the first paragraph is revised to read:
It may be separate or in a mixture containing the percentage of total nitrogen, available
phosphoric acid, and water - soluble potash or sulfur in the amounts specified.
9- 14.4(2) Hydraulically Applied Erosion Control Products (HECPs)
The first sentence in the third paragraph is revised to read:
All HECPs shall be furnished premixed by the manufacturer with Organic or Synthetic
Tackifier as specified in Section 9- 14.4(7).
The third and fourth rows in Table 1 is revised to read:
Heavy Metals
EPA 6020A Total Metals
Antimony — < 4 mg/kg
Arsenic — < 6 mg/kg
Barium — < 80 mg/kg
Boron — < 160 mg/kg
Cadmium — < 2 mg/kg
Total Chromium — < 4 mg/kg
Copper — < 10 mg/kg
Lead — < 5 mg/kg
Mercury — < 2 mg/kg
Nickel — < 2 mg/kg
Selenium — < 10 mg/kg
Strontium — < 40 mg/kg
Zinc — < 30 mg/kg
Water Holding
ASTM D 7367
800 percent minimum
Ca pa
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127113
1
1
t
t
u
t
1
3
4
6
7
8
9
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
9- 14.4(2)A Long Term Mulch
In the first paragraph, the phrase "within 2 hours of application" is deleted.
9- 14.4(4) Wood Strand Mulch
The last sentence in the second paragraph is deleted.
This section is supplemented with the following new paragraph:
The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that
the product is not harmful to plant life and a test report performed in accordance with
WSDOT Test Method 125 demonstrating compliance to this specification prior to
acceptance.
9- 14.4(8) Compost
The second paragraph is revised to read:
Compost production and quality shall comply with WAC 173 -350 and for biosolids
composts, WAC 173 -308.
The third paragraph is to read:
Compost products shall meet the - following physical criteria:
1. Compost material shall be tested in accordance with U.S. Composting Council
Testing Methods for the Examination of Compost and Composting ( TMECC)
02.02 -13, "Sample Sieving for Aggregate Size Classification ".
Fine compost shall meet the following gradation:
Sieve Size
Percent Pa sing
Minimum
Maximum
P
100
/g"
90
100
'/4"
75
100
Note Maximum particle length of 4 inches.
Medium compost shall meet the following gradation:
Sieve Size
Percent Pa sing
Minimum
Maximum
V
100
/8"
85
100
1/4"
70
85
Note Maximum particle length of 4 inches. Medium compost shall have a
carbon to nitrogen ration (C:N) between 18:1 and 35:1. The carbon to
nitrogen ration shall be calculated using dry weight of "Organic Carbon"
using TMECC 04.01A divided by the dry weight of "Total N" using TMECC
04.02D.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127/13
1
2
4
5
6
7
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
Coarse compost shall meet the following gradation:
Sieve Size
Percent Pa sing
Minimum
Maximum
2"
100
1"
90
100
3/4"
70
100
'/4"
40
60
Note Maximum particle length of 6 inches. Coarse compost shall have a carbon
to nitrogen ratio (C:N) between 25:1 and 35:1. The carbon to nitrogen ratio
shall be calculated using the dry weight of "Organic Carbon" using
TMECC 04.01A divided by the dry weight of "Total N using TMECC
04.02D.
2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S.
Composting Council TMECC 04.11 -A, "1:5 Slurry pH ".
3. Physical contaminants, defined in WAC 173 -350 (plastic, concrete, ceramics,
metal, etc.) shall be less than 0.5 percent by weight as determined by U.S.
Composting Council TMECC 03.08 -A "Classification of Inerts by Sieve Size ".
4. Minimum organic matter shall be 40 percent by dry weight basis as determined
by U.S. Composting Council TMECC 05.07A "Loss -On- ignition Organic Matter
Method .(LOI) ".
5. Soluble salt contents shall be less than 4.0 mmhos /cm when tested in
accordance with U.S. Composting Council TMECC 04.10 "Electrical
Conductivity."
6. Maturity shall be greater than 80 percent in accordance with U.S. Composting
Council TMECC 05.05 -A, "Germination and Root Elongation ".
7. Stability shall be 7 -mg CO2 —C /g OM /day or below in accordance with U.S.
Composting Council TMECC 05.08 -13 "Carbon Dioxide Evolution Rate ".
8. The compost product shall originate from organic feedstocks as defined in
WAC 173 350 as "Wood waste ", "Yard debris ", "Post- consumer food waste ",
"Pre- consumer animal -based wastes ", and /or "Pre- consumer vegetative
waste ". The Contractor shall provide a list of feedstock sources by percentage
in the final compost product.
9. The Engineer may also evaluate compost for maturity using U.S. Composting
Council TMECC 05.08 -E "Solvita@ Maturity Index ". Fine compost shall score a
number 6 or above on the Solvita@ Compost Maturity Test. Medium and
Coarse compost shall score a 5 or above on the Solvita@ Compost Maturity
Test.
9- 14.4(8)A Compost Approval
This section's title is revised to read:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
1
t
u
n
1
3
4
6
7
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
9- 14.4(8)A Compost Submittal Requirements
The first sentence in this section up until the colon is revised to read:
The Contractor shall submit the following information to the Engineer for approval:
Item No. 2 in the first paragraph is revised to read:
2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the
Jurisdictional Health Department in accordance with WAC 173 -350 (Minimum
Functional Standards for Solid Waste Handling) or for biosolid, composts a copy of
the Coverage Under the General Permit for Biosolids Management issued to the
manufacturer by the Department of Ecology in accordance with WAC 173 -308
( Biosolids Management).
9 -14.5 Erosion Control Devices
This section is supplemented with the following new sub - section:
9- 14.5(9) High Visibility Silt Fence
High visibility silt fence shall be a minimum of 5 feet in height, high visibility orange, UV
stabilized and shall meet the geotextile requirements in Section 9 -33 Table 6. Support
posts shall be in accordance with the Standard Plans. The posts shall have sufficient
strength and durability to support the fence through the life of the project.
9- 14.5(1) Polyacrylamide (PAM)
The fourth sentence is replaced with the following two new sentences:
The minimum average molecular weight shall be greater than 5 -mg /mole. The charge
density shall be no less than 15 percent and no greater than 30 percent.
9- 14.5(2) Erosion Control Blanket
This section including title is deleted in its entirety and replaced with the following:
9- 14.5(2) Biodegradable Erosion Control Blanket
Biodegradable erosion control blankets shall be made of natural plant fibers, and all
netting material, if present, shall biodegrade within a life span not to exceed 2 years.
The Contractor shall provide independent test results from the National Transportation
Product Evaluation Program (NTPEP) meeting the requirements of Section 9- 14.5(2)B,
9- 14.5(2)C and 9- 14.5(2)D.
9- 14.5(2)A Approval and Acceptance of Biodegradable Erosion Control
Blankets
The erosion control blanket may be selected from the Qualified Products List, or
submitted using a Request for Approval of Materials (RAM) in accordance with
Section 1 -06. Erosion control blankets may be accepted by the Engineer based on
the modified acceptance criteria when materials are selected from the QPL. The
modified acceptance criteria are defined in the QPL for each material.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
2
3
4
5
6
7
8
9
10
11
12
9- 14.5(2)B Biodegradable Erosion Control Blanket for Slopes Steeper than
3:1 (H:V)
Table 6
Properties
ASTM Test Method
Requirements for Slopes
Steeper than 3:1
Protecting
ASTM D 6459
C factor = 0.04 maximum for
Slopes from
cumulative R- Factor <231
Rainfall- Induced
Soil tested shall be sandy
Erosion
loam as defined by the
NRCS **
Soil Texture Triangle
Mass Per Unit
ASTM D 6475
7.6 oz. /sq. yd. minimum
Area
Light
ASTM D 6567
44 % maximum
Penetration
Tensile Strength
ASTM D 6818
10.0 x 6.0 pounds /inch minimum
MD x XD*
Tensile
ASTM D 6818
38% x 33% maximum
Elongation MD x
XD*
*MD is Machine Design and XD is Cross Direction
* *Natural Resource Conservation Services
9- 14.5(2)C Biodegradable Erosion Control Blanket for Slopes Flatter than
3:1(H:V)
Table 7
Properties
ASTM Test Method
Slope Flatter than 3:1
Requirements
Protecting
ASTM D 6459
C factor = 0.15 maximum for
Slopes from
cumulative R- Factor <231
Rainfall- Induced
Soil tested shall be sandy
Erosion
loam as defined by the
NRCS **
Soil Texture Triangle
Mass Per Unit
ASTM D 6475
7.6 oz. /sq. yd. minimum
Area
Light
ASTM D 6567
40% maximum
Penetration
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
2
3
4
5
6
8
9
10
11
12
13
14
15
16
17
Tensile Strength
MD x XD*
ASTM D 6818
6.5 x 2.3 pounds /inch minimum
Tensile
ASTM D 6818
38% x 33% maximum
Elongation MD x
Soil tested shall be sandy
minimum.
XD*
loam as defined by the
*MD is Machine Design and XD is Cross Direction
* *Natural Resource Conservation Services
9- 14.5(2)D Biodegradable Erosion Control Blanket for Ditches
Table 8
Properties
Test Method
Requirements
Performance in
ASTM D 6460
Limiting Shear (TL;m;t) = 2.0 psf
Protecting
Soil tested shall be sandy
minimum.
Earthen
loam as defined by the
Channels from
NRCS **
Limiting Velocity (unit) = 7.5
Stormwater-
Soil Texture Triangle
ft/sec flow minimum.
Induced Erosion
Mass per Unit
ASTM D 6475
7.4 oz./ sq. yd. minimum
Area
Light
ASTM D 6567
65 % maximum
Penetration
Tensile Strength
ASTM D 6818
9.6 x 3.2 Ibs /inch minimum
MD x XD*
Tensile
ASTM D 6818
38% x 33% maximum
Elongation MD x.
XD*
*MD is Machine Design and XD is Cross Direction
* *Natural Resource Conservation Services
9- 14.5(3) Clear Plastic Covering
This section including title is revised to read:
Plastic Covering
Plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting.
9- 14.5(4) Geotextile Encased Check Dam
This section including title is revised to read:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
3
4
6
7
9
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
50
51
9- 14.5(4) Check Dams
All materials used for check dams shall be non -toxic and not pose a threat to wildlife
when installed.
This section is supplemented with the following new sub - sections:
9- 14.5(4)A Biodegradable Check Dams
Biodegradable check dams shall meet the following requirements:
Biodegradable Check Dams Materials
Wattle Check Dam 9- 14.5(5)
Compost Sock Check Dam 9- 14.5(6)
Coir Log Check Dam 9- 14.5(7)
The Contractor may substitute a different biodegradable check dam as long as it
complies with the following and is approved by the Engineer:
1. Made of natural plant fiber.
2. Netting if present shall be biodegradable.
3. Straw bales shall not be used as check dams.
9- 14.5(4)B Non - biodegradable Check Dams
Non - biodegradable check dams shall meet the following requirements:
1. Geotextile materials shall conform to section 9 -33 for silt fence.
2. Other such devices that fulfill the requirements of section 9- 14.5(4) and shall
be approved by the Engineer prior to installation.
9- 14.5(5) Wattles
The second sentence in the first paragraph is revised to read:
Wattle shall be a minimum of 8- inches in diameter.
The first sentence in the second paragraph is revised to read:
Compost filler shall be Medium Compost and shall meet the material requirements as
specified in Section 9- 14.4(8).
The last paragraph i
e as s revised to read:
Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, or pine
species. Wood stakes shall be 2 by 2 -inch nominal dimension and a minimum 24 inches
in length.
9- 14.5(6) Compost Socks
In this section, "Coarse Compost' is revised to read "Medium Compost'. _
The last paragraph is revised to read:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
1
1
3
4
6
7
8
9
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
Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or
pine species. Wood stakes shall be 2 by 2 -inch nominal dimension and a minimum 24
inches in length.
9- 14.5(8) High Visibility Fencing
The-first paragraph is revised to read:
High visibility fence shall be UV stabilized, orange, high- density polyethylene or
polypropylene mesh.
9- 14.6(1) Description
In item No. C in the fourth paragraph, "22- inch" is revised to read "2- inch ".
9- 15.AP9
Section 9 -15, Irrigation System
April 1, 2013
9- 15.1(2) Polyvinyl Chloride Pipe and Fittings
In the first paragraph, "ASTM D 1784" is revised to read "ASTM D 1785 ".
9- 16.AP9
Section 9 -16, Fence and Guardrail
August 5, 2013
9- 16.1(1)A Post Material for Chain Link Fence
The first paragraph is revised to read:
Except as noted otherwise, post material shall conform to the requirements of AASHTO
M 181, Type 1 (zinc- coated steel), Grade 1 or 2, and shall include all round and roll -
formed material (line posts, brace posts, end posts, corner posts, and pull posts).
The last sentence in the fourth paragraph is deleted.
9- 16.1(1)C Tension Wire and Tension Cable
This section including title is revised to read:
9- 16.1(1)C Tension Wire
Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing
shall be Class 1.
9- 16.1(1)D Fittings and Hardware
The second sentence in the first paragraph is deleted.
The last paragraph is deleted.
9- 16.1(2) Approval
This section is deleted.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
3
4
6
7
8
9
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
50
'9-16.2(2) Approval
This section is deleted.
9- 16.3(2) Posts and Blocks
The first sentence in the first paragraph is revised to read:
Posts and blocks may be of creosote, pentachlorophenol, waterborne chromate copper
arsenate (CCA), or ammoniacal copper zinc arsenate (ACZA), treated timber, or
galvanized steel (galvanized steel posts only — no blocks).
The following reference is deleted from the third paragraph:
ACA 0.50 lbs. pcf
The sixth paragraph is deleted.
9- 16.4(2) Wire Mesh
This section is revised to read:
The galvanized wire mesh shall be a Style 1 double - twisted hexagonal mesh
conforming to ASTM A 975 with 8 by 10 opening, except when a colorized, polyvinyl
chloride coating is required then the Style shall be a Style 3.
The longitudinal edges of the wire mesh fabric shall have knuckled selvedges with
continuous selvedge wire as specified in ASTM A 975.
9- 16.4(3) Wire Rope
This section is revised to read:
Wire rope shall be %- inch - diameter, independent wire rope class (IWRC) 6x19, extra
improved plow steel (EIP) wire rope galvanized in accordance with ASTM A1023. Each
lot of wire rope shall be accompanied by a Manufacturer's Certificate of Compliance, a
mill certificate, and a test report showing the wire rope meets the minimum breaking
force requirements of ASTM A 1023.
9- 16.4(4) Hardware
This section is revised to read:
Weldless steel rings shall be drop- forged steel and heat treated after forging; have a
single pull, working load limit of at least 10,000 Ibs; and meet performance requirements
of Federal Specification RR -C -271 D Type VI.
Thimbles required for all wire rope loops shall be standard weight, galvanized, and meet
performance requirements of Federal Specification FF -T 276b Type II.
Wire rope clips shall have drop- forged steel bases, be galvanized, and meet
performance requirements of Federal Specification FF -C -450 Type I Class 1.
9- 16.4(5) Hog Rings and Tie Wire
This section including title is revised to read:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127113
t
f
1
3
4
5
6
7
8
9
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
50
9- 16.4(5) Fasteners and Lacing Wire
Fasteners shall consist of 11 gauge high tensile steel. Lacing wire shall consist of 9
gauge, zinc - coated steel wire conforming to ASTM A 641.
9- 16.4(6) Grout
This section including title is deleted.
9- 16.4(7) Anchor
This section including title and section number is revised to read:
9- 16.4(6) Ground Anchors
Threaded bar ground anchors shall be deformed,
reinforcement bars conforming to either Section 9 -07.2
bar ground anchors shall be either epoxy- coated in
02.3(24)H and 9 -07.3 or galvanized after fabrication in
Class I.
continuously threaded, steel
or Section 9- 07.11. Threaded
accordance with Sections 6-
accordance with ASTM A 767
Hollow -core anchor bars shall have continuous threads /deformations and be fabricated
from steel tubing conforming to ASTM A 519. Couplers and nuts shall provide 100% of
the guaranteed minimum tensile strength of the hollow core anchor bars.
Bearing plates shall conform to ASTM A 572 Grade 50 and shall be galvanized after
fabrication in accordance with AASHTO M 111. Nuts shall conform to either AASHTO M
291 Grade B, hexagonal, or Section 9- 07.11. Nuts shall be galvanized after fabrication
in accordance with AASHTO M 111 for plate washers. and AASHTO M 232 for all other
hardware.
Grout for ground anchors shall be Grout Type 2 for Nonshrink Applications, conforming
to Section 9- 20.3(2).
Concrete for soil anchor deadmen shall be either commercial concrete conforming to
Section 6- 02.3(2)B or Class 3000 conforming to Section 6 -02.
Steel reinforcing bars for soil anchor deadmen shall conform to Section 9 -07.2, and
shall be epoxy- coated in accordance with Sections 6- 02.3(24)H and 9 -07.3.
9- 16.6(3) Posts
This section is revised to read:
Line posts for Types 1 and 2 glare screens shall be 2 inch inside diameter galvanized
steel pipe with a nominal weight of 3.65 pounds per linear foot. End, corner, brace, and
pull posts for Type 1 Design A and B and Type 2 shall be 2 % inch inside diameter
galvanized steel pipe with a nominal weight of 5.79 pounds per linear foot. Intermediate
pull posts (braced line posts) shall be as specified for line posts.
The base material for the manufacture of steel pipes used for posts shall conform to the
requirements of ASTM A 53, except the weight tolerance on tubular posts shall be
applied as provided below.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
3
4
5
6
7
8
9
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
Posts provided for glare screen will have an acceptance tolerance on the weight per
linear foot, as specified, equal to plus or minus 5 percent. This tolerance will apply to
each individual post.
All posts shall be galvanized in accordance with AASHTO M 181 Section 32. The
minimum average zinc coating is per square foot of surface area. This area is defined
as the total area inside and outside. A sample for computing the average of mass of
coating is defined as a 12 -inch piece cut from each end of the galvanized member. t
9- 16.6(5) Cable
This section including title is revised to read:
9- 16.6(5) Vacant
9- 16.6(6) Cable and Tension Wire Attachments ,
This section including title is revised to read:
9- 16.6(6) Tension Wire Attachments
All tension wire attachments shall be galvanized steel conforming to the requirements of
AASHTO M 232 unless otherwise specified. Eye bolts shall have either a shoulder or a
back -up nut on the eye end and be provided with an eye nut where needed or standard
hex nut and lock washer % -inch diameter for tension wire and of sufficient length to
fasten to the type of posts used. Turnbuckles shall be of the shackle end type, '/2 inch
diameter, with standard take -up of 6 inches and provided with % inch diameter pins.
9- 16.6(9) Fabric Bands and Stretcher Bars
The first paragraph is revised to read:
Fabric bands shall be % inch by 1inch nominal. Stretcher bars shall be 3/6 inch by %
inch nominal or 5/16 inch diameter round bar nominal. A 5/16 inch diameter round
stretcher bar shall be used with Type 1. Nominal shall be construed to be the area of the
cross section of the shape obtained by multiplying the specified width by thickness. A
variation of minus 5- percent from this theoretical area shall be construed as "nominal"
size. All shall be galvanized to meet the requirements of ASTM F 626.
9 -16.7 Vacant
This section including title is deleted in its entirety.
9 -16.8 Weathering Steel Beam Guardrail
This section including title is deleted in its entirety.
9- 18.AP9
Section 9 -18, Precast Traffic Curb and Block Traffic Curb
August 6, 2012
This section's title is revised to read: I
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
u
t
t
t
I
1
3
4
5
6
7
8
9
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
9 -18 Precast Traffic Curb
9 -18.3 Block Traffic Curb
This section including title is revised to read:
9 -18.3 Vacant
9- 20.AP9
Section 9 -20, Concrete Patching Material, Grout, and Mortar
January 2, 2012
9- 20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications
This section is revised to read:
Grout Type 3 shall be a prepackaged material meeting the requirements of ASTM C 928
— Table 1, R2 Concrete or Mortar.
9- 20.3(4) Grout Type 4 for Multipurpose Applications
In the third sentence of the first paragraph, the reference "0.40" is revised to read "0.45 ".
9- 23.AP9
Section 9 -23, Concrete Curing Materials and Admixtures
August 5, 2013
9 -23.2 Liquid Membrane - Forming Concrete Curing Compounds
In the first paragraph, "moisture loss" is revised to read "water retention ".
9- 23.6(9) Type S Specific Performance Admixtures
The first sentence is revised to read the following two new sentences:
Type S Specific Performance admixtures are limited to ASR - mitigating, viscosity
modifying, shrinkage reducing, rheology- controlling, and workability- retaining
admixtures. They shall conform to the requirements of ASTM C 494 Type S.
9- 26.AP9
Section 9 -26, Epoxy Resins
August 5, 2013
9- 26.3(1)A Traffic Bearing Applications
The first sentence in the first paragraph is revised to read:
Epoxy grout/mortar /concrete for traffic bearing applications shall have a 7 -day
compressive strength of not less than 4,000 psi when tested in accordance with ASTM
C 579.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1 9- 28.AP9
2 Section 9 -28, Signing Materials and Fabrication
3 April 1, 2013
5
6
7
8
9
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
9- 28.14(2) Steel Structures and Posts
"AASHTO M 291" is revised to read "ASTM A 563" and "AASHTO M 293" is revised to read
"ASTM F 436 ".
9- 29.AP9
Section 9 -29, Illumination, Signal, Electrical
August 5, 2013
9- 29.1(4) Non - Metallic Conduit
This section is supplemented with the following new sub - section:
9- 29.1(4)D Deflection Fittings
Deflection Fittings for use with rigid PVC conduit shall be as described in 9- 29.1(2)A
9 -29.2 Junction Boxes, Cable Vaults, and Pull Boxes
The section is supplemented with the following:
The Contractor shall perform quality control inspection. The Contracting Agency intends
to perform Quality Assurance Inspection. By its inspection, the Contracting Agency
intends only to verify the quality of that Work. This inspection shall not relieve the
Contractor of any responsibility for identifying and replacing defective material and
workmanship. Prior to ' the start of production of the precast concrete units, the
Contractor shall advise the Engineer of the production schedule. The Contractor shall
give the Inspector safe and free access to the Work. If the Inspector observes any
nonspecification Work or unacceptable quality control practices, the Inspector will
advise the plant manager. If the corrective action is not acceptable to the Engineer, the
unit(s) will be rejected.
9- 29.2(1) Standard Duty and Heavy -Duty Junction Boxes
The third paragraph is deleted and replaced with the following new paragraphs:
The Contractor shall provide shop drawings for all components, hardware, lid
,
frame, reinforcement, and box dimensions. The shop drawings shall be
prepared by (or under the supervision of) a Professional Engineer, licensed
under Title 18 RCW, State of Washington, in the branch of Civil or Structural,
and each sheet shall include the following:
1. Professional Engineer's original signature, date of signature, original seal,
registration number, and date of expiration.
2. The initials and dates of all participating design professionals
3. Clear notation of all revisions including identification of who authorized the
revision, who made the revision, and the date of the revision.
4. Design calculations shall carry on the cover page, the Professional Engineer's
original signature, date of signature, original seal, registration number, and
date of expiration.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
I
t
1
t
1
3
4
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
For each type of junction box, or whenever there is a change to the junction box design,
a proof test, as defined in this Specification, shall be performed and new shop drawings
submitted.
9- 29.2(1)A Standard Duty Junction Boxes
The first paragraph is supplemented with the following:
All Standard Duty Junction Boxes placed in sidewalks, walkways, and shared use paths
shall have slip resistant surfaces. Non -slip lids and frames shall be hot dip galvanized
in accordance with AASHTO M 111.
The sub - paragraph's titled "Concrete Junction Boxes" are revised to read:
Concrete Junction Boxes
The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be
painted with a black paint containing rust inhibiters or painted with a shop applied,
inorganic zinc primer in accordance with Section 6 -07.3, or hot -dip galvanized in
accordance with AASHTO M 111.
Concrete used in Standard Duty Junction Boxes shall have a minimum compressive
strength of 6,000 psi when reinforced with a welded wire hoop, or 4,000 psi when
reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to
the box by welding headed studs % by 3 inches long, as. specified in Section 9- 06.15, to
the frame. The wire fabric shall be attached to the studs and frame with standard tie
practices. The box shall contain ten studs located near the centerline of the frame and
box wall. The studs shall be placed one anchor in each corner, one at the middle of
each width and two equally spaced on each length of the box.
Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the following:
Materials
Requirement
Concrete
Section 6 -02
Reinforcing Steel
Section 9 -07
Fiber Reinforcing
ASTM C 1116, Type III
Lid
ASTM A 786 diamond plate steel
Slip Resistant Lid
ASTM A 36 steel
Frame
ASTM A 786 diamond plate steel or ASTM
A36 steel
Slip Resistant Frame
ASTM A 36 steel
Lid Support
ASTM A 36, or ASTM A1011 Grade SS
Handle &Handle support
ASTM A 36 steel or ASTM A1011 Grade
CS or SS
Anchors (studs)
Section 9 -06.15
Bolts, Studs, Nuts,
Washers
ASTM F 593 or A 193, Type 304 or 316, or
Stainless Steel grade 302, 304, or 316
steel in accordance with approved shop
drawing
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
2
3
4
5
6
7
8
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
Locking and Latching In accordance with approved shop
Mechanism Hardware drawings
and Bolts
9- 29.2(1)B Heavy Duty Junction Boxes
The section is revised to read:
Heavy -Duty Junction Boxes shall be concrete and have a minimum vertical load rating
of 46,000 pounds without permanent deformation and 60,000 pounds without failure
when tested in accordance with Section 9- 29.2(1)C.
The Heavy -Duty Junction Box steel frame, lid support and lid shall be painted with
a shop applied, inorganic zinc primer in accordance with Section 6 -07.3.
Materials for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following:
Materials
Requirement
Concrete
Section 6 -02
Reinforcing Steel
Section 9 -07
ASTM A 786 diamond plate steel; rolled
from plate complying with ASTM A 572,
Lid _
grade 50 or ASTM A 588, and having a
min. CVN toughness of 20 ft -lb at 40
de rees F.
Frame and stiffener
ASTM A 572 grade 50 or ASTM A 588, both
plates
with min. CVN toughness of 20 ft -lb at 40
degrees F
Handle
ASTM A 36 steel or ASTM A 1011 Grade
CS or SS
Anchors (studs)
Section 9 -06.15
Bolts, Studs, Nuts,
ASTM F 593 or 193, Type 304 or 316, or
Washers
Stainless steel grade 302, 304, or 316 in
accordance with approved shop drawing
Hinges and Locking and
In accordance with approved shop
Latching Mechanism
drawings
Hardware and Bolts
The lid stiffener plates shall bear on the frame, and be milled so that there is full even
contact, around the perimeter, between the bearing seat and lid stiffener plates, after
fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from
burrs, dirt, and other foreign debris that would prevent solid seating. Bolts and nuts shall
be liberally coated with anti -seize compound. Bolts shall be installed snug tight. The
bearing seat and lid perimeter bar shall be machined to allow a minimum of 75 percent
of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with
a feeler gage. The bearing area percentage will be measured for each side of the lid as
it bears on the frame.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
r
'I
1,
t
t
t
t
1
3
4
6
7
8
9
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
50
51
9- 29.2(1)C Testing Requirements
The first paragraph is revised to read:
The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes.
Junction boxes, cable vaults and pull boxes shall be tested by an independent materials
testing facility, and a test report issued documenting the results of the tests performed.
The second paragraph is revised to read:
For concrete junction boxes, vaults and pull boxes, the independent testing laboratory
shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test
Equipment. The test shall be conducted in the presence of a Professional Engineer,
licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural,
and each test sheet shall have the Professional Engineer's original signature, date of
signature, original seal, registration number, and date of expiration. One copy of the test
report shall be furnished to the Contracting Agency certifying that the box and cover
meet or exceed the loading requirements for a concrete junction box, and shall include
the following information:
1. Product identification.
2. Date of testing.
3. Description of testing apparatus and procedure.
4. All load deflection and failure data.
5. Weight of box and cover tested.
6. Upon completion of the required test(s) the box shall be loaded to failure.
7. A brief description of type and location of failure.
The third paragraph is revised to read:
For non - concrete junction boxes the independent testing laboratory shall meet the
requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The
test shall be conducted in the presence of a Professional Engineer, licensed under Title
18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet
shall have the Professional Engineer's original signature, date of signature, original
seal, registration number, and date of expiration. One copy of the test report shall be
furnished to the Contracting Agency certifying that the box and cover meet or exceed
the loading requirements for a non - concrete junction box, and shall include the following
information:
1. Product identification.
2. Date of testing.
3. Description of testing apparatus and procedure.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127/13
1
3
4
5
6
7
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
50
4. All load deflection data.
5. Weight of box and cover tested.
The first paragraph following the title "Testing for the Standard Duty Non - Concrete
Junction Boxes" is revised to read:
Non - concrete Junction Boxes shall be tested as defined in the ANSUSCTE 77 -2007 Tier
15 test method with test load minimum of 22,500 lbs. In addition, the Contractor shall
provide a Manufacture Certificate of Compliance for each non - concrete junction box
installed.
9-29.2(2) Standard Du and Heavy-Duty Cable Vaults and Pull Boxes
O Duty Y Y
This section is revised to read:
Standard Duty and Heavy -Duty Cable Vaults and Pull Boxes shall be constructed as a
concrete box and as a concrete lid. The lid for the Heavy -Duty and Standard Duty Cable
Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as
shown in the Standard Plans.
The Contractor shall provide shop drawings for all components, including concrete box,
Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings
shall show placement of reinforcing steel, knock outs, and any other appurtenances.
The shop drawing shall be prepared by or under the direct supervision of a Professional
Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or
Structural, and each sheet shall carry the following:
1. Professional Engineer's original signature, date of signature, original seal,
registration number, and date of expiration.
2. The initials and dates of all participating design professionals
3. Clear notation of all revisions including identification of who authorized the
revision, who made the revision, and the date of the revision.
4. Design calculations shall carry on the cover page, the Professional Engineer's
original signature, date of signature, original seal, registration number, and
date of expiration.
For each type of box or whenever there is a change to the Cable Vault or Pull box
design, a proof test, as defined in this Specification, shall be performed and new shop
drawings submitted.
9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes.
This section is revised to read:
Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load
rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(1)C for
concrete Standard Duty Junction Boxes.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8 /27/13
t
t
1
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
Concrete for standard duty cable vaults and pull boxes shall have a minimum
compressive strength of 4,000 psi. The lid frame shall be anchored to the vault/box
concrete lid by welding headed studs % by 3 inches long, as specified in Section 9-
06.15, to the frame. The wire fabric shall be attached to the studs and frame with
standard tie practices. The vault/box concrete lid shall contain ten studs located near
the centerline of the frame and wall. Studs shall be placed one anchor in each corner,
one at the middle of each width and two equally spaced on each length of the vault/box.
The steel frame, lid support, and lid shall be painted with a black paint containing rust
inhibiters or painted with a shop applied, inorganic zinc primer in accordance with
Section 6 -07.3 or hot -dip galvanized in accordance with ASTM M 111.
All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and
shared -use paths shall have slip- resistant surfaces. The steel frame, lid support, and lid
for the Standard Duty Cable Vaults and Pull Boxes shall be hot -dip galvanized.
Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following:
Materials
Requirements
Concrete
Section 6 -02
Reinforcing Steel
Section 9 -07
Lid
ASTM A 786 diamond plate steel
Slip Resistant Lid
ASTM A 36 Steel
Frame
ASTM A 786 diamond plate steel or ASTM
A 36
Slip Resistant Frame
ASTM A 36 Steel
Lid Support
ASTM A 36 Steel, or ASTM A 1011 Grade
SS
Handle & Handle
ASTM A 36 steel or ASTM A 1011 Grade
Support
CS or SS
Anchors (studs)
Section 9 -06.15
Bolts, Studs, Nuts,
ASTM F593 or 193, type 304 or 316, or
Washers
Stainless steel grade 302, 304, 316 per
approve shop drawing
Hinges and Locking
In accordance with approved shop
Mechanism Hardware
drawings
and Bolts
9- 29.2(2)B Heavy -Duty Cable Vaults and Pull Boxes
This section is revised to read:
Heavy -Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a
minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of
46,000 pounds without permanent deformation and 60,000 pounds without failure when
tested in accordance with Section 9- 29.2(1)C for Heavy -Duty Junction Boxes.
Materials for Heavy Duty Cable Vaults and Pull boxes shall conform to the following:
Materials Requirements
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
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
Concrete
Section 6 -02
Reinforcing Steel
Section 9 -07
Cover
Section 9- 05.15(1)
Ring
Section 9- 05.15(1)
Anchors (studs)
Section 9 -06.15
Bolts, Nuts, Washers
ASTM F 593 or A 193,, Type 304 or 316, or
Stainless steel grade 302, 304, 316 in
accordance with approved shop drawing
9- 29.6(2) Slip Base Hardware
"AASHTO M 291" is revised to read "ASTM A 563 ", "AASHTO M 164" is revised to read
"ASTM A 325 ", and "AASHTO M 293" is revised to read "ASTM F 436.
9- 29.6(5) Foundation Hardware
"AASHTO M 291" is revised to read "ASTM A 563 ".
9 -29.10 Luminaires
The third paragraph is revised to read:
All luminaires shall be provided with markers for positive identification of light source
type and wattage in accordance with ANSI C136.15 -2011. Legends shall be sealed with
transparent film resistant to dust, weather, and ultraviolet exposure.
9- 29.10(2) Decorative Luminaries
The second sentence in the third paragraph is deleted.
9 -29.13 Traffic Signal Controllers
This section and all sub - sections including title is revised to read:
9 -29.13 Control Cabinet Assemblies
Control cabinet assemblies shall include all necessary equipment and auxiliary
equipment for controlling the operation of traffic signals, programmable message signs,
illumination systems, ramp meters, data stations, CCTV, and similar systems as
required for the specific application. Traffic Signal Controller Cabinet Assemblies shall
meet the requirements of the NEMA TS1 and TS2 specification or the California
Department of Transportation "Transportation Electrical Equipment Specifications"
(TEES) dated March 12, 2009 as defined in this specification.
9- 29.13(1) Environmental, Performance, and Test Standards for Solid -State
Traffic Controller Assemblies
The scope of this Specification includes the controller of solid -state design installed
in a weatherproof controller cabinet. The controller assembly includes the cabinet,
controller unit, load switches, signal conflict monitoring circuitry, accessory logic
circuitry, AC line filters, vehicle detectors, coordination equipment and interface,
and preemption equipment. NEMA control assemblies shall meet or exceed current
NEMA TS 1 Environmental Standards. Normal operation will be required while the
control assembly is subjected to any combination of high and low environmental
limits (such as low voltage at high temperature with high repetition noise
transients). All other control equipment shall meet the environmental requirements
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127/13
Jn
1�
1
3
4
6
7
8
9
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
50
51
of California Department of Transportation "Transportation Electrical Equipment
Specifications" (TEES) dated March. 12, 2009.
The Contractor shall furnish to the Contracting Agency all guarantees and
warranties furnished as a normal trade practice for all control equipment provided.
9- 29.13(2) Manufacturing Quality
The fabricator of the Control, cabinet Assemblies shall perform quality control (QC)
inspections based on their QC program. Their QC program shall be submitted and
approved by WSDOT at least annually. The fabricator of the controller shall certify
that the controller meets all requirements of the Standard Specifications and
Special Provisions for the specific application.
The QC program shall include, but not be limited to, the following:
Quality Statement
2. Individual responsible for quality (organizational chart)
3. Fabrication procedures
4. Test procedures
5. Documented inspection reports
6. Documented test reports
7. Certification package
9- 29.13(2)A Traffic Signal Controller Assembly Testing
Each traffic signal controller assembly shall be tested as follows. The supplier
shall:
1. Seven days prior to shipping, arrange appointment for controller
cabinet assembly, and testing at the WSDOT Materials Laboratory or
the facility designated in the Special Provisions.
2. Assembly shall be defined as but not limited to tightening all screws,
nuts and bolts, verifying that all wiring is clear of moving parts and
properly secured, installing all pluggables, connecting all cables,
Verify that all Contract required documents are present, proper
documentation is provided, and all equipment required by the
Contract is installed.
3. The assembly shall be done at the designated WSDOT facility in the
presence of WSDOT personnel.
4. The supplier shall demonstrate that all of the functions required by
this Specification and the Contract Plans and Special Provisions
perform as intended. Demonstration shall include but not be limited to
energizing the cabinet and verifying that all 8 phases, 4 pedestrian
movements, 4 overlaps (as required by the Contract Provisions)
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
3
4
5
6
7
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
operate in accordance with Section 9- 29.13. The supplier shall place
the controller in minimum recall with interval timing set at convenient ,
value for testing purposes. Upon a satisfactory demonstration the
controller assembly will then be accepted by WSDOT for testing.
5. If the assembly and acceptance for testing is not complete within 5 '
working days of delivery, the Project Engineer may authorize the
return of the assembly to the supplier, with collect freight charges to
the supplier.
6. The Contractor will be notified when the testing is complete, and '
where the assembly is to be picked -up for delivery to the project.
7. The supplier has 5 working days to repair or replace any components
that fail during the testing process at no cost to the Contracting '
Agency. A failure shall be defined as a component that no longer
functions as intended under the conditions required or does not meet
the requirements of the Contract Specifications and is at the sole
discretion of WSDOT.
8. Any part or component of the controller assembly, including the
.cabinet that is rejected shall not be submitted for use by WSDOT or
any City or County in the State of Washington.
9- 29.13(3) Traffic Signal Controller S
The traffic signal controller shall conform to the Contract requirements and the
applicable Specifications as listed below: All solid -state electronic traffic- actuated ,
controllers and their supplemental devices shall employ digital timing methods.
A.
NEMA control and all auxiliary equipment shall conform to current NEMA
TS1 or TS2 Specification. Every pin of every connecting plug shall be
'
utilized as described within the NEMA requirement, except that those pins
identified as "spare" or "future" shall remain unused.
B.
Type 170E controllers shall conform to the TEES. The 170E controller
shall be provided with a program card, one blank ROM chip, and two 64K
non - volatile memory chips.
C.
Type 170E/HC -11 controllers shall conform to the current Oregon
Department of Transportation Specification for model 170E/HC -11
controller. The 170E controller with the HC11 chip shall be compatible with
the software specified in the Contract. The controller shall be provided
with one ROM chip and one 64K non - volatile memory chip.
'
D.
Vacant
E.
Type 2070 controllers shall conform to the TEES. The standard 2070
controller shall consist of the following:
2070 2070E 2070N1
2070 -5 VME
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8 127/13
1�
I .
t
J
1
2
3.
4
6
7
9
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
cage
2070 -1 E CPU
2070 -1 E CPU
2070 -1 E CPU Card
Card
Card
2070 -313 Front
2070 -36
2070 -313 Front Panel
Panel
Front Panel
2070 -4 Power
2070 -4 Power
2070 -4 Power
Supply
Supply
Supply
2070 -2A Field
2070 -2A Field
2070 -213 Field 1/0
1/O
1/O
X
X
2070 -8 Interface
9- 29.13(4) Traffic - Signal Controller Software
All traffic signal controllers shall operate with software specified in the contract.
Traffic - actuated controllers shall be electronic devices which, when connected to
traffic detectors or other means of actuation, or both, shall operate the electrical
traffic signal system at one or more intersections.
If the complete traffic controller defined in the Special Provision requires NTCIP
compliance the following are the minimum requirements for NTCIP operation.
Communication
The traffic controller hardware and software shall communicate with the central
computer in a polled multi -drop operation. In the polled multi -drop operation,
several traffic controllers shall share the same communication channel, with each
controller assigned a unique ID number. Controller ID numbers shall conform to
the NTCIP requirements for address numbers. A traffic controller shall only reply to
messages labeled with its ID. In polled multi -drop mode, traffic controllers never
initiate communication, but merely transmit their responses to messages from the
central computer.
A laptop computer connected to the traffic controller's local communication port
shall have the same control and diagnostic capabilities as the central computer.
However, local laptop control capability shall be limited to that traffic controller.
NTCIP Requirements
The traffic controller software shall comply with the National Transportation
Communications for ITS Protocol (NTCIP) documents and all related errata sheets
published before July 1, 1999 and as referenced herein.
The traffic controller software shall support the following standards:
NTCIP 1101, Simple Transportation Management Framework (STMF),
Conformance Level 1 (Simple Network Management Protocol (SNMP))
2. NTCIP 2001, Class 8 Profile. All serial ports on the device shall support
communications according to these standards.
3. NTCIP 2101, SP -PMPP /RS232 Point -to -Multi -Point Protocol (PMPP)
4. NTCIP 2201, NTCIP TP -Null Transport Profile Null (TP -NULL)
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127/13
1
2 The traffic controller software shall implement all mandatory objects of all ,
3 mandatory conformance groups as defined in NTCIP 1201, Global Object
4 Definitions, and NTCIP 1202, Object Definitions for Actuated Traffic Signal
5 Controller Units. Software shall implement the following conformance groups: '
6
7 NTCIP 1202, Object Definitions for ASC
8 i
9
10
11
12
13
14
15
16
17
Conformance Group
Reference
Configuration
1201 2.2
Time Management
Value 3
Time Base Event Schedule
dBCreateTransaction
Report
2.5
Phase
1202 2.2
Rings
2.8
Detector
2.3
Unit
2.4
Preempt
2.7
Time Base
2.6
Coordination
2.5
Channel
2.9
Overlaps
2.10
I �
The software shall implement the following optional objects:
Objects required by these specifications shall support all values within its
standardized range. The standardized range is defined by a size, range, or
enumerated listing indicated in the object's SYNTAX field and /or through
descriptive text in the object's description field. The following list indicates the
modified object requirements for these objects. '
Object
Name
Object
ID
Minimum
Requirements
Global Configuration
moduleType
Value 3
Database Management
dBCreateTransaction
All Values
dBErrorType
All values
Time Management
globsIDaylightSavings
Values 2 and 3
Timebase Events Schedule
maxTimeBaseSched ule Entries
16
MaxDa Plans
15
MaxDa Events
10
Report
maxEventLo Con ifs
50
MventConfi Mode
Values 2 thru 5
mventConfi Action
Values 2 and 3
MaxEventLo Size
255
MaxEventClasses
7
PMPP
maxGrou Address
2
ASC Phase
maxPhases
8
pPhaseStartp
Values 2 thru 6
hase0 tions
All Values
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
I �
I �
I �
I �
I �
2
3
4
5
6
7
8
9
10
11
* values in excess of the minimum requirement are considered to meet the
specification.
Documentation
Software shall be supplied with all documentation on a CD. ASCII versions of the
following Management Information Base (MIB) files in Abstract Syntax Notation 1
(ASN.1) format shall be provided on CD -ROM:
1. The official MIB Module referenced by the device functionality.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
maxPhaseGrou s
1
Rings
maxRin s
2
maxSe uences
16
Detector
m axVeh icle Detectors
64
vehicle Detector0 tions
All Values
maxPedestrian Detector
8
Unit
unitAutoPedestrianClear
All Values
unitControlStatus
All Values
unitFlashStatus
All Values
unitControl
All Values
maxAlarmGrou s
1
Special Function
maxS ecialFunctionsOut uts
8
Coordination
coordCorrectionMode
Values 2 thru 4
coordMaximumMode
Values 2 thru4
coordForceMode
Values 2 and 3
maxPatterns
48
patternTableType
Either 2,3 or 4
maxS lits
16
s IitMode
Values 2 thru 7
IocalFreeStatus
Values 2 thru 11
Time Base
maxTimebaseAscAction
48
Preempt
maxPreem is
4
pre em tControl
All Values
reem tState
Values 2 thru 9
Overlaps
max0verla s
4
overlapType
Value 2 and 3
maxOverlapstatusGroup
1
Channels
maxChannels
16
channelControlGroup
Values 2 thru 4
channelFlash
Value
0,2,4,6,8,10,12 and
14
channelDim
Values 0 thru 15
maxChannelStatusGroup
2
TS 2 Port 1
maxPortAddresses
18
ort1Table
Values 2 and 3
* values in excess of the minimum requirement are considered to meet the
specification.
Documentation
Software shall be supplied with all documentation on a CD. ASCII versions of the
following Management Information Base (MIB) files in Abstract Syntax Notation 1
(ASN.1) format shall be provided on CD -ROM:
1. The official MIB Module referenced by the device functionality.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
3
4
5
6
7
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
50
51
2. A manufacturer - specific version of the official MIB Module with the non -
standardized range indicated in the SYNTAX field. The filename shall I
match the official MIB Module, with the extension "spc ".
3. A MIB Module of all manufacturer - specific objects supported by the device
with accurate and meaningful DESCRIPTION fields and the supported
ranges indicated in the SYNTAX field.
9- 29.13(5) Flashing Operations
All traffic signals shall be equipped for flashing operation of signal displays.
Controllers and cabinets shall be programmed for flashing red displays for all
approaches. During flashing operation, all pedestrian circuits shall be de- energized. '
Actuated traffic signal control mechanisms shall be capable of entry into flash
operation and return to stop -and -go operation as follows:
1. Terminal Strip Input (Remote Flash). When called as a function of a
terminal strip input, the controller shall provide both sequenced entry into
flash and sequenced return to normal operation consistent with the
requirements of the latest edition of the Manual on Uniform Traffic Control
Devices.
2, Police Panel Switch. When the flash- automatic switch located behind the
police panel door is turned to the flash position, the signals shall
immediately revert to flash; and, the controller shall have a stop time input
applied. When the switch is placed on automatic, the controller shall
immediately time an 6 second all red period then resume stop- and -go
operations at the beginning of major street green.
3. Controller Cabinet Switches. When the flash- automatic switch located
inside the controller cabinet is placed in the flash position, the signals shall
immediately revert to flash; however, the controller shall not have a stop
time input applied. When the flash- automatic switch is placed in the
automatic position, the controller shall immediately time a 6 second all red
period, then resume stop- and -go operation at the beginning of the major
green.
4. Power Interruption. On "NEMA" controllers any power interruption longer
than 475 plus or minus 25 milliseconds, signals shall re- energize
consistent with No. 2 above to ensure an 6- second flash period prior to
the start of major street green. A power interruption of less than 475 plus
or minus 25 milliseconds shall not cause resequencing of the controller
and the signal displays shall re- energize without change. Type 170
controllers shall re- energize consistent with No. 2 above after a power
interruption of 1.75 plus or minus 0.25 seconds. The 6- second flash period
will not be required. Any power interruption to a 2070 type controller shall
result in a 6 second flash period once power is restored.
r
t
t
5. Conflict Monitor. Upon detecting a fault condition the conflict monitor shall
immediately cause the signal to revert to flash and the controller to stop I
time. After the conflict monitor has been reset, the controller shall
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127/13
1
t
fl
1
3
4
5
6
7
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
50
immediately take command of the signal displays at the beginning of
major street green.
9- 29.13(6) Emergency Preemption
Immediately after a valid call has been received, the preemption equipment shall
cause the controller to terminate the appropriate phases as necessary with the
required clearance intervals and enter any programed subsequent preemption
sequence. Preemption sequences shall be as noted in the Contract.
9- 29.13(7) Wiring Diagrams
Schematic wiring diagrams of the controllers, cabinets and auxiliary equipment
shall be submitted when the assemblies are delivered. The diagram shall show in
detail all circuits and parts. The parts shall be identified by name or number in a
manner readily interpreted. Two hard copies of the cabinet wiring diagram and
component wiring diagrams shall be furnished with each cabinet and a pdf file of
the cabinet wiring and component drawings. The schematic drawing shall consist of
a single sheet, detailing all circuits and parts, not to exceed 52- inches by 72- inches.
The cabinet wiring diagram shall indicate and identify all wire terminations, all plug
connectors, and the locations of all equipment in the cabinet. Included in the
diagram shall be an intersection sketch identifying all heads, detectors, and push
buttons and a phase diagram.
9- 29.13(8) Generator Transfer Switch
When specified in the contract, A generator transfer switch shall be included.. The
Generator Transfer Switch shall be capable of switching power from a utility power
source to an external generator power source.
The Transfer Switch enclosure shall be of identical materials and dimensions and
installation methods as the Police Panel type enclosure specified in the first
paragraph of Special Provision 9- 29.1.3(10)D except that the enclosure door shall
include a spring loaded construction core lock capable of accepting a Best 6 -pin CX
series core. The core lock shall be installed with a green construction core. Upon
contract completion, two master keys for the construction core shall be delivered to
the Engineer.
The enclosure shall include the following Transfer Switch equipment:
One Nema 1-5 -30P Flanged Inlet generator connector
2. One Utility power indicator light
3. One generator indicator light
4. Two 30 amp, 120 volt, single pole, single phase, circuit breakers. One
circuit breaker shall be labeled "Generator' and the other circuit breaker
shall be labeled "Utility ". Both labels shall be engraved phenolic name
plates.
5. A mechanical lock out feature that prevents the Utility circuit breaker and
the Generator circuit breaker from being in the ON position at the same
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
2
3
4
5
6
9
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
50
51
I
time. The circuit breakers shall be capable of being independently
switched. 1
6. The conductors from the Generator Transfer Switch enclosure to the
cabinet circuit breaker shall be enclosed in nylon mesh sleeve. '
7. The enclosure door shall be labeled with the letters "GTS ".
9- 29.13(9) Vacant
9- 29.13(10) NEMA, Type 170E, 2070 Controllers and Cabinets
9- 29.13(10)A Auxiliary Equipment for NEMA Controllers
The following auxiliary equipment shall be furnished and installed in each
cabinet for NEMA traffic - actuated controllers:
1. A solid -state Type 3 NEMA flasher with flash- transfer relay which will
cut in the flasher and isolate the controller from light circuits. See '
Section 9- 29.13(5) for operational requirements.
2. Modular solid state relay load switches of sufficient number to provide ,
for each vehicle phase (including future phases if shown in the plans),
each pedestrian phase and preemption sequence indicated in the
Contract. Type P & R cabinets shall include a fully wired 16- position '
back panel. Solid -state load switches shall conform to NEMA
standards except only optically isolated load switches will be allowed.
Load switches shall include indicator lights on the input and output
circuits. The controller cabinet shall have all cabinet wiring installed
for eight vehicle phases, four pedestrian phases, four emergency pre-
empts, four overlaps (OLA, B, C, D).
3. A power panel with: ,
a. A control - display breaker sized to provide 125 percent overload
protection for all control equipment and signal displays, 20
ampere minimum.
b. A 15 ampere accessory breaker wired parallel to the control
display breaker. The breaker will carry accessory loads, including
vent fan, cabinet light, plug receptacle, etc.
c. A busbar isolated from ground and unfused for the neutral side of
power supply.
d. A radio interference suppresser installed at the input power point.
Interference suppressers shall be of a design which will minimize
interference in both broadcast and aircraft frequencies, and shall
provide a minimum attenuation of 50 decibels over a frequency
range of 200 kilohertz to 75 megahertz when used in connection
with normal installations. The interference filters furnished shall
be hermetically sealed in a substantial case filled with a suitable
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127113
1
1
11
1
I�
11
t
1
3
4
5
6
7
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
50
51
insulating compound. Terminals shall be nickel plated, 10 -24
brass studs of sufficient external length to provide space to
connect two 8 AWG wires, and shall be so mounted that they
cannot be turned in the case.
Ungrounded terminals shall be insulated from each other and
shall maintain a surface leakage distance of not less than 'h -inch
between any exposed current conductor and any other metallic
parts with an insulation factor of 100 -200 megohms dependent
on external circuit conditions.
Suppressers shall be designed for operations on 50 amperes,
125 volts, 60 cycles, single wire circuits, and shall meet
standards of the Underwriters' Laboratories and the Radio
Manufacturers Association.
e. A Surge Protection Device connected to the controller power
circuit for protection against voltage abnormalities of 1 cycle or
less duration. The Surge Protection Device shall be a solid state
high energy circuit containing no spark gap, gas tube, or crow
bar component. The device shall provide transient protection
between neutral and ground, line and ground, as well as line and
neutral. If the protection circuits fail, they shall fail to an open
circuit condition. The minimum interrupting capacity shall be
10,000 Amps. The Voltage Protection Rating shall be 600 volts or
less when subjected to an impulse of 6,000 volts, 3,000 amp
source impedance, 8.0/20 microsecond waveform as described
in UL 1449. In addition, the device shall dissipate a 13,000 Amp
or greater repeated single peak 8/20 microsecond current
impulse, and withstand, without failure or permanent damage,
one full cycle at 264 volts RMS. The device shall contain circuitry
to prevent self- induced regenerative ringing. There shall be a
failure warning indictor which shall illuminate a red light or
extinguish a green light when the device has failed and is no
longer operable.
Cabinet ground busbar independent (150K ohms minimum) of
neutral.
4. A police panel located behind the police panel door with a flash
automatic switch and a control - display power line on -off switch. See
Section 9- 29.13(5) for operational requirements.
5. An auxiliary control panel located inside the controller cabinet with a
flash- automatic switch and a controller on -off switch. See Section 9-
29.13(5) for operational requirements. A three wire 15 ampere plug
receptacle with grounding contact and 15 ampere ground fault
interrupter shall also' be provided on the panel.
6. A conflict monitor conforming to NEMA standards. See Section 9-
29.13(5) for operational requirements. The unit shall monitor
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
3
4
6
7
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
50
51
conflicting signal indications at the field connection terminals. The unit
shall be wired in a manner such that the signal will revert to flash if I
the conflict monitor is removed from service.
Supplemental loads not to exceed 10 watts per monitored circuit or
other means, shall be provided to prevent conflict monitor actuation
'
caused by dimming or lamp burn -out. Supplemental loads shall be
installed on the control side of the field terminals. Conflict monitors
shall include a minimum of one indicator light for each phase used.
,
The monitoring capacity of the unit shall be compatible with the
controller frame size. Conflict monitors shall include a program card.
"Detector ",
'
7. A Panel as specified in Standard Specification Section
9- 29.13(10)6, shall be installed. The panel shall be mounted on the
inside of the front cabinet door. The detector panel shall be
constructed as a single unit. Detector switches with separate operate,
test, and off positions shall be provided for each field detector input
circuit. A high intensity light emitting diode (LED) shall be provided for
'
each switch. The lamp shall energize upon vehicle, pedestrian or test
switch actuation. The test switch shall provide a spring loaded
momentary contact that will place a call into the controller. When in
'
the OFF position, respective detector circuits will be disconnected. In
the operate position, each respective detector circuit shall operate
normally. Switches shall be provided on the panel with labels and
functions as follows:
a. Display On — Detector indicator lights shall operate
consistent with their respective switches.
b. Display Off — detector indicator lights shall be de-
energized.
A means of disconnecting all wiring entering the panel shall be
provided. The disconnect shall include a means to jumper detection
calls when the display panel is disconnected. All switches on the
panel shall . be marked with its associated Plan detector number. All
markers shall be permanent.
8. Insulated terminal blocks of sufficient number to provide a termination
for all field wiring. A minimum of 12 spare terminals shall be provided.
Field wire connection terminal blocks shall be 600 volt, heavy duty,
barrier type, except loop detector lead -ins, which may be 300 volt.
The 600 volt type - terminal strips shall be provided with a field -side
and a control -side connector separated by a marker strip. The 300
volt type shall have a marker strip, installed on the right side of
vertical terminal strips or below horizontal terminal strips. The marker
strip shall bear the circuit number indicated in the plans and shall be
'
engraved. Each connector shall be a screw type with No. 8 post
capable of accepting no less than three 12 AWG wires fitted with
spade tips.
'
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
i]
'l
1�
t
t
t
t
t
1
3
4
5
6
7
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
50
51
9. A vent fan with adjustable thermostat. The minimum CFM rating of
the fan shall exceed three times the cabinet volume.
10. VACANT
11. All wiring within the cabinet, exclusive of wiring installed by the signal
controller manufacturer, shall have insulation conforming to the
requirements of Section 9 -29.3. Cabinet wiring shall be trimmed to
eliminate all slack and shall be laced or bound together with nylon
wraps or equivalent. All terminals, shall be numbered and
permanently identified with PVC or polyolefin wire marking sleeve
consistent with the cabinet wiring diagram provided by the signal
controller manufacturer and the Contract. The cabinet will be
completely wired so that the only requirement to make a field location
completely operational is to attach field power and ground wiring.
Internal cabinet wiring shall not utilize the field side connections of the
terminal strip intended for termination of field wires.
12. Cabinet wiring diagram and component wiring diagrams meeting the
requirements of 9- 29.13(7) shall be furnished with each cabinet. Each
cabinet shall be equipped with a, shelf mounted roll out drawer
mounted directly below the controller to house one or more cabinet
wiring diagrams. The cabinet wiring diagram shall indicate and
identify all wire terminations, all plug connectors, and the locations of
all equipment in the cabinet. Included in the diagram shall be an
intersection sketch identifying all heads, detectors, and push buttons;
and a phase diagram.
13. Each vehicle detector amplifier, video detection output channel
pedestrian call isolation unit, phase selector, discriminator, and load
switch shall be identified with semi - permanent stick -on type label. The
following information shall be included:
a. Vehicle Detector Amplifier Channel
Loop number
2. Assigned phase(s)
b. Ped Call Isolation Unit
1. Push button number
2. Assigned phase(s)
c. Load Switches
1. Signal head number
2. Assigned phase(s)
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127/13
1
3
4
5
6
9
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
d. Phase Selectors
1. Circuit Letter ,
2. Phase(s) called
The label shall be placed on the face of the unit. It shall not block any switch,
light, or operational words on the unit. The lettering on this label shall be neat,
legible, and easily read from a distance of approximately 6 -feet.
9- 29.13(10)B Auxiliary Equipment for Type 170E, 2070 Assemblies '
The following requirements apply to required auxiliary equipment furnished
with Type 170E, 170E -HC -11 and 2070 controllers:
A. Flashers, flash transfer relays, conflict monitor, AC isolators, DC
isolators, discriminator modules, program modules, modem modules,
breakers, buses, police panel switches, receptacle requirement, vent
fan and auxiliary control panel switches shall conform to the '
requirements noted in the TEES.
B. Flashing operation shall conform to Section 9- 29.13(5), except the 6-
second flash period described in Item 2 of that section will not be
required. Emergency preemption shall conform to Section 9- 29.13(6).
C. Input and output terminals shall be installed with a marking strip with
field wire numbers noted in the Contract embossed on the strip. All
cabinet and field conductor shall have a PVC or polyolefin wire ,
marking sleeve installed, matching the input and output terminals
above. Marking on sleeves shall be embossed or type written.
D. The input panel terminal blocks TB 2 through TB 9 and associated
SP 4P-Y)
cable to the input files as described in the TEES shall be provided in
SP 8P-Y)
all control assemblies.
SP 2P-Y)
FT2 -120
SP 6P-Y)
E. Supplemental load resistor, not less than 2000 ohms and not greater
SP 3 -Y
than 5000 ohms not to exceed 10 watts per monitored circuit, shall be
SP 3 -G
provided to prevent conflict monitor actuation caused by dimming or
SP 7 -Y
lamp burn -out.
SP 7 -G
An individual supplemental load resistor shall be installed within the
output file, and shall be installed on each of the following terminal
circuits:
FT1 -105
SP 4P-Y)
FT1 -111
SP 8P-Y)
FT2 -114
SP 2P-Y)
FT2 -120
SP 6P-Y)
FT2 -117
SP 3 -Y
FT2 -118
SP 3 -G
FT2 -123
SP 7 -Y
FT2 -124
SP 7 -G
FT3 -126
SP 1 -Y
FT3 -127
SP 1 -G
FT3 -132
SP 5 -Y
FT3 -133
SP 5 -G
F. Load switches of sufficient quantity to fully populate the output files
shall conform to TEES and shall have indicator lights on input and
output circuits.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
t
�J
II
t
r
1
3
4
5
6
7
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
50
51
G. A detection panel, which shall be constructed as a single unit.
Detector switches with separate operate, test, and off positions shall
be provided for each field detector input circuit. A high intensity light
emitting diode (LED) shall be provided for each switch. The lamp
shall energize upon vehicle, pedestrian or test switch actuation. The
test switch shall provide a spring loaded momentary contact that will
place a call into the controller. When in the OFF position, respective
detector circuits will be disconnected. In the operate position, each
respective detector circuit shall operate normally. Switches shall be
provided on the panel with labels and functions as follows:
a. Display On — Detector indicator lights shall operate
consistent with their respective switches.
b. Display Off — detector indicator lights shall be de-
energized.
A means of disconnecting all wiring entering the panel shall be
provided. The disconnect shall include a means to jumper detection
calls when the display panel is disconnected. All switches on the
panel shall be marked with its associated Plan detector number. All
markers shall be permanent.
H. A "Detector Termination and Interface Panel' shall be provided. When
viewing the cabinet from the back, the panel shall be located on the
upper left hand side of the cabinet. The panel shall be electrically
located between the "detection Panel' and the C -1 connector. The
panel shall utilize insulated terminal blocks and each connector shall
be a screw type with post.
Each switchpack socket shall have pin 11 common to Nutral.
J. The AC input Service Panel Assembly (SPA), line voltage filter,
transient surge protection and all neutral bus bars and equipment
ground bus bars shall be on the right side of the cabinet, mounted no
more that 18 inches from the bottom of the cabinet when viewed from
the rear, and meet the requirements described in TEES.
K. The PED yellow terminals on the CMU edge connector shall be
extended with a 2 foot wire, coiled, heat shrink tipped and labeled for
the correct corresponding terminal as CH -13Y /CMU -8, CH- 14Y /CMU-
11, CH -15Y /CMU -K, CH -16Y /CMU -N.
L. An "Absence Of Red Programming Assembly" shall be provided.
There shall be provided on the back panel of the output file, 17
accessible jumper plug attachment areas, made up of three male pins
per position (one, for each conflict monitor channel and one for red
enable function). Each jumper plug shall be a two position connector,
It shall be possible, by inserting and positioning one of the 16
connectors on the right two pins on the monitor board, to apply 120
VAC into a corresponding channel of the conflict monitor red
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8 /27113
1
3
4
5
6
8
9
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
50
51
channels. The connection between the red monitor board and the
conflict monitor shall be accomplished via a 20 pin ribbon cable and
the industry standard P -20 connector that attaches on the front panel
of the monitor. It shall be possible, by inserting and positioning one of
the 16 jumper plugs on the two left pins on the monitor board, to
enable the corresponding channel to monitor for red fault by the
conflict monitor. There shall be installed on the red monitor board a
red fail monitor disable function that controls the 120 VAC red enable
signal into the conflict monitor. During stop -and —go operation,
120VAC is sent via pin #20 on the P20 connector to enable red failure
monitoring on the conflict monitor by having the connector moved to
the side labeled "Red Enable ". If this is disengaged by moving the
connector to the side labeled "Red Relay ", then 120VAC is removed
from pin #20, and the conflict monitor will no longer monitor for red
fail faults. The red enable function will also be wired such that if the
traffic signal is in cabinet flash, then there will be no voltage on pin
#20, and the conflict monitor will not monitor for red fail faults.
M. Each cabinet shall be provided with at least 20 empty neutral
connections to accommodate field wiring. The neutral bus bars shall
be of the style in which a lug is not needed to be applied to the
neutral field wire(s). All of the neutral bars shall be secured in
accordance with the TEES. All neutral bars shall be at the same
electrical potential.
N. The main breaker on the SPA shall be provided with a cover to
prevent accidental tripping. The cover shall be removable and
replaceable without the use of tools. VACANT
O. Equipment Branch Breaker —The duplex receptacle on the rear of
either PDA #2L or 3L shall be wired in parallel with the ground fault
current interrupt receptacle on the front of the power supply. The
ground fault current interrupt receptacle being in the "Test' mode shall
not remove power to the rear receptacle.
9- 29.13(10)C NEMA Controller Cabinets
Each NEMA traffic controller shall be housed in a weatherproof cabinet
conforming to the following requirements:
t
1�i
L
J
Construction shall be of 0.073 -inch minimum thickness series 300 ,
stainless steel or 0.125 minimum thickness 5052 H32 ASTM B209
alloy aluminum. The stainless steel shall be annealed or one- quarter-
hardness complying with ASTM A666 stainless steel sheet. Cabinets
may be finished inside with an approved finish coat of exterior white
enamel. If no other coating is specified in the Contract Provisions the
exterior of all cabinets shall be bare metal. All controller cabinets shall
be furnished with front and rear doors. I
2. The cabinet shall contain shelving, brackets, racks, etc., to support
the controller and auxiliary equipment. All . equipment shall set
squarely on shelves or be mounted in racks and shall be removable
AMENDMENTS TO THE 201.2 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
H
1
t
f!
t
1
3
4
5
6
7
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
50
51
without turning, tilting, or rotating or relocating one device to remove
another. A 24 slot rack or racks shall be installed. The rack(s) shall be
wired for 2 channel loop detectors and as follows. Slots 1 & 2 phase 1
loop detectors. Slots 3, 4, & 5 phase 2 loop detectors. Slots 6 & 7
phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop detectors. Slots
11 & 12 phase 5 loop detectors. Slots 13, 14, & 15 phase 6 loop
detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20
phase 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21
lower phase 5 detector. Slot 22 wired for a 2 channel discriminator
channels A, C. Slot 23 wired for a 2 channel discriminator, channels
B, D. Slot 24 wired for a 4 channel discriminator, wired for channel A,
B, C, and D. All loop detector slots shall be wired for presence /pulse
detection /extension. If an external power supply is required in order
for the entire racks(s) to be powered it shall be installed. All rack(s)
slots shall be labeled with engraved identification strips.
3. Additional detection utilizing the "D" connector shall be installed in
accordance with the Contract. The cabinet shall be of adequate size
to properly house the controller and all required appurtenances and
auxiliary equipment in an upright position with a clearance of at least
3- inches from the vent fan and filter to allow for proper air flow. In no
case shall more than 70 percent of the cabinet volume be used.
There shall be at least a 2 -inch clearance between shelf mounted
equipment and the cabinet wall or equipment mounted on the cabinet
wall.
4. The cabinet shall have an air intake vent on the lower half of the front
door, with a 12 -inch by 16 -inch by 1 -inch removable throw away filter,
secured in place with a spring- loaded framework.
5. The cabinet door(s) shall be provided with:
a. Cabinet doors shall each have a three point latch system. Locks
shall be spring loaded construction locks capable of accepting a
Best 6 pin core. A 6 pin construction core of type (blue, green, or
Red) specified in the contract shall be installed in each core lock.
One core removal key and two standard keys shall be included
with each cabinet and delivered to the Engineer.
b. A police panel assembly shall be installed in the front door and
shall have a stainless steel hinge pin and a police panel lock.
Two police keys with shafts a minimum of 1%- inches long shall
be provided with each cabinet.
c. All doors and police panel door shall have one piece, closed cell,
neoprene gaskets.
d. A two position doorstop assembly.
6. Fluorescent fixtures or LED light strips (only one type per cabinet) for
cabinet lighting. Color temperature shall be 4100K (cool white) or
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127/13
1
3
4
5
6
7
8
9
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
50
51
higher. Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5
shatterproof tubular bulbs. LED light strips shall be approximately 12
inches long, and have a minimum output of 320 lumens. Lighting
shall be ceiling mounted and oriented parallel to the door face.
Lighting shall not interfere with the proper operation of any other
ceiling mounted equipment. All lighting fixtures shall energize
whenever any door is opened. Each door switch shall be labeled
"Light ".
9- 29.13(10)D Cabinets for Type 170E and 2070 controllers
Type 170E and 2070 controllers shall be housed in a model 332L cabinet
unless specified otherwise in the contract. Type 332L cabinets shall be
constructed in accordance with TEES with the following modifications:
1. Each door shall be furnished with the equipment listed in Standard
Specifications 9- 29.13(10)C item 5 above.
f
fl
u
2. The cabinet shall be furnished with auxiliary equipment described in ,
Standard Specification 9- 29.13(10)6.
3. The cabinet shall be fabricated of stainless steel or sheet aluminum in
accordance with Section 9- 29.13(10)C, Item 1 above. Painted steel,
painted or anodized aluminum is not allowed.
4. A disposable paper filter element with dimensions of 12" x 6" x 1"
shall be provided in lieu of a metal filter. The filter shall be secured in
the filter holder with a louvered aluminum cover. The maximum depth
of the cover shall not be more than 0.5" inch to provide the filter to be
flush against the door. No incoming air shall bypass the filter
element.
5. Field wire terminals shall be labeled in accordance with the Field
Wiring Chart.
6. Fluorescent fixtures or LED light strips (only one type per cabinet) for
cabinet lighting. Fluorescent fixtures shall use 12 inch (nominal), 8W,
type T5 tubular bulbs. Tubular bulbs shall be contained within a
shatterproof lamp cover. Led strips shall be approximately 12 inches
long, and have a minimum output of 320 lumens. There shall be one
fixture for each rack within the cabinet. Lighting shall be ceiling
mounted and oriented perpendicular to the door face. Rack mounted
lights are not allowed. Lighting shall be positioned such that the
fixture is centered between the front and rear of the cabinet. Lighting
shall not interfere with the proper operation of any other ceiling
mounted equipment. Each lighting fixture shall energize
automatically when either door to that respective rack is opened.
Each door switch shall be labeled "Light ".
7. One drawer shelf, as shown in the TEES
8. 332D Controller Cabinet
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
it
t
t
it
11
1
t
fl
[1
11
t
1
1
3
4
5
6
7
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
50
a. The 332D Controller cabinet shall have the appearance of two
Type 332 controller cabinets joined at opposing sides. The
outside Dimensions of the cabinet shall be 67" High X 48 1/2"
Wide X 30 1/4" Deep.
b. The right side of the cabinet, as viewed from the front, shall be
considered the Signal Control side. The left side of the cabinet,
when viewed from the front, shall be considered the ITS /COMM
side.
c. One police access panel shall be installed on the right side of the
cabinet, as viewed from the front.
d. Two cabinet lights shall be provided one on each side and as
described in section 9- 29.13(10)D.6
e. Vacant
f. The Traffic Signal Control side of the cabinet shall contain the
Traffic Signal Controller assembly and shall be furnished with
equipment as described in the contract specifications. The
Traffic Signal Control side of the cabinet shall also meet all the
additional equipment requirements of the Type 332 Signal
Controller cabinet as indicated in the contract specifications.
g. The ITS /COMM side of the cabinet shall contain ITS and
Communication equipment and shall be furnished with the
following:
1. One controller shelf unit, mounted 36 inches from the
bottom of the cabinet opening to the front of the cabinet and
attaching to the front rails of the EIA rack, shall be provided.
The shelf shall be fabricated from aluminum and shall
contain a rollout flip -top drawer for storage of wiring
diagrams and manuals.
2. One aluminum sheet metal panel, 1/8 "x 15 "x 54 ", shall be
installed to the rear of the cabinet on the right hand (when
facing the front) side railing.
3. Additional ITS and Communication equipment as described
in the Contract Plans and the ITS section of the Contract
Special Provisions.
9- 29.13(11) Traffic Data Accumulator and Ramp Meters
All cabinets designated for use as a traffic data or ramp meter shall be Type 334L
cabinets furnished to meet the TEES with the modifications listed in Section 9-
29.13(10)D and include the following accessories:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
3
4
5
6
7
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
50
51
A. General
Each cabinet shall be furnished with a display panel. The panel shall be
mounted, showing and providing detection for inputs and specified
controller outputs, at the top of the front rack above the controller unit. The '
display panel shall be fabricated from brushed aluminum and constructed
according to the detail in the Plans.
B. Text I
All text on the detector panel shall be black in color and silk screened
directly to the panel except the Phenolic detector and cabinet nameplates.
A nameplate for each loop shall be engraved with a Y4 -inch nominal text
according to the ITS Field Wiring Charts. The nameplates shall be
permanently affixed to the detector panel.
C. LEDs '
The .LEDs for the display panel shall meet the following Specifications:
Case size T 1-%
Viewing angle 50° minimum
Brightness 8 Milli candelas
LEDs with RED, YELLOW or GREEN as part of their labels shall be red,
yellow or green in color. All other LEDs shall be red. All LEDs shall have
tinted diffused lenses.
D. Detector panel Control Switch
Each display panel shall be equipped with one detector display control
switch on the panel with labels and functions as follows: ,
ON
Detector panel LEDs shall operate consistent with their separate
switches.
OFF
All detector indicator LEDs shall be de- energized. Detector calls shall
continue to reach the controller.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8 /27/13
t
j
1.
Each cabinet shall be equipped with a fully operable controller equipped as
specified in the Contract Provisions.
'
2.
Two input files, shall be provided.
3.
The PDA #3L shall contain three Model 200 Load Switches.
A second transfer relay, Model 430, shall be mounted on the rear of the PDA
#3L and wired as shown in the Plans.
4.
Police Panel shall contain only one DPDT toggle switch. The switch shall be
labeled POLICE CONTROL, ON -OFF.
5.
Display Panel
A. General
Each cabinet shall be furnished with a display panel. The panel shall be
mounted, showing and providing detection for inputs and specified
controller outputs, at the top of the front rack above the controller unit. The '
display panel shall be fabricated from brushed aluminum and constructed
according to the detail in the Plans.
B. Text I
All text on the detector panel shall be black in color and silk screened
directly to the panel except the Phenolic detector and cabinet nameplates.
A nameplate for each loop shall be engraved with a Y4 -inch nominal text
according to the ITS Field Wiring Charts. The nameplates shall be
permanently affixed to the detector panel.
C. LEDs '
The .LEDs for the display panel shall meet the following Specifications:
Case size T 1-%
Viewing angle 50° minimum
Brightness 8 Milli candelas
LEDs with RED, YELLOW or GREEN as part of their labels shall be red,
yellow or green in color. All other LEDs shall be red. All LEDs shall have
tinted diffused lenses.
D. Detector panel Control Switch
Each display panel shall be equipped with one detector display control
switch on the panel with labels and functions as follows: ,
ON
Detector panel LEDs shall operate consistent with their separate
switches.
OFF
All detector indicator LEDs shall be de- energized. Detector calls shall
continue to reach the controller.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8 /27/13
t
'1
1
1
1
t
1
1
3
4
5
6
7
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
50
TEST
All detector indicator LEDs shall illuminate and no calls shall be
placed to the controller.
E. Advance Warning Sign Control Switch
Each display panel shall be equipped with one advance warning sign
control switch on the panel with labels and functions as follows:
AUTOMATIC
Sign Relay shall energize upon ground true call from controller.
SIGN OFF
Sign Relay shall de- energize.
SIGN ON
Sign Relay shall energize.
F. Sign Relay
The sign relay shall be plugged into a socket installed on the rear of the
display panel. The relay shall be wired as shown in the Plans. The relay
coil shall draw (or sink) 50 milliamperes t 10% from the 170E /HC11
controller and have a DPDT contact rating not less than 10 amperes. A
1N4004 diode shall be placed across the relay coil to suppress voltage
spikes. The anode terminal shall be connected to terminal #7 of the relay
as labeled in the Plans. The relay shall energize when the METERING
indicator LED is lit.
G. Detector Input Indicators
One LED and one spring - loaded two- position SPST toggle switch shall be
provided for each of the 40 detection inputs. These LEDs and switches
shall function as follows:
TEST
When the switch is in the test position, a call shall be placed to the
controller and energize the associated LED. The switch shall
automatically return to the run position when it is released.
RUN
In the run position the LEDs shall illuminate for the duration of each
call to the controller.
H. Controller Output Indicators
The display panel shall contain a series of output indicator LEDs mounted
below the detection indicators. The layout shall be according to the detail
in the Plans. These LEDs shall illuminate upon a ground true output from
the controller via the C5 connector.
The output indicator LEDs shall have resistors in series to drop the voltage
from 24 volts DC to their rated voltage and limit current below their rated
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
�J
1
current. The anode connection of each LED to +24 VDC shall be wired
Connection Identification
2
through the resistor.
AC Power, Neutral
3
641
Sign on
4
I. Connectors
Sign off
5
Connection to the display panel shall be made by three connectors, one
Flasher Output NC
6
pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1
Flasher Output NO
7
and P2 connectors shall be 50 -pin cannon D series, or equivalent 50 pin
Lane 3 - Red
8
connectors and shall be compatible such that the two connectors can be
Lane 3 — Yellow
9
connected directly to one another to bypass the input detection. Wiring for
Lane 3 — Green
10
the P1, P2 and C5 connectors shall be as shown in the Plans.
Lane 2 - Red
11
12
The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and
Lane 2 - Yellow
13
C6 according to the pin assignments shown in the Plans.
Lane 2 — Green
14
611
Lane 1 — Red
15
6. Model 204 Flasher Unit
Lane 1 —Yellow
16
Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign
17
flasher unit mounted on the right rear side panel. The flasher shall be powered
18
from T1 -2. The outputs from the flasher shall be wired to T1 -5 and T1 -6.
19
20
7. Fiber Optic Patch Panel
21
The Contractor shall provide and install a rack - mounted fiber optic patch panel
22
as identified in the Plans.
23
24
Cabinet Wiring
25
Terminal blocks T131 through T139 shall be installed on the Input Panel. Layout and
26
position assignment of the terminal blocks shall be as noted in the Plans.
27
28
Terminals for field wiring in traffic data and /or ramp metering controller cabinet shall
29
be labeled, numbered and connected in accordance with the following:
30
Terminal Block Pos.
Terminal and Wire Numbers
Connection Identification
TBS
501 -502
AC Power, Neutral
T1 -2
641
Sign on
T1-4
643
Sign off
T1 -5
644
Flasher Output NC
T1 -6
645
Flasher Output NO
T4 -1
631
Lane 3 - Red
T4 -2
632
Lane 3 — Yellow
T4 -3
633
Lane 3 — Green
T4-4
621
Lane 2 - Red
T4 -5
622
Lane 2 - Yellow
T4 -6
623
Lane 2 — Green
T4 -7
611
Lane 1 — Red
T4 -8
612
Lane 1 —Yellow
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27113
1
t
r
t
t
1
t
1
1
t
t
1
2
3
5
6
8
9
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
50
T4 -9 1 613 Lane 1 — Green
Loop lead -in cables shall be labeled and connected to cabinet terminals according
to the ITS Field Wiring Chart. This chart will be provided by the Engineer within 20
days of the Contractor's request.
9- 29.13(12) ITS cabinet:
Basic ITS cabinets shall be Model 334L Cabinets, unless otherwise specified in the
Contract. Type 334L Cabinets shall be constructed in accordance with the TEES, with
the following modifications:
The basic cabinet shall be furnished with only Housing 1 B, Mounting Cage 1,
Service Panel #1, a Drawer Shelf, and Controller Unit Supports. Additional
equipment may be specified as part of the cabinet function- specific standards.
2. Housing aluminum shall be 5052 alloy with mill finish. Painted or anodized
aluminum is not allowed.
3. The door air filter shall be a disposable paper filter element of at least 180
square inches.
4. Locks shall be spring loaded construction core locks capable of accepting a
Best 6 -pin core. A 6 -pin construction core of the type (Blue, Green, or Red)
specified in the Contract shall be installed in each core lock. One core removal
key and two standard keys (properly marked) shall be included with each
cabinet and delivered to the Engineer upon Contract completion.
5. Each cabinet shall include a 120VAC electric strip heater with a rating of 100
watts, which shall be thermostat controlled. The heater strip shall be fed by
wire with a temperature rating of 400 °F or higher, and shall be shielded to
prevent contact with wiring, equipment, or personnel. If the heater thermostat
is separate from the fan thermostat, the heater thermostat must meet the same
requirements a + + + +s the fan thermostat as defined in TEES.
6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet
lighting. Color temperature shall be 4100K (cool white) or higher. Fluorescent
fixtures shall use 12 inch (nominal), 8W, type T5 tubular bulbs contained within
a shatterproof lamp cover. LED light strips shall be approximately 12 inches
long, and have a minimum output of 320 lumens. There shall be two fixtures
for each rack within the cabinet Lighting shall be ceiling mounted and oriented
parallel to the door face — rack mounted lighting is not permitted. Lighting shall
not interfere with the proper operation of any other ceiling mounted equipment.
All lighting fixtures above a rack shall energize whenever either door to that
respective rack is opened. Each door switch shall be labeled "Light ".
7. Each cabinet shall be equipped with a power distribution assembly (PDA)
mounted in a standard EIA 19 -inch (ANSI /EIA RS- 310 -C) rack utilizing no more
than five Rack Mounting Units (RMU) (8.75 inches). The PDA shall include the
following equipment:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
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
50
51
PDA components shall be mounted in or on the PDA such that they are
readily accessible, provide dead front safety, and all hazardous voltage
points are protected to prevent inadvertent contact.
8. Service Panel #1 shall include a service terminal block labeled "TBS ", a Tesco
TES -10B or equivalent surge suppressor connected to provide power in line
surge suppression, and a 1 P -30A Main Breaker. The Service Panel Assembly
(SPA) shown in the TEES shall not be included.
9. Each cabinet shall include a rack mounted fiber optic patch panel of the type
specified in the Contract. I
Cabinet drawings and wiring diagrams shall be provided in the drawer shelf.
Additionally, an electronic (PDF format) copy of all drawings and wiring diagrams shall
be provided.
9- 29.16(1)A1 Conventional Optical System
This section's title is revised to read:
9- 29.16(1)A1 Non -LED Optical System
9- 29.16(1)D1 Electrical - Conventional
This section's title is revised to read:
9- 29.16(1)D1 Electrical — Non -LED
9 -29.20 Pedestrian Signals
This section is revised to read:
Pedestrian signals shall be Light Emitting Diods (LED) type.
The LED pedestrian signal module shall be operationally compatible with controllers and
conflict monitors. The LED lamp unit shall contain a disconnect that will show an open
switch to the conflict monitor when less than 60 percent of the LEDs in the unit are
operational.
The Pedestrian signal heads shall be on the QPL or the Contractor shall submit a
Manufacturer's Certificate of Compliance, in accordance with Standard Specification 1-
06.3, with each type of signal head. The certificate shall state that the lot of pedestrian
signal heads meet the following requirements:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
a. One duplex NEMA 5 -15R GFCI receptacle on the front of the PDA.
b. Four duplex NEMA 5 -15R receptacles on the rear of the PDA. These
receptacles shall remain energized on a trip or failure of the GFCI
receptacle.
c. Four 1 P-1 5A, 120VAC Equipment/Field Circuit Breakers.
d. Line filter meeting the requirements of 9- 29.13(10)A.d.
PDA components shall be mounted in or on the PDA such that they are
readily accessible, provide dead front safety, and all hazardous voltage
points are protected to prevent inadvertent contact.
8. Service Panel #1 shall include a service terminal block labeled "TBS ", a Tesco
TES -10B or equivalent surge suppressor connected to provide power in line
surge suppression, and a 1 P -30A Main Breaker. The Service Panel Assembly
(SPA) shown in the TEES shall not be included.
9. Each cabinet shall include a rack mounted fiber optic patch panel of the type
specified in the Contract. I
Cabinet drawings and wiring diagrams shall be provided in the drawer shelf.
Additionally, an electronic (PDF format) copy of all drawings and wiring diagrams shall
be provided.
9- 29.16(1)A1 Conventional Optical System
This section's title is revised to read:
9- 29.16(1)A1 Non -LED Optical System
9- 29.16(1)D1 Electrical - Conventional
This section's title is revised to read:
9- 29.16(1)D1 Electrical — Non -LED
9 -29.20 Pedestrian Signals
This section is revised to read:
Pedestrian signals shall be Light Emitting Diods (LED) type.
The LED pedestrian signal module shall be operationally compatible with controllers and
conflict monitors. The LED lamp unit shall contain a disconnect that will show an open
switch to the conflict monitor when less than 60 percent of the LEDs in the unit are
operational.
The Pedestrian signal heads shall be on the QPL or the Contractor shall submit a
Manufacturer's Certificate of Compliance, in accordance with Standard Specification 1-
06.3, with each type of signal head. The certificate shall state that the lot of pedestrian
signal heads meet the following requirements:
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
it
1
1
1
1
3
4
5
6
7
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
50
All pedestrian signal heads shall be a Walk/Don't Walk module with a
countdown display.
2. All pedestrian displays shall comply with the MUTCD and ITE publication ST
01113, VTCSH2 or current ITE Specification and shall have an incandescent
appearance. The Contractor shall provide test results from a Nationally
Recognized Testing Laboratory documenting that the LED display conforms to
the current ITE and the following requirements:
a. All pedestrian signals supplied to any one project shall be from the same
manufacturer and type but need not be from the same manufacturer as
the vehicle heads.
b. Each pedestrian signal face shall be a single unit housing with the signal
indication size, a nominal 16 inch x 18 inch with side by side symbol
messages with countdown display.
c Housings shall be green polycarbonate or die -cast aluminum and the
aluminum housings shall be painted with two coats of factory applied
traffic signal green enamel (Federal Standard 595 - 14056). All hinges and
latches and interior hardware shall be stainless steel.
3. Optical units for traffic signal displays shall conform to the following:
a. Pedestrian "RAISED HAND" and "WALKING PERSON" modules shall be
the countdown display type showing the time remaining in the pedestrian
change interval. When the pedestrian change interval is reduced due to a
programming change, the display may continue to show the previous
pedestrian change interval for one signal cycle. During the following
pedestrian change interval the countdown shall show the revised time, or
shall be blank. In the event of an emergency vehicle preemption, during
the following two cycles, the display shall show the programmed
pedestrian change interval or be blank. In the event the controller is put in
stop time during the pedestrian change interval, during the following two
cycles the display shall show the programmed clearance or be blank. In
the event there is railroad preempt during the pedestrian change interval,
during the following two cycles the display shall show the programmed
clearance or be blank. Light emitting diode (LED) light sources having the
incandescent appearance are required for Portland Orange Raised Hand
and the Lunar White Walking Person.
4. LED displays shall conform to the following:
a. Wattage (Maximum): Portland Orange Raised Hand, 15 watts: Lunar
White Walking Person, 15 watts.
b. Voltage: The operating voltages shall be between 85 VAC and 135 VAC.
c. Temperature: Temperature range shall be -35° F to +165° F.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8127113
1 d. LED pedestrian heads shall be supplied with Z crate visors. Z crate visors
2 shall have 21 members at 45 degrees and 20 horizontal members.
3
4 9- 29.20(1) LED Pedestrian Displays
5 This section is deleted.
6
7
8
9
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
9- 29.20(2) Neon Grid Type
This section is deleted.
9 -29.24 Service Cabinets
In the first paragraph, the lettered items A -J are re- lettered to read B -K respectfully
The first paragraph is supplemented with the following new lettered item:
A. Display an arc flash warning label that meets the requirements of ANSI Z535.
9 -29.25 Amplifier, Transformer, and Terminal Cabinets
In item No. 2.C., "Transformer 23.1 to 12.5 KVA" is revised to read "Transformer 3.1 to 12.5
KVA" and the height column value of 40" is revised to read "48 ".
The first and second sentences in the first paragraph are revised to read:
Amplifier and terminal and transformer cabinets shall be NEMA 3R and the following:
Item number 5 is revised to read:
5. All cabinets shall provide a gasketed door flange
Item number 7 is revised to read:
7. Insulated terminal blocks shall be 600 volt, heavy -duty, barrier type. The terminal
blocks shall be provided with a field -side and a control -side connector separated by
a marker strip. One spare 12- position insulated terminal block shall be installed in
each terminal cabinet and amplifier cabinet.
Item number 8 is revised to read:
8. Each non -pad mounted Terminal, Amplifier and Transformer cabinet shall have 1/4
inch drain holes in back corners. Each pad mounted Terminal, Amplifier and
Transformer cabinet shall drain to a sump and through a 3/8 inch diameter drain
pipe to grade as detailed in the Standard Plans.
Item number 10 is revised to read:
10. Transformer cabinets shall have two separate compartments, one for the
transformer and one for the power distribution circuit breakers. Each compartment
shall be enclosed with a dead front. Each breaker shall be labeled with the device
name by means of a screwed or riveted engraved name plate.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
1 9- 34.AP9
2 Section 9 -34, Pavement Marking Material
3 August 5, 2013
16
17
18
19
20
4
5
6
r�
7
8
9
10
11
12
13
14
15
16
17
18
19
20
�i
9 -34.2 Paint
The second paragraph is revised to read:
Blue and black paint shall comply with the requirements for yellow paint in Section 9-
34.2(4) and Section 9- 34.2(5), with the exception that blue and black paints do not need
to meet the requirements for titanium dioxide, directional reflectance, and contrast
ration.
9- 34.3(4) Type D — Liquid Cold Applied Methyl Metharcrylate
The column headings in the table titled "98:2 Formulations Type D — Liquid Cold Applied
Methyl Methacrylate" are revised to read:
98:2 Formulations Type D — Liquid Cold Applied Methyl Methacrylate
Property D -1 I D -2 I D -3 I D -4 I D -5 D -6
Test Method Min. Max. I Min. I Max. I Min. I Max. I Min. I Max. I Min. I Max. I Min. I Max.
9- 36.AP9
Section 9 -36, Shaft - Related Materials
August 5, 2013
9- 36.1(1) Permanent Casing
This section is revised to read:
Permanent casing shall be of steel base metal conforming to ASTM A 36, ASTM A 252
Grades 2 or 3, ASTM A 572, or ASTM A 588.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
21
22
23
24
25
26
�i
9 -34.2 Paint
The second paragraph is revised to read:
Blue and black paint shall comply with the requirements for yellow paint in Section 9-
34.2(4) and Section 9- 34.2(5), with the exception that blue and black paints do not need
to meet the requirements for titanium dioxide, directional reflectance, and contrast
ration.
9- 34.3(4) Type D — Liquid Cold Applied Methyl Metharcrylate
The column headings in the table titled "98:2 Formulations Type D — Liquid Cold Applied
Methyl Methacrylate" are revised to read:
98:2 Formulations Type D — Liquid Cold Applied Methyl Methacrylate
Property D -1 I D -2 I D -3 I D -4 I D -5 D -6
Test Method Min. Max. I Min. I Max. I Min. I Max. I Min. I Max. I Min. I Max. I Min. I Max.
9- 36.AP9
Section 9 -36, Shaft - Related Materials
August 5, 2013
9- 36.1(1) Permanent Casing
This section is revised to read:
Permanent casing shall be of steel base metal conforming to ASTM A 36, ASTM A 252
Grades 2 or 3, ASTM A 572, or ASTM A 588.
AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK
Revised: 8/27/13
1
SPECIAL PROVISIONS — CITY OF RENTON - WILL ROGERS -WILEY POST
MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT
DIVISION 1— GENERAL REQUIREMENTS
INTRODUCTION
(July 31, 2007 AP WA GSP)
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State
Department of Transportation ( WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications,
as modified or supplemented by the Amendments to the Standard Specifications and these
Special Provisions, all of which are made a part of the Contract Documents, shall govern all of
the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from various
sources, which may have project - specific fill -ins; and project- specific Special Provisions. Each
Provision supplements, modifies, or replaces the comparable Standard Specification, or is a new
Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the
Standard Specifications is meant to pertain only to that particular portion of the section, and in
no way should it be interpreted that the balance of the section does not apply.
The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the
headers of each GSP, with the date of the GSP and its source, as follows:
(May 18, 2007 AP WA GSP)
(August 7, 2006 WSDOT GSP)
Also incorporated into the Contract Documents by reference are:
Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
• Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current
edition
Contractor shall obtain copies of these publications, at Contractor's own expense.
AMENDMENTS TO THE STANDARD SPECIFICATIONS
The Amendments to the Standard Specifications, available at the following web page,
http : / /w-ww.wsdot.wa.aovBusiness/ Construction/ SpecificationsAmendmentsGSPs .htm, are
made a part of this contract and supersede any conflicting provisions of the Standard
Specifications. For informational purposes, the index to the amendments contains a code
number which identifies the section of the Standard Specifications being amended (IO.API
indicates that Section 1 -10 is the section being amended). The date following.each Amendment
title or section heading indicates the implementation date of the Amendment or the date of the
last revision. Each Amendment contains all current revisions to the applicable section of the
Standard Specifications and may include references that do not apply to this particular project.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -1
ri
DESCRIPTION OF WORK
This contract provides for the maintenance dredging to pre -2007 flood conditions at the City of
Renton's Will Rogers -Wiley Memorial Seaplane Base in accordance with Federal airspace
regulations, site -use restrictions, the Contract Plans, these Contract Provisions, Project Permits,
and the Standard Specifications. The project will consist of dredging, dredged material handling,
and disposal at the Elliott Bay, deep -water disposal location. The Renton Municipal Airport and
all associated facilities shall remain fully operational throughout the duration of construction.
1 -01.3 Definitions
(March 8, 2013 AP WA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace them
with the following: _
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contractor has completed all in -water work
(dredging, piling, and float installation work).
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation
required by the Contract and required by law does not necessarily need to be furnished by
the Contractor by this date.
Completion Date
The day all the Work specified in the Contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required
by the Contract and required by law must be furnished by the Contractor before
establishment of this date.
j
Final Acceptance Date
The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
All references in the Standard Specifications, Amendments, or WSDOT General Special
Provisions, to the terms "State ", "Department of Transportation ", "Washington State
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -2
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on which the
Contract time begins.
Traffic
Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
City of Renton Project No: CAG 13 -177
1 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -3
", "Commission ", "Secretary ", "Secretary",
Transportation Commission of Transportation
"Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ".
IAll
references to "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location ".
All references to "final contract voucher certification" shall be interpreted to mean the final
payment form established by the Contracting Agency.
The venue of all causes of action arising from the advertisement, award, execution, and
performance of the contract shall be in the Superior Court of the County where the
Contracting Agency's headquarters are located.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid Proposal,
which may, at the discretion of the Contracting Agency, be awarded in addition to the base
bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
Proposal, from which the Contracting Agency may make a choice between different methods
or material of construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in Section
1 -08.5.
Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever bond
form(s) are required by the Contract Documents, which may be a combination of a Payment
Bond and a Performance Bond.
Contract Documents
See definition for "Contract ".
Contract Time
The period of time established by the terms and conditions of the Contract within which the
Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency's acceptance of the Bid Proposal.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on which the
Contract time begins.
Traffic
Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
City of Renton Project No: CAG 13 -177
1 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -3
1 -02 BID PROCEDURES AND CONDITIONS
1 -02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1 -02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to. be
awarded a public works project.
1 -02.2 Plans and Specifications
(June 27, 2011 AP WA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the Call
for Bids (Advertisement for Bids) for the work.
After award of the contract, plans and specifications will be issued to the Contractor at no
cost as detailed below:
To Prime Contractor
No. of Sets
Basis of Distribution
Reduced plans (11" x 17 ")
2
Furnished automatically
upon award.
Contract Provisions
2
Furnished automatically
upon award.
Large plans (e.g., 22" x
1
Furnished only upon
34 ")
request.
Additional plans and Contract Provisions may be obtained by the Contractor from the source
stated in the Call for Bids, at the Contractor's own expense.
1- 02.4(2) Subsurface Information
(March 8, 2013 APWA GSP)
The second sentence in the first paragraph is revised to read:
The Summary of Geotechnical Conditions and the boring logs, if and when included as
an appendix to the Special Provisions, shall be considered as part of the Contract.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -4
v
1 -02.5 Proposal Forms
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
The Proposal Form will identify the project and its location and describe the work. It will
also list estimated quantities, units of measurement, the items of work, and the materials to be
furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that
call for, but are not limited to, unit prices; extensions; summations; the total bid amount;
signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda;
the bidder's name, address, telephone number, and signature; the bidder's D/M /WBE
jcommitment, if applicable; a State of Washington Contractor's Registration Number; and a
Business License Number, if applicable. Bids shall be completed by typing or shall be
printed in ink by hand, preferably in black ink. The required certifications are included as
part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all
alternates and additives set forth in the Proposal Form unless otherwise specified.
1 -02.6 Preparation of Proposal
(June 27, 2011 APWA GSP)
Supplement the second paragraph with the following:
1. If a minimum bid amount has been established for any item, the unit or lump sum price
must equal or exceed the minimum amount stated.
2. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed
by the signer of the bid.
Delete the last paragraph, and replace it with the following:
jThe Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A
jcopy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member
of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid
Form if any D /W/MBE requirements are to be satisfied through such an agreement.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -5
1 -02.7 Bid Deposit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency- assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature of
the person authorized to submit the bid should agree with the signature on the bond, and
the title of the person must accompany the said signature;
6. The signature of the surety's officer empowered to sign the bond and the power of
attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. I
1 -02.9 Delivery of Proposal
(August 15, 2012 AP WA GSP, Option A)
Delete this section and replace it with the following:
Each proposal shall be submitted in a sealed envelope, with the Project Name and Project
Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as
otherwise required in the Bid Documents, to ensure proper handling and delivery.
The Contracting Agency will not open or consider any Bid Proposal that is received after the
time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other
than that specified in the Call for Bids.
1 -02.13 Irregular Proposals
(March 13, 2012 APWA GSP)
Revise item 1 to read:
1. A proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -6
t
r,
I
t
b. The authorized proposal form furnished by the Contracting Agency is not used or
is altered;
C. The completed proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or
enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
h. More than one proposal is submitted for the same project from a Bidder under the
same or different names.
1 -02.14 Disqualification of Bidders
(March 8, 2013 AP WA GSP, Option A)
Delete this Section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder
responsibility criteria in RCW 39.04.350(1), as amended.
As evidence that the Bidder meets the mandatory bidder responsibility criteria, the apparent
two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid
submittal deadline, documentation (sufficient in the sole judgment of the Contracting
Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency
reserves the right to request such documentation from other Bidders as well, and to request
further documentation as needed to assess bidder responsibility. The Contracting Agency
also reserves the right to obtain information from third parties concerning a Bidder's
compliance with the mandatory bidder responsibility criteria.
If the Contracting Agency determines the Bidder does not meet the mandatory bidder
responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the
Contracting Agency shall notify the Bidder in writing, with the reasons for its determination.
If the Bidder disagrees with this determination, it may appeal the determination within two
(2) business days of the Contracting Agency's determination by presenting its appeal and any
additional information to the Contracting Agency. The Contracting Agency will consider the
appeal and any additional information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting Agency will not
execute a contract with any other Bidder until at least two business days after the Bidder
determined to be not responsible has received the Contracting Agency's final determination.
1 -02.15 Pre Award Information
(October 1, 2005 AP WA GSP)
Revise this section to read:
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -7
1 -03.3 Execution of Contract
(October 1, 2005 AP WA GSP)
Revise this section to read: 1,
Copies of the Contract Provisions, including the unsigned Form of Contract, will be available
for signature by the successful bidder on the first business day following award. The number
of copies to be executed by the Contractor will be determined by the Contracting Agency.
Before
awarding any contract, the Contracting Agency may require one or more of these
items or actions of the apparent lowest responsible bidder:
1.
A complete statement of the origin, composition, and manufacture of any or all materials
pre -award information the Contracting Agency may require under Section 1- 02.15.
to be used,
2.
Samples of these materials for quality and fitness tests,
furnished sites. The Contractor shall bear all risks for any work begun outside such areas and
3.
A progress schedule (in a form the Contracting Agency requires) showing the order of
and time required for the various phases of the work,
4.
A breakdown of costs assigned to any bid item,
5.
Attendance at a conference with the Engineer or representatives of the Engineer,
6.
Obtain, and furnish a copy of, a business license to do business in the city or county
where the work is located.
7.
A copy of State of Washington Contractor's Registration, or
8.
Any other information or action taken that is deemed necessary to ensure that the bidder
is the lowest responsible bidder.
1 -03.3 Execution of Contract
(October 1, 2005 AP WA GSP)
Revise this section to read: 1,
Copies of the Contract Provisions, including the unsigned Form of Contract, will be available
for signature by the successful bidder on the first business day following award. The number
of copies to be executed by the Contractor will be determined by the Contracting Agency.
Within 5 calendar days after the award date, the successful bidder shall return the signed
Contracting Agency - prepared contract, an insurance certification as required by
Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before
execution of the contract by the Contracting Agency, the successful bidder shall provide any
pre -award information the Contracting Agency may require under Section 1- 02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency -
furnished sites. The Contractor shall bear all risks for any work begun outside such areas and
for any materials ordered before the contract is executed by the Contracting Agency.
1 -03.4 Contract Bond
(October 1, 2005 APWA GSP)
Revise the first paragraph to read:
The successful bidder shall provide an executed contract bond for the full contract amount.
This contract bond shall:
1. Be on a Contracting Agency - furnished form;
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -8
Washington State Department of Transportation (WSDOT)
Engineering Publications Room SD3
P.O. Box 47304
Olympia, WA 98504 -7304
Phone: (360) 705 -7430
1 -04.2 Coordination of Contract Documents,. Plans, Special Provisions, Specifications, and
Addenda
(March 13, 2012 AP WA GSP)
Revise the second paragraph to read:
1
City of Renton Project No: CAG 13 -177
IWill Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -9
b. Appears on the current Authorized Insurance List in the State of Washington
published by the Office of the Insurance Commissioner,
3.
Be conditioned upon the faithful performance of the contract by the Contractor within the
prescribed time;
4.
Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency
against any claim of direct or indirect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform the contract, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors,
material, person, or any other person who provides supplies or provisions for carrying
out the work;
5.
Be accompanied by a power of attorney for the Surety's officer empowered to sign the
bond; and
6.
Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond must be signed by the
president or vice - president, unless accompanied by written proof of the authority of the
individual signing the bond to bind the corporation (i.e., corporate resolution, power of
attorney or a letter to such effect by the president or vice - president).
1 -04
SCOPE OF THE WORK
1 -04.1
Intent of the Contract
A.
The intent of this contract is to prescribe a complete work for the maintenance dredging.
The Contractor shall establish quality control for all work performed and all products
supplied.to assure compliance with the Standard Specifications and these Special
Provisions. Standard Specifications are:
Standard Specifications for Road, Bridge, and Municipal Construction 2012 (M41 -10)
Copies of the Standard Specifications are available from:
Washington State Department of Transportation (WSDOT)
Engineering Publications Room SD3
P.O. Box 47304
Olympia, WA 98504 -7304
Phone: (360) 705 -7430
1 -04.2 Coordination of Contract Documents,. Plans, Special Provisions, Specifications, and
Addenda
(March 13, 2012 AP WA GSP)
Revise the second paragraph to read:
1
City of Renton Project No: CAG 13 -177
IWill Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -9
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Amendments to the Standard Specifications,
6. Standard Specifications,
7. Contracting Agency's Standard Plans or Details if any), and
8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1 -05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 AP WA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified in
a written notice from the Engineer, or fails to perform any part of the work required by the
Contract Documents, the Engineer may correct and remedy such work as may be identified
in the written notice, with Contracting Agency forces or by such other means as the
Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and replaced, or
have work the Contractor refuses to perform completed by using Contracting Agency or
other forces. An emergency situation is any situation when, in the opinion of the Engineer, a
delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage
to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include in
particular, but without limitation, compensation for additional professional services required,
and costs for repair and replacement of work of others destroyed or damaged by correction,
removal, or replacement of the Contractor's unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights
provided by this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect to
the Contractor's failure to perform the work as required. I
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -10
1 -05.11 Final Inspection
Delete this section and replace it with the following:
1 -05.11 Final Inspections and Operational Testing
(October 1, 2005 AP WA GSP)
1- 05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall so
notify the Engineer and request the Engineer establish the Substantial Completion Date. The
Contractor's request shall list the specific items of work that remain to be completed in order
to reach physical completion. The Engineer will schedule an inspection of the work with the
Contractor to determine the status of completion. The Engineer may also establish the
Substantial Completion Date unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice to the
Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer
does not consider the work substantially complete and ready for its intended use, the
Engineer will, by written notice, so notify the Contractor giving the reasons therefor.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1 -05.7.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -11
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the Contractor
expects to reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the work physically complete and ready for
final inspection.
1- 05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final inspection,
the Contractor by written notice shall request the Engineer to schedule a final inspection. The
Engineer will set a date for final inspection. The Engineer and the Contractor will then make
a final inspection and the Engineer will notify the Contractor in writing of all particulars in
which the final inspection reveals the work incomplete or unacceptable. The Contractor shall
immediately take such corrective measures as are necessary to remedy the listed deficiencies.
Corrective work shall be pursued vigorously, diligently, and without interruption until
physical completion of the listed deficiencies. This process will continue until the Engineer is
satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1 -05.7.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -11
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered physically
complete. That date shall constitute the Physical Completion Date of the contract, but shall
not imply acceptance of the work or that all the obligations of the Contractor under the
contract have been fulfilled.
The costs for power, gas, labor, material, supplies, and everything else needed to successfully
complete operational testing, shall be included in the unit contract prices related to the
system being tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the contract.
Add the following new section:
1- 05.12(1) One -Year Guarantee Period
(March 8, 2013 APWA GSP)
For all work except dredging, the Contractor shall return to the project and repair or
replace all defects in workmanship and material discovered within one year after Final
Acceptance of the Work. The Contractor shall start work to remedy any such defects
within 7 calendar days of receiving Contracting Agency's written notice of a defect, and
shall complete such work within the time stated in the Contracting Agency's notice. In
case of an emergency, where damage may result from delay or where loss of services
may result, such corrections may be made by the Contracting Agency's own forces or
another contractor, in which case the cost of corrections shall be paid by the Contractor.
In the event the Contractor does not accomplish corrections within the time specified,
the work will be otherwise accomplished and the cost of same shall be paid by the
Contractor.
When corrections of defects are made, the Contractor shall then be responsible for
correcting all defects in workmanship and materials in the corrected work for one year
after acceptance of the corrections by Contracting Agency.
This guarantee is supplemental to and does not limit or affect the requirements that the
Contractor's work comply with the requirements of the Contract or any other legal rights
or remedies of the Contracting Agency.
1 -05.15 Method of Serving Notices
(March 25, 2009 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest, notice of
dispute, or other correspondence constituting notification required to be furnished under the
Contract, must be in paper format, hand delivered or sent via mail delivery service to the
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -12
s
t
f
t
Project Engineer's office. Electronic copies such as a -mails or electronically delivered copies
of correspondence will not constitute such notice and will not comply with the requirements
of the Contract.
Add the following new section:
1 -05.16 Water and Power
(October 1, 2005 AP WA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power and
water necessary for the performance of the work, unless the contract includes power and
water as a pay item.
Add the following new section:
1 -05.17 Oral Agreements
(October 1, 2005 AWPA GSP)
No oral agreement or conversation with any officer, agent, or employee of the Contracting
Agency, either before or after execution of the contract, shall affect or modify any of the
terms or obligations contained in any of the documents comprising the.contract. Such oral
agreement or conversation shall be considered as unofficial information and in no way
binding upon the Contracting Agency, unless subsequently put in writing and signed by the
Contracting Agency.
Add the following new section:
1 -07 LEGAL RELATIONS AND RESPONSIBILITES TO THE PUBLIC
1 -07.1 Laws to be Observed
(October 1, 2005 AP WA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor shall
establish, publish, and make known to all employees, procedures for ensuring immediate
removal to a hospital, or doctor's care, persons, including employees, who may have been
injured on the project site. Employees should not be permitted to work on the project site
City of Renton Project No: CAG 13 -177
' Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -13
before the Contractor has established and made known procedures for removal of injured
persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's plant, appliances, and methods, and for any damage or injury resulting from
their failure, or improper maintenance, use, or operation. The Contractor shall be solely and
completely responsible for the conditions of the project site, including safety for all persons
and property in the performance of the work. This requirement shall apply continuously, and
not be limited to normal working hours. The required or implied duty of the Engineer to
conduct construction review of the Contractor's performance does not, and shall not, be
intended to include review and adequacy of the Contractor's safety measures in, on, or near
the project
1 -07.5 Environmental Regulations
Section 1 -07.5 is supplemented with the following:
The Contractor shall be responsible for adhering and conforming to all applicable provisions,
conditions, and requirements of the project permits.
The following permits, permit updates, and addenda have been issued specifically for this project
and their requirements apply to this work. Copies are provided in Appendix B to this section:
1. U.S. Army Corps of Engineers Clean Water Act Section 404 Permit.
2. Washington State Department of Ecology Clean Water Act Section 401 Water
Quality Certification, Order #10080, dated September 5, 2013.
3. Washington State Department of Fish and Wildlife Hydraulic Project Approval
(HPA)
4. National Oceanic and Atmospheric Administration (NOAA) Endangered Species
Act (ESA) Section 7 Informal Consultation Concurrence Letter, dated October 31,
2012.
5. State Environmental Policy Act (SEPA) Mitigated Determination of Non -
Significance (MDNS), dated July 12, 2013.
The following rules, requirements, and regulations specified shall apply to this work for erosion
and pollution control:
1. Washington State Department of Ecology Stormwater Management Manual for
Western Washington, August 2012
Any conflicts between these Contract Specifications and the project permits will be brought to
the attention of the Contracting Agency. Nothing whatsoever shall be deemed to authorize
violation of these permits.
The Contractor will be responsible to adhere to original permit requirements as well as
associated permit updates and addenda.
Fourteen (14) days prior to mobilization, The Contractor shall submit a Statement of
Understanding indicating that he acknowledges all conditions of the project permits listed in
Section 1 -07.
I
t
t
t
t
1
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -14 '
t
' 1 -07.9 Wages
' Section 1- 07.9(1) is supplemented with the following:
The Federal wage rates for heavy Construction incorporated in this contract have been
established by the Secretary of Labor under United States Department of labor General Decision
No. WA130105. These rates are applicable to heavy construction.
1 -07.17 Utilities and Similar Facilities
Section 1 -07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for the existing utilities (i.e. Metro Sewer line and
the AT &T Communication line) are in accordance with available information obtained without
uncovering, measuring, or other verification.. The Contractor shall field verify the location and
elevation of all utilities using either multi -beam, sub -bottom profiling, magnetometer survey or
another approved method for field locating the utility lines shown within the dredge work areas
(Dredge Area 1 and Area 2) shown on the Plans and any proposed contractor equipment mooring
areas outside the dredge work areas.
The Contractor shall protect all private and public utilities from damage resulting from the Work.
Among others, these utilities include: telephone, telegraph, and power lines; pipelines, sewer and
water lines; railroad tracks and equipment;. and highway lighting and signing systems, and
intelligent transportation systems (ITS). All costs required to protect public and private utilities
shall be at the Contractor's expense, except as provided otherwise in this Section.
was
RCW 19.122 relates to underground utilities. In accordance with this RCW, the Contractor shall
call the One - Number Locator Service for field location of utilities. If no locator service is
available for the area, notice shall be provided individually to those owners of utilities known to,
or suspected of, having underground facilities within the area of the proposed excavation.
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.
1 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
City of Renton Project No: CAG 13 -177
' Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -15
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.
All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the
contract and no additional payment will be made.
1- 07.18(2) Coverages
All coverage provided by the Contractor shall be in a form and underwritten by a company
acceptable to the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage
are acceptable when written on a claims -made basis). The City may also require proof of
professional liability coverage be provided for up to two (2) years after the completion of
the project.
3. The City may request a copy of the actual declaration page(s) for each insurance policy
affecting coverage(s) required by the Contract prior to the date work commences.
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.
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.
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.
HI
1
I
t
t
t
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -16 '
1
7
L
• 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
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, including Advertising activities) the (CONTRACTOR) shall maintain
professional liability covering wrongful acts, errors and/or omissions of the
(CONTRACTOR) for damage sustained by reason of or in the course of operations under
this Contract.
F. Pollution Liability - the City may require this coverage whenever work under this
Contract involves pollution risk to the environment. This coverage is to include sudden
and gradual coverage for third party liability including defense costs and completed
operations.
Contractor shall name City of Renton, and its officers, officials, agents, employees and
volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall
provide City of Renton Certificates of Insurance prior to commencement of work. The City
reserves the right to request copies of insurance policies, if at their sole discretion it is deemed
appropriate. Further, all policies of insurance described above shall:
A. Be on a primary basis not contributory with any other insurance coverage and/or self -
insurance carried by City of Renton.
B. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause (Cross Liability)
D. The Contractor shall provide the Contracting Agency and all Additional Insured's with
written notice of any policy cancellation, within two business days of their receipt of such
notice.
E. Failure on the part of the Contractor to maintain the insurance as required shall constitute
a material breach of contract, upon which the Contracting Agency may, after giving five
business days notice to the Contractor to correct the breach, immediately terminate the
contract or, at its discretion, procure or renew such insurance and pay any and all
premiums in connection therewith, with any sums so expended to be repaid to the
Contracting Agency on demand, or at the sole discretion of the Contracting Agency,
offset against funds due the Contractor from the Contracting Agency.
City of Renton Project No: CAG 13 -177
' Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -17
1- 07.18(3) Limits
'
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed
to relieve the Contractor
'
from liability in excess of such limits. The Contractor shall
carry the following limits of
liability as required below:
'
Commercial General Liability
General Aggregate*
$2,000,000 **
'
Products /Completed Operations Aggregate
$2,000,000
Each Occurrence Limit
$1,000,000
,
Personal /Advertising Injury
$1,000,000
Fire Damage (Any One Fire)
$50,000
'
Medical Payments (Any One Person)
$5,000
Stop Gap Liability
* General Aggregate to
$1,000,000
apply per project
(ISO Form CG2503 or equivalent)
* *Amount may vary based on project risk
Automobile Liability
Bodily Injury/Property Damage
$1,000,000
'
(Each Accident)
Workers' Compensation
Statutory Benefits - Coverage A
Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
,
Each Occurrence Limit
$1,000,000
General Aggregate Limit
$1,000,000
,
Products /Completed Operations Aggregate
$1,000,000
Professional Liability (If required)
Each Occurrence/ Incident/Claim
$1,000,000
Aggregate
$2,000,000
'
Pollution Liability (If required) to apply on a per
project basis
'
Per Loss
$1,000,000
Aggregate
$1,000,000
The City may require the Contractor to keep professional liability coverage in effect for up
to two (2) years after completion of the project.
'
City of Renton
Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project
SP -18
The Contractor shall promptly advise the CITY OF RENTON in the event any general
aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's
expense to comply with the minimum limits and requirements as stated above and shall
furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is
in force.
1- 07.18(4) Evidence of Insurance:
Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance
by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or
equivalent) conforming to items as specified in Sections 1- 07.18(1), 1- 07.18(2), and I-
07.18(3) as revised above. Other requirements are as follows:
A. Strike the following or similar wording: "This Certificate is issued as a matter of
information only and confers no rights upon the Certificate Holder ".
B. Strike the wording regarding cancellation notification to the City: "Failure to mail such
notice shall impose no obligation or liability of any kind upon the company, its agents
or representatives ".
C. Amend the cancellation clause to state: "Should any of the above described policies be
cancelled before the expiration date thereof, notice will be delivered in accordance with
' the policy provisions."
For Professional Liability coverage only, instead of the cancellation language specified
' above, the City will accept a written agreement that the consultant's broker will
provide the required notification.
i1- 07.18(5)D Coverage for Working On, Over, or Near Navigable Waters
(May 10, 2006 AP WA GSP)'
' This contract involves work on or adjacent to navigable water, as defined by the U.S.
Department of Labor. The Contractor therefore shall provide proof of insurance coverage in
compliance with the statutory requirements of the U.S. Longshore and Harbor Workers'
Compensation Act (administered by the U.S. Department of Labor).
If the Contractor is working from barges or any other watercraft, owned or non - owned, the
' Contractor must maintain Protection and Indemnity (P &I) insurance providing coverage for
actions of the crew to third parties to the same limits stated under Section 1- 07.18(5)A for
Commercial General Liability Insurance. The Contractor must also provide proof of insurance
coverage in compliance with the statutory requirements of the Merchant Marine Act of 1920 (the
"Jones Act ").
1 -07.24 Rights of Way
(October 1, 2005 AP WA GSP)
' Delete this section in its entirety, and replace it with the following:
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -19
Street right of way lines, limits of easements, and limits of construction permits are indicated '
in the Plans. The Contractor's construction activities shall be confined within these limits,
unless arrangements for use of private property are made. ,
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way
and easements, both permanent and temporary, necessary for carrying out the work.
Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's
attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public right of
way, the Contractor shall meet and fulfill all covenants and stipulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property.
Copies of the easement agreements may be included in the Contract Provisions or made '
available to the Contractor as soon as practical after they have been obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these
areas are so noted in the Plans. The Contractor shall not proceed with any portion of the
work in areas where right of way, easements or rights of entry have not been acquired until
the Engineer certifies to the Contractor that the right of way or easement is available or that
the right of entry has been received. If the Contractor is delayed due to acts of omission on
,
the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the
Contractor will be entitled to an extension of time. The Contractor agrees that such delay
shall not be a breach of contract.
'
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
'
adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may desire
for temporary construction facilities, storage of materials, or other Contractor needs.
However, before using any private property, whether adjoining the work or not, the
'
Contractor shall file with the Engineer a written permission of the private property owner,
and, upon vacating the premises, a written release from the property owner of each property
disturbed or otherwise interfered with by reasons of construction pursued under this contract.
The statement shall be signed by the private property owner, or proper authority acting for
the owner of the private property affected, stating that permission has been granted to use the
property and all necessary permits have been obtained or, in the case of a release, that the I
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. I
1 -07.25 Airport Facilities Safety and Security I
(New Section)
Site safety and security requirements are governed by City of Renton Airport, Federal Aviation
Administration (FAA) Advisory Circulars (AC), Orders and Federal Aviation Regulations '
(FAR). Height restrictions will be imposed on equipment operating within the Regulated
Airspace (located both within and outside the designated dredge work areas) as outlined in the
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -20
Appendix D Construction Safety & Phasing Plan (CSPP). The CSPP provides a summary of
work area requirements for activities within the upland airport boundaries and the over -water
Runway Approach/Departure zone areas. These requirements include General Safety
Requirements, Construction and Facility Maintenance, Use of Motorized Vehicles, Radio
Communications, Security, Lighting requirements and Height Restrictions and other
Miscellaneous Requirements. Additionally, during the execution of the onsite work, the
Contractor will be required on a weekly basis to communicate to the Contracting Agency what
the proposed construction equipment heights will be for that work week.
The Contractor shall acknowledge that they understand the details included within the CSPP by
completing and submitting to the Contracting Agency a Safety Plan Compliance Document
(SPCD) as part of their work plan submittal. .
1 -08 PROSECUTION AND PROGRESS.
Add the following new section:
1 -08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
Add the following new section:
1- 08.0(1) Preconstruction Conference
(October 10, 2008 AP WA GSP)
Prior to,the Contractor beginning the work, a preconstruction conference will be held
between the Contractor, the Engineer and such other interested parties as may be invited.
The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties associated or affected by
the work;
3. To establish and review procedures for progress payment, notifications, approvals,
submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction conference the following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A Water Quality Monitoring Plan
Add the following new section:
City of Renton Project No: CAG 13 -177
' Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -21
1- 08.0(2) Hours of Work
Written permission from the Contracting Agency is required, if a Contractor desires to
perform work on holidays, Saturdays, or Sundays. The Contractor shall apply in writing to
the Engineer for such permission, no later than noon on the working day prior to the day for
which the Contractor is requesting permission to work.
The Contractors proposed work operations and associated work hour schedule will be
dependant upon the Construction Safety & Phasing Plan requirements outlined in
Appendix D. Night time work (7:30 pm to 7:00 am) provides for a displaced runway
threshold which allows for temporary greater construction equipment heights. Day time
work requires stringent limits on equipment heights due to ongoing airport operations.
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 9:00 a.m. on weekends or holidays are subject to noise control
requirements (City of Renton Chapter 7 — Noise Level Regulations and WAC Chapter 173-
60 Maximum Environmental Noise Levels). 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.
1- 08.3(2)A Type A Progress Schedule
(March 13, 2012 AP WA GSP)
Revise this section to read:
The Contractor shall submit 8 copies of a Type A Progress Schedule no later than at the
preconstruction conference, or some other mutually agreed upon submittal time. The
schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule
format. Regardless of which format used, the schedule shall identify the critical path. The
Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for
corrections within 15 calendar days of receiving the submittal.
1 -08.4 Prosecution of Work
Delete this section in its entirety, and replace it with the following:
1 -08.4 Notice to Proceed and Prosecution of Work
(June 27, 2011 AP WA GSP)
Notice to Proceed will be given after the Contract has been executed and the contract bond
and evidence of insurance have been approved and filed by the Contracting Agency. The
Contractor shall not commence with the work until the Notice to Proceed has been given by
the Engineer. The Contractor shall commence construction activities on the project site
within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The
Contractor shall diligently pursue the work to the physical completion date within the time
F�
J
I�
i
t
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -22 ,
' specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor
shall not relieve the Contractor of the responsibility to complete the work within the time(s)
specified in the Contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the! Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the placement
of all necessary signs and traffic control devices in accordance with 1- 10.1(2). Upon
construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No
other work shall be performed on the site until the Contracting Agency has accepted the
installation of high visibility fencing, as described in the Contract.
1 -08.5 Time for Completion
(March 8, 2013 APWA GSP, Option A)
Revise the third and fourth paragraphs to read:
All in -water work shall be completed by December 31, 2013. Contract work shall be
completed by January 15, 2014.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the contract
after all the Contractor's obligations under the contract have been performed by the
Contractor. The following events must occur before the Completion Date can be established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required by
law, to allow the Contracting Agency to process final acceptance of the contract. The
1 following documents must be received by the Project Engineer prior to establishing a
completion date:
' a. Certified Payrolls (per Section 1- 07.9(5)).
b. Material Acceptance Certification Documents
c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the
Contract Provisions.
d. Final Contract Voucher Certification
e. Property owner releases per. Section 1 -07.24
1 -08.9 es Liquidated Damages
g
Delete this section in its entirety, and replace it with the following:
Time is of the essence in this contract and the Contracting Agency has determined that the
completion of the work in this Contract is critical to the proper operation of the facility and
' the Contractor's failure to complete the work within the time will cause damage to the
Contracting Agency. Since exact damages are difficult to determine or forecast, the sum of
$1,000 per calendar day is hereby established by the parties as a reasonable estimate of just
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -23
compensation to the Owner for the failure of the Contractor to complete the work by the time
set forth in the Contract or authorized extension thereto.
Charges for liquidated damages will begin accumulating on the first calendar day following
the final Contract completion date and continue until the date of final acceptance established
by the Contracting Agency. Final acceptance will not be issued until all punch list items
have been completed.
In accordance with the permit requirements, all in -water work shall be completed on or
before the completion date set forth in the Contract Documents. All other work shall be
substantially completed on or before the final completion date set forth in the Contract
Documents.
No time extensions or extra compensation will be granted for delays due to inclement
weather conditions.
1 -09 MEASUREMENT AND PAYMENT
1 -09.7 Mobilization
Section 1 -09.7 is supplemented with the following information.
Mobilization shall consist of all work required to prepare the Contractor's dredging plant and
equipment for transit; moving plant, equipment, labor, supplies, and incidentals to the jobsite;
constructing spill prevention measures and stockpiling containment at the temporary offloading
facility; making ready for dredging; and maintaining plant, equipment, and spill prevention
measures in working condition at the site during the construction period.
Demobilization shall consist of all work required to prepare plant and equipment for the return
trip and removing all plant, equipment, labor, and unused supplies and incidentals from the
jobsite at the completion of the contract work, including any land -based staging area used in the
execution of the work, and clean up of all facilities to pre - project conditions.
Bid Item No. 1 — Mobilization & Demobilization
Division 8 is supplemented with the following:
8 -55 DREDGING
8 -55.1 Description
8- 55.1(A) Summary
The Work covered by this Section consists of furnishing all labor, materials, tools, equipment
and supervision necessary to dredge within the specified areas and dispose of the material as
indicated on the Plans, in these Specifications, and in strict compliance with the permits.
Dredging will occur within all specified areas on the Plans. All of the material to be removed
under this contract has been determined suitable for open water disposal at the Elliott Bay open
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -24
1
t
t
r,
r,
lJ
t
1
t
t
it
�I
t
t
water disposal site. Dredging work will be conducted using a mechanical clamshell dredge.
Dredging work areas are delineated as indicated on the plans relative to the design toe of slope.
8- 55.1(B) Definitions
The following definitions apply to the dredging work specified herein and as shown on the Plans:
A. Engineer: Unless specified elsewhere or directed otherwise by the Contracting Agency,
the Engineer will be the Contracting Agency's Representative during construction.
B. Debris: Debris is defined as any solid waste materials, other than Large Woody Debris
(LWD) or sediment excavated as part of the dredging operations, such as wire, cable,
steel bands, anchors, lumber, trash, concrete, riprap, etc. Any dredged materials that do
not pass through a grid opening 24 inches by 24 inches square are considered debris.
C. Large Woody Debris (LWD): Large Woody Debris is defined as any timber dredged
material larger than 2 -feet in diameter and 16 -feet long. All LWD shall be relocated to
an upland location determined by the Contracting Agency.
D. Dredge Cut Elevation: The minimum or bottom of dredge cut elevation within the
marina dredge area that the Contractor is required to remove all material above is as
shown on the Plans. The Contractor is responsible for achieving the required dredge
elevations at completion of the project. Progress surveying shall be conducted by the
Contractor in order to ensure the required elevations are achieved prior to final
completion. Compliance with required dredge elevation will be verified by the
Hydrographic Surveyor provided post- dredge surveying.
E. Overdredge Allowance: The project permits allow an additional increment of 1 -foot
below the required bottom of dredge cut elevation (overdredge allowance) to account for
equipment tolerance. Dredging beyond the allowable overdredge is called excessive
dredging.
F. Excessive Dredging: Dredging of material outside the dredging limits, as shown on the
Plans, or below the allowable overdredge allowance elevation is excessive dredging.
Excessive dredging will not be reimbursed or paid.
G. Basin Dredging: Dredging within all areas specified on the Drawings that does not
include Side Slope Dredging. These areas include, but are not limited to: the Harbor
Lease Area; underneath the North -South Floating Concrete Dock; within Dredge Areas 1
and 2; the edges of floating or static structures adjacent to, or within the Basin Dredge
area specified on the plans.
H. Side Slope Dredging: Side slope is the slope line between the bottom of the dredge prism
(dredge cut elevation) and design top of slope, as shown on the Plans. Side slopes are
shown on the Plans as a horizontal to vertical ratio (e.g. 4H:1V).The side slope used for
computing estimated dredge quantities will be as called out on the Plans. Payment for
dredging outside the specified side slopes will not be made. There will be no payment
for overdredge dredging on the side slopes. Material sloughed into the dredge cut area
from the side slopes shall be removed by the Contractor up to the time of project
Completion.
I. Dredge Area 1: Federal Emergency Management Agency (FEMA) qualified submerged
lands. Dredge Area 1 consists of both Basin Dredging and Side Slope Dredging.
J. Dredge Area 2: Easement Area qualified submerged lands. Dredge Area 2 consists of
both Basin Dredging and Side Slope Dredging.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -25
K. Pay Volume: Pay volume is the quantity of dredged material calculated on an in -situ
basis for cubic yards removed within the dredge areas (Area 1 and 2) above the specified
side slopes and bottom of dredge cut elevation presented on the Plans using pre and post -
construction (dredge) surveys.
8- 55.1(C) Submittals
Work Plan: The Contractor shall prepare and submit a Work Plan to the Contracting Agency's
Representative for review at least14 days prior to the start of on -site dredging work. The
information contained in the Work Plan will be the basis for the Contractor prepared Dredging &
Disposal Plan (DDP) as required by the permits and regulatory agencies. The development,
timing, and submission of the Work Plan shall allow for review and approval by the Contracting
Agency and Contracting Agency's Representative prior to submitting the Dredging and Disposal
Plan (DDP) to the appropriate regulatory agency for review and approval. The Contractor shall
develop and organize the Work Plan contents into sections, chapters, etc. and as necessary to
adhere to submittal and timing requirements specified in the Contract specifications and
conditions of the permits. Dredging and disposal operation shall not begin until the DDP has
been reviewed and approved by the Contracting Agency and the appropriate regulatory agencies.
The DDP shall be developed in accordance with Dredged Material Evaluation and Disposal
Procedures for the Puget Sound Dredged Disposal Analysis Program (PSDDA).
The Work Plan shall include information regarding but not limited to the following:
• Drawings with references to the Contract Plans and Work Schedule, and include enough
documentation to explain the Contractor's proposed method for prosecution of the Work.
• Method of conducting dredging and disposal operations including type and size of
equipment to be used, locations of equipment and storage area(s), order of
work/sequencing, hours and days of operation, communications with the Contracting
Agency and Contracting Agency's Representative during construction, locations and
utilization of rehandling areas and other use areas outside of dredging limits, and plans
for transporting materials, personnel, etc.
• Construction Survey Plan, including the name and resume of surveyors responsible for all
construction survey work and description of proposed equipment, survey plan (survey
data collection plan layout) and schedule for conducting construction survey work.
• Construction access and restoration, transport routes, staging areas, access corridors from
the dredge site to the disposal sites, disposal plan including material volume bulking
factor and barge measurement method, storm emergency plan, turbidity control plan,
quality control plan, survey and grade control plan (including proceedings, methods,
equipment, personnel, survey schedule, submittal schedules), proposed method of
dredging side slopes, proposed measures to avoiding overdredging and damage to
adjacent utilities, structures and banks, environmental protection including compliance
with permits, plans for protecting existing structures, and any unavoidable impacts and
necessary safeguards /precautions and mitigating measures.
• Water Quality Monitoring Plan, including the name and resume of the personnel
responsible for conducting water quality compliance monitoring work and a description
of the proposed equipment, schedule for conducting the work, and reporting format and
schedule.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -26
�i
1
t
I
h
t
t
t
• Safety Plan Compliance Document (SPCD) in response to the CSPP (Appendix D).
• Other information as required by regulatory agencies for dredging and disposal
operations.
• Final Work Plan document shall incorporate Contracting Agency comments and be
resubmitted to Contracting Agency with revisions for submission to regulatory agencies.
Final Work Plan shall be submitted to the Contracting Agency at least 30 days prior to
the start of on -site dredging operations.
Work Schedule: The Contractor shall prepare and submit a construction schedule to the
Contracting Agency's Representative prior to or at the pre - construction meeting and submit a
weekly updated schedule of dredging and disposal activities throughout the duration of the
contract. The purpose of the weekly schedule' is for updating the Contracting Agency to provide
proper notification to marina users regarding location of work activities, temporary closures and
vessel relocation requirements. The Work Schedule and Work Plan must take into account
anticipated inherent slower dredging operations for dredging areas that may have limited access,
potential for interruptions to the Contractor's operations from seaplane or boating traffic, and
communication requirements for coordinating with the Contracting Agency's Representative and
the Contracting Agency. The Work Schedule shall show sequentially the stages of the work and
the planned schedule of dates and timelines for the major elements of work, including but not
limited to the anticipated dates of the following:
• The anticipated Notice to Proceed, mobilization, and initiation of delivery of materials
and equipment.
• The anticipated date(s) for site layout and surveying.
• The estimated duration and beginning and ending dates of the construction operations
including dock relocation (if applicable), location of dredging work, type of dredging
work, barge filling, re- handling (if applicable) and open -water disposal operations within
the dredging areas (Areas 1 and 2) including demobilization, cleanup, and project
completion.
Pre - Construction Meeting Submittals: A minimum of fourteen (14) days before construction
operations commence, the Contractor, any Subcontractors, the Contracting Agency, Contracting
Agency's Representative, and Inspector(s) shall attend a mandatory pre - construction meeting.
This meeting shall be held at a mutually agreeable time and place to discuss pertinent details of
the Work Plan and Work Schedule, etc. At the pre - construction meeting the Contractor shall
provide to the Contracting Agency's Representative those items due as identified below in the
Schedule of Submittals or Notifications which includes information regarding but not limited to
the following:
• Communication Plan specifying Contractor chain of command, the Contracting Agency
and Contracting Agency's Representative, and Inspector(s) points of contact,
corresponding contact information, and procedures for routine and emergency
notifications;
• Safety Plan and report format;
• Work Plan;
• Work Schedule.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -27
Notice of Intent to Dredge: At least fourteen (14) days prior to commencement of Work on this
Contract, the Contractor shall notify the Corps of Engineers, Seattle District, and the U.S. Coast
Guard (USCG), Thirteenth Coast Guard District in Seattle, of intended operations to dredge.
The USCG notification must be given in sufficient time so that it appears in the Notice to
Mariners at least seven (7) days prior to the commencement of this dredging operation. Copies
of the notification shall be provided to the Contracting Agency and Contracting Agency's
Representative.
Temporary Removal or Relocation of Navigation Aids: Temporary removal or relocation of any
navigation aids located within or near the areas required to be dredged including rehandling and
disposal areas shall be coordinated by the Contractor with the U.S. Coast Guard and the
Contracting Agency prior to removal. The Contractor is responsible for reinstallation or
replacement (if damage occurs during execution of work) of navigation aids to pre - project
conditions. The Contractor shall not otherwise remove, change the location of, obstruct,
willfully damage, make fast to, or interfere with any aid to navigation. The Contractor shall
notify the U.S. Coast Guard in writing, with a copy to the Contracting Agency and Contracting
Agency's Representative, seven (7) days in advance of the time dredging occurs adjacent to any
aids which require relocation to facilitate the Work. The Contractor shall contact the U.S. Coast
Guard for information concerning the position to which the aids will be relocated.
Dredging Aides: The Contractor shall obtain approval for all dredging aids, including but not
limited to temporary navigation aids, warning signs, and buoys and lights that are required to
conduct the Work specified in this Contract. The Contractor shall obtain a temporary permit
from the U.S. Coast Guard for all buoys or dredging aid markers to be placed in the water prior
to installation. The permit application shall state the position, color, date to be installed and
removed for all dredging aid markers and be submitted to the U.S. Coast Guard. Dredging aid
markers and lights shall not be colored or placed in a manner that they will obstruct or be
confused with navigation aids. Copies of application and permit shall be submitted to the
Contracting Agency and Contracting Agency's Representative fourteen (14) days prior to
commencement of dredging operations.
Notification of Discovery of Historical or Cultural Sites: If during construction activities the
Contractor observes items that may have prehistoric, historical, archeological, or cultural value,
the Contractor shall immediately cease all activities that may result in the destruction of these
resources and shall prevent construction employees from trespassing on, removing, or otherwise
damaging such resources. Such observations shall be reported immediately to the Contracting
Agency and Contracting Agency's Representatives that the appropriate authorities may be
notified and a determination made as to their significance and what, if any, special dispositions
of the finds should be made. The Contractor shall report any observed unauthorized removal or
destruction of such resources by any person to the Contracting Agency and Contracting
Agency's Representatives the appropriate State of Washington authorities can be notified. The
Contractor shall not resume work at the site in question until State authorities have rendered
judgment concerning the artifacts of interest.
8- 55AC(1) Daily, Weekly, and Monthly Reports
The Contractor shall prepare and submit daily, weekly, and monthly reports as set forth in this
Specification. Upon completion of the job, the Contractor shall submit a consolidated job report,
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -28
t
t
1
fl
combining all the reports. The Contractor shall distribute one copy of each report to the
Contracting Agency and Contracting Agency's Representative. Copies of all reports and the
weekly updated schedule shall be submitted to the Contracting Agency and Contracting
Agency's Representative by email. Email addresses will be provided to the Contractor by the
Contracting Agency upon Notice to Proceed. Daily reports shall be submitted prior to the end of
the next business day, weekly reports each Monday.
8- 55.1C(2) Notice of Misplaced Material
The Contractor shall notify the U.S. Coast Guard, the Contracting Agency, and Contracting
Agency's Representative of any misplaced material as stated in the specification.
8- 55.1C(3) Progress Survey Data
Progress survey data shall be submitted to the Contracting Agency within 24 hours of collecting
the data. Progress survey data shall be acquired using DREDGEPACK or an approved
equivalent. Bucket prints shall be recorded daily and submitted to the Contracting Agency
within 24 hours of collection.
8- 55.1C(4) Pre/Post Construction Survey Data
As outlined in Section 8- 55.1E.
8- 55.1C(5) Survey Work Plan
Resumes of proposed hydrographic surveyors, a description of the proposed survey equipment
specifications, and approach to conducting all survey work shall be submitted, with the Project
Work Plan, to the Engineer for review.
8 -55.11) Dredging & Disposal Regulatory Requirements
All work shall be conducted in accordance with the Contracting Agency provided permits and
other local, state, and federal requirements governing fresh water construction work.
8- 55.11)(1) Dredging Permits and Compliance
The Contractor shall be responsible to adhere and conform to all applicable provisions,
conditions, and requirements of the project permits and approvals. Any conflicts between these
Contract Specifications and issued permits shall be brought to the attention of the Contracting
Agency's Representative. Nothing whatsoever shall be deemed to authorize violation of these
permits. The following permits and approvals have been obtained by the Contracting Agency for
the dredging portion of this work. The following permits will be issued for this project and
copies will be provided to the Contractor prior to Notice to Proceed:
Washington State Department of Fish and Wildlife (WDFW) Hydraulic Project Approval
(HPA)
• State Enviromnental Policy Act (SEPA) Determination of Significance (DS)
• Washington Department of Ecology Section 401 Water Quality Certification
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -29
• U.S. Army Corps of Engineers (US ACE) Section 404/10 Permit
• Washington State Department of Natural Resources (DNR), Disposal Site Use
Authorization to dispose of suitable material at the Elliott Bay Open Water Disposal Site.
8- 55.11)(2) Regulatory Agency Notifications & Meetings
The Contractor shall provide the following in accordance with the Contracting Agency provided
permits:
• Notify regulatory agencies of notice of intent to dredge at least 30 days prior to the start
of dredging work.
• Attendance at a pre- dredge conference meeting with regulatory agencies to review the
Contractors Work Plan.
8- 55.1D(3) Coast Guard Notification & VTS Monitoring
Marine Traffic Control and Communications: The Contractor shall conduct the Work in such a
manner as to not endanger commercial and recreational vessel or seaplane navigation and shall
maintain contact with the U. S. Coast Guard (USCG) and the City to keep them advised of
dredge and barge movements. The Contractor shall monitor the VHF channel appropriate to the
location of operation (or channels required by USCG) and warn approaching small craft using
VHF radio, flagged markers or other appropriate means as necessary to avoid conflicts. Upon
completion of the Work, the Contractor shall promptly remove his equipment, including ranges,
buoys, piles, and other marks placed under the contract in navigable waters or on shore.
Signal Lights and Day Shapes: The Contractor shall display signal lights and day shapes in
accordance with the General Regulations of the Department of the Army and of the Coast Guard
governing lights and day signals to be displayed by towing vessels with tows on which no signal
can be displayed; vessels working on, dredges, and vessels engaged in laying cables or pipe or in
submarine or bank protection operations, lights to be displayed on dredge pipe lines, and day
signals to be displayed by vessels of more than 65 feet in length moored or anchored within
either dredge area (Area 1 or Area 2), and the passing by other vessels of floating plant working
in navigable channels, as set forth in Commandant U.S. Coast Guard Instruction MI6672.2
Navigation Rules: International Inland (Comdtinst M16672.2) or 33 C.F.R. 81 Appendix A
(International) and 33 C.F.R. 84 and 33 C.F.R. 84 through 89 (Inland) as applicable.
Disposal Site Operations: The Contractor shall contact the USCG by radio before disposal for
position and verification of location within the surface target zone. Disposal may not commence
until verification is received from VTS. The Contractor must also report the tug, barge, skippers
name, DNR permit number and the time dumping begins and ends.
8- 55.11)(4) Native American Fisheries
The following standard site use conditions will likely be required by the Corps and DNR as part
of the Federal /State permitting processes and issuance of Disposal Site Use Permit:
• During periods of tribal fishing in the disposal site areas, disposal will only occur during
daylight hours; and
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -30
t
t
J
• During daylight hours, "navigation rules of the road" will apply to the dredger in the
event Indian treaty fishing is occurring at the disposal site.
• Disposal of dredged material shall be coordinated with the appropriate Tribal authorities
during periods of Tribal fishing at the disposal site.
• The Contractor must coordinate any nighttime disposal with the Enforcement Section,
Regulatory Branch. Approval must be received from the District Engineer prior to
conducting nighttime disposal.
8 -55.1E Construction Surveying Requirements
8 -55.1E (1) General
All construction surveying work for the project shall be provided by the Contractor. The scope
of Contractor provided survey consists of furnishing all materials, labor, and equipment
necessary to perform construction progress /intermediate surveying for quality control (confirm
work is being performed to specified requirements), surveying for development of progress
payments, construction staking and layout, and establishing temporary benchmarks from
Contracting Agency provided survey control.
8 -55.1E (2) - Survey Responsibilities and Sequence of Survey Work
The Contractor shall hire a survey company to conduct pre- and post- dredge surveys that will be
used to conduct measurement for payment of dredged material. The Contractor shall perform all
other survey work for controlling the work, including setting temporary benchmarks, staking and
layout, and intermediate / progress surveys. Construction survey assignments and activities
ifollow:
1. Establish primary survey control (Contracting Agency).
2. Pre- Dredging Survey (Contractor).
3. Establish secondary survey control, including setting temporary benchmarks, and
construction staking, layout, and delineation (Contractor).
4. Intermediate and progress surveys for quality control (Contractor).
5. Final progress survey to confirm that design dredge elevation has been achieved at all
locations. (Contractor)
6. Post - construction survey (Contractor).
8 -55.1E (3) - Qualifications of Surveyor
1
All pre - construction, post - construction, and temporary benchmark establishment survey work
shall be conducted by an independent hydrographic surveyor that is not an employee of the
Contractor. The surveyor shall have a minimum 10 years of documented experience with
hydrographic surveying of marina and dredging works using the equipment proposed for use on
this project.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -31
8 -55.1E (4) - Survey Equipment
Hydrographic surveys shall be conducted by the Contractor using Differential Global Positioning
System (DGPS) positioning equipment and shall use single- or multi -beam transducer sounding
techniques for measuring depths. Hydrographic surveying shall be conducted with appropriate
correction for water levels at the time of the survey. Areas not reachable with boats may be use
alternative sounding methods (provided they provide the same level of accuracy) if approved by
the Engineer prior to conducting the survey work.
Pre/Post Dredging Surveys: Hydrographic survey work for pre /post construction surveys
shall be conducted in accordance with U.S. Army Corps of Engineers standards for Class
1 Hydrographic Survey for Navigation and Dredging support surveys per EM 1110 -2-
1003, Hydrographic Surveying. Accuracy for measured depths shall be + /- 0.3feet, and
accuracy of horizontal position shall be +/ -3 feet.
2. Intermediate/Progress Surveying: Contractor progress surveying shall be conducted
using survey grade depth sounder and electronic distance measuring device. Other
electronic survey equipment may be proposed for use by Contractor in lieu of that
specified but shall be approved by Engineer prior to start of construction. Accuracy for
measured depths shall be + /- 0.3feet, and accuracy of horizontal position shall be +/ -3
feet. The proposed survey equipment shall be capable of providing the necessary
measurement accuracy and provide exportable data in electronic format.
8 -55.1E (5) - Survey Control
Except for the survey control data to be furnished by the Contracting Agency, calculations,
surveying, and measuring required for setting and maintaining the necessary lines and grades and
water level gages shall be the Contractor's responsibility. Hydrographic survey work shall be
conducted using the Contracting Agency provided survey baseline control description data
information as shown on the Plans.
Locations of survey control points shall be verified prior to starting work. The Contractor shall
notify the Engineer promptly in writing of any discrepancies discovered. The Contractor shall
use the Lake Washington Mean Lower Low Water ( LWMLLW), utilized for United States Army
Corps of Engineers (USACE) permits, as the vertical datum (in U.S. Survey Feet) for elevation
and depth references for all cross sections and shall be responsible for obtaining necessary water
level height measurement during the survey periods to ensure that accurate adjustments are made
to the observed depths to account for water level variations. The Contractor shall use the
Washington State Plane, North Zone, NAD 83/91, in feet as the horizontal reference datum. The
Contractor shall establish and maintain an on -site water level gage to track and record water
level changes in LWMLLW datum and provide the water level change data to the dredge
operator during the dredging process to allow proper adjustment of dredge depth.
8 -55.1E (6) - Dredge Positioning & Dredge/Disposal Work Area Layout
The Contractor shall establish an accurate method of horizontal and vertical control prior to
initiating dredging. The Contractor shall use DGPS electronic survey equipment, setting,
maintaining, and resetting all temporary benchmarks, baselines, buoys, markers, poles, and
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -32
I'
C±
I
r,
11
fl
i
t
u
H
J
t
fj
i]
t
F_
stakes necessary for the dredging and disposal construction. Except for the survey control data
to be furnished by the Contracting Agency, calculations, surveying, and measuring required for
setting and maintaining the necessary lines and grades shall be the Contractor's responsibility.
Detailed survey records shall be maintained, including a description of the work performed on
each shift, the methods used, and the control points used. The record shall be adequate to allow
the survey to be reproduced. Construction staking data shall be provided to the Engineer within
three (3) working days after completion of survey work. The construction staking survey work
by the Contractor shall include, but is not be limited to, the following:
1. Verify the primary horizontal and vertical controls furnished by the Contracting Agency,
and expand into secondary control by adding stakes, hubs, and additional survey control
needed for the Project. Provide descriptions of secondary control to the Contracting
Agency and the Engineer.
2. Install a visual and electronic water level gage at the dredging locations so the dredge
operator and hydrographic surveyor can observe water levels at all times. Verify that all
required gages, targets, ranges, and other survey markers are in place and maintained
properly.
3. If required, use buoys, stakes, templates, range markers, poles, hubs or other marking
methods, the location, with offsets, of other survey baseline locations.
4. Use electronic dredge templates for on -board dredge positioning systems.
5. Use electronic dredge positioning equipment and hydrographic surveys during
construction to locate and delineate dredge area limits and dredge elevations.
8 -55.1E (7) - Pre/Post- Construction Surveys
The comparison of the pre - construction and post - construction hydrographic surveys will be used
by the Contracting Agency to determine final dredged quantities. Pre - construction survey work
shall be completed and results submitted to the Contracting Agency at least 14 calendar days
prior to the start of on -site dredging work. Post - construction survey work shall be completed
within 5 calendar days of notice of substantial completion. Pre - construction and post -
construction survey work conducted by the hydrographic surveyor shall be provided to the
Contracting Agency by the Contractor in accordance with the following requirements:
1. General: An independent hydrographic surveyor, licensed as a Professional Land
Surveyor in the State of Washington, hired by the Contractor shall perform the pre- and
post - construction surveys. The pre- and post - construction surveys shall utilize multi -
beam transducer sounding techniques. The same equipment and survey methods shall be
used for pre- and post - construction surveys. Upon completion of dredging, as
demonstrated by daily progress surveys, the Contractor shall notify the Contracting
Agency (at least 5 calendar days prior to the hydrographic surveyor conducting the
survey) of intent to conduct the post- construction survey. Final payment for the work
will be based on volumes computed using pre- and post - construction surveys as
determined by the Contracting Agency. A Contracting Agency representative shall be
present during the execution of the pre- and post - construction survey data collection
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -33
effort. The comparison of the pre- and post- dredge construction surveys will be used as
the basis for determining final pay quantities and acceptance of the work. Final pay
quantities will be calculated by the Contracting Agency computing dredged volumes to
the nearest cubic yard. Upon request, the Contractor will be provided with a copy of the
quantity calculations.
2. Survey Layout Requirements: Layout of survey line stations (transects or tracklines) and
data density requirements shall be conducted in accordance with U.S. Army Corps of
Engineers EM 1110 -2 -1003 "Hydrographic Surveying" for Navigation and Dredging
support surveys. Within the limits of the dredging area, multi -beam surveys should be
conducted to provide 100% bottom coverage and overlap between adjacent survey lines.
Survey data shall extend beyond the dredging area by at least 50 feet.
3. Schedule /Completion Time Requirements: The Contractor shall furnish the pre -
construction condition survey results and data to the Contracting Agency within 5
calendar days of completion of survey work. The pre - construction survey work shall be
completed at least 14 calendar days prior to the start of dredging activities. The post-
construction survey shall be conducted within 5 calendar days after final completion of
dredging operations at the time that the progress surveys indicate the work is completed.
The Contractor will furnish the post - construction survey data within 7 calendar days of
completion. The post - construction survey and the final review and acceptance by the
Engineer shall be completed prior to Contractor's request for final acceptance.
4. Reporting Requirements. The Contractor shall provide, via the Hydrographic surveyor,
pre- and post - construction survey data in ASCII delimited text format electronic file. Site
plan of project site depicting the survey work and associated cross sections of the entire
dredge area shall be plotted in ACAD 2007 (or newer format) and submitted in hard copy
and electronic format. Cross section grid spacing shall be 10 feet in the vertical and 100
feet in the horizontal. Cross sections shall be taken at 25 -foot intervals. Each drawn
cross section shall show the station that it was taken from and shall reference baseline
(toe of cut) stationing. All survey work shall be reported in the project survey datums. A
final set of plans, stamped by a licensed WA State Land Surveyor, for both the pre and
post dredge surveys shall be provided to the Contracting Agency. Point files for all
construction survey work shall be submitted in electronic ASCII format to the
Contracting Agency and Engineer. The point files shall contain the following
information:
a. Point number
b. Northing and Easting (Washington State Plane North (FIPS 4601),
NAD 83 U.S. FT.)
Elevation (LWMLLW (USACE Lock Datum), U.S. FT.)
8 -55.1E (8) - Intermediate / Progress Surveys
The Contractor shall conduct daily progress surveys of the previous day's work to ensure the
required dredge elevations are achieved. At a minimum, the Contractor shall provide cross-
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -34
t
t
n
1
t
t
u
sectional soundings to the Engineer once per week. The Contractor shall perform surveys
throughout the duration of the dredging work (between the pre - construction and post -
construction surveys), including daily barge displacement measurements, to ensure that dredging
is being performed within the specified grades, slopes, distances, tolerances, to track and verify
on a daily basis the volume of materials dredged, and verify that the required dredge elevations
are being provided (monitor accuracy and daily progress). Intermediate construction and daily
progress surveys performed during construction shall be completed at no additional expense to
the Contracting Agency. Intermediate surveys will also include dredge positioning system
electronic bucket marks within the dredge prism. The Contracting Agency reserves the right to
retain an independent surveyor to check the Contractor's work. Results of the intermediate
surveys shall be submitted to the Engineer within two calendar days after completion of field
work, and results of the progress surveys shall be submitted to the Engineer daily in the Quality
Control Report. All submittals shall be in accordance with the Schedule of Submittals or
Notifications. Data shall be submitted as point files in ASCII format as outlined for the pre /post
construction survey work.
For weekly progress surveys, single beam survey within the limits of the dredging area,
tracklines shall be spaced at intervals not greater than 25 feet; and individual soundings on each
trackline shall be spaced at intervals not greater than 5 feet and additional elevations taken as
necessary to describe all hydrographic /topographic features (including slope breaks, catch lines,
changes in grade, and other topographic features). Crossing lines (tracklines perpendicular to the
primary tracklines) shall be performed. Survey data shall extend beyond the dredging area by at
least 20 feet or 4 data points, if possible.
8 -55.1F Use of Project Site Work Area
The amphibious seaplane ramp for launching of crew boats is available for use by the Contractor,
but the Contractor will not have exclusive use of the Project site work area during the execution
of the dredging work. The Seaplane Base will remain fully operational throughout the duration
of the Project. Contractor shall develop a work plan (approach, schedule, communication) that
accommodates vessel access and Seaplane Base operations throughout the duration of the work.
City will be responsible for relocating Seaplanes but will require at least 1 week advance notice.
Short time periods of temporary shutdown may be allowable if approved in advance by the City.
Contractor shall not block seaplane or vessel navigation into the Seaplane Base or actively
operating areas within the Seaplane Base Basin without advance approval by Contracting
Agency. Contractor shall use communication devices on same VHF /CB channel as City,
incoming aircraft and vessels.
8 -55.1G Existing Utility Protection
The Contractor shall not anchor or spud barges in the dredging area specified as the "METRO
SEWER LINE" shown on the Plans. The Contractor shall not dredge, anchor or spud barges in
the easement area delineating the AT &T Communication Line and called out on the Plans as the
"30' EASEMENT, NO DREDGING, BARGE ANCHORING OR SPUDDING ". It is the
responsibility of the Contractor to field verify the location and elevation of the Metro Sewer and
AT &T Communication lines shown on the Plans. Any damage caused to the existing utilities
during construction is the responsibility of the Contractor (See Appendix E).
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -35
r�
8 -55.1H Temporary Relocation of the E -W Floating Concrete Dock
The Contracting Agency may allow the Contractor to relocate the E -W Floating Concrete Dock
temporarily in order to facilitate dredging the area in and around the E -W Floating
Concrete Dock. If relocated, the E -W Floating Concrete Dock shall be temporarily moored at a
City agreed upon location.
A survey condition shall be conducted and recorded in photographs and description by the
Contracting Agency and the Contractor before relocating the dock. The dock shall be returned to
its original location in a condition that matches its condition before relocation. The Contractor
shall make repairs and replacements as necessary to the approval of the Engineer at no additional
cost to the Contracting Agency.
8- 55.1H(1) Definitions
a. Under Dock Dredging: Required dredging under floating docks that are not
required or allowed to be relocated during dredging, as shown on the Drawings.
This dredging is required to maintain adequate depth for dock flotation. These
docks need to remain in place and sediment excavated from below the dock.
Caution should be taken to ensure the existing structures are protected and not
damaged.
b. Relocated Docks: Floating docks, as shown on the Drawings, which the
Contractor may temporarily relocate to facilitate dredging but are not required to
be moved.
8 -55.1I Structure Condition Survey
The Contractor shall conduct a pre- dredge structure condition survey of all existing structures
within the designated dredging work areas. Any damaged facilities shall be identified in writing
and provided to the Contracting Agency prior to the start of dredging work.
8 -55.1J Construction Equipment Height Restrictions I
Restrictions on the height of construction equipment operating within the Regulated Airspace
(both within and outside the dredge area limits) will apply to this project. The Contractor shall
refer to the Construction Safety Phasing Plan (CSPP) for project specific information regarding
height requirements (Appendix D). CSPP requirements will apply to both equipment operations
and temporary equipment storage during non - working hours.
8 -55.2 Materials
Not Used
8 -55.3 Construction Requirements
8 -55.3A Dredging Requirements
General: Dredging and disposal operations shall be done in a manner that will avoid over -
dredging and minimize turbidity of the water. The Contractor shall track, verify, and report on a
1
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -36
daily basis the volume of materials dredged. The Contractor shall pay particular attention to the
conditions of issued permits, regulations, and authorizations requiring minimizing turbidity and
loss of resuspended sediments during dredging and transport operations and adherence to water
quality requirements. If excess turbidity occurs, the Contractor shall change the operating
procedure to reduce the degree of turbidity. The Contractor shall use turbidity control structures
and plan and conduct work activities to minimize turbidity. The Contractor shall excavate the
dredge prism to the lines, grades, slopes, and elevations shown on the Drawings for the selected
dredge areas. No dredging to depths greater than the bottom of dredge cut elevation (plus a
1 -foot overdredge allowance) shown on the Drawings is permitted. No payment will be made for
dredging below the bottom of dredge cut. All dredged material (except for debris) has been
determined to be suitable for open -water disposal at the locations shown on the Plans.
Amphibious Seaplane Ramp: The Contractor shall not damage the existing Amphibious
Seaplane Ramp structure. The Contractor shall take care not to undermine the shoreline slopes
adjacent to the specified dredging areas shown on the Plans. Contractor shall review as -built
drawings of the Amphibious Seaplane Ramp structure to ensure that damage or undermining
does not occur.
Concrete Outfall: The Contractor shall not damage the existing concrete outfall. The Contractor
shall take care not to undermine the shoreline slopes adjacent to the specified dredging areas
shown on the Plans. Contractor shall review the as -built drawings, provided by the Contracting
Agency, of the concrete outfall structure to ensure that damage or undermining does not occur.
Sheetpile Wall Bulkhead: The Contractor shall not damage the existing sheetpile wall bulkhead.
The Contractor shall take care not to undermine the shoreline slopes adjacent to the specified
dredging areas shown on the Plans. Contractor shall review the engineering drawings, provided
by the Contracting Agency, for the sheetpile wall bulkhead to ensure that damage or
undermining does not occur.
Excessive Dredging: The Contracting Agency's Representative or the Contracting Agency has
the right to direct the Contractor to replace the excessive dredge material to the limits established
on the Plans or in the Specifications. The Contractor will not be paid for replacement of
excessive dredging and shall be responsible for any fees and fines incurred as a result of
disposing excessive dredge materials at the disposal sites.
Side Slope Dredging: Dredging of side slopes around piles and pile- supported structures
(floating docks) shall be conducted from the top of slope down to toe in a progressive manner.
Debris: Materials obtained during the dredging work that meets the "Debris" classification
cannot be disposed of at the open -water disposal facility. Debris obtained during the dredging
work shall be separated from dredged material and shall be disposed at a Contracting Agency
approved upland landfill facility and in accordance with applicable local, state and federal
regulations. Encountering and disposing of such debris shall not be the basis for extra payment
by the Contracting Agency.
Large Woody Debris (LWD): Large Woody Debris obtained during the dredging work shall be
separated from the dredged material and moved to an upland disposal site determined by the
Contracting Agency. LWD shall be natural logs with a minimum diameter of 2 -feet and
minimum length of 16 -feet. All logs that cannot be characterized as LWD shall be considered
Debris.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -37
Floating Docks: The Contractor may elect to relocate some floating docks as shown on the
Drawings to facilitate dredging within the Side Slope dredge area of the E -W Floating Concrete
Dock. The E -W Floating Concrete Dock plans are provided as reference.
Under Dock Dredging: Caution shall be exercised to ensure the existing structures are protected
and not damaged during execution of under dock dredging.
Relocated Docks: Temporary relocation of existing floating docks can only occur on E -W
Floating Concrete Dock for conducting Side Slope dredging work. Relocation of the E -W
Floating Concrete Dock will require notification in the Work Plan and advance approval by the
City. All other floats within the Seaplane Base cannot be relocated as part of this contract.
Contractor may relocate floats temporarily to facilitate dredging but are not required to be
moved. After dredging,'the Contractor shall reinstall floating docks to their original location and
configuration. Piling shall be replaced in accordance with Special Provision 8 -56, Steel Piling.
Temporary relocation of existing docks can only occur on E -W Floating Concrete Dock for
conducting the Side Slope dredging work.
Pile- Supported Structures: Dredging within and adjacent to pile- supported structures shall be
conducted in a manner which does not cause damage or impacts to the support piles or to the
superstructure (floating concrete docks access gangways, walkways, beams, cover structures,
etc). The Contractor shall be responsible for any damage caused to the existing pile- supported
structures as a result of their dredging operations.
Navigation Aids: Existing navigation aids shall not be disturbed unless otherwise noted on the
Plans. Temporary removal of any navigation aid buoys or piles shall be reinstalled back into
their original position..
8 -55.313 Dredging and Disposal Regulatory Compliance
The Contractor shall be responsible to adhere and conform to all applicable provisions,
conditions, and requirements of the permits listed herein. The Contractor is responsible for
notifying various regulatory agencies prior to commencing dredging, as required by the project
permits. The Contracting Agency is obtaining Washington State Department of Natural
Resources (DNR), Disposal Site Use Authorization to utilize open -water disposal sites prior to
the start of construction and upon execution of the contract, the Contracting Agency will transfer
the permit to the Contractor and, as a part of this contract, the Contractor shall assume all duties,
obligations, and liabilities imposed herein. The Contracting Agency will pay directly to DNR all
fees associated with the permit and dumping operation except that the Contractor shall pay for
any penalty or damage fees imposed by DNR for material dumped off site, or other unauthorized
disposal operations. The Contractor shall comply with all WA DNR and Army Corps of
Engineers' disposal regulations, operational requirements, and reporting requirements as outlined
in the project permits and as required in the WA DNR disposal site use permit. Any conflicts
between these contract specifications and issued permits will be brought to the attention of the
Contracting Agency's Representative. Nothing whatsoever shall be deemed to authorize
violation of these permits. The Contractor's Work Plan submission and attendance at the pre -
dredge conference shall be required to acquire the Disposal Site Use Authorization.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -38
t
r�
t
1
1
I8 -55.3C Dredging Work Equipment
The Contractor shall use a clamshell bucket for all dredging work. The clamshell bucket shall
consist of an articulating bucket that is capable of achieving full closure to reduce reintroduction
of dredged sediments to the water column. Dredging equipment and methods shall be selected to
minimize the dispersion of resuspended sediments (i.e. turbidity) during dredging. The
Contractor shall include number, types, and capacity of equipment to be used as part of the Work
Plan and Schedule. The Contractor shall change the location and depth of dredging within the
Dredging Work Area limits when necessary to avoid overdredging.
Each pass of the clamshell bucket shall be complete (no multiple bites to achieve a full bucket),
and there is to be no temporary stockpiling of material in the water. Dredging shall proceed
downward from the top of the slope. Bucket overfilling and leveling of the completed dredging
surface by dragging a beam or the clamshell bucket is not permitted. Dredge and disposal
equipment including barges shall be moved only if there is sufficient draft to prevent grounding
and spuds shall not be dragged along the bottom. The Contractor shall pay particular attention to
minimizing turbidity and siltation and adherence to water quality requirements. The Contractor
shall conduct dredging activities to maintain the required water quality standards and shall
minimize turbidity and dispersal of material in the water. The Contractor shall monitor and take
sufficient care during dredging and rehandling to prevent the loss of sediment from the barge(s)
used for material transport. Contractor shall include in the Work Plan and Schedule the methods
used to control the loss of sediments from the barge(s) used to conduct the work. The Contractor
will be required to re- dredge any material spillage during barge transport and re-handling
operations.
8 -55.3D Character of Materials
Based upon grain size analysis from previous sediment sampling and testing analysis for Puget
Sound Dredge Disposal Analysis (PSSDA) evaluation, the material to be dredged is
predominately fine to medium grained sand. Localized areas containing gravel should also be
expected within the Dredge Areas (Area 1 and Area 2). Results of dredged material
characterization for physical properties (grain size) are provided in Appendix A. Wood debris
and LWD could exist within the dredging area. The contractor will be responsible for disposal of
this material in accordance with the project permits. The Contractor shall make his own
determinations and conclusions regarding the nature of the materials which would be currently
present within the marina dredging area, and the methods and procedures to be utilized in
performing the work and to meet the lines and grades at the time of measurement for payment.
The Contracting Agency will not make extra payment, nor shall the Contractor make any claim
for extra payment for subsurface conditions that may be, in the opinion of the Contractor,
different from the conditions indicated by the Plans, Specifications, or referenced sediment
characterization information.
8 -55.3E Debris
In addition to sediment, it is anticipated that debris will be encountered during dredging.
Anchors, chains, straps, ropes, pieces of carpet, tires, steel, aquatic vegetation, piling segments
and other articles or debris may be encountered. Any material classified as debris is not
acceptable for open water disposal. The Contractor shall be responsible for handling all debris
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -39
and proper disposal of all debris. Any large debris shall be pulled directly from the water and
placed in the dredged material receiving barge immediately in order to minimize release of any
adhering sediment. Debris shall not be rinsed or washed in or above the aquatic area in any way.
8 -55.3F Large Woody Debris (LWD)
Large Woody Debris (LWD) is defined as any timber dredged material larger than 2 -feet in
diameter and 16 -feet long. Any material classified as LWD shall be salvaged and transported by
the Contractor to an upland location determined by the Contracting Agency.
8 -55.3G Spill Prevention and Pollution Control
The Contractor shall be responsible for prevention, containment, and cleanup of spilling of oil,
fuel, and other petroleum products used in the Contractor's operations. All such prevention,
containment and cleanup costs shall be borne by the Contractor. The discharge of oil from
equipment or facilities into state waters or onto adjacent land is not permitted under state water
quality regulations. The Contractor shall, at a minimum, take the following measures regarding
oil spill prevention, containment, notification, and cleanup: I
Fuel hoses, lubrication equipment, hydraulically operated equipment, oil drums, and
other equipment and facilities shall be inspected regularly for drips, leaks, or signs of
damage, and shall be maintained and stored properly to prevent spills. The Contractor's
storage, which is required in the performance of the Work, shall be located upon existing
cleared portions of the Work Area or areas to be cleared, and shall require written
approval of the Contracting Agency and the Contracting Agency's Representative.
2. The Contractor shall not store oil or fuel on the shoreline, or equipment that is not
required for the daily construction activities. The Contractor shall specify where oil and
fuels will be stored in the Work Plan and Schedule. A metal pan or other impervious
material with sides a minimum of four (4) inches high shall be placed under the
equipment on the beach or adjacent area during refueling. The pan shall have a capacity
equal to the capacity of the fuel cans used and catch any spills or leaks during the
refueling activity. Fuel caught in the pan shall be contained and either transported off -
site or used in the equipment. Under no condition shall the material be discharged on the
beach, dune, marsh, adjacent lands or waters. If the Contractor's fuel cells exceed the
thresholds set forth in 40 CFR 112, the Contractor shall provide a spill plan and I
containment equipment accordingly.
3. All visible floating oils shall be immediately contained with booms, dikes, or other
appropriate means and removed from the water prior to discharge into state waters. All
visible oils on land shall be immediately contained using dikes, straw bales, or other
appropriate means and removed using sand, ground clay, sawdust, or other absorbent
material, which shall be properly disposed of by the Contractor. Waste materials shall be
temporarily stored in drums or other leak -proof containers after cleanup and during
transport to disposal. Waste materials shall be disposed offsite in accordance with r
applicable local, state, and/or federal regulations. /
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -40
4. Special measures shall be taken to prevent bilge pumpage or effluent, chemicals, fuels,
oils, greases, bituminous materials, waste washing, herbicides and insecticides, and
concrete drainage from entering State waters.
5. In the event of a discharge of oil, fuel, or chemicals into state waters, or onto land with a
potential for entry into state waters, notification shall be made immediately to: (1)
Washington State Department of Ecology 24 -Hour State Emergency Response
Commission (1- 800 - 258 - 5990); (2) National Response Center (1- 800 - 424 - 8802); (3)
Washington Emergency Management Division (1- 800 - 258 -5990 -or- 1- 800 - OILS -911),
and (5) Washington State Fish and Wildlife Area Habitat Biologist (425 -313- 5683).
8 -55.3H Water Quality Monitoring
The Contractor shall perform water quality monitoring to ensure their dredging work is
complying with the project 401 Water Quality Certification Order #10080 (see project permits).
The Contractor shall meet water quality criteria as defined in the Project 401 Water Quality
Certification and applicable local, state, and federal standards. The Contractor shall have in place
Best Management Practices to prevent water quality exceedances and Contingency measures to
implement should water quality violations occur.
A Water Quality Monitoring Plan shall be developed by the Contractor in accordance with
regulatory agency requirements and submitted to the Contracting Agency for approval at the
same time as the Dredge and Disposal Plan document. The Contractor shall describe in its
t Dredging and Disposal Work plan what type of best management practices (BMPs) and
operations will be used to prevent water quality exceedances, and what contingency actions will
be taken should water quality exceedances occur.
As a component of the water quality monitoring work, the Contractor shall conduct Turbidity
Monitoring In accordance with the requirements set forth in the project permits and as required
for compliance with the 401 Water Quality Certification. Turbidity monitoring shall be
conducted using measurement devices (turbidity meter, etc) in accordance with regulatory
agency requirements.
The Contractor shall submit a Water Quality Control Plan, including a description of how the
monitoring work will be conducted and proposed equipment, QA/QC, responses to water quality
exceedances, drawings indicating location of monitoring location, monitoring frequency and
schedule, and locations of all turbidity control measures. The Water Quality Control Plan shall
be submitted as a component of the Work Plan and Schedule.
Turbidity monitoring work shall be conducted by a technician that is either an employee of
Contractor or an independent company experienced in conducting water quality compliance
monitoring work. The proposed technician shall have a minimum 5 years of documented
experience with water quality and turbidity monitoring work and use of required equipment.
Water Quality Monitoring results shall be submitted in report format to the Contracting Agency
with each Daily Report and within 24 hours of collecting the data.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -41
8 -55.3I Water Quality Protection Measures I
The Contractor is responsible for employing Best Management Practices (BMPs) required for the
protection of water quality and in -water habitat and fisheries resources. During the execution of
the dredging and dredged material re- handling work, the Contractor shall monitor water quality
and make adjustments to their work activities and BMPs to ensure compliance with the 401
Water Quality Certification and other permit requirements. BMPs to be utilized shall be
identified in the Contractors Work Plan and Water Quality Control plan. BMPs to be employed,
but not limited to, shall include the following as needed to meet the Water Quality Certification
requirements:
• Dredging operations shall utilize equipment appropriate to the site conditions to minimize
turbidity and other possible adverse impacts, including closed clamshell buckets for
removal of silts and sands.
• Restrictions on operations include no dragging of the bucket on the bed, or temporary in-
water placement of dredged material.
• Each pass of the clamshell bucket shall be complete (no multiple bites to achieve a full
bucket), and there is to be no temporary stockpiling of material in the water. Bucket
overfilling will not be permitted.
• Floating debris boom and silt curtains shall be deployed around the perimeter of all
dredge and material barges during dredging and transloading operations.
• The bucket shall be completely closed before raising it when the bucket is filled with
sediment. Overfilling of the bucket should be avoided.
• The rate of ascent and decent of the clamshell bucket may need to be slowed to reduce
potential sediment loss.
• The material barge shall be managed such that the dredged sediment load does not exceed
the capacity of the barge.
• Hay bales, filter fabric or other sediment retention systems shall be placed over the barge
scuppers to filter suspended sediment from the return water prior to discharge of the
water back Into the Lake.
8 -55.3 J Dredge Area Cut Sequence
The Contractor shall submit a proposed Dredge Area Cut Sequence for both dredge areas (Area 1
and Area 2) with the Work Plan and Schedule for approval by the Contracting Agency and the
Contracting Agency's Representative prior to starting dredging operations. The Work Plan and
Schedule shall include layout of the work and horizontal positioning of the dredging
equipment/operations.
8 -55.3K Onboard QA - Use of Boats, Boatmen, Laborers, and Material
Upon request by the Contracting Agency and /or Contracting Agency's Representative for the
purpose of reasonable supervision and inspection of the Work, the Contractor shall provide the
use of such boats, boatmen, laborers, and material that are part of the ordinary and usual
equipment and crew of the dredging plant in order to access the work area and dredging
equipment. Such requests by the Contracting Agency and/or Contracting Agency's
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -42
11
Representative will be coordinated with the Contractor's work schedule, except in case of
emergency.
8 -55.3L Dredging Operation and Work Area Limits
Dredging shall occur within the horizontal, vertical, and slope limits defined in these
Specifications and shown on the Plans, or as otherwise directed in writing by the Contracting
Agency. The Contracting Agency desires to have the required depth- and width of the dredge
area as defined on the Plans at the time of measurement for payment. The Contractor shall make
determinations of the character of the bottom materials to be dredged and shall plan and conduct
operations to meet the required lines and grades at the time of measurement. Dredging
operations shall be planned and conducted to protect existing structures and private property. In
the event existing pilings, floating concrete docks, sheet pile walls, amphibious seaplane ramps,
or other structures are damaged during dredging, the Contractor at no expense to the Contracting
Agency shall replace, repair and restore the existing structure to an equal or superior condition
than before dredging.
8 -55.3M Survey and Layout of Work
An accurate method of horizontal control shall be established by the Contractor before dredging
begins. The proposed method and maintenance of the horizontal control system shall be subject
to the approval of the Contracting Agency's Representative and if, at any time, the method fails
to provide accurate location for the dredging operation, the Contractor may be required to
suspend its dredging operations. The Contractor shall lay out his work from horizontal and
vertical control points indicated on the drawings and shall be responsible for all measurements
taken from these points. The Contractor shall maintain all points established for the work until
authorized to remove them. If such points are destroyed by the Contractor or disturbed through
its negligence prior to authorized removal, they shall be replaced by the Contractor at its own
expense.
8 -55.3N Dredge Horizontal Location Control
The Contractor shall have electronic positioning equipment that will locate the dredge when
operating in the Dredging Work Area. The Contractor shall keep this equipment functioning on
the dredge at all times during construction. The Contractor shall calibrate the equipment as
required by the manufacturer. Proof of calibration shall be submitted to the Contracting Agency
and the Contracting Agency's Representative. The Contractor shall utilize DGPS with better
than 3 feet real time accuracy for horizontal positioning during all dredging operations and
hydrographic surveying. This accuracy is required for dredging in close proximity to the
submerged structures. Continuous locations of the dredge shall be made at all times during
dredging operations. The location is to be by computed coordinates in the Washington State
Plane Coordinate Systems North Zone, NAD 83/91, in feet. Positions shall be recorded at a
frequency necessary to meet dredge requirements and furnished daily as part of the Contractor's
Daily Quality Control Reports, along with a drawing of the track of the dredge in relation to the
dredge site. The Contractor shall submit a Dredge Location Plan describing the equipment and
method of locating the dredge to the Contracting Agency and the Contracting Agency's
Representative for review and approval with the Contractor's Work Plan and Schedule.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -43
d
8 -55.3P Protection of Existing Facilities
Dredging shall be conducted adjacent to existing seaplane base structures (amphibious seaplane
ramp, floating concrete docks, sheet pile walls, navigation aids, etc). The Contractor shall
exercise care when conducting its dredging operation so as not to damage, undermine, or
otherwise disturb existing facilities. Care shall be exercised when dredging next to the structures
not to hit any structures with the dredging equipment or to excavate deeper than the depths
shown on the Drawings. Any damage to existing structures that is caused by the Contractor's
operations, as determined by the Contracting Agency, shall be repaired immediately at no
additional expense to the Contracting Agency.
8 -55.3Q Final Survey Review and Non - Conforming Work
No dredging shall occur below or outside the maximum overdredge and side slopes defined in
the Contract Documents. Dredging in any area not depicted on the Plans is a violation of Permits
for this Work. The Contracting Agency's Representative and Contracting Agency will conduct a
final review of the hydrographic surveyor conducted post - construction surveys in the Dredging
Work Area. If pre- and post- dredge surveys and construction observations determine that
dredging and disposal has been performed outside or below defined or permitted limits or was
conducted in an unauthorized manner, the Contractor shall correct and/or repair any non-
conforming or deficient work at no additional cost to the Contracting Agency prior to Contractor
request for final acceptance. Final estimates will be subject to deductions or correction of
deductions previously made because of excessive overdredge, dredging beyond the maximum
pay limits, or disposal of material in an unauthorized manner. The Contractor shall not
demobilize dredging equipment until all final surveys have been verified by the Contracting
Agency.
8 -55.311 Transportation and Disposal of Dredged Materials
The Contractor shall not deposit dredged material into areas other than those stated in Permits.
Materials such as logs, stumps, snags, scrap and other debris may be encountered within the
dredge limits and shall be removed and disposed of by the Contractor. Dredged material shall be
disposed of at the permitted open water disposal areas: Elliott Bay. The Contractor shall
provide a Dredging and Disposal Plan (DDP). Dredging and disposal operations shall not begin
until the DDP has been reviewed and approved by the regulatory agencies and Contracting
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -44 I
8 -55.30 Dredge Elevation Control
The Contractor shall monitor dredging depth. Water level indicators shall be in plain view of
operators and Inspector(s) and be adjusted to the USACE Lock Datum ( USACE). The
Contractor shall use measured water levels to adjust dredging depth to the reference datum. The
water level measurement location, equipment and method for measuring water levels must be
submitted in the Contractor's Work Plan and Schedule for review and approval by the
Contracting Agency and the Contracting Agency's Representative. All water level measuring
equipment and apparatus shall be removed prior to demobilization. All dredging shall be
performed in a uniform and continuous manner so as to avoid excessive dredging including
creating multiple holes, valleys, or ridges within the section of the area to be dredged.
8 -55.3P Protection of Existing Facilities
Dredging shall be conducted adjacent to existing seaplane base structures (amphibious seaplane
ramp, floating concrete docks, sheet pile walls, navigation aids, etc). The Contractor shall
exercise care when conducting its dredging operation so as not to damage, undermine, or
otherwise disturb existing facilities. Care shall be exercised when dredging next to the structures
not to hit any structures with the dredging equipment or to excavate deeper than the depths
shown on the Drawings. Any damage to existing structures that is caused by the Contractor's
operations, as determined by the Contracting Agency, shall be repaired immediately at no
additional expense to the Contracting Agency.
8 -55.3Q Final Survey Review and Non - Conforming Work
No dredging shall occur below or outside the maximum overdredge and side slopes defined in
the Contract Documents. Dredging in any area not depicted on the Plans is a violation of Permits
for this Work. The Contracting Agency's Representative and Contracting Agency will conduct a
final review of the hydrographic surveyor conducted post - construction surveys in the Dredging
Work Area. If pre- and post- dredge surveys and construction observations determine that
dredging and disposal has been performed outside or below defined or permitted limits or was
conducted in an unauthorized manner, the Contractor shall correct and/or repair any non-
conforming or deficient work at no additional cost to the Contracting Agency prior to Contractor
request for final acceptance. Final estimates will be subject to deductions or correction of
deductions previously made because of excessive overdredge, dredging beyond the maximum
pay limits, or disposal of material in an unauthorized manner. The Contractor shall not
demobilize dredging equipment until all final surveys have been verified by the Contracting
Agency.
8 -55.311 Transportation and Disposal of Dredged Materials
The Contractor shall not deposit dredged material into areas other than those stated in Permits.
Materials such as logs, stumps, snags, scrap and other debris may be encountered within the
dredge limits and shall be removed and disposed of by the Contractor. Dredged material shall be
disposed of at the permitted open water disposal areas: Elliott Bay. The Contractor shall
provide a Dredging and Disposal Plan (DDP). Dredging and disposal operations shall not begin
until the DDP has been reviewed and approved by the regulatory agencies and Contracting
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -44 I
Agency. The dredging and disposal plan shall describe any proposed re- handling area, disposal
site preparation, equipment, procedures, water runoff protection measures, and spill prevention
methods for offloading materials utilizing mechanical dredging operations and barges for
transport, offloading and disposal.
8- 55.3S(1) Transport and Disposal Method
A description of the proposed methods of transporting, handling, and disposing of the dredged
materials including water quality protection systems shall be submitted as a part of the Dredging
& Disposal Plan. Transport methods, equipment, and attendant plant shall be in satisfactory
operating condition, capable of efficiently performing the Work as set forth in the plans and
specifications, and shall be subject to inspection by the Contracting Agency or the Contracting
Agency's Representative prior to beginning the Work, and at all times during dredging
operations. All barges shall be fitted with appropriate equipment for the protection of water
quality to ensure water drainage from dredged material into open waters does not violate
environmental permits. For flat deck barges, side containment systems shall be installed to
prevent loss of material from the barge and for protection of water quality. Any barge that
exhibits more than minor leakage shall be removed from the equipment utilized on this project
until satisfactory repairs are made. Overflow will not be permitted from haul barges at any time.
The haul barges must have tightly sealing doors and compartments to minimize leakage of
material during transit. Any barge that exhibits more than minor leakage shall be removed from
the equipment utilized on this project until satisfactory repairs are made. Barges used for
transport of material from the City of Renton Seaplane Base to the open water disposal site must
be capable of meeting the equipment and material placement requirements outlined by the WA
DNR in the site use authorization.
8- 55.3S(2) Disposal Site Requirements
The Contracting Agency provided project permits allow for the use of the Elliott Bay Open
Water Disposal Site for Dredged Material Disposal. The Contracting Agency will obtain a
Disposal Site Use Authorization from Washington State DNR for disposal of suitable materials
at the Elliott Bay Open Water Disposal Site based on the information provided by the Contractor
in their Contracting Agency approved Dredge and Disposal Plan Submittal. All DNR disposal
fees will be paid directly by the Contracting Agency. The DNR daily report shall be completed
by the Contractor for each barge disposal and submitted to the Engineer with the daily
construction report for that day's work. Weekly Reports shall be submitted on the Monday
following the week covered by the Report. The barge dump will be considered to start
simultaneously at initiation of bottom -dump or split hull opening. The end of the dump will be
that time when all materials have exited the barge. No materials shall be dumped unless
approved positioning equipment is providing accurate horizontal positioning. Monthly reports
shall be prepared by the Contractor and submitted in accordance with DNR requirements.
8 -55.4 Measurement
Measurement for "Dredge & Dispose - Area 1" and "Dredge & Dispose - Area 2" shall be per
cubic yard removed from the dredge areas and disposed of at the deepwater disposal area. Final
volumes for both dredge areas (Dredge Area 1 and Dredge Area 2) will be calculated by the
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -45
8 -56 STEEL PILING (New Section)
8 -56.1 Description
8 -56.1A Summary
Removing and installing steel pipe piling for anchorage of dock float systems in accordance with
these specifications, reference standards, and applicable provisions of pertinent codes.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -46
Contracting Agency from the difference between the bottom surface soundings of the pre- dredge
survey and the bottom surface shown by the soundings of the post- dredge survey, both provided
by the Hydrographic Surveyor, using the "Combined TIN and Average- End -Area Volume
Computation" method as defined by the U.S. Army Corps of Engineers in Chapter 11 of EM
1110 -2 -1003. Payment limits are indicated on the Plans and described herein.
Measurement for "Pre- Post Dredging Surveys" be lump
and - will as per sum..
Measurement for "Water Quality Monitoring" shall be per lump sum.
8 -55.5 Payment
Payment will be made for the following bid items at rate or amounts stated in the Schedule of
Unit Prices:
"Dredge & Dispose - Area 1," per cubic yard.
"Dredge & Dispose - Area 2," per cubic yard.
"Pre -and Post - Dredging Surveys," per lump sum.
"Water Quality Monitoring," per lump sum.
The unit contract price per cubic yard for "Dredge & Dispose - Area 1" and "Dredge & Dispose
Area 2" will be full compensation for all labor, materials, tools, and equipment necessary for
conducting dredging, debris disposal, excavating, loading onto barges, re- handling,
transportation to the open -water disposal facility, reporting, water quality and turbidity controls,
offloading, or otherwise disposing of the material at the permitted offshore disposal areas.
Payment for dredging work (Basin and Side Slopes within Dredge Areas 1 and 2) will be based
on work completed to the required Dredge Cut Elevation. Material removed from within the 1-
foot over - dredge allowance to account for equipment tolerance and cover unavoidable
inaccuracies of dredging processes will not be reimbursed.
The lump sum contract price for "Pre- and Post - Dredging Surveys" will be full compensation for
all labor, materials, tools, and equipment necessary for conducting the pre- and post- dredging
surveys, progress /intermediate surveying, and construction staking and dredge area layout work.
The lump sum contract price for "Water Quality Monitoring" will be full compensation for all
labor, materials, tools and equipment necessary for conducting the turbidity and water quality
monitoring work outlined herein and in the Contracting Agency provided permits and as required
by the regulatory agencies upon approval of the Contractor proposed Dredging & Disposal Plan.
8 -56 STEEL PILING (New Section)
8 -56.1 Description
8 -56.1A Summary
Removing and installing steel pipe piling for anchorage of dock float systems in accordance with
these specifications, reference standards, and applicable provisions of pertinent codes.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -46
I8 -56.1B References
Governing Specifications, Codes, and Standards:
American Institute of Steel Construction (AISC) Specification for Structural Steel Buildings
(Allowable Stress Design and Plastic Design), June 1, 1989, hereafter referred to as AISC
Specifications.
_ American Institute of Steel Construction (AISC) Load and Resistance Factor Design
Specifications for Structural Steel Buildings, Third Edition.
American Institute of Steel Construction (AISC) Code of Standard Practice for Steel Buildings
and Bridges, latest edition as of bid date, hereafter referred to as AISC Standards.
American Petroleum Institute, Specification for Line Pipe 5L, hereafter referred to as API 5L,
_ effective July 1, 2000.
International Building Code 2003
_ AWS D1.1 Structural Welding Code
' Corp of Engineers, Section 10/404 Permit
Washington Department of Fish and Wildlife Hydraulic Projects Approval Permit
8 -56.1C Quality Assurance
Qualifications: Piling installer superintendent shall have minimum five years' experience
installing marine piling. Provide at least one person who is present at all times during execution
of this portion of Work who is trained thoroughly in and who shall supervise Work performed
under this section.
Inspection and Testing: Provide field or plant inspection and testing service to ensure
compliance with contract provisions in accordance with these contract terms and conditions.
Provide copies of results of tests to Owner's Representative within five business days from when
tests are performed. Tests conducted for sole benefit of Contractor shall be at Contractor's
expense.
8 -56.1D Submittals
Submit the following information:
Pile removal and installation plan to ensure floats will fit back within the required tolerance for
proper operation at the full range of water levels.
Welding Submittals: Per Section 8 -59 of these specifications.
Galvanizing Repair Rod: Zinc Based Soldering per Section 8 -59 of these specifications.
Pile Driving Records: Maintain complete records of each pile driven. Note rate, type, time, tip,
elevation, plumbness, and location. Driving record data shall be recorded and location noted on
record Drawings. Submit copy daily to the Contracting Agency's Representative.
Pile driving equipment shall meet requirements in this section.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -47
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -50 ��
Approval Permit and Corps of Engineers Section 10/404 Permit. Pile- driving hammers shall be
capable of driving piling to minimum tip elevations as indicated on Drawings. Hammer shall be
equipped with suitable "driving head," "driving cap," or "helmet" fabricated of forged or cast
steel, or approved alternate material, shaped to fit particular pile being driven and designed for
particular hammer being used.
Impact hammer shall be required to drive piling in areas of harder substrate. Size hammer to
install pile to required embedment depth without damage. Should it be necessary, in opinion of
Owner's Representative, to deliver an energy magnitude less than rated hammer range,
Contractor shall be prepared to reduce energy level.
Use of bubble curtain around pile during installation may be required by environmental
regulatory agencies. Comply with permit requirements.
Use a driving helmet of right size for hammer to distribute blow and protect top of steel piling
from driving damage. Driving head shall be positioned symmetrically below hammer's striking
parts, so impact forces are applied concentric to pile top. Pile helmet cushions and proper size
and material shall be used during driving. Provide energy absorbing materials to reduce noise
from pile driving operation.
Energy and resultant stresses imposed on each pile during driving shall not be of magnitude that,
causes pile damage during installation. Owner's Representative may perform underwater
,inspections of installed piling to determine whether damage has occurred. Should damage be
found in installed pile, that pile shall be repaired or replaced, at Contracting Agency's option, at
no additional cost to Contracting Agency.
Install steel pipe piling to existing pile top elevation.
Installation Tolerances: Piling location at cutoff elevation shall not vary from the existing pile
alignment to ensure proper fit up with the float internal hoop system. If Owner's Representative
determines ilin is installed too far out of line or damaged by driving or straightening so as to
p g
impair its structural value as a pile under conditions of use, pull and replace with a new pile at
Contractor's expense.
Driving Record: Maintain a detailed record of pile driving operations from time pile is picked up
until it is driven completely. Keep a complete and current record of each pile driven. Include
rate of installation (measured in feet per minute) for piling installed with a vibratory hammer if
such method is used. Record of pile driving shall include number of blows required for each foot
or less of penetration along entire embedment of pile, including type, speed, energy rating, and
fuel setting of hammer. Cutoff: Cut off steel piling at elevations indicated on Drawings. Used
templates or pipe cutting tool after final alignment to ensure that cutoff will be true and level.
Cut off steel piling at elevation as indicated on Drawings.
'
Damaged Piling:
Remove and replace piling bent or damaged during pile driving operations at no expense to the
Contracting Agency.
Extract damaged piling and out -of- tolerance piling rejected by Owner's Representative by means
of vibrating, pulling, or methods acceptable to Owner's Representative. Make extracted piling
�k
available to Owners Representative for examination.
City of Renton Project No: CAG 13 -177
Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -50 ��
fl
Additional compensation will not be made for failed attempts to extract pile or for disposal of
rejected pile.
8 -56.31) Pile Installation Acceptance Criteria
Owner's Representative may reject a pile if conditions specified are not met. If Owner's
Representative rejects a pile, at sole discretion of Owner's Representative and no additional cost
to Contracting Agency, either:
Remove and replace rejected pile with new pile furnished and driven in its place, or
Furnish a new pile and install it adjacent to rejected pile. Rejected pile may be cut off at mud
line, at Owner's Representative's option
Costs and schedule impacts and costs associated with above remedial action shall be sole
responsibility of Contractor, including, but not limited to:
Supply of new pile.
Required extra materials.
Labor and Equipment.
Driving inspection.
8 -56.4 Measurement and Payment
No separate measurement or payment will be made to furnish and install steel piling and pile
caps. The cost for this portion of the work shall be incidental to the dredging should the
Contractor choose the temporary relocation of E -W Floating Concrete Dock as a dredging
option.
APPENDICES
The following appendices are attached and made a part of this contract
APPENDIX A: PSSDA SUITABILITY DETERMINATION
APPENDIX B: PERMIT DOCUMENTS
.APPENDIX C: EXISTING FACILITY DRAWINGS
APPENDIX D: CONSTRUCTION SAFETY & PHASING PLAN (CSPP)
APPENDIX E: UTILITY DRAWINGS
City of Renton Project No: CAG 13 -177
LWill Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -51
I
r
t
i
APPENDIX A
PSSDA SUITABILITY DETERMINATION
u
D
I
H,
t
I
CENWS- OD -TS -DM
MEMORANDUM FOR RECORD
16 April 2012
SUBJECT: DMMP RECENCY EXTENSION AND DREDGE PRISM MODIFICATION FOR CITY OF
RENTON MUNICIPAL AIRPORT SEAPLANE BASE, LAKE WASHINGTON, KING COUNTY, FOR
BENEFICIAL USE OR UNCONFINED OPEN -WATER DISPOSAL AT THE ELLIOTT BAY NON -
DISPERSIVE SITE.
1. A Dredged Material Management Program suitability determination was issued on April 10, 2007,
covering 16,000 cubic yards of proposed dredged material (DMMP, 2007). The entire volume was found
suitable for open -water disposal or beneficial use in a marine or freshwater environment. Being in a
moderate - ranked area, a 5 -year recency period was provided in the suitability determination, ending in April
2012.
2. On March 22, 2012 the City of Renton requested an extension of the recency period to February 2014
(Attachment 1).
3. There have been no known spill events or changed conditions in the project area since the original
suitability determination was issued. The DMMP agencies were consulted and are in agreement that
extension of the recency period to the end of the dredging window in February 2014 is acceptable. This
recency extension is contingent upon there being no significant changes in the sediment quality at the
project site between the date of this memorandum and the time of dredging.
4. The City of Renton also notified the Dredged Material Management Office of minor modifications to the
dredge prism (see the figures in Attachment 1). The proposed dredge depth has been changed from +7
feet to +8 feet (Corps of Engineers Lake Washington Datum). The footprint has also been modified, having
been shifted to the west and expanded to the south to include the area occupied by the floating docks.
These modifications did not alter the total project volume, which remains at 16,000 cubic yards. The
DMMP agencies reviewed the proposed depth and footprint changes and determined that the sampling and
testing completed in 2006 still adequately represent the modified project. 1
5. A pre- dredge meeting with DNR and the Corps of Engineers is still required. A dredging quality control
plan must be developed and submitted to the Seattle District Corps of Engineers Regulatory Branch project
manager for this project at least 7 days prior to the pre - dredge meeting. A DNR site -use authorization must
also be acquired.
6. Reference: DMMP, 2007. Determination on the Suitability of Proposed Dredged Material from the City
of Renton Municipal Airport Seaplane Base, Lake Washington, King County, for Beneficial Use or
Unconfined Open -Water Disposal at the Elliott Bay Nondispersive Site. Prepared by the Army Corps of
Engineers for the DMMP agencies, April 10, 2007.
I'The signed document is on file in the Dredged Material Management Office.
David Fox, P.E.
Dredged Material Management Office
f�
t
t
I
�l
E�
I�
r
r
1
1
f
Copies furnished:
Celia Barton, DNR
Laura Inouye, Ecology
Erika Hoffman, EPA
Susan Powell, Seattle District Regulatory
Ben Dahle, City of Renton, Public Works
Ryan Zulauf, Airport Manager
Shane Phillips, Coast and Harbor Engineering
Matthew Boyle, Grette Associates
I
I
'J
I
L'
e
Attachment 1
Renton Municipal Airport, Clayton Scott Field
March 22, 2012 Public Works Department
David Fox, P.E.
Dredged Material Management Office
Seattle District - Army Corps of Engineers
P.O. Box 3755
Seattle, WA 98124 -2255
RE: Recency Extension Request - Renton Seaplane Base Sediment Suitability Determination
Dear Mr. Fox:
The City of Renton respectfully requests an extension to the recency of the existing sediment
suitability determination from April 2012 to February 2014, for the proposed Renton Seaplane
Base Dredge (no file # on Memo).
Enclosed, please find three figures for the Renton Airport Seaplane Base Dredge area. Figure 1
identifies the location of the dredge material management units (DMMUs) as well as the -
original 2007 proposed dredge prism. Figure 2 and 3 depict the revised proposed 2012 dredge
prism proposal (Figure 2 shows the dredge area on the old survey data and Figure 3 shows the
new dredge area on new 2012 survey data). The estimated volume of material to be dredged
remains at 16,000 cubic yards.
If you have any questions, or if I can be of further assistance, please do not hesitate to contact
me by phone at (425) 430 -7476, or by email at bdahle @rentonwa.gov.
Sincerely,
616 W.Perimeter Road, Unit A • Renton,Washington98057 * rentonwa.gov
l
Ben Dahle, P.E.
Airport Capitol Project Coordinator
City of Renton, Public Works
Enclosures: Figures 1 -3 Dredge Prism /DMMU
cc: Ryan Zulauf, Airport Manager
Shane Phillips, Coast & Harbor Engineering, Inc.
Matthew Boyle, Grette Associates
616 W.Perimeter Road, Unit A • Renton,Washington98057 * rentonwa.gov
li
t
I J,
E
t
e
0
r—
m
T-
r+ e
Igo w
J" 1
_ % J
r
W
------- - - - - -- t W
r �
r'
110-
l
tit c i
r,r
w � ,
I & P
_ fit Mj i
!ir
!r w
!
w s
w o pQ
m N w N N w
O
--- —__ Q
_____ it
.� x
Q frx t If _
w I I r` �! c 9995 -
% G
U > _ ;, p tj
O F-
coo w w ,`'/
II r ,',' 9,11 ¢1$
w p ,., _ is
co w a 4 7 $ s
p w p of
ha�
Q U of
W Z g Ire
a chi) a tpg8��_
I
r
.i
l'
i
I
r
m
r
G
U
O
O
O
co
cw
G
0
F-
of
O
M
w
O
U)
CL
/
I
I
Y
f
r1
d
I,(
IJf
I+ 1 J f 1
J
f.,
rig I
rl,
IiJ
Ifl
Ifj i
I!44
ilf!
flf
fly
irJ iyT3
Irl
n 111
9
IJ1
Ifi
f
I
f
f
ff
f
It
a
{ 5Jl
"t
y
t
rr /rr Yr8 ��
r
rr, 5
Ile
I 9sa
e �
ijl
yag
IN
>r
126
1145; 1 P ;; "
UP
N
LLI
C�
LL
a�
W�
S
C-4�
0
0
0
I I
s
A
0
a
1
ki
8
e
F
r-,
�l
F
F�
J
CENWS- OD- TS -DMMO
MEMORANDUM FOR: RECORD
April 10, 2007
SUBJECT: DETERMINATION ON THE SUITABILITY OF PROPOSED DREDGED MATERIAL FROM
THE CITY OF RENTON MUNICIPAL AIRPORT SEAPLANE BASE, LAKE WASHINGTON, KING
COUNTY, FOR BENEFICIAL USE OR UNCONFINED OPEN -WATER DISPOSAL AT THE ELLIOTT
BAY.
1. Introduction. This memorandum reflects the consensus determination of the Dredged Material
Management Program (DMMP) agencies (U.S. Army Corps of Engineers, Washington - Departments
of Ecology and Natural Resources, and the Environmental Protection Agency) regarding the
suitability of up to 16,000 cubic yards (cy) of dredged material from the City of Renton Municipal
Airport Seaplane Base for beneficial use or for disposal at the Elliott Bay non - dispersive open -water
site.
2. Background. The Renton Seaplane Base serves numerous commercial and recreational
seaplanes. The in -water seaplane facilities include a floating dock for passenger boarding and
offloading and an aircraft access ramp. The seaplane base is located in close proximity to the
mouth of the Cedar River and is subject to sediment deposition, especially during winter storm
events. Dredging is required to maintain safe operational depth for seaplane operations
(Parametrix, 2006).
3. Proiect Summary. Table 1 includes project summary and tracking information.
Table 1. Project Summary
Project ranking
moderate
Proposed dredging volume
16,000 cubic yards
Proposed dredging depth
7 feet CED1
SAP received
October 17, 2006
SAP approved
October 31, 2006
Sampling dates
November 14, 2006
November 27, 2006
Data report submitted
March 28, 2007
DAIS Tracking number
RMASB -1 -A -F -229
USACE Permit Application Number
2010 -552
Recency Determination (moderate rank = 5 years)
April 2012
'Corps of Engineers Datum - Lake Washington
4. Proiect Ranking and Sampling Requirements. This project was ranked "moderate" by the
' DMMP program based on its location in Lake Washington (PSDDA, 1988). The sampling and
analysis plan (Parametrix, 2006) originally called for dredging of no more than 12,000 cubic yards of
City of Renton Municipal Airport Seaplane Base
DMMP Suitability Determination —April 10, 2007
sediment. In a moderate - ranked area the number of samples and analyses are calculated using the
following guidelines (PSDDA, 1988);
• Maximum volume of sediment represented by each field sample = 4,000 cubic yards
• Maximum volume of sediment represented by each analysis in the upper 4 -feet of the
dredging prism (surface sediment) = 16,000 cubic yards
• Maximum volume of sediment represented by each analysis in the subsurface portion of the
dredging prism = 24,000 cubic yards
Since the total volume was less than the maximum volume that could be represented by one
surface analysis, the entire dredging volume was treated as a single dredged material management
unit (DMMU). Three field samples (two surface and one subsurface) were to be composited to
represent this DMMU.
5. Sampling. Initial sampling for this project took place on November 14, 2006. Difficulties were
encountered on several fronts. First, a major storm during the first week of November resulted in
significant new shoaling at the seaplane base. Newly deposited sediment ranged from 4 to 6 feet
deep. The sampling crew had 10 -foot tubes available but shallower water depths prevented their
use at some sampling locations (Currie, 2007). There was not enough clearance to stand the
vibracorer upright when using the longer tubes. Therefore, 8 -foot tubes were used, but these could
not penetrate deep enough to collect Z- samples. A second problem was the nature of the sediment
deposits, which appeared to be unconsolidated with high water content. While penetration to the
full length of the core tubes was achieved in most cases, the recovery was poor. Finally, the
contractor experienced problems penetrating organic debris in the east half of the project. As a
result, sediment cores were only obtained in the west half of the project.
Parametrix consulted with the Dredged Material Management Office after the first day of sampling.
Because of the significant accretion of sediment from the flood, it was decided that the dredging
area should be split into two DMMUs - west and east - to accommodate what was anticipated to be
an exceedance of the maximum allowable material for a single DMMU (a subsequent bathymetric
survey indicated that this was not the case — the total volume is anticipated to be 16,000 cubic yards
or less). See Attachment 1. Also, discussions ensued about getting heavier -duty sampling
equipment out in the field for a second round of sampling to ensure penetration to the full depth
required. However, the shallow water made access by a large rig impossible. A medium -duty
vibracorer was therefore acquired and the second round of sampling took place on November 27.
Tube lengths were restricted to 8 feet because of the shallow water. Problems with recovery and
organic debris were again I encountered. A more complete account of the two sampling rounds can
be found in Attachment 2. Table 2 includes sampling summary information.
Table 2. Sampling Summary
Page 2 of 6
1
LI
11
WEST DMMU
EAST DMMU
DAIS ID:
C1
C2
Number of samples:
2
2
Minimum penetration depth (ft):
6.6
7.0
Maximum penetration depth (ft):
9.3
7.0
Mean penetration depth (ft):
7.9
7.0
Minimum core length (ft):
3.2
4.2
Page 2 of 6
1
LI
11
t
City of Renton Municipal Airport Seaplane Base
DMMP Suitability Determination — April 10, 2007
Maximum core len th ft :
7.3
4.8
Mean core length ft :
5.3
4.5
Minimum recovery % :
48
67
Maximum recovery % :
78
69
Mean recovery % :
63
68
Despite the difficulties encountered, the DMMP agencies concluded that the contractor had made a
good -faith effort to collect representative samples, having mobilized twice and having made
repeated attempts to achieve good penetration and recovery. Further, the DMMP agencies believe
the samples adequately represent the material in the dredging prism. Therefore, the sediment
' samples were deemed adequate to fully characterize the proposed dredged material.
6. Chemical Analysis. The approved sampling and analysis plan was followed and quality control
guidelines specified by the PSEP and DMMP programs were met, with a few minor exceptions. The
data were considered sufficient and acceptable for regulatory decision - making under the DMMP
program.
' Sediment conventional results (Table 3) show that the proposed dredged material is predominantly
sand. The area to the west of the floating dock is partially protected from currents from the Cedar
' River. The fines content is higher here than in the east half of the project, which is in closer
proximity to the mouth of the Cedar River and largely unprotected from its outflow and suspended
sediment load.
1
Table 3. Sediment Conventional Results.
Page 3 of 6
WEST DMMU
EAST DMMU
DAIS ID:
C1
C2
Volume
(cubic yards):
8,000
8,000
GRAIN SIZE
% Gravel
0.5
5.0
% Sand
78.5
90.6
% Silt
16.5
3.5
% Clay
4.5
0.8
(clay +silt) % Fines
21.0
4.3
Total Solids, %
63.0
78.7
Volatile Solids, %
4.5
3.2
Total. Organic Carbon, %
1.66
2.06
Total Sulfides, mg /kg
1.4 u
1.5 u
Total Ammonia, mg N /kg
96.1
69.5
Page 3 of 6
City of Renton Municipal Airport Seaplane Base
DMMP Suitability Determination —April 10, 2007
The chemical results indicate that there were no exceedances of DMMP screening levels
(Attachment 3; Table 4). Consequently, bioassay testing was not required of this material. Both
DMMUs met suitability guidelines, based on chemistry alone, for open -water disposal at either a
dispersive or nondispersive site.
7. Sediment Exposed by Dredging. Sediment exposed by dredging must either meet the State of
Washington Sediment Quality Standards (SQS) (Ecology, 1995) or the State's antidegradation
standard (DMMP, 2001). Comparison of the proposed dredged material to SQS serves as a first -
tier indicator for this purpose. Table 5 (Attachment 4) shows that there were no detected
exceedances of SQS. However - while undetected - the reporting limits for 1,2,4 - trichlorobenzene
and hexachlorobenzene exceeded SQS. The DMMP agencies believe the probability that these
reporting limit exceedances could be masking actual exceedances of SQS is low. Therefore, the
exceedances were deemed insignificant.
Because the source of the majority of sediment in the project area is the Cedar River, there is no
reason to believe that the chemical quality of the sediment to be exposed by dredging differs in any
way from the proposed dredged material. Therefore, the agencies agreed that there was no need
for the collection or analysis of Z- samples for this project. The sediment that will be exposed by
dredging is not anticipated to have any exceedances of SQS.
8. Beneficial -Use Analysis. As indicated in the previous section, the proposed dredged material had
no detected exceedances of SQS (and only two undetected exceedances, which were deemed
insignificant). The Sediment Quality Standards pertain to marine sediment; therefore the dredged
material is suitable for beneficial use in a marine environment.
To assess the suitability of the dredged material for beneficial use in a freshwater environment, the
freshwater guidelines found in the Sediment Evaluation Framework (RSET, 2006) were used.
Table 6 (Attachment 5) shows that there were no exceedances of these guidelines. Therefore, the
material is suitable for freshwater use.
Finally, to assess the suitability for upland beneficial use, the chemical results were compared to the
Model Toxics Control Act (MTCA) guidelines (Ecology, 2005). Table 7 (Attachment 6) indicates that
the reporting limits for arsenic exceed the Method B guideline for carcinogens. Naturally occurring
elevated concentrations of arsenic are found in some sediments in the Puget Sound region.
Therefore, while undetected at the reporting limit, Ecology, DNR and the local health district should
be consulted if upland beneficial use is contemplated. Lower -level quantification of arsenic may be
required. Also, while there is no MTCA Method A guideline for total chromium, the total chromium
value does exceed the guideline for chromium VI. Additional analysis may be required for upland
beneficial use in order to determine the chromium VI content of the sediment.
9. Suitability Determination. This memorandum documents the evaluation of the suitability of
sediment proposed for dredging from the City of Renton Municipal Airport Seaplane Base for
beneficial use or open -water disposal. The approved sampling and analysis plan was followed with
the exceptions noted above. The data gathered were deemed sufficient and acceptable for
regulatory decision - making under the DMMP program.
Page 4 of 6
ii
1
' RSET, 2006. Northwest Regional Sediment Evaluation Framework — Interim Final. Regional
Sediment Evaluation Team. September 2006.
Page 5 of 6
City of Renton Municipal Airport Seaplane Base
DMMP Suitability Determination - April 10, 2007
Based on the results of the previously described testing, the DMMP agencies conclude that all
16,000 cubic yards are suitable for open -water disposal at the Elliott Bay non - dispersive site. The
dredged material is also suitable, from a chemical and toxicity standpoint, for beneficial use in a
marine or freshwater environment. Upland beneficial use would require additional consultation with
Ecology, DNR and the local health district.
This suitability determination does not constitute final agency approval of the project. During the
public comment period that follows a public notice, the resource agencies will provide input on the
overall project. A final decision will be made after full consideration of agency input, and after an
alternatives analysis is done under section 404(b)(1) of the Clean Water Act.
'
If a Section 404 permit is issued for this project, a pre- dredge meeting with DNR and the Corps of
Engineers will be required. A dredging quality control plan must be developed and submitted to the
'
Enforcement Section of the Regulatory Branch of the Seattle District Corps of Engineers at least 7
days prior to the pre- dredge meeting. A DNR site use authorization must also be acquired.
'
10. References.
Currie, 2007. Personal communication with Stuart Currie, Parametrix, April 2007.
DMMP, 2001. Quality of Post - Dredge Sediment Surfaces. A clarification paper prepared by Tom
Gries for the DMMP agencies, October 2001.
'
Ecology, 1995. Sediment Management Standards — Chapter 173 -204 WAC. Washington State
Department of Ecology, December 1995.
Ecology, 2005. Model Toxics Control Act — Chapter 70.105D RCW and Cleanup Regulation -
Chapter 173 -340 WAC. Washington State Department of Ecology, October 2005.
Parametrix, 2006. City of Renton Municipal Airport Seaplane Base Maintenance Dredging —
Sediment Sampling and Analysis Plan. Prepared by Parametrix, Sumner, Washington for the City
of Renton. October 2006.
Parametrix, 2007. City of Renton Municipal Airport Seaplane Base Maintenance Dredging —
Sediment Characterization Report. Prepared by Parametrix, Sumner, Washington for the City of
'
Renton. March 2007.
PSDDA, 1988. Evaluation Procedures Technical Appendix — Phase I — Central Puget Sound. U.S.
'
Army Corps of Engineers Seattle District, U.S. Environmental Protection Agency Region 10,
Washington State Department of Ecology, Washington State of Natural Resources. June 1988.
' RSET, 2006. Northwest Regional Sediment Evaluation Framework — Interim Final. Regional
Sediment Evaluation Team. September 2006.
Page 5 of 6
City of Renton Municipal Airport Seaplane Base
DMMP Suitability Determination .- April 10, 2007
11. Agency Signatures,
Concur:
4ito/07
ate David Fox, P.E, - Seattle District Corps of /Engineers
4 I a 9, J'- P W/''
Date En a Hoffman - Environment I rotection Agency
V0DD to Laura Inouye, .D. - WUashingto Department of Ecology
h
iy ate Courtney kas on - ashington De artment of Natural Resources
Copies furnished:
DMMP signatories
Susan Powell, Seattle District Regulatory
Peter Leon, Parametrix
DMMO file
Page 6 of 6
One wo
00
Woo
05
C/-)
OEM-
0
A
R-
g
VO IL
\It
j I
m
A
soon on ro it"
bpd...... . . . . . . ... . . ......
a i3 s3 a .'
tro A CD y
\\\I I t
Rtl
'o
z
3N,
cl
w
. . . . . . . . . . . .
LLJ
M'r 'E I
"I MNM% sm
4 \\\ /,/" ,/ / 1111 1k
q
J
Mm. A, \tLpEyt it
I, I I I I I U)/ I F-
LIJ It It
I
I I I L a. 'I
C-4
It CD
if if 11 x 0
0 C'4 C-11
l/ I 01— 1 Ul a.
f a. U-
I I I krw
a�
I I' ll 01 ::EI
I i i 01<1 I L-j
11 01
I I fill U
C)
K
O
U)
m
Cn
6
0 <
C-) 3:
CL
I If I I I I Ili fill III/ V
0 <
0 of
<1 -------
_j ..........
ir
SAM,
C\l
F-
L U)
Ile LLJ
w
0
(L
C 04
X CD
01 u 0 C-4
c d LL
c 4 0
.00000000oo<
U,
LLJ
.000,
LU
LLJ
01 >
I LLJ
t
1001/
I�Oe
mar mor mdeff I
miff
LL
0
w
LU
F-
0
F-
U)
.2
w
0
—1
CL
E
R -W 0
c 0
0
cc
Cc
0 rn
0
CL 4w m r-
0 CD
U. a. 0 It
O
F-
z w
Z
0 w
F-
ZO
=w
C/) LL
0<0
0
U. W EL
— Ne Oc
.Li f3 0
W
F-
w D F- F:c -
z
0
w F-
W
U) >
ZI-
0 > O
0 w U)
<
Z CV
CD
0
0
F-
0
Of
Ix a-
w
jJ g
Q' 18
m0 < 0
Z
O
0
Z
0
CO
W I-
z z
W w
3
0
W 0
a. w
Z
0
W
Z
z
LU
w
V—
E
cc
zo
w
W
LL
z
J
w
< —
Z
L)
C)
r m m r m m m m m m m m m m m m m m i
Attachment 2
ENGINEERING. PLANNING. ENVIRONMENTAL SCIENCES
1231 FRYAR AVENUE, PO BOX 460
SUMNER, WASHINGTON 98390 -1516
T.253.863.5128 F.253.863.0946
www.pammetrix.com
M E M O R A N 0 U M
Date: November 30, 2006
To: David Fox and the DMMP agencies
From: Peter Leon
Subject: Field summary: PSDDA Sampling Event, November 27, 2006
cc: Joe Kurrus, Stuart Currie
Project Number: 215- 1779 -026
Project Name: Renton Airport Seaplane Base PSDDA Sampling
The summary below was compiled by Parametrix field crew participating in the November 27, 2006
' PSDDA sampling event at the request of the DMMP agencies.
Field summary: PSDDA Sampling Event, November 27, 2006
Background: During the initial sampling event at the Renton Airport Seaplane Base (11/14/06), recent
high flow events within the Cedar River resulted in significantly changed field conditions than were
expected based upon pre -flood surveys. A large volume of recently deposited material from the Cedar
River was encountered on site, and the resulting shallow water depths combined with fast flowing
currents throughout the project area to create challenging field sampling conditions and limited
opportunities to obtain acceptable sediment cores.
Several attempts were made to collect sediment cores throughout the proposed dredging area. Although
site conditions allowed successful collection of sediment cores on the western half of the dredging
project, shallow water depths and obstructions beneath the sediment surface led to difficulties collecting
satisfactory samples from the eastern half of the dredging project. Specifically, two 10' cores were
attempted at Station RS -01 in the east dredge area (i.e., east of the north /south floating dock). Due to the
presence of a layer or mat of organic debris (leaves, twigs, etc.) in the deposited material both attempts
resulted in refusals at approximately 3' penetration, with less than 2' of material recovered from each
attempt. The mat of organic material most probably spread the vibratory action of the vibracorer over a
larger surface area than normal, effectively stopping penetration. The relatively light weight of the
vibracorer used could not overcome the effects of the organic layer to punch through to a greater depth.
Penetration may also have been somewhat affected by the strong current from the diverted flow from the
' mouth of the Cedar River. Upon consultation with the DMMP agencies, Parametrix was directed to
mobilize for a second field sampling event.
Summary from November 27, 2006 Sampling Event: The second sampling event was conducted on
' 11/27/06 with plans to collect two core samples from the east dredge area (Stations RS -04 and RS -05) in
order to account for the increased dredge volume. Based on the anticipated water depths and the debris
issues at these stations, a boat and sampling equipment from Marine Sampling Systems were selected
for this work. The system selected had the capability to use 8' core tubes, with a maximum possible
' penetration depth of 7'. An additional weight of 120 pounds was added to the vibracorer head to facilitate
penetration through organic matter mats or layers. It was anticipated that the maximum core lengths
possible, assuming good retention, would be in the range of 5 -7'.
(Rev. 01103)
November 30, 2006
Page 2 of 2
Station RS -05 was attempted first. The boat approached the Station from the north and was able to
sample within approximately 10' of the specified location (lat /long position recorded). The water depth at
this station was —4 -5'. Full core penetration (7') was achieved, with approximately 70% recovery
(recovered core length slightly less than 6). Sediment appeared to be fine gray sand /silt, with some
organic material. The core nose did not contain a "plug" of compressed sediment, indicating that some
loss may have occurred during retrieval of the core. The recovered core was judged to be acceptable.
Station RS -04 was attempted next. Again the boat approached the Station from the north, but was not
able to get within 10' of the specified location due to the shallow water depth. The field crew selected an
alternative station (lat/long position recorded), situated as close as possible to the specified location and
within the North Boundary line indicated on the sample location figure (attached). Water depth at this
location was —1 -2'. Full core penetration (7') was achieved, though several short periods of "hesitation"
were noted. These hesitations most probably indicated the presence of debris in the core path. The core
retrieved had approximately 50% recovery (recovered core length slightly less than 4'). Sediment
appeared to be fine gray sand /silt, with some organic material. The appearance of the core nose
indicated that debris was encountered (possibly gravel) and it did not contain a "plug" of compressed
sediment, indicating some loss may have occurred during retrieval of the core. The recovered core was
judged to be acceptable; however, it was decided to attempt a second core at this location for potentially
better recovery.
The second attempt at this station was similar to the first. The boat maneuvered back to the previous
location, within 6 -8' (lat/long position recorded). Water depth at this location was —1 -2'. Full core
penetration (7') was achieved, though several "hesitations ", probably due to debris, were again noted.
The core retrieved had approximately 50% recovery, though slightly shorter sediment core length
(approximately 35) than the first attempt. Sediment appeared to be fine gray sand /silt, with some
organic material. The appearance of the core nose indicated that debris was encountered (possibly
gravel) and it did not contain a "plug" of compressed sediment, indicating that some loss may have
occurred during retrieval of the core. The recovered core was judged to be acceptable.
Based on discussions among Bill Jaworski (Marine Sampling Systems), the Parametrix field crew leader
on the boat and the senior Parametrix field crew leader, it was decided that recoveries better than
achieved were not likely under the existing conditions.
Conclusions: All sediment cores collected during the November 27 field event recovered roughly 3.5 -5 ft
of material. Given that full core penetration was achieved (7'), we believe based upon best professional
judgment that the sediment cores retained materials collected from sediment depths greater than 5'.
While some loss of material from the core nose may have occurred, the differences between penetration
and recovery are felt to be primarily the result of compression and /or compaction of the loose depositional
materials during the coring process. Given that the Cedar River sediment bedload is the primary source
of material deposition within the project area, and that site use has not changed significantly in recent
history, it is our belief that the samples collected adequately represents the full dredge prism.
i
t
1
City of Renton-Municipal Airport Seaplane Base
DMMP Suitability Determination - DY 2007
Table 4. Chemical results compared to DMMP regulatory guidelines.
CHEMICAL
SL
BT
ML
WEST
DMMU
EAST
DMMU
METALS m Ik d
conc
QL
conc
QL
Antimony
150
- --
200
8
u
6
u
Arsenic
57
507
700
8
u
6
u
Cadmium
5.1
11.3
14
0.3
u
0.2
u
Chromium
- --
267
- --
27.8
21.4
Copper
390
1,027
1,300 1
27.1
19.7
Lead
450
975
1,200
8
2
u
Mercury
0.41
1.5
2.3
0.07
u
0.05
u
Nickel
140
370
370
29
24
Selenium
- --
3.0
- --
0.3
u
0.2
u
Silver
6.1
6.1
8.4
0.5
u
0.4
u
Zinc
410
2,783
3,800
60.9
48.1
LPAH (uglkg dry)
2- Methylnaphthalene
670
- --
1,900
20
u
20
u
Acenaphthene
500
- --
2,000
20
u
20
u
Acena hth lene
560
- --
1,300
20
u
20
u
Anthracene
960
- --
13,000
20
u
20
u
Fluorene
540
- --
3,600
20
u
20
u
Naphthalene
2,100
- --
2,400
20
u
20
u
Phenanthrene
1,500
- --
21,000
55
17
Total LPAH
5,200
- --
29,000
55
1 17
HPAH (uglkg dry)
Benzo a anthracene
1,300
- --
5,100
36
11
j
Benzo(a )p rene
1,600
- --
3,600
40
11
j
Benzo ,h,i a lene
670
- --
3,200
24
20
u
Benzofluoranthenes
3,200
- --
9,900
91
20
u
Chrysene
1,400
- --
21,000
56
11
j
Dibenzo a,h anthracene
230
- --
1,900
20
ju
20
u
Fluoranthene
1,700
4,600
30,000
110
1
29
Indeno(1,2,3- c,d)pyrene
600
- --
4,400
21
20
u
P rene
2,600
11,980
16,000
80
30
Total HPAH
12,000
- --
69,000
458
92
CHLORINATED HYDROCARBONS u Ik d
1,2,4 - Trichlorobenzene
31
- --
64
20
u
20
u
1,2- Dichlorobenzene
35
-
110
20
u
20
u
1,3- Dichlorobenzene
170
- --
- --
20
u
20
u
1,4- Dichlorobenzene
110
- --
120
20
u
20
u
Hexachlorobenzene
22
168
230
20
u
20
u
PHTHALATES (uglkg dry)
Bis (2- ethylhexyl)phthalate
1,300
- --
8,300
200
b
20
u
Butyl benz I phthalate
63
- --
970
20
u
20
u
Di -n -but I phthalate
1,400
- --
5,100
20
u
20
u
Di -n -octyl phthalate
6,200
- --
6,200
20
u
20
u
Diethyl phthalate
200
- --
1,200
20
u
20
u
Dimeth I phthalate
71
- --
1,400
1 20
u
20
u
Attachment 3
Page 1 of 2
City of Renton Municipal Airport Seaplane Base
DMMP Suitability Determination — DY 2007
CHEMICAL
SL
BT
ML
WEST
DMMU
EAST
DMMU
PHENOLS (u /kg d
2 Meth I henol
63
- --
77
20
u
20
u
2,4- Dimeth I henol
29
- --
210
20
u
20
u
4 Methylphenol
670
- --
3,600
39
20
u
Pentachlorophenol
400
504
690
99
u
97
u
Phenol
420
- --
1,200
20
u
20
u
MISCELLANEOUS EXTRACTABLES
(uglkg
dry)
Benzoic acid
650
- --
760
200
u
200
u
Benz I alcohol
57
- --
870
20
u
20
u
Dibenzofuran
540
- --
1,700
20
u
20
u
Hexachlorobutadiene
29
- --
270
20
u
20
u
Hexachloroethane
1,400
- --
14,000
20
u
1 20
u
N- Nitrosodiphen lamine
28
-
1 130
1 20
ju
I 20
u
VOLATILE ORGANICS (ug /kg d
)
Ethylbenzene
10
- --
50
1.3
u
1.2
u
Tetrachloroethene
57
210
1.3
u
1.2
u
Total X lene
40
- --
160
2.5
u
2.3
u
Trichloroethene
160
- --
1,600
1.3
u
1.2
u
PESTICIDES AND PCBs (u /kg d
Aldrin
10
- --
- --
0.98
u
0.97
u
Chlordane
10
37
- --
0.98
u
0.97
u
Dieldrin
10
- --
- --
2
u
1.9
u
Heptachlor
10
- --
- --
6.4
y
10
y
Lindane
10
- --
- --
0.98
u
0.97
u
Total DDT
6.9
50
69
2
u
1.9
u
Total PCBs
130
- --
3,100
1 29
ly
16
u
Total PCBs (mg/kg OC
- --
1 38
--
1.8
ly
0.8
u
b = analyte detected in an associated method blank
j = estimated concentration
u = undetected
y = reporting limit raised due to interference; compound is not detected at or above this level
QL = laboratory qualifier
OC = organic carbon
SL = screening level
BT = bioaccumulation trigger
ML = maximum level
Attachment 3
Page 2 of 2
1
'J
City of Renton Municipal Airport Seaplane Base
DMMP Suitability Determination - DY 2007
Table 5. Chemical results compared to SMS regulatory guidelines.
CHEMICAL
SQS
CSL
WEST
DMMU
EAST
DMMU
METALS (m lk d
conc
QL
conc
QL
Arsenic
57
93
8
u
6
u
Cadmium
5.1
6.7
0.3
u
0.2
u
Chromium
260
270
27.8
21.4
Copper
390
390
27.1
19.7
Lead
450
530
8
2
u
Mercury
0.41
0.59
0.07
u
0.05
u
Silver
6.1
6.1
0.5
u
0.4
u
Zinc
410
960
60.9
48.1
LPAH ( mglkg OC)
2- Methylnaphthalene
38
64
1.2
u
0.97 ju
Acenaphthene
16
57
1.2
u
0.97
u
Acenaphth lene
66
66
1.2
u
0.97
u
Anthracene
220
1200
• 1:2
u
0.97
u
Fluorene
23
79
1.2
u
0.97
u
Naphthalene
99
1 170
1 1.2
ju
0.97
u
Phenanthrene
100
1 480
1 3.31
1
1 0.83
Ij
Total LPAH
370
1 780
1 3.31
1
1 0.83
Ij
HPAH ( mglkg OC)
Benzo a anthracene
110
270
2.17
0.53
Benzo(a)p rene
99
210
2.41
0.53
j
Benzo g,h,i perylene
34
88
1.45
0.97
u
Benzofluoranthenes
230
450
5.48
0.97
u
Chrysene
110
460
3.37
0.53
j
Dibenzo a,h anthracene
12
33
1.2
u
0.97
u
Fluoranthene
160
1200
6.63
1.41
Indeno (1,2,3 -c,d)p rene
34
88
1.27
0.97
u
Pyrene
1000
1400
4.82
1.46
Total HPAH
960
5300
27.59
4.47
CHLORINATED HYDROCARBONS (mglkg OC)
1,2,4 - Trichlorobenzene
0.81
1.8
1.2
u
z, 0 97 '
u
1,2- Dichlorobenzene
2.3
2.3
1.2
u
0.97
u
1,4- Dichlorobenzene
3.1
9
1.2
u
0.97
u
Hexachlorobenzene
0.38
2.3_
_ 1.2 n
u
'�' -0.97 -'
u
PHTHALATES (mglkg OC)
Bis 2 -eth Ihex I phthalate
47
78
12.05
b
0.97
u
Butyl benz I phthalate
4.9
64
1.2
u
0.97
u
Di -n -butyl phthalate
220
1700
1.2
u
0.97
u
Di-n-octyl phthalate
58
4500
1.2
u
0.97
u
Diethyl phthalate
61
110
1.2
u
0.97
u
Dimeth I phthalate
53
53
1.2
u
0.97
u
Attachment 4
Page 1 of 2
City of Renton Municipal Airport Seaplane Base
DMMP Suitability Determination — DY 2007
CHEMICAL
SQS
CSL
WEST
DMMU
EAST
DMMU
PHENOLS (u /kg d
2 Meth I henol
63
63
20
u
20
u
2,4- Dimeth I henol
29
29
20
u
20
u
4 Methylphenol
670
670
39
20
u
Pentachlorophenol
360
690
99
u
97
u
Phenol
420
1 1200
1 20
ju
1 20
ju
MISCELLANEOUS EXTRACTABLES
(ug /kg
dry)
Benzoic acid
1 650
1 650
1 200
ju
1 200
lu
Benzyl alcohol
1 57
1 73
1 20
ju
1 20
u
MISCELLANEOUS EXTRACTABLES (m /k OC
Dibenzofuran
15
58
1.2
u
0.97
u
Hexachlorobutadiene
3.9
6.2
1.2
u
0.97
1
u
N- Nitrosodiphen famine
11
11
1.2
ju
0.97
u
PCBs (mg /kg OC)
Total PCBs mg /kg carbon 12 1 65 1 1.8 ly 1 0.78 ju
b = analyte detected in an associated method blank
j = estimated concentration
u = undetected
y = reporting limit raised due to interference; compound is not detected at or above this level
QL = laboratory qualifier
OC = organic carbon
SMS = Sediment Management Standards
SQS = sediment quality standard
CSL = cleanup screening level
Attachment 4
Page 2 of 2
I
City of Renton Municipal Airport Seaplane Base
DMMP Suitability Determination — DY 2007
Table 6. Chemical results compared to SEF freshwater auidelines.
CHEMICAL
Interim Freshwater SQG
WEST
DMMU
EAST
DMMU
SL1
SL2
METALS (mg/kg dry)
conc
QL
conc
QL
Arsenic
20
51
8
u
6
u
Cadmium
1.1
1.5
0.3
u
0.2
u
Chromium
95
100
27.8
21.4
Copper
80
830
27.1
19.7
Lead
340
430
8
2
u
Mercury
0.28
0.75
0.07
u
0.05
u
Nickel
60
70
29
24
Silver
2.0
2.5
0.5
u
0.4
u
Zinc
130
400
60.9
48.1
LPAH (uglkg dry)
2- Methylnaphthalene
470
560
20
u
20
u
Acenaphthene
1,100
1,300
20
u
20
u
Acenaphthylene
470
640
20
u
20
u
Anthracene
1,200
1,600
20
u
20
u
Fluorene
1,000
3,000
20
u
20
u
Naphthalene
500
1,300
1 20
u
20
u
Phenanthrene
6,100
7,600
55
17
j
Total LPAH
6,600
9,200
55
17
j
HPAH (uglk dry)
Benzo (a)anthracene
4,300
5,800
36
11
j
Benzo a p rene
3,300
4,800
40
11
Benzo g,h,i perylene
4,000
5,200
24
20
u
Benzofluoranthenes
600
4,000
91
20
u
Chrysene
5,900
6,400
56
11
Dibenzo a,h anthracene
800
840
20
u
20
u
Fluoranthene
11,000
15,000
110
29
Indeno 1,2,3 -c,d p rene
4,100
5,300
21
20
u
Pyrene
8,800
16,000
80
30
Total HPAH
31,000
55,000
458
92
PHTHALATES (uglkg dry)
Bis 2 -eth Ihex I phthalate
220
320
200
b
20
u
Butyl benzyl phthalate
260
370
20
u
20
u
Di -n -octyl phthalate
26
45
20
u,
20
u
Dimeth I phthalate
46
440
20
u
20
u
MISCELLANEOUS EXTRACTABLES
(uglk dry)
Dibenzofuran
1 400
1 440 1 20 ju 1 20 ju
PCBs (uglkg dry)
Total PCBs 60 1 120 1 29 ly 1 16 ju
b = analyte detected In an associated method blank
j = estimated concentration
u = undetected
y = reporting limit raised due to interference; compound is not detected at or above this level
QL = laboratory qualifier
SL1 = screening level 1
SL2 = screening level 2
SEF = Sediment Evaluation Framework
SQG = Sediment Quality Guidelines
Attachment 5
Page 1 of 1
City of Renton Municipal Airport Seaplane Base
DMMP Suitability Determination — DY 2007
Table 7. Chemical results compared to MTCA regulatory guidelines.
CHEMICAL
Method A'
Method B
WEST
DMMU
EAST
DMMU
METALS (mg/kg d
conc
QL
conc
QL
Arsenic, inorganic
20
x,[0:67'
®8=
7
=6=
uM
Cadmium
2
- --
0.3
u
0.2
u
Chromium total
-
- --
27.8
21.4
Chromium VI
9i
- --
- --
- --
Copper
- --
- --
27.1
19.7
Lead
250
- --
8
2
u
Mercury
2
- --
0.07
u
0.05
u
Silver
- --
- --
0.5
ju
0.4
u
Zinc
- --
- --
60.9
48.1
LPAH (uglkg dry)
Acenaphthene
- --
- --
20
u
20
u
Anthracene
- --
- --
20
u
20
u
Fluorene
- --
- --
20
u
20
u
Naphthalene
5,000
- --
20
u
20
u
HPAH (u /kg d
Benzo a anthracene
- --
140
36
11
Benzo a rene
100
140
40
11
Benzo(b,k )fluoranthenes
- --
- --
91
20
u
Benzo b fluoranthene
- --
140
- --
---
Benzo(k )fluoranthenes
- --
140
--
- --
Ch sene
- --
140
56
11
j
Dibenzo a,h anthracene
- --
140
20
u
20
u
Fluoranthene
- --
- --
110
29
Indeno 1,2,3 -c,d rene
- --
140
21
20
u
P rene
- --
80
30
CHLORINATED HYDROCARBONS (uglkg dry)
1,2,4 - Trichlorobenzene
- --
- --
20
u
20
u
1,2- Dichlorobenzene
- --
- --
20
u
20
u
1,4- Dichlorobenzene
- --
42,000
20
u
20
u
Hexachlorobenzene
- --
630
20
u
20
u
PHTHALATES (uglkg dry)
Bis 2 -eth Ihex I hthalate
- --
71,000
200
b
20
u
Butyl benzyl phthalate
- --
- --
20
u
20
u
Di -n -but I phthalate
- --
- --
20
u
20
u
Di-n-octyl phthalate
- --
- --
20
u
20
u
Diethyl phthalate
- --
1 20
ju
20
u
Dimethyl phthalate
1 20
ju
1 20
lu
Attachment 6
Page 1 of 2
Id
i�
L
City of Renton Municipal Airport Seaplane Base
DMMP Suitability Determination — DY 2007
CHEMICAL
Method A'
Method BZ
WEST
DMMU
EAST
DMMU
PHENOLS (uglkg dry)
2,4- Dimeth I henol
- --
- --
20
u
20
u
Pentachloro henol
- --
8,300
99
1
u
lu
97
u
lu
Phenol
--
- --
20
1
20
MISCELLANEOUS EXTRACTABLES
(uglkg dry)
Benzoic acid
- --
- --
200
u
200
u
Benz I alcohol
- --
- --
20
u
20
u
Dibenzofuran
- --
- --
20
u
20
u
Hexachlorobutadiene
- --
13,000
20
u
20
u
N- Nitrosodi hen famine
- --
200,000
20
u
20
ju
VOLATILE ORGANICS u Ik d
Ethylbenzene
6,000
- --
1.3
u
1.2
u
Tetrachloroethene
50
1,900
1.3
u
1.2
u
Total Xylene
9,000
- --
2.5
u
2.3
u
Trichloroethene
30
2,500
1.3
u
1.2
u
PESTICIDES AND PCBs (ugikg dry)
Aldrin
- --
59
0.98
u
0.97
u
Chlordane
- --
2,900
0.98
u
0.97
u
Dieldrin
- --
63
2
u
1.9
u
Heptachlor
- --
220
6.4
y
10
y
Heptachlor epoxide
- --
110
- --
- --
Lindane
10
770
0.98
u
0.97
u
Total DDT
- --
- --
2
u
1.9
u
DDT
3,000
2,900
- --
- --
DDE
- --
2,900
- --
- --
Total PCBs
1,000
500
29
y
16
u
'Soil, Method A, Unrestricted Land Use, Table Value
I2Soil, Method B, Carcinogen, Standard Formula Value, Direct Contact (ingestion only), unrestricted land use
b = analyte detected in an associated method blank
j = estimated concentration
' u = undetected
y = reporting limit raised due to interference; compound is not detected at or above this level
QL = laboratory qualifier
fl
Attachment 6
Page 2 of 2
I
I
I
Fl
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PERMIT DOCUMENTS
n
�. Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021 - See appeal process at end of HPA Mill Creek, WA 98012 -1296
' WILDLIFE (425) 775 -1311
Issue Date: August 23, 2013 Control Number: 131474 -1
Project Expiration Date: August 22, 2015 FPA/Public Notice #: N/A
1
PERMITTEE
Renton Municipal Airport
ATTENTION: Ryan Zulauf
616 West Perimeter Road Unit A
Renton, WA 98057
425 - 430 -7476
Fax: 425 -430 -7472
AUTHORIZED AGENT OR CONTRACTOR
Widener & Associates
ATTENTION: Ross Widener
10108 32nd Avenue West, Suite D
Everett, WA 98204 -1302
425 - 348 -3059
Project Name: Seaplane Base Maintenance Dredging & Enhancement
Project Description: Removal of excess sediment in the seaplane base access area to reestablish
pre -flood lakebed conditions. An existing floating dock will be temporarily
removed in order to dredge the area. Docks will be reinstalled within the
same footprint. Mitigation will include shoreline enhancement along 75 feet of
Lakeshore directly east of the seaplane base.
PROVISIONS
1. TIMING LIMITATIONS: The project may begin August 23, 2013 and shall be completed by
August 22, 2015, provided work below the ordinary high water line (OHWL) shall only occur
between July 16 to July 31 and November 16 to December 31 of each year.
2. NOTIFICATION REQUIREMENT: The Area Habitat Biologist (AHB), Christa Heller, shall by
notified by e-mail (christa.heller @ dfw.wa.gov) within three working days prior to start of work, and
again within seven days of completion of work to arrange a compliance inspection. The notification
shall include the permittee's name and control number for this Hydraulic Project Approval (HPA).
' 3. APPROVED PLANS: Work shall be accomplished per plans and specifications approved by the
Washington Department of Fish and Wildlife entitled 'CITY OF RENTON SEAPLANE BASE
MAINTENANCE DREDGING PROJECT - PROPOSED: MAINTENANCE DREDGING UP TO
1 16,000 CY' dated March 26, 2012, except as modified by this HPA. A copy of these plans shall be
available on site during construction.
' 4. PHOTOGRAPH REQUIREMENT: Photographs of this project shall be taken showing the site
before work begins and after work is complete. These photos shall be submitted to the AHB by e-
mail (christa.heller @dfw.wa.gov) within seven days of project completion.
5. This HPA allows for a one -time maintenance dredging of up to 16,000 cubic yards of substrate
materials within the City of Renton Seaplane Base access areas. Dredged material shall be limited
to flood deposits from the November 2006 and January 2009 flood events; returning the site to pre -
flood conditions, which was approximately 8.5 feet above mean sea level. Work shall include
removal and reinstallation of existing floating docks and piles to the extent necessary to access
dredge material.
6. Mitigation for impacts of dredging shall be provided as shoreline enhancement to the area
Page 1 of 5
Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021 - See appeal process at end of HPA Mill Creek, WA 98012 -1296
'
WILDLIFE (425) 775 -1311
Issue Date: August 23, 2013 Control Number: 131474 -1.
Project Expiration Date: August 22, 2015 FPA/Public Notice #: N/A
,
directly east of the dredging area and north of the City of Renton runway as described in a letter
from Ross Widener of Widener & Associates dated August 15, 2013. Shoreline enhancement shall
include:
a) Removal of approximately 75 linear feet of existing bulkhead material consisting of concrete slab
and creosote wood structures (including piles, treated wood, asphalt and metal);
'
b) Installation of clean, angular rip rap;
c) Reinstallation (at least 1/3 below OHWL) and anchoring (chain, cable, duckbill, or manta ray
anchors) of existing large woody material (LWM); and
c) Installation of spawning gravels (to be sloped extending 20 feet off shore at a depth of 3 feet
across the 75 foot enhancement area).
,
7. Bank protection material shall be installed to withstand the 100 -year peak flow.
8. The toe of the modified bulkhead shall not be placed waterward of the toe of the existing
bulkhead at any point.
9. Backfill material shall be completely enclosed within a suitable fabric material and include I
adequate soil substrate to support plant growth.
10. Fill materials shall consist of clean, well- rounded spawning gravels. The spawning gravel
specification (2 -inch minus) is 100% less than 2 inches, 85% less than 1 inch, and greater than
40% between 0.25 and 0.75 inch.
11. Any existing pilings which will no longer be used shall be removed and disposed of upland such
that they do not re -enter waters of the state. In the event that the piles cannot be completely
removed, then the remainder of the pile shall be removed with a clamshell bucket, chain, or similar
means, or cut off a minimum two feet below the surface of the bed.
12. Abandoned piling holes along the lakebed shall be filled with spawning gravels. The spawning
gravel specification (2 -inch minus) is found above (provision 10).
13. Removal of existing structures shall be accomplished so the structure and associated material
does not re -enter the lake.
,
14. A sedimentation control curtain shall be deployed waterward of the site of the bulkhead repair
prior to commencing the repair and maintained in a functional manner during the repair work.
15. All work operations shall be conducted in a manner that causes little or no siltation to adjacent
areas. A sedimentation control curtain shall be deployed and maintained in a functional manner to
contain suspended sediments at the work site during bulkhead and dredging work.
16. All waste material such as construction debris, silt, excess dirt or overburden resulting from this
project shall be deposited above the limits of flood water in an approved disposal site. ,
17. All trash and unauthorized fill, including concrete blocks or pieces, bricks, asphalt, metal,
Page 2 of 5
Washington HYDRAULIC PROJECTAPPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021 - See appeal process at end of HPA Mill Creek, WA 98012 -1296
' WILDLIFE (425) 775 -1311
Issue Date: August 23, 2013 Control Number: 131474 -1
' Project Expiration Date: August 22, 2015 FPA/Public Notice #: N/A
treated wood, glass, and paper, below the OHWL in and around the applicant's project area shall
be removed and deposited above the limit of flood water in an approved upland disposal site.
18. All applicable Best Management Practices as described in 'Regional Road Maintenance,
Endangered Species Act, Program Guidelines' (January 18, 2002) shall be implemented to assure
protection of fish life.
19. If high flow conditions that may cause siltation are encountered during this project, work shall
stop until the flow subsides.
20. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement,
sediments, sediment -laden water, chemicals, or any other toxic or deleterious materials are allowed
to enter or leach into the lake.
21. Disturbance of the watercourse and its associated vegetation shall be avoided and limited to
that necessary to perform the project. Affected areas shall be restored to pre - project or improved
habitat configuration.
22. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or
' water quality problems develop (including equipment leaks or spills), immediate notification shall be
made to the Washington Emergency Management Agency at 1- 800 - 258 -5990 and to the AHB.
I
PROJECT LOCATIONS
Location #1 City of Renton Seaplane Base
WORK START: August 23, 2013
WORK END: August 22, 2015
WRIA:
Waterbody:
Tributary to:
08.6007
Lake Washington
Ship Canal
1/4 SEC:
Section:
Township:
Range:
Latitude:
Longitude:
County:
SE 1/4
0
23 N
0 E
N 47.500575
W 122.217994
1 King
Location #1 Driving Directions
From 1-405 take exit 5 towards Park Avenue N.
Continue south on Logan Avenue N for approximately one mile. Turn
north onto Perimeter Road W and follow it along
the airport until the Iake.ionS
APPLY TO ALL HYDRAULIC PROJECT APPROVALS
This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code,
specifically Chapter 77.55 RCW (formerly RCW 77.20). Additional authorization from other public agencies may be
Page 3 of 5
1 Washington
Department of
.—, FISH and
WILDLIFE
HYDRAULIC PROJECT APPROVAL
RCW 77.55.021 - See appeal process at end of HPA
Issue Date: August 23, 2013
Project Expiration Date: August 22, 2015
Control Number:
FPA/Public Notice #:
North Puget Sound
16018 Mill Creek Boulevard
Mill Creek, WA 98012 -1296
(425) 775 -1311
131474 -1
N/A
necessary for this project. The person(s) to whom this Hydraulic Project Approval is issued is responsible for applying
for and obtaining any additional authorization from other public agencies (local, state and /or federal) that may be
necessary for this project.
This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the
person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work.
This Hydraulic Project Approval does not authorize trespass.
The person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work may be held
liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this
Hydraulic Project Approval.
Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one
hundred dollars per day and /or a gross misdemeanor charge, possibly punishable by fine and /or imprisonment.
All Hydraulic Project Approvals issued under RCW 77.55.021 are subject to additional restrictions, conditions, or
revocation if the Department of Fish and Wildlife determines that changed conditions require such action. The
person(s) to whom this Hydraulic Project Approval is issued has the right to appeal those decisions. Procedures for
filing appeals are listed below.
MINOR MODIFICATIONS TO THIS HPA: You may request approval of minor modifications to the required work timing
or to the plans and specifications approved in this HPA. A minor modification to the required work timing means up to a
one -week deviation from the timing window in the HPA when there are no spawning or incubating fish present within
the vicinity of the project. You may request subsequent minor modifications to the required work timing. A minor
modification of the plans and specifications means any changes in the materials, characteristics or construction of your
project that does not alter the project's impact to fish life or habitat and does not require a change in the provisions of
the HPA to mitigate the impacts of the modification. Minor modifications do not require you to pay additional application
fees or be issued a new HPA. To request a minor modification to your HPA, submit a written request that clearly
indicates you are requesting a minor modification to an existing HPA. Include the HPA number and a description of the
requested change and send by mail to: Washington Department of Fish and Wildlife, PO Box 43234, Olympia,
Washington 98504 -3234, or by email to HPAapplications @dfw.wa.gov. Do not include payment with your request. You
should allow up to 45 days for the department to process your request.
MAJOR MODIFICATIONS TO THIS HPA: You may request approval of major modifications to any aspect of your HPA.
Any approved change other than a minor modification to your HPA will require issuance of a new HPA. If you paid an
application fee for your original HPA you must include payment of $150 with your written request or request billing to an
account previously established with the department. If you did not pay an application fee for the original HPA, no fee is
required for a change to it. To request a major modification to your HPA, submit a written request that clearly indicates
you are requesting a major modification to an existing HPA. Include the HPA number, check number or billing account
number, and a description of the requested change. Send your written request and payment, if applicable, by mail to:
Washington Department of Fish and Wildlife, PO Box 43234, Olympia, Washington 98504 -3234. If you are charging the
fee to a billing account number or you are not subject to the fee, you may email your request to
HPAapplications @ dfw.wa.gov. You should allow up to 45 days for the department to process your request.
APPEALS INFORMATION
If you wish to appeal the issuance, denial, conditioning, or modification of a Hydraulic Project Approval (HPA),
Washington Department of Fish and Wildlife (WDFW) recommends that you first contact the department employee who
issued or denied the HPA to discuss your concerns. Such a discussion may resolve your concerns without the need for
further appeal action. If you proceed with an appeal, you may request an informal or formal appeal. WDFW encourages
you to take advantage of the informal appeal process before initiating a formal appeal. The informal appeal process
includes a review by department management of the HPA or denial and often resolves issues faster and with less legal
Page 4 of 5
'
Washington
Department of
FISH and
WILDLIFE
t
HYDRAULIC PROJECT APPROVAL
RCW 77.55.021 - See appeal process at end of HPA
Issue Date: August 23, 2013
Project Expiration Date: August 22, 2015
Control Number:
FPA/Public Notice #:
North Puget Sound
16018 Mill Creek Boulevard
Mill Creek, WA 98012 -1296
(425) 775 -1311
131474 -1
N/A
complexity than the formal appeal process. If the informal appeal process does not resolve your concerns, you may
advance your appeal to the formal process. You may contact the HPA Appeals Coordinator at (360) 902 -2534 for more
information.
A. INFORMAL APPEALS: WAC 220 - 110 -340 is the rule describing how to request an informal appeal of WDFW
actions taken under Chapter 77.55 RCW. Please refer to that rule for complete informal appeal procedures. The
following information summarizes that rule.
A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request an informal
appeal of that action. You must send your request to WDFW by mail to the Washington Department of Fish and Wildlife
HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501 - 1.091; e-mail to
HPAapplications @dfw.wa.gov; fax to (360) 902 -2946; or hand - delivery to the Natural Resources Building, 1111
Washington St SE, Habitat Program, Fifth floor. WDFW must receive your request within 30 days from the date you
receive notice of the decision. If you agree, and you applied for the HPA, resolution of the appeal may be facilitated
through an informal conference with the WDFW employee responsible for the decision and a supervisor. If a resolution
is not reached through the informal conference, or you are not the person who applied for the HPA, the HPA Appeals
Coordinator or designee will conduct an informal hearing and recommend a decision to the Director or designee. If you
are not satisfied with the results of the informal appeal, you may file a request for a formal appeal.
B. FORMAL APPEALS: WAC 220 - 110 -350 is the rule describing how to request a formal appeal of WDFW actions
taken under Chapter 77.55 RCW. Please refer to that rule for complete formal appeal procedures. The following
information summarizes that rule.
A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request a formal
appeal of that action. You must send your request for a formal appeal to the clerk of the Pollution Control Hearings
Boards and serve a copy on WDFW within 30 days from the date you receive notice of the decision. You may serve
WDFW by mail to the Washington Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North,
Olympia, Washington 98501 -1091; e-mail to HPAapplications @dfw.wa.gov; fax to (360) 902 -2946; or hand - delivery to
the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. The time period for requesting a
formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal, you
may request a formal appeal within 30 days from the date you receive the Director's or designee's written decision in
response to the informal appeal.
C. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS: If there is no timely request for an appeal, the
WDFW action shall be final and unappealable.
ENFORCEMENT: Sergeant Chandler (34) P2
Habitat Biologist christa.heller @dfw.wa.gov for Director
Christa Heller 425 - 313 -5681 WDFW
CC:
Page 5 of 5
F
F
Department of Community and Economic Development
C.E. "Chip "Vincent, Administrator
August 6, 2013
Ben Dahl
Renton Municipal Airport
616 W Perimeter Road, Unit A
Renton, WA 98057
SUBJECT: Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging
LUA13- 000517, ECF, SME
Dear Mr. Dahl:
This letter is to inform you that the appeal period ended July 26, 2013 for the
Environmental Review Committee's (ERC) Determination of Non - Significance -
Mitigated for the above - referenced project.
No appeals were filed on the ERC determination therefore, this decision is final and
application for the appropriately required permits may proceed. The applicant must
comply with all ERC Mitigation Measures outlined in the Report and Decision dated, July
8, 2013.
If you have any questions, please feel free to contact me at (425) 430 -7314.
For the Environmental Review Committee,
f4. � �� �- D ,ol _Q . r.
Vanessa Dolbee
Senior Planner
cc: William Colacurcio, Jr. / owner(s)
Samuel Stokes / Party(ies) of Record
Renton City Hall . 1055 South Grady Way - Renton, Washington 98057 • rentonwa.gov
t
t
srAr
i�1F' N 6 ter.
o �
�r
n
D��y 1869 a�5
' STATE OF WASHINGTON
DEPARTMENT OF ECOLOGY
PO Box 47600 9 Olympia, WA 98504 -7600 9 360- 407 -6000
711 for Washington Relay Service n Persons with a speech disability can call 677- 833 -6341
September 5, 2013
Mr. Ben Dahle
City of Renton Municipal Airport
616 West Perimeter Road, Unit A
Renton, Washington 98057
RE: Water Quality Certification Order #10080 for Corps Public Notice No. NWS-
2010 -552 to dredge accumulated sediments in the city of Renton, King County,
Washington
IDear Mr. Dahle:
Orr December 10, 2012 the city of Renton Municipal Airport, submitted a Joint Aquatic
Resources Permit Application (DARPA) to the Department of Ecology (Ecology) for a
Section 401 Water Quality Certification (401 Certification) under the federal Clean
Water Act for the proposed Will Rogers -Wiley Post Memorial Seaplane Base
Maintenance Dredging Project.
On behalf of the State of Washington, Ecology certifies that the work described in the
JARPA and the public notice complies with applicable provisions of Sections 301, 302,
303, 306 and 307 of the Clean Water Act, as amended and applicable state laws. This
certification is subject to the conditions contained in the enclosed Order.
If you have any questions, please contact Kerry Carroll at 360 - 407 -7503. The enclosed
Order may be appealed by following the procedures described in the Order.
Sincerely,
Irenden LM,_�Farland
Environmental Review and Transportation Section
Shorelands and Environmental Assistance Program
Iby Certified Mail 7010 2780 0000 2503 3686
0
Mr. Ben Dahle
September S, 2012
Page 2
Enclosures
cc: Lori Lull - Corps
Karen Walter, Muckleshoot Tribe
Christa Heller, WDFW
e -cc: Loree' Randall — HQ
ecyrefedperinits @ecy.wa.gov
Cynthia Walcker, WQ
I
IN THE MATTER OF GRANTING A ) ORDER #10080
WATER QUALITY ) Corps Reference No. NWS- 2010 -552
CERTIFICATION TO } Removal of excess sediment at the seaplane base
City of Renton Municipal Airport } to restore seaplane access in Renton, King
in accordance with 33 U.S.C. 1341 ) County, Washington
(FWPCA § 401), RCW 90.48.120, RCW )'
90.48.260 and Chapter 173 -201A WAC )
TO: Mr. Ben Dahle
City of Renton Municipal Airport
616 West Perimeter Road, Unit A
Renton, Washington 98057
On December 10, 2012 the City of Renton Municipal Airport submitted a Joint Aquatic
Resources Permit Application (DARPA) to the Department of Ecology (Ecology) requesting a
Section 401 Water Quality Certification for the Will Rogers -Wiley Post Memorial Seaplane Base
Maintenance Dredging Project. A joint public notice regarding the request was distributed by
the Army Corps of Engineers (Corps) for the above - referenced project pursuant to the provisions
of Chapter 173 -225 WAC on January 10, 2013.
The project proposes to dredge 16,000 cubic yards of accumulated sediments near and around
the existing docks at the southern shore of Lake Washington and dispose the dredged material in
the open water disposal site in Elliott Bay. This will allow for safe seaplane access to the airport.
AUTHORITIES:
In exercising authority under 33 U.S.C. § 1341, RCW 90.48.120, and RCW 90.48.260, Ecology
has examined this application pursuant to the following:
I . Conformance with applicable water quality-based, technology-based, and toxic or
Pp q Y � gY
pretreatment effluent limitations as provided under 33 U.S.C. § 1311, 1312, 1313, 1316,
and 1317 (FWPCA § 301, 302, 303, 306 and 307);
2. Conformance with the state water quality standards contained in Chapter 173 -201A
WAC and authorized by 33 U.S.C. §1313 and by Chapter 90.48 RCW, and with other
applicable state laws; and
3. Conformance with the provision of using all known, available and reasonable methods to
prevent and control pollution of state waters as required by RCW 90.48.010.
t
Order #10080, Corps No. NWS -2010 -552
Renton Municipal Airport, Seaplane Base
September 5, 2013
Page 2 of 8
WATER QUALITY CERTIFICATION CONDITIONS:
Through issuance of this Order, Ecology certifies that it has reasonable assurance that the
activity as proposed and conditioned will be conducted in a manner that will meet the applicable
water quality standards and other appropriate requirements of state law. In view of the foregoing
and in accordance with 33 U.S.C. § 1341, RCW 90.48.120, RCW 90.48.260, Chapter 173 -200
WAC and Chapter 173 -201A WAC, water quality certification is granted to the Applicant
subject to the conditions within this Order.
Certification of this proposal does not authorize the Applicant to exceed applicable state water
quality standards (Chapter 173 -201A WAC), ground water standards (Chapter 173 -200 WAC) or
sediment quality standards (Chapter 173 -204 WAC). Furthermore, nothing in this certification
shall absolve the Applicant from liability for contamination and any subsequent cleanup of
surface waters, ground waters or sediments occurring as a result of project construction or
'operations.
A. General Conditions:
1. For purposes of this Order, the term "Applicant" shall mean the City of Renton
Municipal Airport and its agents, assignees and contractors.
2. For purposes of this Order, all submittals required by its conditions shall be sent to
Ecology's Headquarters Office, Attn: 401 /CZM Federal permit coordinator, P.O. Box
47600 Olympia, WA 98504 -7600 and /or lipre461@ecy.wa.gov. Any submittals shall
reference Order #10080 and Corps Reference # NWS -2010 -552.
3. Work authorized by this Order is limited to the work described in the Joint Aquatic
Resources Permit Application (DARPA) received by Ecology on December 10, 2013.
The Applicant will be out of compliance with this Order and must submit an updated
JARPA if the information contained in the JARPA is voided by subsequent changes to
the project not authorized by this Order.
4. Within 30 days of receipt of an updated DARPA, Ecology will determine if the revised
project requires a new water quality certification and public notice or if a modification to
this Order is required,
5. This Order shall be rescinded if the U.S. Army Corps of Engineers does not issue an
individual 404 and /or Section 10 permit for the project.
6. Copies of this Order shall be kept on the job site and readily available for reference by
Ecology personnel, the construction superintendent, cons_ truction managers and lead
workers, and state and local government inspectors.
11
1
I
I
t
Order ##10080, Corps No. NWS -2010 -552
Renton Municipal Airport, Seaplane Base
September 5, 2013
Page 3 of 8
' 7. The Applicant shall provide access to the project site upon request by Ecology personnel
for site inspections, monitoring, necessary data collection, and/or to ensure that
1 conditions of this Order are being met.
8. Nothing in this Order waives Ecology's authority to issue additional orders if Ecology
determines that further actions are necessary to implement the water quality laws of the
state. Furthermore, Ecology retains continuing jurisdiction to make modifications hereto
through supplemental order, if additional impacts due to project construction or operation
are identified or if additional conditions are necessary to further protect water quality.
9. The A pp licant shall ensure that all appropriate project engineers and
contractors at the
project site have read and understand relevant conditions of this Order and all permits,
tapprovals, and documents referenced in this Order. The Applicant shall provide Ecology
a signed statement (see Attachment A for an example) from each project engineer and
' contractor that they have read and understand the conditions of this Order and the above -
referenced permits, plans, documents and approvals. These statements shall be provided
to Ecology before construction begins at the project.
t10. This Order does not authorize direct, indirect, permanent, or temporary impacts to waters
of the state or related aquatic resources, except as specifically provided for in conditions
of this Order.
11. Failure of any person or entity o comply with this Order may result in the issuance of
tY p Y Y
civil penalties or other actions, whether administrative or judicial, to enforce its terms.
B. Water Quality Conditions:
' 1. This order does not authorize temporary exceedances of water quality standards beyond
the limits established in WAC 173- 201A- 200(1)(e).
a. The area of mixing established for projects working within or along lakes is a 150
foot radius surrounding the in -water activity. Turbidity occurring outside that
r zone that is more than 5 nephelometric turbidity units (NTU) over background
when the background is 50 NTU or less, or a 10% increase in turbidity when the
background turbidity is more than 50 NTU is a violation of the turbidity water
quality standard.
b. Visible turbidity anywhere at 150 ft point of compliance from the activity and /or
the disposal location shall be considered to be an exceedance of the standard.
Order #10080, Corps No. NWS- 2010 -552
Renton Municipal Airport, Seaplane Base
September 5, 2013
Page 4 of 8
C.
la
Water Quality Monitoring
1. The Applicant shall submit a water quality monitoring plan to Ecology per Condition A2
at least 14 days prior to dredging. This plan shall be approved by Ecology prior to any
in -water work. The plan shall include at a minimum the following information:
a. Name and contact information of the person or firm responsible for monitoring;
b. Map of sample locations including background, 75 feet, and point of compliance
at or near the surface and bottom depths. For this project the point of compliance
is a radius of 150 feet from the in water activity.
c. Parameters) to be monitored: turbidity
d. Sample method;
e. Frequency, and
f. Steps to be taken if monitoring results indicate an exceedance has occurred. The
amount of the exceedance and the reason for the exceedance shall also be
reported.
2. Turbidity monitoring reports shall be sent weekly to the 401 /CZM Federal permit
coordinator. The permit coordinator shall be contacted within 24 hours if an exceedance
occurs.
Dredging and Disposal:
1. All dredging is to be done using a clamshell bucket mounted on a spud barge. Use of
any other type of dredge requires preapproval from Ecology.
2. All dredged material will be transported to the Elliot Bay USACE approved open water
site. Use of any other type of disposal method or location requires preapproval by
Ecology.
3. For material being taken to open water disposal sites, all debris (larger than 2 feet in any
dimension) shall be removed from the dredged sediment prior to disposal. Similar sized
debris found floating in the dredging or disposal area shall also be removed.
4. Dredging operations shall be conducted in a manner that minimizes the disturbance or
siltation of adjacent waters and prevents the accidental discharge of petroleum products,
chemicals or other toxic or deleterious substances into waters of the State.
5. Dredged material shall not be stockpiled on a temporary or permanent basis below the
ordinary high water line.
6. During dredging, the Applicant shall have a boat available on site at all times to retrieve
debris from the water.
7. A pre - dredge meeting is required to be convened prior to the start of dredging. A
Dredging Plan is required and shall be submitted to Ecology to the 401 /CZM Federal
t
t
r]
Order #10080, Corps No, NWS- 2010 -552
Renton Municipal Airport, Seaplane Base
September 5, 2013
Page 5 of 8
permit coordinator at the address shown in Condition A2 for review and approval 2
weeks prior to the pre - construction meeting.
8. Piles removed from the substrate shall be moved immediately fiom the water onto a
barge or onto upland.
9. The Pile shall not be shaken, hosed off, left hanging to drip or any other action intended to
clean or remove adhering material from the pile.
10. The deconstructed dock shall be stored in an upland area with appropriate BMP's in place
to prevent stormwater runoff to discharge to waters.
E. Timing Requirements:
1. All in -water work shall be completed by the work window identified in the most current
HPA issued for this project. Any project change that requires a new or revised HPA
should also be sent to Ecology for review.
2. If dredging and disposal cannot be completed prior to February 15, 2014, the DMMP
agencies have determined that additional sediment testing will be required. The DMMO
Project Manager must be contacted regarding this testing. Dredging and disposal beyond
February 15, 2014 cannot occur without written documentation of the additional testing
and approval from the DAMP agencies.
3. This Order shall remain iii effect for a period of 5 years from the date of issuance.
F. Notification Requirements:
1. The Applicant shall provide notice to Ecology's 401 /CZM Federal permit coordinator at
least 7 days prior to the start of construction and within 14 days after completion of
construction at the project site. Notification should be made using all the information
required in Condition A2.
G. Emergency /Contingency Measures:
1. The Applicant shall develop a spill prevention and containment plan for this project, and
shall have spill cleanup materials and an emergency call list available on site.
2. Any work that is out of compliance with the provisions of this Order, or conditions
causing distressed or dying fish, or any discharge of oil, ftiel, or chemicals into state
waters, or onto land with a potential for entry into state waters, is prohibited. If these
occur, the Applicant or operator shall immediately take the following actions:
a. Cease operations that are causing the compliance problem.
Order # 10080, Corps No. N WS -2010 -552
Renton Mu►iicipal Airport, Seaplane Base
September 5, 2013
Page 6 of 8
b. Assess the cause of the water duality problem and take appropriate measures to
correct the problem and /or prevent fiuther environmental damage.
c. In the event of finding distressed or dying fish, the applicant shall collect fish
specimens and water samples in the affected area within the first hour of the
event. These samples shall be held in refrigeration or on ice until the applicant is
instructed by Ecology on what to do with them. Ecology may require analyses of
these samples before allowing the work to resume.
d. In the event of a discharge of oil, fuel, or chemicals into state waters, or onto land
with a potential for entry into state waters, containment and cleanup efforts shall
begin immediately and be completed as soon as possible, taking precedence over
normal work. Cleanup shall include proper disposal of any spilled material and
used cleanup materials.
e. Immediately notify Ecology's 24 -Hour Spill Response Team at 1 -800- 258 -5990,
and within 24 hours of spills or other events Ecology's 401/CZM Federal permit
coordinator at (360) 407 -6076.
f. Submit a detailed written report to Ecology within five (5) days that describes the
nature of the event, corrective action taken and/or planned, steps to be taken to
prevent a recurrence, results of any samples taken, and any other pertinent
information.
3. Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc., shall be checked
regularly for drips or leaks, and shall be maintained and stored properly to prevent spills
into state waters, including wetlands.
4. If at any time during work the proponent finds buried chemical containers, such as drums,
or any unusual conditions indicating disposal of chemicals, the proponent shall
immediately notify Ecology using the above phone numbers.
You have a right to appeal this Order to the Pollution Control Hearing Board (PCHB) within 30
days of the date of receipt of this Order. The appeal process is governed by Chapter 43.21B
RCW and Chapter 371 -08 WAC. "Date of receipt" is defined in RCW 43.21B.001(2).
To appeal you must do all of the following within 30 days of the date of receipt of this Order:
• File your appeal and a.copy of this Order with the PCHB (see addresses below). Filing
means actual receipt by the PCHB during regular business hours.
• Serve a copy of your appeal and this Order on Ecology in paper form - by mail or in
person. (See addresses below.) E-mail is not accepted.
You must also comply with other applicable requirements in Chapter 43.21 B RCW and Chapter
371 -08 WAC.
1
t
t
t
r
11
k
t
Order #10080, Corps No. NWS- 2010.552
Renton Municipal Airport, Seaplane Base
September 5, 2013
Page 7 of 8
1
L
I
ADDRESS AND LOCATION INFORMATIQN
Street- Addresses Mailin Addresses
Department of Ecology Department of Ecology
Attn: Appeals Processing Desk Attn: Appeals Processing Desk
300 Desmond Drive SE PO Box 47608
Lacey, WA 98503 Olympia, WA 98504 -7608
Pollution Control Hearings Board
1111 Israel RD SW
STE 301
Turnwater, WA 98501
Pollution Control Hearings Board
PO Box 40903
Olympia, WA 98504 -0903
CONTACT INFORNJATIQN - _ _ - -
Please direct all questions about this Order to:
Kerry Carroll
Department of Ecology
P.O. Box 47600
Olympia, WA 98503 -7600
360- 407 -7503
Kstr461 @ecy.wa.2av
I Or
Kerry. Carroll grecy.wa.gov
1
I
,MORE INFORMATION
• Pollution Control Hearings Board Website
www.eho.wa.gov/Boards PCHB.aspx
• Chapter 43.21B RCW - Environmental and Land Use Hearings Office — Pollution
Control Hearings Board
http://apps.leg.wa.gov/RCW/defatitt.ast)x?cite=43.2 1B
• Chapter 371 -08 WAC -- Practice. And Procedure
littp://apps.leg.wa.gov/WAC/default.aspx?cite=371-08
• Chapter 34.05 RCW — Administrative Procedure Act
http: / /apps.leg.wa.gov /RCW /default.aspx ?cite --34.05
Order #10080, Corps No. NWS- 2010 -552
Renton Municipal Airport, Seaplane Base
September 5, 2013
Page 8 of 8
C
T
SIGNATURE`>
- LL . _
Dated this 5th day of September, 2013 at the Department of Ecology, Lacey Washington
Brenden McFarland, Section Manager
Environmental Review and Transportation
Shorelands and Environmental Assistance Program
Headquarters .
1
1
11
• Chapter 90.48 RCW — Water Pollution Control
http: / /apps.leg.wa.gov /RCW /default.aspx ?cite =90.48
• Chapter 173.204, Washington Administrative Code (WAC) Sediment Management
Standards
http://Nvww.ecy.wa.gov/biblio/Wacl73204.htinl
• Chapter 173 -200 WAC Water Quality Standards for Ground Waters of the State of
Washington
littp://www.ecy.wa.gov/biblio/wacl73200.html
• Chapter 173 -201A WAC Water Quality Standards for Surface Waters of the State
of Washington
littp://www.ecy.wa.gov/biblio/w'acl73201A.html
T
SIGNATURE`>
- LL . _
Dated this 5th day of September, 2013 at the Department of Ecology, Lacey Washington
Brenden McFarland, Section Manager
Environmental Review and Transportation
Shorelands and Environmental Assistance Program
Headquarters .
1
1
11
ATTACHMENT A
Statement of Understanding of
Water Quality Certification Conditions for
City of Renton Municipal Airport
Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging
Water Quality Certification Order #10080
I have read and understand the conditions of Order 410080 Section 401 Water Quality
Certification for the Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging
project. I have also read and understand all permits, plans, documents, and approvals associated
with the project referenced in this order.
Signature
Print Natne
Company
Title
Date
t
1
1
i
i
i
4 v-
w
�resof
NMFS Tracking Nos.:
2012/04582
Science Kilner
Acting Regional Environmental Officer
FEMA Region X
U.S. Department of Homeland Security
130.228th Street SW
Bothell, WA 98021 -9796
UNITED STATES DEPARTMENT OF
COMMERCE National Oceanic and
Atmospheric Administration NATIONAL
MARINE FISHERIES SERVICE
Northwest Region
7600 Sand Point Way N.E., Bldg. 1
Seattle, Washington 98115
October 31, 2012
Re: Endangered Species Act Section 7 Informal Consultation and Magnuson- Stevens
Fishery Conservation and Management Act Essential Fish Habitat Consultation for
Will Rogers -Wiley Post Memorial Seaplane Base (Renton Municipal Airport)
Dredging (6th Field HUC 171100120302 Cedar River (Lake Washington), FEMA-
1817-DR-WA, PW 1905)
Dear Ms. Kilner:
On October 4, 2012, the National Marine Fisheries Service (NMFS) received your request
for written concurrence that the proposed funding to the City of Renton under the Public -
Assistance Infrastructure Program by the U.S. Department of Homeland Security's Federal
Emergency Management Agency (FEMA) is not likely to adversely affect (NLAA) species
listed as threatened or endangered or critical habitats designated under the Endangered
Species Act (ESA). The NMFS prepared this response to your request pursuant to section
7(a)(2) of the ESA, implementing regulations at 50 CFR 402, and agency guidance for
preparation of concurrence letters.'
The NMFS also reviewed the proposed action for potential effects on Essential Fish Habitat
(EFH) designated under the Magnuson- Stevens Fishery Conservation and Management Act
(MSA), including conservation measures and any determination you made regarding the
potential effects of the action. This review was pursuant to section 305(b) of the MSA,
implementing regulations at 50 CFR 600.920, and agency guidance for use of the ESA
consultation process to complete EFH consultation.2 Because FEMA determined that the
action will not adversely affect EFH, consultation under the MSA is not required for this
action.
' Memorandum from D. Robert Lohn, Regional Administrator, to ESA consultation biologists (guidance on
informal consultation and preparation of letters of concurrence) (January 30, 2006).
2 Memorandum from William T. Hogarth, Acting Administrator for Fisheries, to Regional Administrators
(national finding for use of Endangered Species Act section 7 consultation process to complete essential fish
habitat consultations) (February 28, 2001).
project, the normal level of activity around the area, and ambient noise levels (including jet
aircraft landings and take- offs), effects to listed fish are expected to be insignificant.
Similarly, disturbance of listed fish via activities (motion, vibration, in -water activity, etc.)
is not expected to greatly exceed existing conditions or be at a level affecting fish.
Therefore, effects from these sources are expected to be insignificant.
Water quality on this project is a concern since it can be degraded by turbidity and
pollutants. Dredging will occur for a period of up to 160 hours on no more than 20 days
during the in -water work window (July 16 -31 and November 16- December 31).
Chemicals leaking from equipment operating over and near the water can be sources of
petroleum -based and other chemicals getting into fish - bearing waters. The project will
have a spill prevention and control plan and related spill materials. Turbidity associated
with the piling replacement is expected to be minimal. Turbidity from dredging will be
minimized by using protective techniques during the operation — like sideboards on the
transport barges and `slow' dredging to reduce spillage. The project has been designed to
minimize negative water quality effects so turbidity limited to within state water quality
standards. Qualified staff will conduct on -site turbidity monitoring during all in -water
work. If water quality limits are exceeded, project actions will cease and management
practices altered to reduce turbidity to within standards, including installation of a turbidity
curtain restricting dispersal of turbid water. Because of the effects minimization measures,
timing, localized nature of the project, and limited duration of the in -water work, NMFS
anticipates impacts to water quality will be insignificant.
The NMFS analyzed the potential impacts of the project on PS Chinook salmon and PS
steelhead and determined that the impacts will be discountable and insignificant.
The effects will be discountable because PS Chinook salmon and PS steelhead are unlikely
to be in the area and thus will not be exposed to the project. Work will be conducted July
16 to 31 and November 16 to. December 31, when rearing juveniles are gone from the area.
The work will be conducted in an continuously active area with planes landing and taking
off, away from the main migration corridor, near heavily modified shoreline, lacking
natural cover - making the area not particularly suitable for rearing juveniles. If a few
salmon or steelhead occur in the action area during the project, effects, if any, are expected
to be insignificant.
Conclusion
Because all potential adverse effects are discountable or insignificant, NMFS concurs with
the FEMA determination of "may affect, not likely to adversely affect" for PS Chinook
salmon and PS steelhead and critical habitat of PS Chinook salmon.
Reinitiation of Consultation
Reinitiation of consultation is required and shall be requested by the Federal agency, or by
NMFS, where discretionary Federal. involvement or control over the action has been
4
A
0
0
retained or is authorized by law and (1) new information reveals effects of the action that
may affect listed species or critical habitat in a manner or to an extent not previously
considered; (2) the identified action is subsequently modified in a manner that causes an
effect to the listed species or critical habitat that was not considered in this concurrence
letter; or if (3) a new species is listed or critical habitat designated that may be affected by
the identified action (50 CFR 402.16). This concludes the ESA portion of this consultation.
Thank you for your effort to protect ESA - listed species and EFH. If you have any
questions, please contact Doug Rushton of my staff at (360) 753 -9090 or via email at
doug.rushton @noaa.gov.
Sincerely,
-�, 11
cc: Ben Dahle, Renton Municipal Airport
5
Denis Law p Y
Mayor vi {
July,% 2013 m Department otCocnmun €ty:and Economic Development
C E: "Chip ",Vincent, Administrator
Ben Qdhle
Capital Project Coordinator
Renton Municipal Airport _
616 -West herimter.Road; Unit A.
Renton; WA 98057
SUBIECT ENVIRONMENTAL (SERA TNRES.HOLD DETE.RMINATlC1EV
Will. Rogers -Wiley -Post Memorial Seaplane, Base Maintenance Dieedging
wA13- 000517, °ECF, SME "
i
,Dear Mr. Dahle; -
-
This, letter is written on behalf of -the Environmental Review Committee °(I dto advise,
, u that the have -coal lked -their review of the subject project a d'have issued a-
O ec ect n
threshold Determination of Non- SignifiieancemMitigated Witti Mitigation Measures. '
Please refer to the enclosed ERC Report , -for. a.list of the Mi #igaiion Measures.
Appeals of the eniiirohnhental deterrhinatio'6 must, be filed (n Writing on orbefore 5:00
p.m. on July 26, 2013, together with the :required•fee with e Nearing ,Examiner, City of
kenton,"i055 South .Gradji_'Way; Rent on, 'V1(A 98057:'App
eali tP the. E"a_ iderare ;
governed by RMC-4 -8 -110: and information regard -ing the appeal process maybe '
obtained from the City CierVs Office; (425) 43.0 - 6510.;
Ifthe- Environmental Determination is appealed, apublic hearing- dateewill :be set -and all
artiesnotified. If: ou li'ave an further questions' lease call the at (425),4 30 -7314.
For.the fnvironme�tal.Review,Com_mittee,
' Vanessa Dolbee
Senjo.r'P,Ianrrer
- Enclosure . ' , ,_ . • .. -
CF. Samuel Stokes /Party(ies) of Reeord -
Renton City Hall' • 1055 South Grady Way . Rentori,Washington 98057- . rentonwa :ggv '
Q
DEPARTMENT OF COMMUNITY Pj Ciryof
AND ECONOMIC DEVELOPMENT
ENVIRONMENTAL (SEPA) DETERMINATION OF NON - SIGNIFICANCE
- MITIGATED (DNS -M)
PROJECT NUMBER: LUA13 -000517, ECF, SME
APPLICANT: City of Renton, Renton Municipal Airport
PROJECT NAME: Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging
PROJECT DESCRIPTION: The applicant has requested SEPA Environmental Review and a
Shoreline Exemption for the Seaplane Base maintenance dredging, located at 616 West Perimeter Road, Renton
Municipal Airport. The project would be located in Lake Washington just off the north shore in the Seaplane
Base. The project area is 76,000 square feet across. four parcels; two extending into King County and DNR leased
land.
PROJECT LOCATION: The north end of the Renton Airport, west of the Cedar River near the
southern shore of Lake Washington, the project extends into King County to the west.
LEAD AGENCY: City of Renton
Environmental Review Committee
Department of Community & Economic Development
The City of Renton Environmental Review Committee has determined that it does not have a probable significant
adverse impact on the environment. An Environmental Impact Statement (EIS) is not required under RCW
43.21C.030(2)(c). Conditions were imposed as mitigation measures by the Environmental Review Committee under
their authority of Section 4- 9 -070D Renton Municipal Code. These conditions are necessary to mitigate environmental
impacts identified during the environmental review process. Because other agencies of jurisdiction may be involved, the
lead agency will not act on this proposal for fourteen (14) days.'
Appeals of the environmental determination must be filed in writing on or before 5:00 p.m. on July 26, 2013.
Appeals must be filed in writing together with the required fee with: Hearing Examiner, City of Renton, 1055 South
Grady Way, Renton, WA 98057. Appeals to the Examiner are governed by RMC 4 -8 -110 and more information may be
obtained from the Renton City Clerk's Office, (425) 430 -6510.
PUBLICATION DATE: July 12, 2013
DATE OF DECISION: July 8, 2013
SIGNATURES:
Gregg i mer an, Administrator Mark Peterson, Administrator
Public or Department Date Fire & Emergency Services Date
/17
-7/8 11-2 fy
Terry Higashiyama, Administrator C.E. "Chip" Vincent, Administrator
Community Services Department Date Department of Community & Date
Economic Development
[17
1
t
t
APPENDIX C
EXISTING FACILITY DRAWINGS
t
I
t
li
t
I I
IM ` iij '\ I
�� N �y a6� \ r )
7a 11
m V
Wif
DA —
rn
o oil
Icy 9
ov
I� 11N
III
IN
00
I sip
lit
oil
lit
Mi
lu
Ai
y
mill
To
N
��DI
I
��
ov
I� 11N
III
IN
00
I sip
lit
oil
ri
r rn
13
q�R
ui
ELL
z
ZO
6 c T
OwLgm
rD 14w
im
mq
iL
�g
N6
I IP
g'.
rn
n is
(}
\/ ?
\�
\ \ ® \ »r
!$ «
: t:
1a
r-
0
qj
i
I
J
�S
r
' o
X`
r .. \[� \an \pJp \pE51GN \�0J0- OB.dwy
{y @�I
7771
�
�•
F
N a W Tc v�iAmm �a �o
o Y 6 /
°
m;
°
4
gm
o= s2a m
'
• T F
tz
z >x -
�1
2"� 1 1 161 '
I
°
1 1 1 1 ! 1 1 1
i I I ! a'
� m _
I-
m
IAFy I
C pF
C
m
o
I ��j-���j
17m
Ism `o /f
Z /= r >\�
a
C �
m
t f,
IT 1
fill� C I
IN
T
00 C.
n m 4m m r'Em
pm
rte, jomAm
m mp
3N
°
W voii
7771
�
�•
F
D
A
to
°
Z
D
gm
.TI I
D
r --
'
m =-
tz
z °�oA
s =o��
m
+ I
0
� I
I
i I
f �
o
I ��j-���j
17m
Ism `o /f
Z /= r >\�
a
C �
m
t f,
IT 1
fill� C I
IN
T
00 C.
n m 4m m r'Em
pm
rte, jomAm
m mp
3N
°
7771
�
�•
e
spy
D
A
to
°
z
gm
4' -0" MIN. EY
'
t
tz
MIN
BED INL
- SEE NOTE
MIN.. li
m
C
m
Ap
Z.
F
\1
Q - SNA�'�O•
i
n,,,.•q i
^
v
z
om
£
G
tl B <s°
E
m °o NN� co
�n1 �F y9
om
.A
o
Z x
Fm
m
ag` tmiv
m
ox
m
IF
cm
n
`
F i-
imzm�
FOO
n
2, -6.-mi
"
p
Sig
_
1
°
1. gz
z�'
FF
o2R
1
.� 6f std Di.
/^
!✓ 6i
a r1p
06
D°
m
wS
mg..cG
••
oomRrF
ECm myz
NEV
6£ A 1 z F 4 m 3 K
m
3.
z=
�
�•
Rr d � °' .•
a i� � N ^� F
D
A
to
z
gm
u N R
z
r
tz
oz o
<F�
�z
°m
z
r
o zo
m
C
m
Ap
Z.
F
\1
Q - SNA�'�O•
i
n,,,.•q i
^
v
z
om
p'
2 <
yP� a
r
a g
9
z
m
om
_
o
=
m
IF
cm
n
`
F i-
imzm�
2, -6.-mi
"
�i�
Sig
_
1 �n�z J
SA SS
-O" MIN. 2' -6
1
F
a r1p
m
wS
mg..cG
••
ECm myz
NEV
Ff
X pp
m x°
N
m
W
•
��9 ..zt
O
I�
��
d�!
rl f ii
man
_
.
'ELECTRic.aLA
AM°OFhmicACCnsmxtiunU
�
� �
T
'
_
OP
°
4
Y
�
•
As- dam! <r -
°- 'y
7
CRY OF RE ON
-
SEAPLANE BASE
128 134th Street SW
Suite 2W
o
Everett, Washino,n 98204
Gh 425 741 -3800
"
ELECTRICAL, WATER & FIRE PLAN
a
AND DETAILS
I:\z4\ee\GS0\0ESIGN \4830 -0 d.
6
T IM
o
o
m
iN
vnOm of
cl
m�
° : °' i
m
I I
r
1
1
m
U—j,
r
1
__-
r
-"1 - -i
j
aims
m `_
Z L,
�
z
—r
>o
F
^z\
Z z
oa=
l
pEY ZO N.
A \a yuP
lz
o0
�$ o
EXPOSURE
z
Y Nom' I oso. V V
9 I
�\xp \ vr3 CIF I, m P a
" s
pz
Qo
_ z fo a�yelo
0 x c n r
A __
Z
Z 1 I i'✓11J -
u
A
A
C�� mfg
°
m
z e
-
°zO aeF I o Fi -_
1 '� o .
;p
p 4 0
z
3
CUT
BACK
- -- - -- -... -- - — m r -
-: F
/
oR
o H
0 lo• - m m Z
�r z � ••� ••� O',•• � � r E 7 � m
m of
Ml _ o .,• ar. f, Y
_ LiP�I, nwrwe xrnke cW.e.n�ra ��
R.c.oL D Nr•
• As- ate, <T - _ ,
p
d X
CITY OF RENTON --
SEAPLANE BASE 728 134th Street SW SuOe 200
1 1 1 ' 1 Everett, Washingto 98204
£ s
z ELECTRICAL AND WATER DETAILS Fk 425 741 -3800
CO •
O
O
0 1 0 N -0
�
0 0
0 z
m m M7
O
z
Z R Z� '- -.o -4 - ,
Z vamp 0
o F Z
o o
z2
z o2z 8
Im W yc� 0 -0 0
m
z
M
CA
CO 120
I M
f7
Z,
oz �m,
01
110
vz 4-1
a a, -zo Z.2-
too "' - 2, - - ----
CO
M: R
Cl) A.1 I
Z�5
> ul
01 W�-q
zo A-M
%6w
C.m
gn
m m w CD -n m
r- r-
M. c-, �,r, 'M. P, 0> m 'F-) �,- - < z
3a, 01 E5 - -r,, 4
Z -9
> > C", > z
m M > m
w
> -4
z,
z 0
- >
M- c-, R z
> m -j 0 0,
--' ". 0 m
M - -04
C, � >
m -n -- 0
0 z
0
)b. z
m z ch = Cl)
> r7- >
F > Z cy z m
M 0 -1
--I , >
> > 0 r,
Z F m u)
0 cn -4
0
m co
4
r-
co
S60C - 0 Wal
.,F.p >
0,
z
9.
m
>
mmmma
o Z
Ca
o p
I
I
I
I
11
I
I
I
I
I
___ oe/ os) i0o�: is- n�� \�ASe\ono \ocva�.eaa- o,.e.c
i
i
-
Z5$
x
s
_
-
G).'' -_
o.
--
-
Y• Yi
o0r.
-
O9__ —
—
s
y
4 �'s
o �F
560€ - Oti ` Ual
1I I
I
718 -134N Steel -.SN- :Sole 200
QJ 141-JtlW - --.+
11 11
4
�J
i
i
11 11
4
�J
- .. -o
F, yam
_ N
E,
n F
ao z
0 I
II k
mI�
- m
ED
IR
- O
F
-��
Z
Fla
—1
40-
_ LIP\
c.. I
C� 1
o _
F F
\ —
CITY OF IZDgQN. - - -
C
P2 '4341V' iel SW Swle PW
SEAPLANE BASE -._ .. ..
291
DEMOLITION DEMOLITION " PLAN 800
- 460£ Of 1131
P
t
e\ I
Anal
� l
t
5
-'86- r
II ,
r
,A
\q
Onz
crry OF BENTON,
SEAPLANE BASE J41h Sve¢I SW Su ite 200
cmu gliTar,
DREDGE
PLAN _ Pt25 At 3000
ot, —.(tai
jj
p p p p p
tr 1
j f Q
71t
L
In
mo
P
i
NO
'g
773:
Y-o
s
Z MIN.
p P p
-I -,- A I I I I I I I
Onz
crry OF BENTON,
SEAPLANE BASE J41h Sve¢I SW Su ite 200
cmu gliTar,
DREDGE
PLAN _ Pt25 At 3000
ot, —.(tai
jj
tr 1
j f Q
L
Onz
crry OF BENTON,
SEAPLANE BASE J41h Sve¢I SW Su ite 200
cmu gliTar,
DREDGE
PLAN _ Pt25 At 3000
ot, —.(tai
jj
tr 1
L
mo
Onz
crry OF BENTON,
SEAPLANE BASE J41h Sve¢I SW Su ite 200
cmu gliTar,
DREDGE
PLAN _ Pt25 At 3000
ot, —.(tai
jj
tr 1
pit
P
i
'g
Onz
crry OF BENTON,
SEAPLANE BASE J41h Sve¢I SW Su ite 200
cmu gliTar,
DREDGE
PLAN _ Pt25 At 3000
ot, —.(tai
jj
-----------
R,� -
o
z
-- ---------
(t D
-
5
W67-
nb
HE 7_
12'. ED. ED.
SM -SP
C.- -S.
ED. -EO. 12-
R
1-71W
All
I
24-
--- OF
MY RENTON,
yto
------
1211 1 a SW Sme 200
'4r is
41
SEAPLANE BASE
FLOAT PLAN, SECTIONS AND DETAILS
E� 41im
o
z
-- ---------
(t D
-
5
W67-
nb
HE 7_
1-71W
- ------------
7�
24-
--- OF
MY RENTON,
yto
------
1211 1 a SW Sme 200
'4r is
o
z
z
z
(t D
-
5
W67-
nb
HE 7_
z
z
24-
--- OF
MY RENTON,
-
------
1211 1 a SW Sme 200
41
SEAPLANE BASE
FLOAT PLAN, SECTIONS AND DETAILS
E� 41im
Ot, Gal
77
- -- m /oe /aooass -em— �F'alee \wc \orscu \1e>o -o
cQ
I
1'
l
�
I
i
In
-
r'
_'Aff
to
1
I.
rj
Z
I
I
`I
�r
I
I
I
I
I.
cQ
I
1'
l
- -'O
In
I �
to
Z
`I
�r
I
I
cQ
l
- -'O
_
Z
`I
�r
I
I
o wi do »_eo -,m -_ \24\9e\—\(
.728') Mr. Sheet SW Suite ZW
I:
' I
_ I
_a r�
G �
I........,_ _.... __ _. _
Tj
Q _ O
to H
ju,
4
Q
1 a
_
WU
Kkc
¢C v. °
Q' -'a d.:
".,.R,
O� a�.,�th
M
- z+.
ILI
M.'
% 4 std. tii ; a z*
Gltt OF RENTON
a28, l3llh Streei SW "Smle 2W .. _..
-_ SEAPLANE BASE - -
_ 1 I Everett Mlashlrgton 98204
ILL
L a
-- I =- BOX CULVERT SECTIONS AN DETAILS'_ - 'Ph -'42 1SJ 3808-
S60£ - oV - Gal
z
AE Ww"R
ffl
Z
U ; /)
a lit fA\ i I i L t
Fn
I WA
F/ �e
IF
to
c Leo fray I �...1 1 Fo
° ° A�
?o
m �m
B y'
-
_ -
-Nisr MIN
st
STY
✓ � � EIENDINLI IN t�
- - ..
wou
s�
EAR A..
1 its
will
°.
FF �
6JK6DF fs � �J
- O
ZEE V -a.m4 -F. z
- o - x— N
z
gy
gkv
WEIg
- R F S g N Ew RN
gQE
�y m
g
go
lit i
vAll _ y
°T -
CITY, OF .RENTON
-- i - . -- _ 728 -134U Street SI Suite W
.. a _ -_ - -_ SEAPLANE BASE - 2
- ._ - -
_ - i, 1 1 - Eveall WasMrglon 981W.
ELECTRICAL, WATER & FIRE- PLAN. 1'n 445141 38W -
-60C Ot- Gal
-AND DETAILS - — - - — -
I�
II
Fl,
APPENDIX D
' CONSTRUCTION SAFETY & PHASING PLAN (CSPP)
1
C
t
t
t
11
APPENDIX E
UTILITY DRAWINGS
gp*euaIs - lqnj aiuelaw (q Wd 4E:Z - £TOZ 'ST Isn6nV :pallold
Wd ZUZ - £TOZ 'ST Tsn6nV :pa3A!P3
6mp•TAa'd SM TOSTL -ZT
]NI 'dnoijo 9NI-d33NION3 VN3IS
r it m r m m= m m m m m m m m m m r m
gp,eua!S - IUnj aiuelaw (q Wd b£ :Z - £TOZ 'ST Isn6nV :pa:90ld
Wd ZT :Z - £TOZ'ST Tsn6ny :pauip3
6mp•T -'d SM TOSTL -ZT
'JNI 'dnodg 9NM3NI9N3 VN3IS
o
c W „ J„
Gi •U
ii
Q w
>
a » E-' w „
r �^ O m C d Q Yi '� « O Z L
2m�E'°'Atw
s
s
CLn
31f1
O
Q
HS
a
L..?'
a
o°
E�gcoLLN3=
._
c„ G „ :Eij :6 U;5 —�O`;r
.-0
'^
°
<
a
i- W
Q'�'awiq�o
®
LA
�'Ulr1
W
w w
vv
v
aw
'^
E o _ ^ a
�A waaNev =�. =_
`�V
.}r
/I
Q`
'
a �i
3 3
N
z
w saE�o <�
d C CN
dj
'o m
"w
r� «cco vY, m�uo wog a_�1D¢
CU
Z
3= r
aZ
D
O
�$ ° -�6muo
�° mss„
+O+Y�
o on
0
ww
<”
wm
a�
„� °ae «wr �o¢ °.
w; ” "�«°°`z ��w
"�o„
O W
%`1
LL1�
}z
f� cd
ZO
OZ
J }O
R
<<gaNW�t
5waz
JoaaNi 5
••
.�
61C C
"�O
oG E
aai
c
wm
o m
Nw
r
cmau''=md-
F¢
w Maio -�d 'Ao�
"Y,- a'V`oo
O aEa��a= �ac
z
O
E
t i��-
1 I
o
8
= ^�oz�
w
m
o
f-w
we
a
w}
m
~
a ° °a ° -5� ° -W Z�z
00
W f6 Oa-7
�t0
„`o�-
o«
r5'�'a �w =`o_a NOO. as le
W °5
g �a
Q
=..�
oC
°uJ�as�
LJ
~
�O
N
a „E�'oE
m E o 7 N°” o r
n ze
°LLG
s
w0
z u
w
~ol
z
Q
z
°ry
_EmENmco
° E w° w° ° a'
"� °a °E 3
a °ao
K W
(L !s
az s
O_
O
O
O
O
N
Op
O
(
I
+
O
i
i
00
I
I
- .... _.._.......... ._ ............................I
i
0
m
�
00
9
I
3 F9z3i
I
w
m
Q
O
D
I
w
Z
I
aw
m
W X
°o
j
a
(
�._a..._._...�
+
}
I
�
O
i
I
II
o
O
' .
1��
!
J
Z \
I
L J
Q
I
O U
C-4
3N
U'-i
o
w >
Y
O
..................._ ....__........__...
- —
— —
.— ._4_._....................
_...__ �.__.... - - - -- - -- -.._...
....L............._._..........
- -- - - -
--
w
+
a
....
U
Z
J W
m
n
F-
O
i
00
w
af
>
O
I
- - - -- _
I
_..__..._........_._...._._._..
..............................
_ ...... __._.
;
r
0
D
m
I
i
...........
_.. -- - - . .............. _ ........... . - --
�
--
O
+
O
i
CO
m
\ i
I
!
O
m
m
w
J
I
O
I
LO
1
m
m
1
j
O
O
O
O
O
O
O 00
Ih
N
i
N
I
gp,eua!S - IUnj aiuelaw (q Wd b£ :Z - £TOZ 'ST Isn6nV :pa:90ld
Wd ZT :Z - £TOZ'ST Tsn6ny :pauip3
6mp•T -'d SM TOSTL -ZT
'JNI 'dnodg 9NM3NI9N3 VN3IS
1
i
�
Q
°a
/J
!6
Z
g8
O o
O 0
g
CD
Y
° W
DO
CO 0-) � o
00 N $
_ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _
O o
s`
1
i
1
Z
g8
S8
g
Y
° W
_ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _
_ _ _ _ _
s`
\ � i
gg
�i R--
\ — — _ — — _ — — — _
/ \ I
/ \ 1
\
\
\
L a. \
\ I
Z
O W
O
=Z
a Y �y
N
3<�ipn
2
Y Ig ?
�s
w
P. Cc a<
W �
ww
? a
e
� o �
� E
(nZ aR E
Z -
O
SN °�uS Y
N
O
2 �
O �
�I
O O
R 2 h O
u v
`v o
E
o
v m
O
O n
y i
3 ca
oagi
_yE
mxm
° v ; c
c] mm
�m
o
o �
F UL C�-
O O O N
2
a v o
r a c
� u •6
C ¢ v
U w �
O
1 1P
8.aa Q
t h3W
VP %P
Ia�
I�
I I '
I I I
�I� a
I Z
I I 1
b
{
I II
II; W
Q
I� IZ
v I
d
j I b
I I I I
I
2ti0�- tiff W
-h3Wl II hU .
W� 2
° y
�4
,1111 0 /' ay
III ul mg
wW ti o 11'_H `I ci
1\ cmc
ai
I/II %
am
I °
I t
\V
a yl II /
�W° III ICI III I.I \ �
b l A
QWti 0e h h3 w��h� h
SCOW �ZW 4 W2 l�iY��+U W
I
a
u
H
¢
H
f
z
0
N
O
x
W
a
N
! \V N N Q e
0
U
Z a
O �
t— Z
u I W U o
ti
1 h VQ Whr1 WW x � 2
tW �.
w w
o s
I-
III
LL,v
e
a LU
I�
_J
Jo
y
qo
Is
y a
O Z
f
1 1 !
}1'{1I11
y
W
V
W N l
O
f ZN
Y °z
W C7
wyc,W a
Z�0
2Q°
w ,.
Z Q
F
2 K
!
h
1!Ij}
III
.il
a a
a W
J
O
3
/
,N
w
U
�
Qoa
14W
JU
a a
I I i�: ��
U
III
O
Yti&
Z Z
ji.l
11}x✓
I,
m m
,� II II
I
- lillj
°
Qa
I
Z
l
°3
gz
j� A m y W
r
oQ
F
z
o w
N
! \V N N Q e
0
U
Z a
O �
t— Z
u I W U o
ti
1 h VQ Whr1 WW x � 2
tW �.
w w
o s
I-
III
LL,v
e
a LU
I�
_J
Jo
€
y a
z
1 1 !
}1'{1I11
y
Z
ai Ory
a
`
la �W
a a
a W
J
O
I I i�: ��
-I
III
ZO
! W 1 >
� d
� _
ji.l
11}x✓
I,
Ili
,� II II
I
- lillj
y Z W
h - y -j t F p
L
! \V N N Q e
0
U
Z a
O �
t— Z
u I W U o
ti
1 h VQ Whr1 WW x � 2
tW �.
w w
o s
I-
III
LL,v
e
a LU
_J
Jo
€
y a
z
1 1 !
}1'{1I11
y
Z
ai Ory
a
`
la �W
a a
a W
J
O
I I i�: ��
-I
ZO
! W 1 >
� d
� _
ji.l
11}x✓
I,
Ili
,� II II
I
- lillj
y Z W
h - y -j t F p
L
II
°3
gz
j� A m y W
r
oQ
F
Ill
!'I Ilil
11
Il
p�
�v
Z
l I
If. I I�I
I �l
!I Illy I'
h
am
.lil{
I I II
W�
i+
•Il: ..I Ili 1111
I'
! ( I'
og
a
i,�l
II 113 dllkl
III 111.1
VFW
:Ill �� 111
1 1 1�/
',11
i I
°U?
Z I V Y
•'
I I'
H
!l
e�A
I
W
W W'
^
-
III
1!1111111
111
a
I I' 11
1
Ill
o
W
It
\
I
I
r
II
°3
I
a
ll
MH
l
tie
r�
m
MIMEM
n
n
F
P
0
�
oE:?o. x3j�
ti
o
°o
o
y
:M
: �I
11114
11H.
ik
kF
Hi
ga
j
I
ILI,
M1110A
II
WAN
lli
11H
III
III
+
JU
11
�Ill
1j
II
i 1i HUHN
HT
cr
R
W
_j
'r to
3: 0
w
X
C'J
N
III!,
Ilk
lil I
I
H11
II
.,tee
X
I
Pill
I! i
I
I i I
.IIII
1
ill
.
i I
;
I
::
1
0 w
II
I,
W
11
Lill'i
Hill
I i
it
I
III
it
-III
I
H IIII
1
II
>
0
H111
III 11,11i
'III
hil
1'.1
Ihi
IIII" I III ICI !it
IIIH 1141!11. 1 1,
IN- I
11 Ill I lit
HIT III
it
W I U
ma
II
4
1111M
m
MIMEM
wool
I
ik
ga
j
I
ILI,
M1110A
II
WAN
III
■1
LLJ'
uj
W J-
i 0-
t
Nil Milli
Ram
'lk
11' V
J41
I
ik
ga
j
I
tit S
pW
mj
Z m m
W
Wy
__
________.iii
VIA
mo
OUJ
ioh
c
�im
cr
111
im
Lu
z -j K
ILL -j
Z
z cr >.
>.
ca
c
P-✓ o-1? 1-4
C
z
DU
all
0
lmilm
OPm
NO
Z�
ow
in.
Z,
mm
I,
I
_j
Z m m
W
!In
__
________.iii
VIA
Y;,j
OUJ
IMININNIII
Ill
�im
cr
111
im
Lu
z -j K
ILL -j
Z
z cr >.
>.
ca
m Iz
P-✓ o-1? 1-4
z
DU
all
0
lmilm
LIM
NO
Z�
ow
in.
Z,
mm
I,
I
_j
Eli
W
V)
In
illillilluRill
0
ra
1
pill
I
on
SOME
I
NN
1111111
Hill
ilillillol
I
I
110101
Uj
WHO
10 1
111
M11110,
�
mii��
li
14
N
1
NINE
1..
I
How-.mmooffolousi
1H
HH1IH
Z m m
W
!In
__
________.iii
VIA
Y;,j
OUJ
IMININNIII
Ill
�im
cr
111
im
Lu
z -j K
ILL -j
Z
z cr >.
>.
ca
m Iz
P-✓ o-1? 1-4
z
DU
u)
0
lmilm
LIM
NO
Z�
ow
in.
Z,
mm
I,
I
_j
Eli
W
V)
In
illillilluRill
0
ra
1
pill
I
on
I
NN
1111111
Hill
ilillillol
I
I
110101
Uj
WHO
F-
�
mii��
li
NINE
1111, lillid, 11 !iII1,111., 111
I
1H
HH1IH
IT
I
Him
lie:
IN
__
________.iii
IMININNIII
Ill
�im
ION
111
im
R
lmilm
LIM
NO
01mma.l.r
in.
I
BOOM
In
illillilluRill
0
ra
1
pill
I
on
1111111
Hill
ilillillol
I
I
110101
WHO
�
mii��
li
NINE
I
1H
HH1IH
I
Him
IN
NO
MEL
I
mi
m
ill
IIIIIIIIIIII
Ulli
11111110
11
HIME
1
m
in
0
1
OPINION
1111
1
IN
INN
IN
Will
0
Hill
Him
M,
1111111111111111
mum
I
Howl
1
IN
0
limillillimmilliumi
mniimilmlmmlilRul
Hill
NO
I flu
1101
mui
11
1, MR
m
1110111111111i
IH11H1HN1RH1RH
1111111
RHIN
III
11
H1 11 In
I Im,
1 11
111,,,
INN
E.
SESSEN
ym
WV
NN
mp
ti
yid n
O
ti
W
0
LU
oQ
w
O
Z 2� Ic Z
K) W
Z
W
Ju Z
d
('r in
OD
z
0
z
w
It
w
. i a
INHIR
Jim
U,
Z
(Do
( C) uj
LLj
0�
U)
Z
MEMO10111111
43
o
ICI
w w
Ii
r
-i Q2
I
Lu
Mj t
Rilloillmomill
iis.om
(3
�4
11
RIM
iiiimi
Ilmor
11111
1111110
mmIN1011111
1.IE!Iiiil
IBM
M911milm
LLJ
HIE
VIL
IQ
a
mimil
mi
IN
llN=Im
li?ulimill
lllllll
HIE
LI
LU
oQ
w
O
Z 2� Ic Z
K) W
Z
W
Ju Z
d
('r in
OD
z
0
z
w
It
w
. i a
0
z IL
U,
Z
(Do
( C) uj
LLj
U)
Z
z
43
o
ICI
w w
-i Q2
Lu
Mj t
(3
�4
U,
LLJ
VIL
IQ
QQ
LLJ
z
-j
2 � in
huh
n$
pe
a ir fi)
0 0
z
-T
z
ZW Ow 0.—
Ve
3�
Z
Z
U,
Z
(Do
( C) uj
LLj
U)
=wW w
Ni N N
W
Z
Q
(U
�-c O / Q W a_
I 0
—4
w Q �
Om� ~
W Z
cc W a U
z w6
5 0(Lo \
3 t'tt F-WQ Z
J v a 0 o— —
N(6 UJZ O
U C, — !2 W
.. I
U a�,
W �� U
Q Joo W
o O
J. � �
W w CL J .m
Cf) 0
°n Z
17
u) ~
� u) Qz
ol
.j OL ® O
J
Z ,
o
Z
o
O mo
�a
o
J d'
J W
W F
a �3
Z WD
Q Zo
W
W o 0
Pq 3F
m� f4zo�
Q Z _
O W I Z ZJa 4z
> w < a ~ dw z�
Q \ to O d N Q -<
CL U Y� O O QM z Z¢ U
F F o_ x O 0O
0 U L w U N
Z w V1 O N O
W
_ zo�
W ~ z
U
z ° O �� <>
EL J
U)
J Nz~u
a'�9zo
z
-
z i WNmza < z2 ow
�oQ Li
03 I , — A,��
LLI O 2
0 W O �
W U
o a
a
a Z (nr
O (n m
Q � P 0 Z
o��,
a ° of Q o
w
D u,
J Z
a W w
W �
0 0
w m
co
< ly
0 0
U � W
Y H
of � Q
0 N o
o M a o a
V) V) � V)
(If Of
LL) U
z a
z
} r Z Q
m
m Co m w E
0 0 o E LLj w
Z W' Y W W
U W U � �
V,1 -WOO
FILL, U W d
9 -1s34s 019 80�F auoldoaS uoluab SZ60£l0Z \PJopuo3S - g -lsl4s u6isa0 jad gfi auo,doaS u0l-8 L16WLOZ \u6!sa0 - L \uoluaa to L3!0 -7777731U
D I
� 1
� I
a
a I
w
0
x LD 1
Q w 1
O °p I
Z
a
W L 1
Q Z >- W I
a) Z Z
Q Of 0 1
W
z
J
.................................. ............................... .......... ............................................... ............................... ........
W
W
\ N
\ .......................................................................... ............................... ...... 0 J'
................ _
1
w 1
d z -
o Ww S
°
CO
ti\ Q - f.
d ua :rz, o
Y` z>
w �° �1 I
.Ui ' vw) w 1 � �
w W
z w n 1 0°
\ fb
o z °z 1 > a
z
O' �Zo
\�\ I O v) a O r
m aWa
Q
LLI LL) �u 5 ly
Q �m0 W1.
of Z,- '1 N
O +
3 A: _ - �-- -� --
Lj
cyl-
O
rill / /,� ^�
zo
u) 1 1
a
II 1I;f -uj A
11 cr
�//;;%9 Q� / m1 /� //�
v .v I/ /il „ /r /ll1 r-/ / / /j /i /; /ii m -� oll l�lX I z
ll o 1 I
.l'Nd/ /ii�a /i / /i�F ;a /llr I
Z 0 O
i// ,/ , _w z
is \\ \V A I I IIII �•I�lijl /�/
w
d,,. p?
i A 1 I / )J1 /Ill'I,111�!v- Qw�o
w
°U C`7
OZ 1 . {• ..�• j1'Yr,
1
_ O
O
' z _
F vi F�f
Z lwl,
o�Wn
0 m M 0)
J W r N
Of U N
F� w
ZO w II "i
U UU))Zco
F_ OM
U )H CD
W Q L.j
> 00
O_'zJ�
Q- W w z
4F
s
00
N O
N N
W W
J
W
J o 3
v O
W w �
Q Q ,c
3 a
3
S 3
U
= O
} }
Of Of
Q Q
Z Z
00
0 0
w
Of
`
z
O Z
F t�
O
wJ
U
M
w�
V W
U r ,
o
z
'
U a-s
l'{
app U
Z
M
0
Of
A
Z
_ -�
i
0
Z
D
fn
W
0
o 0
W Lv
Y
W U--
F W
Z x
W U
w
�3
r
a
F-
Of
Z
z °
W M
a
W
d
:-IJ
ON
a
N
<
KZ
W
N�
O
O
Owa
O_ O
Oz
O W
ZaOQ
J
bj
Q
(7
1
w
Q
�w
�vo
nom
wQ
on
o }a
W a
¢�
oNmF
OZ w
1 0
w
<
OF0
of
cn<
Lj
U
>
of
U
z W
d
1 Hvi
WZ
•...
oo
zcnwN oa
U) _OW
wof
OZQ
W°
cr
O�JO
y
A
W
O
D_m a0 O
f
LLI
ODUN
}
0_
OU
W
Q
N
U7J
Y>OZa
K.
X
N
°0
Q
O
OOlwi
mF
w
w
0_U
00'
FO
F W
wS
WU
zaZS
+.
Z
0_z�
a W W Z
z
o
co
(n<
w
�FN
a`
aQOF
L)
Q
ax
2
x
�v)
U �i H
za
�i N
c��°
Z
cai3
0 J
=
na
N
i
°
o
m
d
w a
o
m
D_
M
Q
0 w
o z
p
�z
a
° F v
v
V) W
W U 0
z w n
N O
z
J W
�_
0
Za
S O
v)E
V7 Q W
X m
m
W.z
W
W �z
Uv)
J d- Z
v) 0
+ N
Z 0_
v) J Q
o
} z
W
Z
Q
W
F
U) w
c) J Y
N 0
w vi J
W S
w Y O
N
U
Z m F
° W
+
J J
0_
2 }
Q
F J U
a
J
�'
Q
O x
U
} °
a Z
O
F
W
m d J
amQ
OQS
Z F_ O
off-
°
HOW
Q U)
F
}Z
a
F- �FU
Q OO
W W
O O
F m 3
W} 0_
a-~ F
0'
w
Y
z:
O
r^
w�J
>>
}U
W
w
L`�N
O F
uto
230_
1-W
U_ ZJ
i 3
S J
Z 0_ Z
O a s
O J Z
o r O
w
x
0
O W
wN
v'
W
Q W
Soo
F w
Wo
Z
Z
�Np
J1=�
aF�
wO H
� f
x
J�
Uw
ZZF W
SO
O o
U x ir
a x o
z
J z
Q
z
J
avi
J U
a�
W O
��QO
Q
O
UQv
x>
Q
D-
w
W
OUOw-
Z
I
I
I I
(
Z
m:
aH
O
V)FFO
o0O
OD_ "z
a'ww
W
1
Q
25 =0)
°°aa
ado
I I
°
I
o>a
oo
�_
aX°
�'Zo�
° _'
Z W
O
Z Y K
M d'
a x Q
a O W
Q W W !Qi
J
I
W
°bo
Xw
Joao
oo<
�c2aa °z
owd
owao
WxNJ
w0_
Q
0000
oMo
JJQa
W L/)Q
L, m aw
0
N
M
Q
u7
O
r
W
D I
� 1
� I
a
a I
w
0
x LD 1
Q w 1
O °p I
Z
a
W L 1
Q Z >- W I
a) Z Z
Q Of 0 1
W
z
J
.................................. ............................... .......... ............................................... ............................... ........
W
W
\ N
\ .......................................................................... ............................... ...... 0 J'
................ _
1
w 1
d z -
o Ww S
°
CO
ti\ Q - f.
d ua :rz, o
Y` z>
w �° �1 I
.Ui ' vw) w 1 � �
w W
z w n 1 0°
\ fb
o z °z 1 > a
z
O' �Zo
\�\ I O v) a O r
m aWa
Q
LLI LL) �u 5 ly
Q �m0 W1.
of Z,- '1 N
O +
3 A: _ - �-- -� --
Lj
cyl-
O
rill / /,� ^�
zo
u) 1 1
a
II 1I;f -uj A
11 cr
�//;;%9 Q� / m1 /� //�
v .v I/ /il „ /r /ll1 r-/ / / /j /i /; /ii m -� oll l�lX I z
ll o 1 I
.l'Nd/ /ii�a /i / /i�F ;a /llr I
Z 0 O
i// ,/ , _w z
is \\ \V A I I IIII �•I�lijl /�/
w
d,,. p?
i A 1 I / )J1 /Ill'I,111�!v- Qw�o
w
°U C`7
OZ 1 . {• ..�• j1'Yr,
1
_ O
O
' z _
F vi F�f
Z lwl,
o�Wn
0 m M 0)
J W r N
Of U N
F� w
ZO w II "i
U UU))Zco
F_ OM
U )H CD
W Q L.j
> 00
O_'zJ�
Q- W w z
4F
s
00
N O
N N
W W
J
W
J o 3
v O
W w �
Q Q ,c
3 a
3
S 3
U
= O
} }
Of Of
Q Q
Z Z
00
0 0
... .. �.....�... 1 i \ ) 1 r/ /1�13.�......:.
V...�1 �,� .� / �: —i a
\ \ l
[j / /// f \ I /...f....�.• \ w O w �1 1 .A..A..... A...A. �....
Z 3Q La
I lL/ ...•, /.I .. l i I 30 ao0w
/
Vi i' Qw m
/ � 1 \
� I II ,z w0O Q a wJ
m
I 1
/ o �
_
l
z
uw) a
z X ww / / i ii ,
O F U 2 V1 1 / I l \ ( ( (ir �' \.�, 'L A F 0' LLJ
�w0
z a a � / / / � �� ✓ 1 A; ' �' Z�00 3W
LLI wZO W
L<
2/ �3} a O O F
J4� 0 z / �' Z z o
��a \z \ \ \ !h1 0
�< V / 1, aw , F-
a0F 0 /
O eJ -
r z
W / F
/ Z_
a t . 'ts' /.t`
fitW n''1
/ F
a :�..
a ` 4
w
Of
`
z
O Z
F t�
y
wJ
U
M
w�
V W
U r ,
o
z
'
U a-s
l'{
app U
M
1
Z
Z
w
A
_ -�
i
0
Z
D
fn
W
0
o 0
W Lv
Y
W U--
F W
Z x
W U
F
U
O
w
cL
F
U
O
a-
A5- 6-n Jad Rfi auold -a uo]uam - /LAn( Ln7 \u615an - Auoiu-
to .(-
- CAC()
\:M
:-IJ
N
<
+
J
W
d
1
w
Q
~
f
°
J
1 0
w
<
�
U
O
N
70
Q
U
z W
d
1 Hvi
•...
oo
zcnwN oa
t p-
�'
m
x'
Oa N N3: }
y
A
a
W
a
D_m a0 O
f
LLI
ODUN
Q O
N
4io '
F— O J
o
Z J
w
W W
K.
X
N
°0
z
C\1
W
FON
0MFLr! aF
LL,
w
w
>w °z..•.
a
+.
0_z�
a W W Z
U
O
O Q
•'
a`
X o
ax
W
... .. �.....�... 1 i \ ) 1 r/ /1�13.�......:.
V...�1 �,� .� / �: —i a
\ \ l
[j / /// f \ I /...f....�.• \ w O w �1 1 .A..A..... A...A. �....
Z 3Q La
I lL/ ...•, /.I .. l i I 30 ao0w
/
Vi i' Qw m
/ � 1 \
� I II ,z w0O Q a wJ
m
I 1
/ o �
_
l
z
uw) a
z X ww / / i ii ,
O F U 2 V1 1 / I l \ ( ( (ir �' \.�, 'L A F 0' LLJ
�w0
z a a � / / / � �� ✓ 1 A; ' �' Z�00 3W
LLI wZO W
L<
2/ �3} a O O F
J4� 0 z / �' Z z o
��a \z \ \ \ !h1 0
�< V / 1, aw , F-
a0F 0 /
O eJ -
r z
W / F
/ Z_
a t . 'ts' /.t`
fitW n''1
/ F
a :�..
a ` 4
v) °% o x w i
w
U 45o�
U ¢Q0_ Ty
a V)0
Q Q U
z a
<zW
U a J W z
W o
o
w 0- U
IL w0
¢W
z 0
o z
na
o i
MAN
tT
�wm
wiz
V1 Z
Z
Z
W
�
I
`-J
=NO ID
N N
iU
W
Cc
I CL
/z/�
i v
/W�
LL
W
Z
Q
Z
Z_
Q
W'^
VJ
QM
W
O O
O $�
iq <m
. ZZ
O N
� Qxx
z
a
Z
p �a
V
Z
J
a_
W
V)
Z
V)
X
W
°off
N U Q >
J ~O Z_
rn x21.0
U
v o o r
z <Z-
ur z z ty
a a w hNaj
> -ZOV
aan
Y 5 mix
w
M
m
F a (n o � 0
� V)
(
w
Of
O }
z
O Z
F t�
y
wJ
U
w}
Ow
w�
V W
U r ,
F o
z
¢
U a-s
l'{
app U
M
m
m M
Z
Z
w
z
a
v) °% o x w i
w
U 45o�
U ¢Q0_ Ty
a V)0
Q Q U
z a
<zW
U a J W z
W o
o
w 0- U
IL w0
¢W
z 0
o z
na
o i
MAN
tT
�wm
wiz
V1 Z
Z
Z
W
�
I
`-J
=NO ID
N N
iU
W
Cc
I CL
/z/�
i v
/W�
LL
W
Z
Q
Z
Z_
Q
W'^
VJ
QM
W
O O
O $�
iq <m
. ZZ
O N
� Qxx
z
a
Z
p �a
V
Z
J
a_
W
V)
Z
V)
X
W
°off
N U Q >
J ~O Z_
rn x21.0
U
v o o r
z <Z-
ur z z ty
a a w hNaj
> -ZOV
aan
Y 5 mix
w
M
m
F a (n o � 0
� V)
(
w
Of
O }
w
0
z
¢
M
m
m M
Z
Z
w
z
a
_ -�
i
0
Z
D
fn
W
0
o 0
W Lv
Y
W U--
F W
Z x
W U
F
U
O
w
cL
F
U
O
a-
A5- 6-n Jad Rfi auold -a uo]uam - /LAn( Ln7 \u615an - Auoiu-
to .(-
- CAC()
\:M
:-IJ
m m m m m m m m
=wW
W
_
W
r
Z
Z
Q w
wO
(�'`
(f)
<
t
T
(L
ZQZ00
0
Q
ZwW
CD
O
EL
Q
r
�w wpW
Y
p
O
aZ°
w
0-
�WQ
=
oW
W7
zZ
UJZ
`io
Jo
0
W
W
I-
ZU
(L
a
OJ
3
j
I
C6 Q
,^
V/
W
w
Cl'
>
a
a..
C� w
w
z
w
L
J m
<
J
w
a'
J
<
a
w
z
z
O
N
0
0
U
U Y
�o
J
m
a::
ii•,�
<n
x
< °
O W
J
Q
a
�
w
t-
w
Q
_
I+I
4J Z
O
p
w
+ %�
U
0
U
0
�',
z
'�
Uo
Z
J
a-
3
<
U>
& -A
W
Y
<
J
w°
J W
o
a
E x
"
uj
J W
wU
.. Lo Z
O
m
ww
m
N
Z o
za
O S
?
<
3 ao
Vi
�.
o
o
W�.
x N
fz
U
u
Z
0
Y
�
h
r
D
00
O
<r
z
z
>>
w
<
z
a
U
<
<
0
r
W
U
<
W
pSO
v
1�9
0��8
r�
J
J
<
W
nzos�
.O
k
U
"iai
_T__
,ys
°
W
"_
4w
w
Y
0
v�.)1
Q
< =� =o
U a
ut x_g
j e
IE
Y
O
ZO
y i
_
It
m
m
r
C)
< W
Z
Z
N
'' mQON o
.sy
se
10
w
1 0
h
J
.
wU
J
w
F-
>
r�
"
Ld
N
O
o. <
U
H
m
C) ,
0
L')
?S°
LLI
..
If
IOw°
�o
�0
x
O
U.
OH
W
Z
°
w
>
W
j�UZ'
Z U
lJi�
3 Z
U
z
a
a
o
w0
Q
Y
OO
w
m
COI
J
W
W
Q)
O
W
+,
Z
>
J
W
w
o
w
<
sue°
Z
U
Of
Z
O M
N O
N
Z
<
m
J
<
o
w
U
af
rr
wt
<
J
z
N
w
Z
C
<
Cn
w
rrrZZ
mmmw�
<
W
of
O
p
0 H
W
H
O
W
Z
O
w
w
Y W
U
W
Z
v
w
-
z
w o
= m
0
w
0
W
U d
d
g -L.14. 01B 210j —ld-S uo1uaa 9Z60MZ \p,opu.jS - 9-1.jgs u61sa0 gad 95
auoldoaS uOIuaa L160MZ \u61sa0 - L \uOJuaa JO ,Q10 - £8£0 \:M :31IJ
m m m m m m m m
Z
- '
Q
N
U
O O
W
}
Q Z
0
W
m O
z
ON
r
Q
z
Q
Y Q
O W
m
p p
0
J H
J
Q O
w
�
LL)
Q
J
w
J�
O�
Ozvwi
I-O
jU
-- < -
�Nw
z
Z
p
H
O W
} Q
} Q O
~
z J
O a LL,
C 7 Z
a
O LL.
Q
p
m
Q
U
w
Z
LLI
o ~
m
J v)
~ Q
©
o l n
Z W W
Y Z O
w
�
M
w
0 3
U
Z Z
�O
o, Wr O
x~
w z
U
Q U
Q
o
W
o
m
4
J
z(Qj°
O I_
V) U Z
w7�
W 0
w
W
z Z W
Ul 3
V
W
=
U
Q
Q
(n
.w..
O(L'
Np
Z
w,
U W
F
QQU)
W Z
Z
U W
K
o
- o
N
z
W
QO
Ov7 FW-
00_
z
Y >O
005
HO
o w a jw
3
m
w�
w
c� Q
LL,
w >o
rp
ozm
az
Jzw
ova
QWx
No
+ O m J Q H J Z
0_
O
Q af
O
Q
m Q
W
jNZ W
W
0_Nw
Z
�O
mHQ
U�°
Off}
aQ
_j ae w W O O Q Wr 0_'
Q
UO
O
o }
f N°NW�
}H
LJwH
O
�a
YJZ
H_J�
Ld.
pUm
dZ
F m 3 0_~ ��.I
>iZ 0_.Z
?�
F
Z
O�
WW
o
W
Z J
V1
O
Z
L) -M
=
pO0_
WHU
7Q
Opp
00_�
WOJWp
pO
Do
x J O Q O d' H W
o O U = w a x v)
I
z
O
o
d',,
per.
0_
o
Q H
m o
J
Z7
d r
ar °Q
QZ
W
mN
d'
m,L`v
"N�
V
owo
3wm
r
JQU
d'QU)
�o�z
W~
> Q H
ozoo
co
o
�m
Q
oazp
zm}
QWv)
LLI
�Qw
04
ZWm
z�zu
a - -,m
Qio
Z
I
m
Op -v)
(If of
dw
�m>
U�-
UQ JJ
OJS
ZO_Y
Odw
Ov)cL
o
WO-
(% ~00
(�
'd0�z
W
W
om v
SlWi3°
w'
Lj V))
w�_V
v)Q z)L,
VJ
O
QJ
0vw)m
W
Doa
wmQa
¢ml u
o
o¢
W
N
M
U©
0
0
0
0
O O U O M z M r- 0 ID O UcD N O m 0 Q
M, to -tt No)Noo W
Z n O M U) N I'M Ih Q I-cD oo u70 oD
It ONM N 0)O MM r- OD 00 NN
W v) O O O o)o)00 o) � Fo MM
W a0 W of co r r a0 W n m ao 00 m
J w rnrnrno)o)o)o)o)ornrnrno)rn
m N N N cq N N N N N� N N N N
U NOOL,) Nd c))DNOO mN
O Z N�rdOO V7N�M)p Map ISO
O) M � 'D OD O) o) N N F m N CD W
CL O)D OOMo r, NOD tD F O
O m.
co 00 oD W oD O oo Do Eorrm
O u'7NUtOOU LnLr)oLOLOU 7u7
Z Z mOD W mDOmm W Dum00m OJ D7
Y
O °
Z
Z�N M,,t u) ID I-- co o) OWN M�
O
/ 1
J
1 � /
(rzyj
of z
Ld
i I r r yv 1 � w
� ( � 1A W a !
Z / 3 o z ' "�'Y , 1AV U m
O
W0 Z °Z
)- m w
w (� V o
v Y Z 3w N¢� �Lu�
Q I I zQ <Lu ;'w45 Q,
J
W W1 / II
/ ' Z /
/ F O I Z 1
-2, )I
W
LLI
of
IL
--moo i Y��2.�t /
m I w
/ - - -W
1. .� 4H:1VI.
[ /J
�/ r /,' / /lI / /J i J' i it I�. �+ r = •�' .1' O
p
of '(. .i�
Llj
/how _ - o . ./ r
p u) / t i' "
Lu
/� o Lu
Lj
�o / owO / / / / I C / Q V LU
�N I w0_ / / i NZ
p O FL
m
Qw +
1 / / / y v
1 W \/
:.......... / 1
' Q
..
/ u)
1 / U 0 d
/ ~k
O £
i ..
/ {
Ld
O / / / , •/ lye � 1 -.1...... -�-
/ J'1
\
t`1
\' Q -O)
_ z -
- '
/ 1
J
1 � /
(rzyj
of z
Ld
i I r r yv 1 � w
� ( � 1A W a !
Z / 3 o z ' "�'Y , 1AV U m
O
W0 Z °Z
)- m w
w (� V o
v Y Z 3w N¢� �Lu�
Q I I zQ <Lu ;'w45 Q,
J
W W1 / II
/ ' Z /
/ F O I Z 1
-2, )I
W
LLI
of
IL
--moo i Y��2.�t /
m I w
/ - - -W
1. .� 4H:1VI.
[ /J
�/ r /,' / /lI / /J i J' i it I�. �+ r = •�' .1' O
p
of '(. .i�
Llj
/how _ - o . ./ r
p u) / t i' "
Lu
/� o Lu
Lj
�o / owO / / / / I C / Q V LU
�N I w0_ / / i NZ
p O FL
m
Qw +
1 / / / y v
1 W \/
:.......... / 1
' Q
..
/ u)
1 / U 0 d
/ ~k
O £
i ..
/ {
Ld
O / / / , •/ lye � 1 -.1...... -�-
/ J'1
\
t`1
\' Q -O)
_ z -
- '
ii + <
f' 1 � Q
O
. (A. -•ate' w F .
-0
/
i•�J I
�n
U
:1V \
I- I
I, I
,I
.I I
I. I
I
r
/ I
I
I'
1
I�
I
/ f
11
/ •" D1' z
w o
Yli
o w
a W
� o
g -s,ys 018 210 avoldoaS uo }uaa SZ60£lOZ \P "opuol
0_
Q
w
z
Q
J
0_
Q
w
N
0
m
Q
w
m 0
W
O vv')
W
Z_ U
V
� Q
U
U
Ld
J:..: v)
J
Qp
Q
w w
J Y
� J
W m
W m
v)
J
Q
H
0
0
Ld
W
m
V
Z
0
U
U
Z
X
W
I
a
CDr
f-
Q
CD
z
z
Q
cn
N
LL)
U
U
Q
0
Z
H
Ul
w
Z
Fr-
w
0
O
Z
°
W
Q'
W
O
r
H
w
a
0 d
v) 3
O
J
w
m
W
O -�
J
Z W
O_x
~ U
Q�
U O
oz
J
X J
O J
Q
a Iw-
D- 0
Q O
- g -s,ys u61sa0 gad 135 auOldoaS uO,uab L
U)
V)
W
U
U
Q
Z
Q
LL)
o
LJ
0-
O O
N O
N N
+ +
W w
J
W 3 3
J o J
W w
Q Q H
3 Q
3
U
= o
Q Q
z z
00
ZI o
Q `D
0- W
v w
Z O Z
M
W
Q J
Q
ir N
1610
��w w
wig iQO Di
rc �
w
Z
Q
EL
w
Q W)
/w o
V/
a
Ir
0-
Q
pg0
w
who:
a:Fo
wpw
U (L U
W Q
U J w
cr Q
O ()
lli m
�� ♦ y Vd
v.m91
1J 4 y'a.
o $�
3�
W 8
W M .
dwZ
O sa
V
Z
Q
CD
Z
D
W
0
,mo?
t z- -
J ,$NZ -V
Q LLj 2 0
QN V ; V
ZQUQ
2 K K Q O N O
x � -
M
rn
°I.I,I °I.-
W (�
LLI
z Q
a
m r m z
m m w �
LIJ o o t L) LLI
U W U
N F W O O
w Z S
owUn -m
Jo AIQ - £g£0VM :3l1d
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
ld ViniV0 s)i001 30VSfl) AMIIWMI
u� ° _2
NOU22oo I 1 1 10
I
I
I
I
I
3dOlS 3003x0 '0'1
13 '(Wf11V0 sN001 3OVSn) AMl1WM1
N O o O o o l I I I 0
O
/ M
U Cep
o Z
W J
00m
LO
0'
W
O
O
<r
V
N
W
N
z
I
w
Q
JJ
w
w
uj
w
wa
o
0
Q
w
H
n O
/
p
U n
W
z_
O
Of
Lo
U W
I U J
o
N
Z w
0 �
LL)
w
OJ
>
r`
F
n
°
W
° W
O
o x
Z-9
W
WU1
I Q
o�
w o
oa
m,
I
o
o3
o
I
N
Q
Ld J
m Q
I
I o
Q
w
W
m
O
0
w
W
0 0
O N
O N
v ~ w
w
W
of
0 v)
U
°
W
O
o
N
O
of
Ld
S d O
N
N
W
Q
O
Q
O
of
uj
Q
Of
3
\ +I
W
i
0 0
o n
o
U Cep
o Z
W J
00m
O
i
(o
ml
0'
W
O
O
<r
m
° w �
W
Z
W O
o
w
~
w
O
w
w
uj
I u7
W'
U O
O U
0
O Z
n O
/
u] Z
Oo
� Q
N
N
CJ;
3
��
w
Q
x
0
I =
o-
OJ
r`
W
°
F
i
O
N
Z-9
W
O 0
I Q
I
O
0
N U
o
N
u7
o
I o
0
�o a
W
m
O
0
o 0
W w o o n o n o o n o
O x N N I N
Z J I I I
g ml3 '(WfllVO SN001 30Vsn) AMl1WMl
iU) V
z
w
3dOlS 3003x0 30 301 I
d
O
oV
uj
w
O
O
i
(o
ml
0'
W
O
I woo
I U Z Z
o
o W
w
N
W O
o
N
z
O
O
I
uj
O
00
uj
U J
za
0
C�
U Q
Q
Z
m
N
/
W
a
Oo
� Q
N
N
vJi
3 �
x
0
I =
o-
o
r`
W
°
N
I
Z-9
W
W p
w
m
I
°
0
K
O
w
ly
°
mN
O
~
n
0
�o a
W
m
O
0
w
o
O N
v ~ w
w
0 v)
U
°
W
of
Q
N
�u?
I oaQ
Ir
°
N
o 0
W w o o n o n o o n o
O x N N I N
Z J I I I
g ml3 '(WfllVO SN001 30Vsn) AMl1WMl
iU) V
z
w
3dOlS 3003x0 30 301 I
d
O
oV
I °
Li I z 0
I J w
0Q
3dOlS 3003aG 30 301 < a a
z < u-)
� H r
V
Vi
000
U m L
31wo
3dOlS 3003x0 '0'1 a V) a Of
o
C"")
I o
I
I
I
I u4
I N
I
0o I
Z
o I
Ld
Wo
0
°m o
Zp N N O N O U 0 0 0
I I
U
z? 13 '(Wf11V0 SN001 30Vsn) AMIIWMI
wOf
w0
x
N U
Q z
W Q
0 w
"o
m
m
r
Q Q
W W
1
ZQ
0
z \
w
wm
mQ
Li
ao
o_ W
m
0
O
"0/ w Uj
Ea
�o
/ W J
/ ao
/ L)
/ U
w
i O
W
o
3dOIS 3003aO 30 301
W
c�
0
o
J o
J
m U w
Q Ln
r
Q Q W
ui
W J O ~
U V o z
z
3 FL a
Q Q
0_
W
O
O
W
0
O
0 0
N O
N N
J J
w w
J
w
J = 3
0 0
ii
w w�
Q < �
= 3
V
= O
r r
Q Q
Z Z
O O
0 0
13 '(WfllVO SA301 30Vsn) AMIIWMI
O
0 m O m 0 0 0 u7 O
7 N N I
NN
I woo
I U Z Z
o
o W
w
N
W O
...
W
N
O
w
uj
00
I F
° � U
o
to
C�
U Q
Q
Z
m
N
/
Z
>U
°
°
I =
o-
o
°
N
~aa
v) v)
w
m
(n ww
F� m W
0
mN
O
~
n
W
w
o
V
I O O
I 0Q�
0 v)
N U
o
N
�u?
I oaQ
w�
Q
l
of
o
I �QJ
3
\ +I
o3
0 0
I W w
o Of
N
to
m o
nw
Q
I J
NN
O
I
I
w
^ v
w
u�
C')'
m
Q X
I O
wl
�rnI
n +I
O
w
�wl
M
Ld
��I
cr
U
La
o
UI
LLj
U
z a
W
�o'
N
1Q
W
I\°
LI
�m
o
Z °
o
N
I
�
L
�`
Z w
l
O w
w
1
N
_
~ ° Z
W
N Z
( N
Q
N
W
Ld
I
O
a
V
0
Ld
of
N
°
N
I
I
o
°
0
3
m�
Q
W
I
K
Q
W
I
O
W
Of
v
r
p
0
I Z
I 3
W
O
O
Q
w
0_
N
3
J
J
Q
m
O
m
0
o
2
°
um, O
O
II
o
O
N
0
0
X
W
N
o
I
I °
Li I z 0
I J w
0Q
3dOlS 3003aG 30 301 < a a
z < u-)
� H r
V
Vi
000
U m L
31wo
3dOlS 3003x0 '0'1 a V) a Of
o
C"")
I o
I
I
I
I u4
I N
I
0o I
Z
o I
Ld
Wo
0
°m o
Zp N N O N O U 0 0 0
I I
U
z? 13 '(Wf11V0 SN001 30Vsn) AMIIWMI
wOf
w0
x
N U
Q z
W Q
0 w
"o
m
m
r
Q Q
W W
1
ZQ
0
z \
w
wm
mQ
Li
ao
o_ W
m
0
O
"0/ w Uj
Ea
�o
/ W J
/ ao
/ L)
/ U
w
i O
W
o
3dOIS 3003aO 30 301
W
c�
0
o
J o
J
m U w
Q Ln
r
Q Q W
ui
W J O ~
U V o z
z
3 FL a
Q Q
0_
W
O
O
W
0
O
0 0
N O
N N
J J
w w
J
w
J = 3
0 0
ii
w w�
Q < �
= 3
V
= O
r r
Q Q
Z Z
O O
0 0
13 '(WfllVO SA301 30Vsn) AMIIWMI
Ld W Of
of l ° ' V
Q
\ � m l w Z w
w
I Z
3dOlS 3003x0 d0 301 of
J
woa Q
L, o
0 w
°o o
w �
0
0
3dOlS 3003x0 '0'1 I
uoluaa SZ60£
am
<�
Q �
V)
W V)
Z O
Q �
ao
Qz
(°
O
m_
x
a
Q
O W
Li w
U F O z
z U N
Li
Q`
w
0
o ° U
N
0
U�
U)
Q
0
z
o O
o �
J
w
0
Q
N O N
F- W
Q J
U
O 0_
J W
ww
�������I O
O
0 m O m 0 0 0 u7 O
7 N N I
O N O O Lo O 1 1
o
o W
w
N
W O
/
N
O
w
/
00
O
w
C�
U Q
Q
Z
m
N
/
Z
-:S
°
o
/
N
I�
I
w
W
o
V
0 v)
N U
N
�u?
w�
l m
l
of
0
3
\ +I
o3
0 0
O
�JI
m o
nw
NN
O
°
w
^ v
w
u�
m
m
Q X
I O
wl
Ld W Of
of l ° ' V
Q
\ � m l w Z w
w
I Z
3dOlS 3003x0 d0 301 of
J
woa Q
L, o
0 w
°o o
w �
0
0
3dOlS 3003x0 '0'1 I
uoluaa SZ60£
am
<�
Q �
V)
W V)
Z O
Q �
ao
Qz
(°
O
m_
x
a
Q
O W
Li w
U F O z
z U N
Li
Q`
w
0
o ° U
N
0
U�
U)
Q
0
z
o O
o �
J
w
0
Q
N O N
F- W
Q J
U
O 0_
J W
ww
�������I O
K N
0 m O m 0 0 0 u7 O
7 N N I
j 0
oe
I
ld '(WfllVO SN001 30VSfl) AMIIWMI
o W
w
W O
Oz
F Q
w
00
w
C�
U Q
Q
Z
m
OO
U0
Z
-:S
- 9 -Lsl4s u61sa0 jad 96 auoldoaS uoluab LL60£LOZ \u61sa0 - L \u
=ww w
w
WIZ low=
N Z
N N
W
Z
J ~
aU
QW
W
mm
J a-
Q �
pga
Z w W Z
i a O
ZW
�Wa N
U J W
a
W
0 W
Q Q
. m
P4 N
OO
� 3F
vi
<,4Z a
LW 8
C:6z�
rH
hz��d
�WZ
O a
U °a
J Z Uz
a o'S zo U
U N U
U
N Z Z Qa
Q a 2
w zN
2
r\
r`
U �
a �
z
O
cn
m
fr
O
x
W CWO
z Q
rcjz
m m m w :2
O p o F H
Z W W U U
U W U
W z x (i_ of
0 W U d d
I- APO - 9990 \ :M : ;lll
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
=ww W
Ni N N
C
w
Q
JV
IL
w
QW
W
�cr
a-
CI
LLI
D— zwww cn
o � o a
w 0 W (/7
0CLz O
w � U w Z cn
Cl) �! o
as
w�
CI Q -u
/I w
O M N Cl) LV Q
O N J O
a a r Lr)
Ld
¢ ¢ J O /� W
w Q J VJ l.,
O V) W O
0_ O of Q O Z_
F¢ N a N W
O �f a
m U
S N
a
a O
0P w !� 4
Al
v
� Z
0
a
Y
J
¢
N
p $�
pql1 3
`V z
Ep
xWe�
z N
HZ
<1
o
dp
W / Zor
Z W \ r / JZ_ _U
J Q io
CL
U < D
W Q U N V 4 V
V
Z�Q
Q
O o < NUQ
O� ¢ a. ZoYi1
Qan
P 0 w
bo V) Cl)
Oct
Om F-- 00 0_ Z
a z
w
w
0
a
m
¢ O z
Z _O
3 In
O >
N m W
Y In lr ckf
O0 W 0 m
r
0
_O O
J OW
Q rOU,
Cl) L
0 tLrO p W
OL,O� r
Ml 0�U (V Lo
a
0r^- 0
V J O O W W H
0 r>
O }Qw
mOOO 0 � CL 0 N
< -r
0 - H
O
r
j0 (No `7>�
p oo 0
O
,n (n ON z
O w m
J Oa �o za
w z.z^ "J c�z
0 } } }Z¢
z� �_¢r0_ m m m W
N
wa0000 �OOrr
awwaaa Z W W U U
} r n¢ a a Y w w
r a v o r m N F w 0 0
w z = a
0 w U a a
g -1s34s 018 210 auoldoaS u0luaa SZ60iWZ \PjopuDjS - g -lslgs u6lsa0 jad 96 auoldoaS uoluab L160£LOZ \u61sa0 - L \uoluaa 40 6710 - £8£0\ W 311-1