Loading...
HomeMy WebLinkAboutContract 4/21/2008 h Rodarte Cnstruction, Inc. 17 E Valley Way E WA , k Aubur n, 98092 874 ,+,tom" a Y £ #` '-.�a-v.V.r + $ , ,i„y, .t''€ *rke�,tea, Imo, ✓a `4: srtA x? h"�." y',.ru#� i .x+ .? rr ,d",- k +46�` � S' � r ai" w ,ar xC �>a r '�^s '� a'r`" .� € `: 't✓'°+, �.%.+{ � � .'."�' Yz ' "`� 3'� .,"a` i",",,`'x ��'xr;.'S?c 5 .,;x't r a`%',; "T,, KS + .r �-, -E;a saa,k.:: t,.- ' fi ay r -:.s �. Y, $ce sk`s. r ��2} a r _ j 'sf ,�.. ,F ?`t� '{ 4w fi .+ x cis. 11qy..r vk .s1 s'i +y. VMS 4 3'm+ PC A� a t.i ry `} ��b+:-rid x x * 3✓t , * r ~F.r r` h e,tr .. :r+` s y z k �� „ ;R+, wSr s may` 2 W',r. r r hr,��� � +a u�wF ; r�.:, ,y{';�A�' �r }`�'� 4.k#r' 1 2v - 'evet .'sT .r t ✓e'`f t-Y' '4 } ;Y `j�Nt,'a�Yi Y�>��ro+. ��.� ,4*� .` E�,,Y �„ �'c ix a✓a g r,} a�r�� �� '�� "a �it� s 4 �, � " $sr,���� �' � t y.. -�iR p•' �.a 60K,rf �,- x'` �*'++,. {� a-m`' r r x" �.r.: , Ly k„� �..«�„ +F, k <',- y5 t �` ✓,�a'. '^J?n * ktr s r; ``.v A, g= r r y r t € S s r v{ �: 'MS.�`,� t` Emma _;A; 5w-3h ,t t byes 7 } �'w.v ta�,,.�45 k`V...g ',' �P ��.Y+#x� 5.^.����.�� 'e' r�t.£"�„b y "''� }x# �-y t � 1 , a r d.. t n a e r xa Ed 4' >rr tea e fi + x z M,1 �. a +.. '¢.i,hN "r5 k E c r s< - 1 '' 3 J + U 3 ak y 3 fr w ^} " lie,t� y do w 't r ; 1. a 1i.Yr f ^�` y a° er -k=; �,�,,yw a,� a,f 'i -Y.� �`,;r'�,'>"`�`sk'. •a r.-r PF 77 a y MOW.:S r a 'x ,w-+=F r z r 'r "*re `r x. >x �`'rya 'a ar`.� t,�a,"�" 3~• � 4`u §t t Y' - � • x, ,.ws7.,��& � a x-,'-h, 'rye •* � x .� 5 _p .• RODAFUE CONSTRUCTION INC. P.O. Box 1875,Auburn WA 98071-1875 RODARTE CONSTRUCTION, INC. Contact list for: RIPLEY LANE N. STORM SYSTEM IMPROVEMENT PROJECT SWP-27-3375 (CAG-08-033) CONTACT OFFICE CELL PHONE HOME PHONE Responsible Officer: JR Rodarte, Vice President 253-939-0532 253-632-2724 360-802-2153 HOME ADDRESS: �. 27607 SE 392nd St Enumclaw, WA 98022 Superintendent: Jerry Rodarte, Sr. 253-939-0532 253-335-7191 360-802-6559 HOME ADDRESS: o.. 41926 212TH AVE SE Enumclaw, WA 98022 Bonding Agent: Ken Frick 253-267-0890 206-714-9137 OFFICE ADDRESS: Terril Lewis &Wilke 3720 Olympic Blvd. W University Place, WA 98466 •� (253)939-0532• FAX(253)939-0557• RODARI.225D9 r "r. o� CITY OF RENTON BUSINESS LICENSE Expiration Date * ?� Licensing Division 6130/2008 1055 South Grady Way �;ONFro� Renton, WA 98055 Issued Date: License# `(425)430-6851 6/4/2007 BL.029683 BusinE ss Location Bili'ing Cade: ocl_a ' rr 17 E VALLEY WAY E AUBUR'� ,WA 98092 Licensee has made application for a City of Renton business license in accordance.with the provisions of'Title V, Business Regulations w. Chapter 1, Code of General Ordinances of the City of Renton and agrees to comply with all the RODARTE CONSTRUCTION INC requirements of said ordinance. Licensee shall PO SOX 1875 further comply with all other City Code AUBURN, WA 98071 Ordinances, State Laws and`Regulations applicable to the business activity licensed. Post this License at place of business. .r r rr REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL ; ■r REGIST. #" EXP. DATE N, CCOl RODARI*225D9 0 6/01/2008 EFFECTIVE DATE 03/29/1978 . "flw RODARTE CONSTRUCTION INC p PO BOX 1875 p AUBURN WA 98071-1875 irr 1)ctach A id I)i,hlav('citificate -- -- ar s err rr art aU s w CERTIFIED COPY unanimously passed, it was RESOLVED that Brad Deakins as Controller, be authorized to sign contracts,contract bids,bid bonds,and checks on all demand deposit accounts on behalf of the company; and be it RESOLVED FURTHER,that Brad Deakins be authroized to transfer funds between all accounts with financial institutions, and to make advances on lines of credit for the company. SAMPLE SIGNATURE: The next item for consideration was electing Frank C. Rodarte, Jr. as an officer of the corporation. Upon a motion duly made, seconded and unanimously passed, it was + RESOLVED that Frank C.Rodarte,Jr.be elected to the office of vice president of the corporation and that he continue to serve as General Manager; and be it RESOLVED FURTHER, that he be authorized to sign contracts, contract bids, bid bonds, checks, and any other documents that need to be executed for the corporation. SAMPLE SIGNATURE: The chairman called for further business, and there being inotne7thh!Te meeting was umed. Shirley Rodart e, ecrefary ATTEST: "f Frank Rodarte, Sr., President It is hereby Certified and Witnessed that this is a true and accurate copy of the Corporate Minutes and Resolutions of Rodarte Construction, Inc. r 40 Signed this Zq day of .p ` ► 101 V A��T��4�q � Notary P c in and for the S to of Washington �°,y�n/ N Residing at a1410 a V V1 ,pjltG► .may My commission expires C; MINUTES OF THE ANNUAL MEETING OF THE BOARD OF DIRECTORS OF RODARTE CONSTRUCTION, INC. A Washington Corporation The annual meeting of the Board of Directors of RODARTE CONSTRUCTION,INC., was °.. called to order on the 9th day of February, 2002, at 11:15 a.m. and was held at Rodarte Construction, Inc., 17 East Valley Highway, Auburn, Washington 95002. Present were all of the directors,Frank Rodarte, Sr. and Shirley Rodarte. Also present by invitation was Frank Rodarte,Jr. The meeting was called to order by Chairman Frank Rodarte, Sr. The first item brought before the Board of Directors was the election of officers for the .w coming fiscal year. Upon motion duly made, seconded, and unanimously passed, the following resolutions were adopted: RESOLVED,that Frank Rodarte, Sr. be, and he hereby is, elected to occupy the office of president; and be it .. RESOLVED, that Shirley Rodarte be, and she hereby is elected to occupy the office of vice president; and be it RESOLVED FURTHER, that Frank Rodarte,Jr. be and he hereby is elected to occupy the office of vice president; and be it ,,. RESOLVED FURTHER that Shirley Rodarte be, and she hereby is, elected to occupy the offices of secretary and treasurer. �. The next item of business was a review of the corporate affairs and actions of the corporate officers since the last meeting of the Board of Directors. After discussion and upon motion duly made, seconded, and unanimously passed, it was RESOLVED, that the prior actions and conduct of the officers of the corporation are deemed to be in the best interest of the corporation; that the decisions having been made are within the authority granted to the officers; that the decisions having been made appear to be sound business judgments and are hereby ratified and approved by this Board. The chairman then reviewed and discussed other business activities since the last meeting. The chairman noted that there was a major purchase made on October 15, 2001of a Hamm Roller "ism for $34,888.00. The chairman noted that in May, 2001 the company moved its office to the new location at INN 17 East Valley Highway in Auburn, Washington. The property is owned by Frank and Shirley Rodarte and is leased to Rodarte Construction,Inc. The new location provides a recently remodeled, larger office and a larger shop building along with six acres of space which provides a much greater space for company operations. It was noted that the new real estate was originally in unincorporated Pierce County. The previous owner operated a construction company for many years in this location before selling the .� property to the Rodartes. In 2000, after Frank and Shirley Rodarte purchased it, the City of Auburn annexed this part of Pierce County. Pierce County had previously authorized site use for a construction yard, shop and office. However, the City of Auburn has raised questions as to the validity of"grandfathering" the property as a construction yard. Ownership feels continuing use for this purpose is valid. No further action has been proposed by the City of Auburn at this time. f The chairman then reviewed and discussed the business opportunities for the corporation for .. the coming year. The chairman noted that Lydia Hodgkinson, Office Manager has left the company as of November, 2001 to pursue other interests. Brad Deakins was rehired as corporate Controller after "' an eighteenth month leave. After discussion and upon a motion duly made, seconded and 40 wo IN CORPORATE RESOLUTION Resolved that John Ells, Estimator Whose signature appears below is hereby authorized,directed and empowered for and on behalf of the corporation and in its name to execute Construction Project Bid Documents,Bid Bonds,and all other Bid Related Documents for and on behalf of Rodarte Construction,Inc. as may be required. Authorized Signatures: -' John Ells low It is Further Resolved that Bradley Deakins wr Whose signature appears below is hereby authorized,directed and empowered for and on behalf of the corporation and in its name to execute in the capacity of Assistant Corporate Secretary, in the absence of Shirley D.Rodarte, Corporate Secretary, rr all Construction Project Bid Documents, Bid Bonds,Certifications,or Affidavits and all other Corporate Documents for and on behalf of Rodarte Construction,Inc.as may be required. Authorized Signatures: Bradley De ns rir I, Frank Rodarte President of Rodarte Construction,Inc. do hereby certify that the resolution appearing above is a full,true and correct copy of a resolution of the Board of Directors of said company which was duly and regularly called .. and held in all respects as required by law and that the signatures appearing on the above mentioned copy of said resolutions are the genuine signatures of the persons mentioned in said resolution and authorized to act on behalf of said company as set forth in said resolution. I further certify that said resolution had not been amended or revoked and is still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand as such Officer of said corporation and affix the corporate seal of do said corporation this 3rd day of April ,2008. Frank Rodarte,President Acknowledged On this 3rd day of_ April 2008,before me the undersigned,a Notary Public in and for the State of Washington, s duly commissioned and sworn,personally appeared Frank Rodarte,Sr., John Ells,and Bradley Deakins to me known to be the individual(s)described in and who executed the foregoing instrument,and acknowledged to me that they signed and sealed the said instrument as their free and voluntary act and deed,for the uses and purposes therein mentioned. �+ Witness my hand and official seal affixed the day and year in this certificate above written. rr Signed Notary Public in and for he State of Washin t n NMResiding at Auburn,Washington My Commission expires: 10/03/2011 ar CITY OF RENTON RENTON, WASHINGTON • CONTRACT DOCUMENTS for the Ripley Lane North Storm System Improvement Project PROJECT NO. SWP-27-3375 March 2008 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS �• PLANS �.p J. ST a��oF WASy� Q'tiQ' rrr y orr A90,c�FGI EF`� a��� �Q `S'/0 ALEN r �C IRES 10/18/'Zvv j I CITY OF RENTON 1055 South Grady Way Renton, WA 98057 a. ® Printed on Recycled Paper CITY OF RENTON Ripley Lane North Storm System Improvement Project SWP-27-3375 CONTRACT DOCUMENT TABLE OF CONTENTS • Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Location, Vicinity Map Instructions to Bidders, Example Schedule of Prices Call for Bids *I -Bid Section *Combined Affidavit& Certificate Form: Non-Collusion, Anti-Trust Claims, Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices *Acknowledgement of Addenda **Subcontractors List (not required for this project) 2—Contract Section -:-Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal -Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Insurance Information and Requirements Certificate of Payment of Prevailing Wages Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Prevailing Minimum Hourly Wage Rates(New job classifications) Environmental Regulation Listing WSDOT Amendments City of Renton Special Provisions Survey Control Network, Surveying Standards, and Monuments Traffic Control Information Permit Information Geotechnical Information Site Photos Standard Details Construction Plans (reduced I 1 x 17) Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. aw * Submit with Bid ** Submit with Bid or within 24 hours of bid ❖ Submit after Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton,Washington 98057 ap 02_Contents.D00 rr ..r .. CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: �r (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does err not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. r (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable rrr representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. err CONCURRED IN by the City Council of the City of RENTON, Washington,this 7thday of October, 1996. rr CITY OF RENTON: RENTON CITY COUNCIL: arr ' Mayor Council President Attest: City Clerl `r err 03_SUMRY.D00 iW CITY OF RENTON SUMMARY OFAMERI'CANS WITH DISABILP1'ZES ACT POLICY ADOPTED BYRESOLU77ONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the or. disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal,state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WI I H HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WrM DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall �.r be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. err Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate City facilities. +rr CONCURRED 1N by the City Council of the City of Renton, Washington, .rr this 4th day of October 1993. CrrYQW RENTON RENTON CITY COUNCIL: Mayor cil President rr Attest: City Clerk .. CITY OF RENTON Ripley Lane N. Storm System Improvement Project we SWP-27-3375 ou SCOPE OF WORK go The work involved under the terns of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications,to include but not be limited to: .r • Installing approximately 770 LF of new 36-inch storm pipe with 290 LF of 45-inch diameter steel casing, .r • Install approximately 100 feet of open channel with 5 log weir and plunge pools, and landscaping along the disturbed areas of the slope and landing, • Install approximately 145 LF of 12-inch pvc sanitary sewer pipe with one 48-inch outside drop manhole, • Install one 10' x 28' concrete vault structure with four 36-inch HDPE pipe inlets and one 60-inch r concrete outlet pipe, • Install approximately 95 feet of 12-inch DI water pipe including all isolation valves, deadmans and other appurtenances, • Remove 146 LF of existing 12-inch PVC sanitary sewer pipe and a drop manhole, • Plug existing 24-inch CMP pipe, 0 Install TESC access entrances and roadways, • Install permanent concrete access driveway, • Clear grass, shrubs, and wooded areas for pipe and channel installation, • Sawcut and remove asphalt for trenching across road, • Trench patch and overlay, • Install guardrail and fencing, • Restoring cleared areas, • Hydroseed, fertilize,mulch. +�r+ The estimated project cost is between $1,000,000 to $1,700,000. .. A total of 100 working days is allowed for completion of the project. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. 04a SCOPE.DOC\ Aw rr. PROJECT LOCATION MAPS: RIPLEY LANE NORTH STORM SYSTEM IMPROVEMENT PROJECT rru SE 73st(�I a 9 rSi n ."'SE 72t1d$r° ve fia SE 76th'SU, r� r . F "SSE M «, 2 � � . .. ' Sys"- x� SE 86th St �X )s Ltd 3 ? m" 01 "5�-::.1A .SSD.fGa,it#7 tR�z%£Y1�.�J if'�lF✓t7 VICINITY MAP-ZOOMED IN: PROJECT SITE S t SE,64d)Si _ ...... tti c6Y a sc"68th it �Al • Y"5".. + 'Yi r i #J tk'S .Skt t5, 'i"#+j....� r hfef^f im E l `3 'd 1,'�,k33 �\N E y y i�' z. "' '✓ !'L+"5'k Yelsx4` �, "r' 4 4'jw !:w Z' St VICINITY MAP-ZOOMED OUT: PROJECT SITE rw 4O cf) cz c\? a� LA�, KE 7 WASHINGTON 7 E7 PROJECT T SITE I o� th ti NE 48 t, tiw 0 500 1000 PROJECT LOCATION: as RIPLEY LANE N. (GYPSY DRAINAGE)FLOOD 1 : 500 IMPROVEMENT PROJECT ow r INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk,Renton City Hall, until the time and date specified in the Call for Bids. +rr At that time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. r No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. sra 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. rr No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. rr 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the rw City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability 00 to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. s 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. MW Revised:04/06 b11 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. + 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage. 16. Basis For Approval +r The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. rr Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages wr In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this w contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen,mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of .r environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. rr Revised:04/06 bh .r 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Special Provisions or other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. ■r 1. WSDOT "2006 Standard Specifications for Road, Bridge and Municipal Construction" hereinafter referred to by the abbreviated title "Standard Specifications." +r A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT standards shall be deleted and the measurement and payment provisions of Section 1-09 of the City of Renton Special Provisions, Measurement and Payment(added herein), and Section 1-09.14 shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index ., are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. srr ❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? ■ it +rr r Revised:04/06 bh " E X A M P L E SCHEDULE OF PRICES rrr This Example shows how the Schedule of Prices should be filled out. The prices are for illustration only, and do not represent actual unit prices for those items. The Unit Price for all bid items, all extensions, and Total amount of the bid must be filled in. r Handwritten words and figures are acceptable (must be legible). FOR EACH BID ITEM 1 Write the Unit Price in words and figures (number). The words and figures must be equal. Example: Nine hundred dollars, $900.00. 2 Multiply the Quantity by the Unit Price, write the result in the"Amount" column as a figure. Example: Bid Item#2, 200 Linear Foot x$1.20 = $240.00 r" 3 Add the Amounts for all bid items and write the result in the "Subtotal' column (example: $5,315.35). 4 Multiply the Subtotal by the Sales Tax, write the result in the"Sales Tax" column (when present). Example: $5,315.35 x 8.8% = $467.75 5 Add the Subtotal and the Sales Tax, write the result in the"TOTAL" column. rrr RECHECK THE WORDS, FIGURES, AND MATH The bid may be rejected if the Unit Price (in words) is not the same as the Unit Price (in figures). .. EXAMPLE ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) +r 1. 1 Erosion Control r Lump Sum $ Nine hundred dollars $ 900.00 $ 900.00 2. 200 Clear Fence Line wr. Linear Foot $ One dollar and twentv cents $ 1.20 $ 240.00 3. 150 Topsoil Cubic Yard $ Three dollars $ 3.00 $ 450.00 err 4. 2 Chain Link Gate Each $ One thousand two hundred dollars _ $ 1,200.00 $ 2,400.00 5. 0.40 Hydro-seed Acre $ Two thousand dollars $ 2,000.00 $ 800.00 +�► 6. 1 Restoration Lump Sum $ Five Hundred twenty five dollars and $ 525.35 $ 525.35 thirtyfive cents wr Subtotal $ 5,315.35 +rr 8.8% Sales Tax $ 467.75 r TOTAL $ 5,783.10 w 06-Example Sched Prices.doc +qrr ow CAG-08-033 W CITY OF RENTON CALL FOR BIDS Ripley Lane North Storm System Improvement Project rr wn Sealed bids will be received until 3:00 p.m., Tuesday, April 15, 2008, at the City Clerk's office, 7" floor, and will be opened and publicly read in conference room#511 on the 50'floor,Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the Ripley Lane North (Gypsy Drainage) Flood Improvement Project. The work is to be performed within 100 working days from the date of commencement under this contract shall include, but not be limited to: Installing approximately 770 LF of new 36-inch HDPE storm pipe with 290 LF of 45-inch diameter steel casing. Installing approximately 100 feet of open channel with 5 log weir and plunge pools. Landscaping along the disturbed areas of the slope and landing. Installing approximately 145 LF of 12-inch pvc sanitary sewer pipe with one 48-inch outside drop manhole. Installing one 10' x 28' concrete vault structure with four 36-inch HDPE pipe inlets and one 60-inch concrete outlet pipe. Installing approximately 95 feet of 12-inch DI water pipe including all isolation valves, deadmans and other appurtenances. Removing 146 LF of existing 12- inch PVC sanitary sewer pipe and a drop manhole. Plugging the existing 24-inch CMP pipe. Installing TESC access entrances and roadways. Clearing grass, shrubs, and wooded areas for pipe and channel installation. Saw cutting and removing asphalt for trenching activities across road. Trench patching and overlaying the excavated portions of the roadway. Installing guardrail and r.+ fencing. Restoring cleared areas with plantings and hydroseeding, fertilizing, and mulching disturbed areas. The estimated project cost is $1,200,000 to $1,700,000. r: The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available March 25, 2008. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at htip://www.bxwa.com. Click on"bxwa.com"; "Posted Projects", "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the"Bidders List.") Questions about the project shall be addressed to, Steve Lee, City of Renton, P/B/PW, 1055 Grady Way,Fifth Floor,Renton, WA, 98057,phone(425) 430-7293, fax(425)430-7241. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. ,r The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. _Tkt�"_ wr Michele Neumann, Deputy City Clerk Published: Daily Journal of Commerce March 25, 2008 Daily Journal of Commerce March 31, 2008 Daily Journal of Commerce April 7, 2008 �r �r I - BID SECTION Ripley Lane North Storm System Improvement Project SWP-27-3375 The following documents must be submitted for the bid at the time noted, and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. *1 --Bid Section Cover Sheet (this page) do *Combined Affidavit& Certificate Form: Non-Collusion, Anti-Trust Claims, and Minimum Wage Form *Bid Bond Form do *Proposal *Schedule of Prices *Acknowledgement of Addenda "Subcontractors Subcontractors List * Submit with Bid Submit with Bid or within 24 hours of bid 23 Bidder's Checklist ,rr E( It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to ar bid opening time. U" Have you submitted,as part of your bid, all documents marked in the index as "Submit With Bid"? 3"' Has bid bond or certified check been enclosed? 53"' Is the amount of the bid guaranty at least 5 percent of the total amount of bid? ar 51"" Has the proposal been signed? Have you bid on ALL ITEMS and ALL SCHEDULES? UY" Have you submitted the Subcontractors List(If required) U" Have you reviewed the Prevailing Wage Requirements? C� Have you certified receipt of addenda, if any? �r ar 67e-Sid Instructions.DOCI s CITY OF RENTON ■n Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) r NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says,that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and r" further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work .. of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Ripley Lane North Storm Sstem Improvement Project (SWP#27-3375) Name of Project Name of Bidder's Firm �C .r ''`V�l.i�• � Signaturc"6f-A�thorized Representative of Bidder Subscribed and sworn to before me on this��? day of ��, , 200 . rr Notary Pub n and for the St e of Washington do N Notary (Print) \-- ,-' p� My appointment expires. _ 1 w CITY OF RENTON Ripley Lane North Storm System Improvement Project SWP-27-3375 PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON ++ Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work,and hereby propose to undertake and complete the work embraced in this improvement,or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items,all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) Printed Name: dW Signature: prVIVC Address: `91307 Names of Members of Partnership: OR Name of President of Corporation �C 1� C 21 1 OAJ-P Sr Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at 10 PROP.DOO ar CITY OF RENTON Ripley Lane North Storm System Improvement Project, SWP-27-3375 SCHEDULE OF PRICES +� (State Sales Tax Rule 171 Applies to this Project) Note: Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions. wr ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) wr 1 - 1 Contractor Supplied Surveying sL �d Lump Sum $ trC'&r raec,vs�tNP t+._rr++� ✓//c=� $ YaC�l:C� $ 2- 1 SPCC Plan Lump Sum $�iV VVk ASP 6 dd S r��f1(��rpQZ _ $ $ J __ 3- 1 Property Restoration (� Lump Sum A A0< n0 Ce06 $ $ 10, OUGCx� err 4- 3 Utility Potholing 0b Each $SIX h1,Mred �KI (16 lag, M � $ � $ � 5- 1 Mobilization Lump Sum $° urd((A A h�fiun tyw"nd $ 3 °" $ u urs no cen +� 6- 1 Traffic Control Lump Sum $S-3( 1 '1"ln t.t"Y r\r{ AdI&K Vt0 fPn $ $ ` 000 7 - 6 Soil Sampling and Analysis Each $S�it( t n&—ed a� a r►uo ao $ $ V\ 5 8 - 1 Clearing and Gry�bbin Lump Sum $ar�nAnU1C�Y�C1 c���la�s h� r _In $ a�,oco $ wJ0W'� 9- 45 Sawcutting s Linear Foot $y\\he (A 6)W-f;, V\�_ (_���`� $ `� � $ OS 00 10 75 Remove Asphalt Concrete/Cement Pavement r. 00 •■ Square Yard $ �\�-±en 6(AVA1S n0 lkS $ $ 11 60 Cold Mix Ton $one V" 'r)(U C� 1 CWt(f_V S 1�1 $ 1 CYO $ 12 2 Ripley Lane Roadway Detours Each $�h(tlnu _�',"a 1-\ &M ,An11rits $ &�M $ 13 000 4W nf0 (V-VA-r-> 13 1,600 Channel Excavation Including Haul Cubic Yard $�LQe,� t � �k- ci �Sa n t,4I(Lu Cen1�, $ 2i5 °�' $ \U,C�()b • 14 135 Gravel Borrow Including Haul Ton $ku)Q-,o A,r, -VA\uts �n 0 c �iA $ $ a-] ��' 40 15 90 Stream Gravel Including Haul Ton $ C--1 jlP - 1 6 ob t.YS VN cl L-e A:7 $ 5b $ I lb-5ched Prices.doc ar 40 16 50 Unsuitable Foundation Excavation Incl. Haul am Cubic Yard $ �Rw±x,1 �,yz: dal lra,�S Vt 6 ( e y 1-c, $ to 5 .pc) $ a .10 17 200 Structure Excavation Class B Incl. Haul 40 Cubic Yard $.�i L- drl I curs yr b ( -e�h, $ � °D $ 18 500 Contaminated Structure Excavation Class B Incl. Haul r Ton $iL- V � eAd 14Ys n c eA.s $ C)D $ CD 19 1 Shoring or Extra Excavation Class B as Lump Sum $r,..z- �_�.,1� A,.. . .cwr s $ 20 15 Controlled Density Fill Cubic Yard $ 1mYee h�nClr� rl AV r., 47 (Cc, $ ?)C- -T .r 21 60 Crushed Surfacing Ton $ :ha )L't4 6101-ass UG (WIS $ cu $ \X00 so 22 35 HMA CL V PG 58-22 Ton $ V-\L ryyad ),ol(as nb lend $ aCO.CL, $ `1 WD u� r 23 20 HMA CL '/z' PG 58-22 Ton $}-� �)u.r)dr e6 "1 111 V-f' M l rl 5 $ cv $ x wo c° do 24 1 Outlet Structure Lump Sum $Tw. � :=rFZy N $ � 0 c.:> 25 481 36 inch Diameter HDPE (DR21)Storm 4" Drain Pipe _ Linear Foot $ "rwz :.,..on.�,n r�.,en,r riv¢ o< .,_A2s re.dnr$ A.2'��~ $ .r 26 53 Abandon Existing 24-inch Storm Drain Pipe Linear Foot $ eLayl fen ct 6 11 a rs hn l Pf1 4-� $ 27 1 Temporary Stormwater Diversion Lump Sum $ 1 c" = $ i L' 01,1C- do 28 290 Railroad Crossing Casing, 45-inch DIA. Linear Foot $ 9 0l- ,C.'C>CJ 29 916 Testing Sewer Pipe �+ Linear Foot $ R-Fk?r1 jull4ti-, _nrp (ends $ 15 .oD $ 30 1 Manhole 4 -inch DIA. Each $ re_e -prii -! rMV1 -�,vP htcn're $ 3`j� e� $ "'�C�)bb h W CRIIAS 31 1 Drop Manhole Co ne lion Each Sor1c°�1L1F1.RA �y 1 jurlA A C S, $ 1 cx� �v $ y` )W coo yl 32 1 Remove Existing Manhole Each $ � hAun&oA n;AI �1 riotC c' $ aa5.� $ aa�Pb s 33 1,400 Trench Excavation Incl. Haul Cubic Yard $�L�hl1ti5 Y�Q e ��} $ 1`j. $ IIb-Sched Priees.doe alr w 34 950 Contaminated Trench Excavation Incl. Haul Ton $ <--ro w 1 aP (lcAlrm oo c $ $ 35 500 Foundation Material r Ton $ 1(A K n o CerrK $� $ MOD 36 76 Ductile Iron Pipe for Water Main, 12-inch Dia. Linear Foot $nm )3\AjX1fed man CAolIWS no $ $ 37 2 Blowoff Assembly Each $ OTY 13k, Lrerl d"I I'(. Q(t $ PD no ce.n S 38 2 Gate Valve, 12-inch Each $ -ire[' c,► C )(1 fs Y16 CfrYs $ $ ar 39 1 Comb. Air Release/Air Vacuum Assembly, 2-inch �y� Each $-�tY,�Lbof iii nd-Rt-ye hunct"d r(d)Jccf-, $ t rib, $ q5w a) no C eels 40 1 Remove Existing Hydrant C cb Each $l=ive � , ndfeti �i,C44) rl larc nocef S $� $ a�rr 41 1 Hydrant Assembly Each $RkA/-f-h6 cYin(f -v.e h�-Y1r )rlcll W $ $ v Cen • 42 145 PVC Sanitary Sewer Pipe, 12-inch DIA Linear Foot $ C1Ci1t{, 6611OU's vin [pry}S $ $ 43 1 Temporary Sanitary Sewer Diversion Lump Sum ui►ur nu r (A is $ Sup•Q) $ Gnoo.lb 44 100 Remove Existing 12-inch Sanitary Sewer eo Linear Foot $ Le\y a CU UL(s vin (P n4-> $ t o $ � ( •� 45 45 Abandon Existing 12-inch Sanitary Sewer �+ Pipe Linear Foot $_ �a,u+een c1cs►l&AS nu jams $ \'� �` $ 1-0 d" 46 145 Television Inspection O Linear Foot $:bayQe (I(jjIar-� n.0 /pn $ $ 47 1 Temp. Relocate Existing 6-inch side sewer ^� M • Lump Sum $ C" �c%4<,anr( rlcllG <_ 1'10 ( eA� $ �W $ C)W.� 48 28 PVC Sanitary Side Sewer Pipe, 6-inch DIA. Linear Foot $ (IL61 IufS c) C -e_Yl�� $ 50'w $ 1 dQ-(Z5 49 1 Erosion /Water Pollution Control Lump Sum $ �JkA -!3 -tV►LA S(cnrl hQ ce1IS$ 5 $ c ({1 50 230 Stabilized Construction Entrance Linear Foot $ �tf\,I ('Qnks $ LA' $ Lo,3�•� 51 5,000 Seeding, Fertilizing and Mulching C Square Yard $ W, F, 'r:7 s- 11 b-Sched Prices.doc aAr 52 1 DeWatering Lump Sum $ _-fi-�u�Aland Aollay��. ho renk $ sh.at.c'c�' $ c ) wo � 53 75 Beam Guardrail Type 1 Linear Foot $ due rrvYVn>+_ t+.•-.�2•r vv c cSyv i? $ 1 54 1 Beam Guardrail Anchor Type 1 As Each $(Jw..�-7-4+ $ IcJ i!t.7 $ l C✓c_y3 ' 55 125 Chain Link Construction Fence Linear Foot $_T__ __--r $ ar 56 75 Chain Link Fence, Type 1 Linear Foot $T, =� Q._v s Mti�_L-.. s $ 32- "" 57 1 Double 20 FT Chain-Link Gate Each $r�C � . .ter ,i��� t �,. izc,.:, $ 12-co 58 160 Light Loose Riprap Ton $ S t x�Q & laws h ('P.12 S $ � $ -A l�C •w 59 320 Quarry Spalls Ton $ Aan'4 d'ollcs<' no (:eaA-S $ 0.Lb $ \21 .i..t7 60 1 PSIPE (Plant Sel. Including Plan Establishment) Lump Sum $ h\Y\e A"u%.oca.A &1 \cw 5 nnceflis $0'W.� $ C,=.10 61 350 Cement Concrete Driveway Square Yard $ \aA h,m ho\\Cg vac, c e(N $ a • $ —1 �' 62 300 Paint Line Zs L Linear Foot $ ; t?c> — q2s tw;wgy F>� �1sT_S $ D $ 63 225 Gravity Block Wall Square Foot $ kjDc.n�,A c\c,11c:L5 nc, end- $ n 64 5 Log Weirs Each $�x�t kyaoiL &W>$_l!? ►yo c e l 65 1 Minor Changes Lump Sum $ Twenty Thousand Dollars $20,000.00 $20.000.00 �r State Sales Tax Rule 171 Applies to this Project �J Ub TOTAL $ La-I .r arr ow llb-Sched Prices.doc r CITY OF RENTON 40 Ripley Lane North Storm System Improvement Project 40 SWP-27-3375 40 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO._ �� DATE: NO. DATE: S NO. DATE: NO. DATE: NO. DATE: � SIGNED- -TV- TITLE: NAME OF COMPANY: 1�c ADDRESS: k - ew CITY/STATE/ZIP: V 0 , A7(- au TELEPHONE: ?� 1'1-7 C1 7 40 �r MW SUBCONTRACTOR LIST go Ripley Lane North Storm System Improvement Project SWP-27-3375 RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds ten percent (10%) of the contract price, and whose work involves either heating, air conditioning, ventilation, plumbing, or electrical. If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered nonresponsive and, therefore, void. Complete one of the following for contracts that exceed $1,000,000: it A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the contract price. L Name Title: , F ' < t L'�Lij 4-- .r Signature• B. The following subcontractor(s) subcontract xceeds 10 percent of the contract price: (list subcontractor and bid item) Bid Item (s) Subcontractor Name CA—IV Address i ..,� Phone No. ( jZ s t7-2.zt Y, State Contractor's License No. :A ON 7-A F,L CS 5 iN c .rr Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) .. Subcontractor Name Address w. Phone No. State Contractor's License No. Bid Item(s) dw Subcontractor Name Address Phone No. State Contractor's License No. hafile syslswo-surface water projectslswp-27-surface water projects(cip)127-3375 ripley lane north-gypsy creek flooding project11100-design- planning11109 specs%12_sub.doc Revised 712002 atr rr .r BID BOND FORM ,. Herewith find deposit in the foam of s certified check, casbiefs check, cash, or rid bond in the attt0unt of$ _5jL of rota I id which amount is not less than five percent of the total bid. �" Sigaahue Know AlI Men by'rhase Presents: That we, Rodarte Construction, Inc. as Principal, and revelers C sue an ure )Surety, are bald and fmly bound unto the City of Banton, Qf, iAthe sum of 5% of rotal Bid Amount Dollars, for the payment of which the Principal and the Surety bind tbemselves, their heirs, executors, administrators,successors and assigns,jointly and severally,by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Ritrlcy Lane Nod S$ L4!!Rm ImvMyemeut xoiero ffGVP' -7-3375) according to the terns ,■, of the prwposal or bid made by the Principal therefor, and the Principal shall duly rttslce and enter into a.wMmut with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faltbl'ul performance thereof, with Surety oz Sureties approved by ft Obligee; at if the Principal shall, in case of failttre to do so,pay and forfeit to tltc Obligee the perW mtnowat of the deposit specified in the call for bids, them this obligation shall be mull and void; otherwise it shall be ead retrain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as pe=4 and liquidated damages,the amount of this bond_ SIGNED, SR&L} W AND DATED THIS 15th DAY OF April wr Principal Z- 5urety Kenneth J . Frick Attorney- a-Fact Received return of deposit in the sure of S 09 am$b.noc, WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AA. POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company so Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company i11 Attorney-In Fact No. 218701 Certificate No. 002098952 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc. is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Donna S.Martinez,Kenneth J. Frick,and Alex B. Hodge of the City of Yakima State of Washington � Y ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 14th IN WITNF�g VN%#FOF,the Comp pave caused this instrument to be signed and their corporate seals to be hereto affixed,this day of Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company r1 Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company O�SU,��rsTY �FlAE�6y fF G "j�NSU7"'tiu PTV 4N0 �3+1RR II,,''TYI4_ 4.. P 9 J s FQACONN.r�B N o€ G.'f ,�'.S8ALj3€ dOi all +M State of Connecticut By: City of Hartford ss. Georg Thompson, enior ice President 14th December 2007 ills On this the day of ,before me personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such,being to authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 6�0 At In Witness Whereof,I hereunto set my hand and official seal.My Commission expires the 30th day of June,2011. Marie C.Teueault.Notary Public 58440-5-07 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President,any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice 1i1 President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary:or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers: President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company ofAmerica,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this r day of 20 Kori M.Johann Assistant Secretary IWt G q Y 6 �N..NS °j 1NSU p� Np SifR TY I.SU $URFT SEAL F10.E ixuq � ✓^.•r.^.,, tY q � p2yO��f` � 1F a� 'IP @:OP PMR r• M1•Ct, G,9 '(/ G 4� f0 5 6' [ WCOAtbRItTfU z �(� q)f:,m IW IGOaPORgTt,,„� uP � m; f t I; -.- :n; a HARTFORD, a H4RTFOR0.;! Z c1982 0 1977 1951 m 1927 t �, �.seAL•io% o• ,'s° o '"' �6."NEL�aa � t�� �1a�. # � �vy2 0' 'L'••. •Q'r 's 6•. ,a s ai ��' � yl 1,"�` To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.tFavelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. 6k i WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Win rr Addendum 1 CITY OF RENTON Ripley Lane North Storm System Improvement Project ADDENDUM NO. 1 Date Issued: April 9, 2008 Date of Bid Opening: Unchanged NOTICE TO ALL PLAN HOLDERS do The Bid Documents for the project are modified as described below. Bidders shall incorporate this Addendum into the Bid Documents. rr Failure to do so may subject the bidder to disqualification of his bid. Bidders shall acknowledge this Addendum by signing the Acknowledgement of Receipt of Addenda form in the Bid Document, or by signing this Addendum, and submitting either form with the bid. THE BID DOCUMENTS ARE MODIFED AS FOLLOWS: The City is providing clarification to the existing construction plans and specifications with the following attached drawings and specifications: 1.) Bid Item 28 (in Schedule of Prices) changes from: "Railroad Crossing Casing 45-Inch Diameter"to "Railroad Crossing Casing 48-Inch Diameter." +� 2.) Section 1-09.14(1) Basic Bid Delete Item 28 and replace with the following: 28 Railroad Crossing Casing 48-In. Diam. (LF) Payment for the Railroad Crossing Casing, 48-In. Diam. Casing, will include compensation for all excavation, jacking pits, jacking/boring/tunneling of 48-In. Diam. Casing, and furnish 36-In. diam. HDPE storm drain carrier pipe in the casing, including casing spacers, end seals, link seals, and all appurtenances as required for a complete installation. 3.) 7-04.1 Description Delete Subsection title " Furnishing and Jacking 45-Inch Diam. Steel Casing" and replace with the following: "Furnishing and Jacking 48-Inch Diam. Steel Casing" ar 4.) 7-04.2 Materials Change the first sentence of this section from "The 45-inch diameter steel casing material and specifications shall conform to ASTM A53 or ASTM A252"to llf-Addm-1 Notice-STLv01-080409.DOC\ Addendum 1 "The 48-Inch Diameter steel casing material and specifications shall conform to ASTM A53 or ASTM A252." 5.) 7-04.3 Construction Requirements Change the second paragraph to read as follows: rr The final location of the four 48-inch casings shall be within a 0.2 foot vertical and 0.3 foot horizontal tolerance of the plan dimensions. 6.) 7-04.4 Payment Delete"Railroad Crossing Casing 45-In. Diam.", per linear foot and replace with: to " Railroad Crossing Casing 48-In. Diam.", per linear foot will be made on a linear foot basis. Delete the first sentence of 5th paragraph of Section 7-04.5 and replace with the following: Payment for " Railroad Crossing Casing 48-In. Diam.", per linear foot will be made on a linear foot basis. 7.)Drawing G-6 CONSTRUCTION SEQUENCING NOTES Delete * Note: "THE CONTRACTOR SHALL SCHEDULE HIS WORK ACTIVITIES, WEST OF BNSF, SO THAT NO CONSTRUCTION ACTIVITY OCCURS BETWEEN AUGUST 4 AND SEPTEMBER 1, 2008" and adhere to the no work construction dates specified in section 1-07.23 (3)of the Special Provisions. Section 1-07.23(3)states the following must be observed: "Any construction activity on Ripley Lane Storm Improvements project will not be allowed on July 31, August 6, and August 13, 2008. Ripley Lane shall also be returned to normal operation (two-lane)during this period." 8.) Clarfication changes on Drawings C1,DT3,and DT5 (See on following sheet within 40 ADDENDUM#1). 9.) Signed BNSF crossing permit,agreement,and protocols shall be followed when 40 working within BNSF right-of-ways. 40 The Contractor shall adhere to the attached fully executed BNSF-City Agreement when working within BNSF properties. Proper BNSF notification protocols, safety procedures, etc. shall be followed during the duration of this project. ar +rr llf-Addm-1 Notice-STLv0 1-080409,DOC\ ur to Addendum 1 Steve Lee, PE, Project Manager, Surface Water Utility Ph# 425-430-7205 err ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA .r SIGNED: TITLE: NAME OF COMPANY: r ar �r .. A. do do I lf-Addm-l Notice-STLOI-080409.DOC\ 19 t A World of Real Estate Knowledge r April 4, 2008 Tracking #07-35061 Mr. Steve Lee City of Renton 1055 S. Grady Way Renton, Washington 98057 Dear Mr. Lee: Enclosed please find one (1) fully executed Agreement for your file. A copy of the executed Agreement must be available upon request at the job site allowing 4. authorization to do the work. Please contact Mr. Paul Farley Jr, Roadmaster at telephone (206) 625-6462, five (5) days in advance of entry and BEFORE YOU DIG, CALL 1-800-533-2891. If you need additional information please contact me at (817) as 230-2631. Sincerely, Tanita Thomas .r Associate Contract Specialist Enclosure cc: Paul Farley Jr, BNSF, 2454 S Occidental Ave Seattle, WA 98134 s 3017 Lou Merck Prive,suite 100 Fort Worth,Texas 76131-28Ch3 The Staubach Company Fa 4r (817) 2.30-2600 x(817` 306-8765 pr<wides g101M1 coverage through www.staubach.con PTZ Staubacb Tie Leung. it as r do ar 40 40 SM AM RA/L DYA Y as To Report Stalled Vehicles or Other Crossing Emergencies Call 1-800-832-5452 Your Location is on the DOT sign at the crossing .r do r w i .w 4W Law Department Approved Tracking#07-35061 PIPELINE LICENSE ar THIS LICENSE ("License"), made as of the 4th day of April, 2008 ("Effective Date") by and between BNSF RAILWAY COMPANY, a Delaware corporation ("Licensor") and CITY OF RENTON, a Washington corporation ("Licensee"). NOW THEREFORE, in consideration of the mutual covenants contained herein, the parties agree to the following: GENERAL do 1. Licensor hereby grants Licensee a non-exclusive license, subject to all rights, interests, and estates of third parties, including, without limitation, any leases, use rights, easements, liens, or other encumbrances, and upon the terms and conditions set forth below, to construct and maintain, in strict accordance with the drawings and specifications approved by Licensor as part of Licensee's application process (the "Drawings and Specifications"), One (1) Pipeline(s), Thirty-Six (36) inches in diameter inside a Forty-Five (45) inch STEEL casing ("PIPELINE"), across or along the rail corridor of Licensor at or near the station of Redmond, County of King, State of WA, Line Segment 0405, Mile Post 6.48, as shown on the attached Drawing No. 1-42518, dated November 19, 2007 Revised: February 25, 2008, attached hereto as Exhibit "A" and made a part hereof("Premises"). 2. Licensee shall not disturb any improvements of Licensor or Licensor's existing lessees, Licensees, easement beneficiaries or lien holders, if any, or interfere with the use of such improvements. 3. Licensee shall use the Premises solely for construction and maintenance of a PIPELINE in accordance with the Drawings and Specifications carrying STORM WATER. Licensee shall not use the PIPELINE to carry any other commodity or use the Premises for any other purpose. Licensee covenants that it will not handle or transport "hazardous waste" or "hazardous "" substances", as "hazardous waste" and "hazardous substances" may now or in the future be defined by any federal, state, or local governmental agency or body through the PIPELINE on Licensor's property. Licensee agrees periodically to furnish Licensor so with proof, satisfactory to Licensor that Licensee is in such compliance. Should Licensee not comply fully with the above-stated obligations of this Section, notwithstanding anything contained in any other provision hereof, Licensor may, at its option, terminate do this License by serving five (5) days' notice of termination upon Licensee. Upon termination, Licensee shall remove the PIPELINE and restore Licensor's property as herein elsewhere provided. .r 4. In case of the eviction of Licensee by anyone owning or claiming title to or any interest in the Premises, or by the abandonment by Licensor of the affected rail corridor, Licensor as shall not be liable to refund Licensee any compensation paid hereunder, except for the pro-rata part of any recurring charge paid in advance, or for any damage Licensee sustains in connection therewith. Im 5. Any contractors or subcontractors performing work on the PIPELINE or entering the Premises on behalf of Licensee shall be deemed servants and agents of Licensee for Form 424; Rev.04/26/05 -1 - Law Department Approved Tracking#07-35061 �r ., TERM 6. This License shall commence on the Effective Date and shall continue for a period of 4W twenty-five (25) years, subject to prior termination as hereinafter described. COMPENSATION 7. (a) Licensee shall pay Licensor, prior to the Effective Date, the sum of Two Thousand Five Hundred and No/100 Dollars ($2500) as compensation for the use of the Premises. (b) Licensee agrees to reimburse Licensor(within thirty (30) days after receipt of bills therefor) for all costs and expenses incurred by Licensor in connection with Licensee's use of the Premises or the presence, construction and maintenance of the PIPELINE, including but not limited to the furnishing of Licensor's Flagman and any vehicle rental costs incurred. The cost of flagger services provided by +r the Railway, when deemed necessary by the Railway's representative, will be borne by the Licensee. The estimated cost for one (1) flagger is $600.00 for an eight (8) hour basic day with time and one-half or double time for overtime, rest days and holidays. The estimated cost for each flagger includes vacation allowance, paid holidays, Railway and unemployment insurance, public liability and property damage insurance, health and welfare benefits, transportation, meals, lodging and supervision. Negotiations for Railway labor or collective bargaining agreements and rate changes authorized by appropriate Federal authorities may increase actual or estimated flagging rates. The flagging rate in effect at the time of performance by the Contractor hereunder will be used to calculate the actual costs of flagging pursuant to this paragraph. (c) All invoices are due thirty (30) days after the date of invoice. In the event that Licensee shall fail to pay any monies due to Licensor within thirty (30) days after the invoice date, then Licensee shall pay interest on such unpaid sum from thirty (30) days after its invoice date to the date of payment by Licensee at an annual rate equal to (i) the greater of (a) for the period January 1 through June 30, the prime rate last published in The Wall Street Journal in the preceding December plus two and one-half percent (2 1/2%), and for the period July 1 through December 31, the prime rate last published in The Wall Street Journal in the preceding June plus two and one-half percent (2 1/2%), or (b) twelve percent (12%), or (ii) the maximum rate permitted by law, whichever is less. COMPLIANCE WITH LAWS 8. (a) Licensee shall observe and comply with any and all laws, statutes, regulations, ordinances, orders, covenants, restrictions, or decisions of any court of competent jurisdiction ("Legal Requirements") relating to the construction, maintenance, and use of the PIPELINE and the use of the Premises. (b) Prior to entering the Premises, Licensee shall and shall cause its contractor to comply with all Licensor's applicable safety rules and regulations. Prior to commencing any work on the Premises, Licensee shall complete and shall require its contractor to complete the safety-training program at the following .ri Form 424;Rev. 04/26/05 -2 - Law Department Approved Tracking#07-35061 go Internet Website "http://www.contractororientation.com". This training must be do completed no more than one year in advance of Licensee's entry on the Premises. dr DEFINITION OF COST AND EXPENSE 9. For the purpose of this License, "cost' or"costs" "expense" or"expenses" includes, but is 49 not limited to, actual labor and material costs including all assignable additives, and material and supply costs at current value where used. RIGHT OF LICENSOR TO USE dw 10. Licensor excepts and reserves the right, to be exercised by Licensor and any other .r parties who may obtain written permission or authority from Licensor: (a) to maintain, renew, use, operate, change, modify and relocate any existing pipe, power, communication lines and appurtenances and other facilities or structures of like character upon, over, under or across the Premises; (b) to construct, maintain, renew, use, operate, change, modify and relocate any .r tracks or additional facilities or structures upon, over, under or across the Premises; or (c) to use the Premises in any manner as the Licensor in its sole discretion deems appropriate, provided Licensor uses all commercially reasonable efforts to avoid material interference with the use of the Premises by Licensee for the purpose �r specified in Section 3 above. LICENSEE'S OPERATIONS 11. (a) Licensee shall notify Licensor's Roadmaster at 2454 S Occidental Ave South Seattle, WA, (206) 625-6462, at least five (5) business days prior to installation of the PIPELINE and prior to entering the Premises for any subsequent maintenance thereon. (b) In performing the work described in Section 3, Licensee shall use only public roadways to cross from one side of Licensor's tracks to the other. 12. (a) Under no conditions shall Licensee be permitted to conduct any tests, investigations or any other activity using mechanized equipment and/or machinery, or place or store any mechanized equipment, tools or other materials, within twenty-five (25) feet of the centerline of any railroad track on the Premises unless Licensee has obtained prior written approval from Licensor. Licensee shall, at its sole cost and expense, perform all activities on and about the Premises in such a manner as not at any time to be a source of danger to or interference with the existence or use of present or future tracks, roadbed or property of Licensor, or the safe operation and activities of Licensor. If ordered to cease using the Premises at any time by Licensor's personnel due to any hazardous condition, Licensee shall immediately do so. Notwithstanding the foregoing right of Licensor, the parties agree that Licensor has no duty or obligation to monitor Licensee's use of the Premises to determine the safe nature .r Form 424;Rev.04/26/05 -3 - .r Law Department Approved Tracking#07-35061 thereof, it being solely Licensee's responsibility to ensure that Licensee's use of .r the Premises is safe. Neither the exercise nor the failure by Licensor to exercise any rights granted in this Section will alter the liability allocation provided by this License. yrr (b) Licensee shall, at its sole cost and expense, construct and maintain the PIPELINE in such a manner and of such material that it will not at any time be a source of danger to or interference with the existence or use of present or future tracks, roadbed or property of Licensor, or the safe operation and activities of Licensor. Licensor may direct one of its field engineers to observe or inspect the construction and/or maintenance of the PIPELINE at any time for compliance with the Drawings and Specifications. If ordered at any time to halt construction or maintenance of the PIPELINE by Licensor's personnel due to non-compliance with the same or any other hazardous condition, Licensee shall immediately do so. Notwithstanding the foregoing right of Licensor, the parties agree that Licensor has no duty or obligation to observe or inspect, or to halt work on, the PIPELINE, it being solely Licensee's responsibility to ensure that the PIPELINE is constructed in strict accordance with the Drawings and Specifications and in a safe and workmanlike manner in compliance with all terms hereof. Neither the exercise nor the failure by Licensor to exercise any right granted by this Section .r will alter in any way the liability allocation provided by this License. If at any time Licensee shall, in the sole judgment of Licensor, fail to properly perform its obligations under this Section, Licensor may, at its option and at Licensee's sole do expense, arrange for the performance of such work as it deems necessary for the safety of its operations and activities. Licensee shall promptly reimburse Licensor for all costs and expenses of such work, upon receipt of an invoice for the same. Licensor's failure to perform any obligations of Licensee shall not alter the liability allocation hereunder. 13. During the construction and any subsequent maintenance performed on the PIPELINE, "' Licensee shall perform such work in a manner to preclude damage to the property of Licensor, and preclude interference with the operation of its railroad. The construction of the PIPELINE shall be completed within one (1) year of the Effective Date. Upon do completion of the construction of the PIPELINE and after performing any subsequent maintenance thereon, Licensee shall, at Licensee's own cost and expense, restore Licensor's Premises to their former state as of the Effective Date of this License. do 14. If at any time during the term of this License, Licensor shall desire the use of its rail corridor in such a manner as would, in Licensor's reasonable opinion, be interfered with an by the PIPELINE, Licensee shall, at its sole expense, within thirty (30) days after receiving written notice from Licensor to such effect, make such changes in the PIPELINE as in the sole discretion of Licensor may be necessary to avoid interference with the proposed use of Licensor's rail corridor, including, without limitation, the relocation of the existing or the construction of a new PIPELINE(s). 15. (a) Prior to Licensee conducting any boring work on or about any portion of the Premises, Licensee shall explore the proposed location for such work with hand tools to a depth of at least three (3) feet below the surface of the ground to determine whether pipelines or other structures exist below the surface, "` provided, however, that in lieu of the foregoing, the Licensee shall have the right to use suitable detection equipment or other generally accepted industry practice ar Form 424; Rev.04/26/05 -4 - Law Department Approved Tracking#07-35061 (etc., consulting with the Underground Services Association) to determine the .r existence or location of pipelines and other subsurface structures prior to drilling or excavating with mechanized equipment. Upon Licensee's written request, which shall be made thirty (30) business days in advance of Licensee's requested construction of the PIPELINE, Licensor will provide Licensee any information that Licensor has in the possession of its Engineering Department concerning the existence and approximate location of Licensor's underground utilities and pipelines at or near the vicinity of the proposed PIPELINE. Prior to conducting any such boring work, the Licensee will review all such material. Licensor does not warrant the accuracy or completeness of information relating to subsurface conditions and Licensee's operations will be subject at all times to ' the liability provisions herein. (b) For all bores greater than 26-inch diameter and at a depth less than 10.0 feet below bottom of rail, a soil investigation will need to be performed by the Licensee and reviewed by Licensor prior to construction. This study is to determine if granular material is present, and to prevent subsidence during the +• installation process. If the investigation determines in Licensor's reasonable opinion that granular material is present, Licensor may select a new location for Licensee's use, or may require Licensee to furnish for Licensor's review and approval, in its sole discretion a remedial plan to deal with the granular material. Once Licensor has approved any such remedial plan in writing, Licensee shall, at its sole cost and expense, carry out the approved plan in accordance with all terms thereof and hereof. 16. Any open hole, boring or well constructed on the Premises by Licensee shall be safely covered and secured at all times when Licensee is not working in the actual vicinity thereof. Following completion of that portion of the work, all holes or borings constructed on the Premises by Licensee shall be: (a) filled in to surrounding ground level with compacted bentonite grout; or (b) otherwise secured or retired in accordance with any applicable Legal Requirement. No excavated materials may remain on Licensor's property for more than ten (10) days, but must be properly disposed of by Licensee in accordance with applicable Legal Requirements. 17. Upon termination of this License, Licensee shall, at its sole cost and expense: ®„ (a) remove the PIPELINE and all appurtenances thereto, or, at the sole discretion of the Licensor, fill and cap or otherwise appropriately decommission the PIPELINE with a method satisfactory to Licensor; wr (b) report and restore any damage to the Premises arising from, growing out of, or connected with Licensee's use of the Premises; 'o (c) remedy any unsafe conditions on the Premises created or aggravated by Licensee; and "" (d) leave the Premises in the condition which existed as of the Effective Date of this License. do Form 424;Rev.04/26/05 -5 - 40 Law Department Approved Tracking#07-35061 .r 18. Licensee's on-site supervisions shall retain/maintain a fully executed copy of this License at all times while on the Premises. �r LIABILITY 19. (a) TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS LICENSOR AND LICENSOR'S AFFILIATED COMPANIES, PARTNERS, SUCCESSORS, ASSIGNS, LEGAL REPRESENTATIVES, OFFICERS, DIRECTORS, SHAREHOLDERS, EMPLOYEES AND AGENTS (COLLECTIVELY, "INDEMNITEES") FOR, FROM AND AGAINST ANY AND ALL CLAIMS, LIABILITIES, FINES, PENALTIES, COSTS, DAMAGES, LOSSES, LIENS, CAUSES OF ACTION, SUITS, 1' DEMANDS, JUDGMENTS AND EXPENSES (INCLUDING, WITHOUT LIMITATION, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION, REMOVAL AND REMEDIATION AND GOVERNMENTAL err OVERSIGHT COSTS) ENVIRONMENTAL OR OTHERWISE (COLLECTIVELY "LIABILITIES") OF ANY NATURE, KIND OR DESCRIPTION OF ANY PERSON OR ENTITY DIRECTLY OR INDIRECTLY ARISING OUT OF, RESULTING FROM OR RELATED TO (IN WHOLE OR IN PART): (i) THIS LICENSE, INCLUDING, WITHOUT LIMITATION, ITS ENVIRONMENTAL PROVISIONS, (ii) ANY RIGHTS OR INTERESTS GRANTED PURSUANT TO THIS LICENSE, (iii) LICENSEE'S OCCUPATION AND USE OF THE PREMISES, (iv) THE ENVIRONMENTAL CONDITION AND STATUS OF THE PREMISES CAUSED BY OR CONTRIBUTED BY LICENSEE, OR 'W (v) ANY ACT OR OMISSION OF LICENSEE OR LICENSEE'S OFFICERS, AGENTS, INVITEES, EMPLOYEES, OR CONTRACTORS, OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF •+ THEM, OR ANYONE THEY CONTROL OR EXERCISE CONTROL OVER, „r, EVEN IF SUCH LIABILITIES ARISE FROM OR ARE ATTRIBUTED TO, IN WHOLE OR IN PART, ANY NEGLIGENCE OF ANY INDEMNITEE. THE ONLY LIABILITIES WITH RESPECT TO WHICH LICENSEE'S OBLIGATION TO INDEMNIFY THE INDEMNITEES DOES NOT APPLY ARE LIABILITIES TO THE EXTENT PROXIMATELY CAUSED BY THE GROSS NEGLIGENCE OR WILLFUL MISCONDUCT OF AN INDEMNITEE. (b) FURTHER, TO THE FULLEST EXTENT PERMITTED BY LAW, NOTWITHSTANDING THE LIMITATION IN SECTION 19(a), LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, NOW AND FOREVER WAIVE ANY AND ALL CLAIMS, REGARDLESS WHETHER BASED ON THE STRICT LIABILITY, NEGLIGENCE OR OTHERWISE, THAT RAILROAD IS AN Form 424;Rev.04/26/05 -6 - Law Department Approved Tracking#07-35061 .r "OWNER", "OPERATOR", "ARRANGER", OR "TRANSPORTER" WITH RESPECT TO THE PIPELINE FOR THE PURPOSES OF CERCLA OR OTHER ENVIRONMENTAL LAWS. LICENSEE WILL INDEMNIFY, DEFEND AND HOLD THE INDEMNITEES HARMLESS FROM ANY AND ALL SUCH CLAIMS REGARDLESS OF THE NEGLIGENCE OF THE INDEMNITEES. LICENSEE FURTHER AGREES THAT THE USE OF THE PREMISES AS CONTEMPLATED BY THIS LICENSE SHALL NOT IN ANY WAY SUBJECT LICENSOR TO CLAIMS THAT LICENSOR IS OTHER THAN A COMMON CARRIER FOR PURPOSES OF ENVIRONMENTAL LAWS AND EXPRESSLY AGREES TO INDEMNIFY, DEFEND, AND HOLD THE INDEMNITEES HARMLESS FOR ANY AND ALL SUCH CLAIMS. IN NO EVENT SHALL "' LICENSOR BE RESPONSIBLE FOR THE ENVIRONMENTAL CONDITION OF THE PREMISES. err (c) TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE FURTHER AGREES, AND SHALL CAUSE ITS CONTRACTOR TO AGREE, REGARDLESS OF ANY NEGLIGENCE OR ALLEGED NEGLIGENCE OF ANY INDEMNITEE, TO INDEMNIFY, AND HOLD HARMLESS THE INDEMNITEES AGAINST AND ASSUME THE DEFENSE OF ANY LIABILITIES ASSERTED AGAINST OR SUFFERED BY ANY INDEMNITEE UNDER OR RELATED TO THE FEDERAL EMPLOYERS' LIABILITY ACT ("FELA") WHENEVER EMPLOYEES OF LICENSEE OR ANY OF ITS AGENTS, INVITEES, OR CONTRACTORS CLAIM OR ALLEGE THAT THEY ARE EMPLOYEES OF ANY INDEMNITEE OR OTHERWISE. THIS INDEMNITY SHALL ALSO EXTEND, ON THE SAME BASIS, TO FELA CLAIMS BASED ON ACTUAL OR ALLEGED VIOLATIONS OF ANY FEDERAL, STATE OR LOCAL LAWS OR REGULATIONS, INCLUDING BUT NOT LIMITED TO THE SAFETY on APPLIANCE ACT, THE BOILER INSPECTION ACT, THE OCCUPATIONAL HEALTH AND SAFETY ACT, THE RESOURCE CONSERVATION AND RECOVERY ACT, AND ANY SIMILAR STATE OR FEDERAL STATUTE. do (d) Upon written notice from Licensor, Licensee agrees to assume the defense of any lawsuit or other proceeding brought against any Indemnitee by any entity, +w relating to any matter covered by this License for which Licensee has an obligation to assume liability for and/or save and hold harmless any Indemnitee. Licensee shall pay all costs incident to such defense, including, but not limited to, 40 attorneys' fees, investigators' fees, litigation and appeal expenses, settlement payments, and amounts paid in satisfaction of judgments. do PERSONAL PROPERTY WAIVER 20. ALL PERSONAL PROPERTY, INCLUDING, BUT NOT LIMITED TO, FIXTURES, do EQUIPMENT, OR RELATED MATERIALS UPON THE PREMISES WILL BE AT THE RISK OF LICENSEE ONLY, AND NO INDEMNITEE WILL BE LIABLE FOR ANY DAMAGE THERETO OR THEFT THEREOF, WHETHER OR NOT DUE IN WHOLE OR IN PART TO THE NEGLIGENCE OF ANY INDEMNITEE. INSURANCE 21. Licensee shall, at its sole cost and expense, procure and maintain during the life of this Agreement the following insurance coverage: r Form 424;Rev.04/26/05 -7- wr Law Department Approved Tracking#07-35061 A. Commercial General Liability Insurance. This insurance shall contain broad form contractual liability with a combined single limit of a minimum of$5,000,000 each occurrence and an aggregate limit of at least $10,000,000. Coverage must be purchased on a post 1998 ISO occurrence or equivalent and include coverage for, but not limited to, the following: ♦ Bodily Injury and Property Damage ♦ Personal Injury and Advertising Injury ♦ Fire legal liability ♦ Products and completed operations rr This policy shall also contain the following endorsements, which shall be indicated on the certificate of insurance: ♦ The employee and workers compensation related exclusions in the above policy shall not apply with respect to claims related to railroad employees. ♦ The definition of insured contract shall be amended to remove any exclusion or other limitation for any work being done within 50 feet of railroad property. ♦ Any exclusions related to the explosion, collapse and underground hazards shall be removed. No other endorsements limiting coverage may be included on the policy. s B. Business Automobile Insurance. This insurance shall contain a combined single limit of at least $1,000,000 per occurrence, and include coverage for, but not limited to the following: ♦ Bodily injury and property damage ♦ Any and all vehicles owned, used or hired r C. Workers Compensation and Employers Liability Insurance. This insurance shall include coverage for, but not limited to: ♦ Licensee's statutory liability under the worker's compensation laws of the state(s) in which the work is to be performed. If optional under State law, the insurance must cover all employees anyway. ♦ Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. D. Railroad Protective Liability Insurance. This insurance shall name only the Licensor as the Insured with coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate. The coverage obtained under this policy shall only be effective during the initial installation and/or construction of the PIPELINE. THE CONSTRUCTION OF THE PIPELINE SHALL BE COMPLETED WITHIN ONE (1) YEAR OF THE EFFECTIVE DATE. If further maintenance of the PIPELINE is needed at a later date, an additional Railroad Protective Liability Insurance Policy shall be required. The policy shall be issued on a standard ISO form CG 00 35 10 93 and include the following: ♦ Endorsed to include the Pollution Exclusion Amendment (ISO form CG 28 31 " 10 93) ♦ Endorsed to include the Limited Seepage and Pollution Endorsement. ♦ Endorsed to include Evacuation Expense Coverage Endorsement. ♦ No other endorsements restricting coverage may be added. +� Form 424; Rev. 04/26/05 -8- Law Department Approved Tracking#07-35061 ar ♦ The original policy must be provided to the Licensor prior to performing any .. work or services under this Agreement. In lieu of providing a Railroad Protective Liability Policy, Licensee may participate in Licensor's Blanket Railroad Protective Liability Insurance Policy available to Licensee or its contractor. The limits of coverage are the same as above. The cost is $1000. o, 1 elect to participate in Licensor's Blanket Policy; ❑ I elect not to participate in Licensor's Blanket Policy. do Where allowable by law, all policies (applying to coverage listed above) shall contain no exclusion for punitive damages and certificates of insurance shall reflect that no exclusion exists. Licensee agrees to waive its right of recovery against Licensor for all claims and suits against Licensor. In addition, its insurers, through policy endorsement, waive their right of subrogation against Licensor for all claims and suits. The certificate of insurance must reflect waiver of subrogation endorsement. Licensee further waives its right of recovery, and its insurers also waive their right of subrogation against Licensor for loss of its owned or leased property or property under its care, custody, or control. Licensee's insurance policies through policy endorsement must include wording which states that the policy shall be primary and non-contributing with respect to any insurance carried by Licensor. The certificate of insurance must reflect that the above wording is included in evidenced policies. r` All policy(ies) required above (excluding Workers Compensation, Contractor's Pollution Legal Liability and if applicable, Railroad Protective) shall include a severability of interest endorsement and shall name Licensor and Staubach Global Services - RR, Inc. as an additional insured with respect to work performed under this agreement. Severability of interest and naming Licensor and Staubach Global Services - RR, Inc. as additional insureds shall be indicated on the certificate of insurance. Licensee is not allowed to self-insure without the prior written consent of Licensor. If granted by Licensor, any deductible, self-insured retention or other financial responsibility for claims shall be covered directly by Licensee in lieu of insurance. Any and all Licensor liabilities that would otherwise, in accordance with the provisions of this Agreement, be covered by Licensee's insurance will be covered as if Licensee elected 40 not to include a deductible, self-insured retention, or other financial responsibility for claims. 40 Prior to commencing the Work, Licensee shall furnish to Licensor an acceptable certificate(s) of insurance including an original signature of the authorized representative evidencing the required coverage, endorsements, and amendments. The policy(ies) shall contain a provision that obligates the insurance company(ies) issuing such policy(ies) to notify Licensor in writing at least 30 days prior to any cancellation, non- renewal, substitution or material alteration. This cancellation provision shall be indicated on the certificate of insurance. In the event of a claim or lawsuit involving Railroad arising out of this agreement, Licensee will make available any required policy covering such claim or lawsuit. �r Form 424;Rev.04/26/05 -9 - Law Department Approved Tracking#07-35061 or Any insurance policy shall be written by a reputable insurance company acceptable to Licensor or with a current Best's Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the service is to be provided. Licensee represents that this License has been thoroughly reviewed by Licensee's insurance agent(s)/broker(s), who have been instructed by Licensee to procure the insurance coverage required by this Agreement. Allocated Loss Expense shall be in addition to all policy limits for coverages referenced above. Not more frequently than once every five years, Licensor may reasonably modify the required insurance coverage to reflect then-current risk management practices in the railroad industry and underwriting practices in the insurance industry. + If any portion of the operation is to be subcontracted by Licensee, Licensee shall require that the subcontractor shall provide and maintain insurance coverages as set forth herein, naming Licensor as an additional insured, and shall require that the subcontractor shall release, defend and indemnify Licensor to the same extent and under the same terms and conditions as Licensee is required to release, defend and indemnify Licensor herein. .r Failure to provide evidence as required by this section shall entitle, but not require, Licensor to terminate this License immediately. Acceptance of a certificate that does not comply with this section shall not operate as a waiver of Licensee's obligations hereunder. The fact that insurance (including, without limitation, self-insurance) is obtained by Licensee shall not be deemed to release or diminish the liability of Licensee including, without limitation, liability under the indemnity provisions of this License. Damages recoverable by Licensor shall not be limited by the amount of the required insurance +r coverage. For purposes of this section, Licensor shall mean "Burlington Northern Santa Fe .. Corporation", "BNSF Railway Company" and the subsidiaries, successors, assigns and affiliates of each. ENVIRONMENTAL 22. (a) Licensee shall strictly comply with all federal, state and local environmental laws 40 and regulations in its use of the Premises, including, but not limited to, the Resource Conservation and Recovery Act, as amended (RCRA), the Clean Water Act, the Oil Pollution Act, the Hazardous Materials Transportation Act, CERCLA (collectively referred to as the "Environmental Laws"). Licensee shall not maintain a treatment, storage, transfer or disposal facility, or underground storage tank, as defined by Environmental Laws on the Premises. Licensee shall not release or suffer the release of oil or hazardous substances, as defined by do Environmental Laws on or about the Premises. do (b) Licensee shall give Licensor immediate notice to Licensor's Resource Operations Center at (800) 832-5452 of any release of hazardous substances on or from the Premises, violation of Environmental Laws, or inspection or inquiry by r Form 424; Rev.04/26/05 -lo - go Law Department Approved Tracking#07-35061 air governmental authorities charged with enforcing Environmental Laws with respect to Licensee's use of the Premises. Licensee shall use the best efforts to promptly respond to any release on or from the Premises. Licensee also shall give Licensor immediate notice of all measures undertaken on behalf of Licensee to investigate, remediate, respond to or otherwise cure such release or violation. (c) In the event that Licensor has notice from Licensee or otherwise of a release or violation of Environmental Laws arising in any way with respect to the PIPELINE which occurred or may occur during the term of this License, Licensor may require Licensee, at Licensee's sole risk and expense, to take timely measures to investigate, remediate, respond to or otherwise cure such release or violation affecting the Premises or Licensor's right-of-way. (d) Licensee shall promptly report to Licensor in writing any conditions or activities upon the Premises known to Licensee which create a risk of harm to persons, property or the environment and shall take whatever action is necessary to prevent injury to persons or property arising out of such conditions or activities; rr provided, however, that Licensee's reporting to Licensor shall not relieve Licensee of any obligation whatsoever imposed on it by this License. Licensee shall promptly respond to Licensor's request for information regarding said ,o conditions or activities. ALTERATIONS 23. Licensee may not make any alterations to the Premises or permanently affix anything to the Premises or any buildings or other structures adjacent to the Premises without Licensor's prior written consent. r NO WARRANTIES +■ 24. LICENSOR'S DUTIES AND WARRANTIES ARE LIMITED TO THOSE EXPRESSLY STATED IN THIS LICENSE AND SHALL NOT INCLUDE ANY IMPLIED DUTIES OR IMPLIED WARRANTIES, NOW OR IN THE FUTURE. NO REPRESENTATIONS OR .r WARRANTIES HAVE BEEN MADE BY LICENSOR OTHER THAN THOSE CONTAINED IN THIS LICENSE. LICENSEE HEREBY WAIVES ANY AND ALL WARRANTIES, EXPRESS OR IMPLIED, WITH RESPECT TO THE PREMISES OR WHICH MAY EXIST BY OPERATION OF LAW OR IN EQUITY, INCLUDING, WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY, HABITABILITY OR FITNESS FOR A PARTICULAR PURPOSE. QUIET ENJOYMENT 25. LICENSOR DOES NOT WARRANT ITS TITLE TO THE PROPERTY NOR UNDERTAKE TO DEFEND LICENSEE IN THE PEACEABLE POSSESSION OR USE THEREOF. NO COVENANT OF QUIET ENJOYMENT IS MADE. DEFAULT 26. If default shall be made in any of the covenants or agreements of Licensee contained in this document, or in case of any assignment or transfer of this License by operation of law, Licensor may, at its option, terminate this License by serving five (5) days' notice in Form 424; Rev.04/26/05 -11 - r Law Department Approved Tracking#07-35061 writing upon Licensee. Any waiver by Licensor of any default or defaults shall not constitute a waiver of the right to terminate this License for any subsequent default or defaults, nor shall any such waiver in any way affect Licensor's ability to enforce any Section of this License. The remedy set forth in this Section 26 shall be in addition to, r and not in limitation of, any other remedies that Licensor may have at law or in equity. LIENS AND CHARGES 27. Licensee shall promptly pay and discharge any and all liens arising out of any construction, alterations or repairs done, suffered or permitted to be done by Licensee on Premises. Licensor is hereby authorized to post any notices or take any other action upon or with respect to Premises that is or may be permitted by law to prevent the attachment of any such liens to Premises; provided, however, that failure of Licensor to take any such action shall not relieve Licensee of any obligation or liability under this .rr Section 27 or any other Section of this License. Licensee shall pay when due any taxes, assessments or other charges (collectively, "Taxes") levied or assessed upon the Improvements by any governmental or quasi-governmental body or any Taxes levied or „ assessed against Licensor or the Premises that are attributable to the Improvements. TERMINATION 28. This License may be terminated by Licensor, at any time, by serving thirty (30) days' written notice of termination upon Licensee. This License may be terminated by ' Licensee upon execution of Licensors Mutual Termination Letter Agreement then in effect. Upon expiration of the time specified in such notice, this License and all rights of Licensee shall absolutely cease. 29. If Licensee fails to surrender to Licensor the Premises, upon any termination of this License, all liabilities and obligations of Licensee hereunder shall continue in effect until the Premises are surrendered. Termination shall not release Licensee from any liability or obligation, whether of indemnity or otherwise, resulting from any events happening prior to the date of termination. .. ASSIGNMENT 30. Neither Licensee, nor the heirs, legal representatives, successors, or assigns of Licensee, nor any subsequent assignee, shall assign or transfer this License or any interest herein, without the prior written consent and approval of Licensor, which may be withheld in Licensor's sole discretion. NOTICES 31. Any notice required or permitted to be given hereunder by one party to the other shall be in writing and the same shall be given and shall be deemed to have been served and given if (i) placed in the United States mail, certified, return receipt requested, or (ii) deposited into the custody of a nationally recognized overnight delivery service, addressed to the party to be notified at the address for such party specified below, or to such other address as the party to be notified may designate by giving the other party no less than thirty (30) days' advance written notice of such change in address. If to Licensor: Staubach Global Services - RR, Inc. Form 424;Rev.04/26/05 -12 - Law Department Approved Tracking#07-35061 3017 Lou Menk Drive, Suite 100 Fort Worth, TX 76131-2800 Attn- Licenses/Permits with a copy to: BNSF Railway Company 2500 Lou Menk Dr. —A0133 Fort Worth, TX 76131 Attn: Manager— Land Revenue Management If to Licensee: City of Renton 1055 S. Grady Way "o Renton, Washington 98057 SURVIVAL .r 32. Neither termination nor expiration will release either party from any liability or obligation under this License, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination or expiration, or, if later, the date when the PIPELINE and improvements are removed and the Premises are restored to its condition as of the Effective Date. RECORDATION 33. It is understood and agreed that this License shall not be placed on public record. APPLICABLE LAW 34. All questions concerning the interpretation or application of provisions of this License shall be decided according to the substantive laws of the State of Texas without regard to conflicts of law provisions. SEVERABILITY 35. To the maximum extent possible, each provision of this License shall be interpreted in such manner as to be effective and valid under applicable law, but if any provision of this License shall be prohibited by, or held to be invalid under, applicable law, such provision shall be ineffective solely to the extent of such prohibition or invalidity, and this shall not invalidate the remainder of such provision or any other provision of this License. .r INTEGRATION 36. This License is the full and complete agreement between Licensor and Licensee with respect to all matters relating to Licensee's use of the Premises, and supersedes any " and all other agreements between the parties hereto relating to Licensee's use of the Premises as described herein. However, nothing herein is intended to terminate any surviving obligation of Licensee or Licensee's obligation to defend and hold Licensor harmless in any prior written agreement between the parties. rr wr Form 424;Rev. 04/26/05 -13 - Law Department Approved Tracking#07-35061 +r MISCELLANEOUS 37. In the event that Licensee consists of two or more parties, all the covenants and agreements of Licensee herein contained shall be the joint and several covenants and agreements of such parties. 38. The waiver by Licensor of the breach of any provision herein by Licensee shall in no way impair the right of Licensor to enforce that provision for any subsequent breach thereof. Staubach Global Services — RR, Inc. is acting as representative for BNSF Railway Company. IN WITNESS WHEREOF, this License has been duly executed, in duplicate, by the parties hereto as of the day and year first above written. do BNSF RAILWAY COMPANY w+ Staubach Global Services - RR, Inc., its Attorney in Fact 3017 Lou Menk Drive, Suite 100 10 Fort Wh, TX 76131-2800 r L d � By: _ .w Ed Darter Title: Vice President- National Accounts to CITY OF RENTON 1055 S. Grady Way do R nton, Washington 98057 By: A . as Title: P b i o ini trator r M rr s r arr Form 424; Rev.04/26/05 -14 - TRACKING NO.07-35061 EXHIBIT "A" ATTACHED TO CONTRACT BETWEEN BNSF RAILWAY COMPANY r AND co CITY OF RENTON L� „ SCALE: 1 IN.= 1 00 FT. SECTION: 29 Of NORTHWEST DIV. WA-08A TOWNSHIP: 24E a WOODINVILLE SUBDIV. L.S. 0405 RANGE: 5E MF + DATE 11/19/2007 02 MERIDIAN: WILLM REV. DATE 02/25/2008 � a4nf v'tJ4 F r p i7 It � Q' 7 �. ES 930-1-4� =, PROPERTY_ LINE aw dov '_ �, 9�!"7 _ .YOHOMISH JC~7.-^WE T - _ PROPERTY LINE �r DESCRIPTION OF PIPELINE do PIPELINE SHOWN BOLD CARRIER CASING CARRIER CASING PIPE PIPE PIPE PIPE as SIZE: 36" 45 " LENGTH ON R/W: 100' 55 ' CONTENTS: STORM WATER WORKING PRESSURE: GRAVITY PIPE MATERIAL: HDPE STEEL BURY: BASE/RAIL TO TOP OF CASING 13. 5' of SPECIFICATION / GRADE: DR-211 GR-8 BURY: NATURAL GROUND _1 WALL THICKNESS: 1 . 714 0. 625 BURY: ROADWAY DITCHES 3 COATING: N/A N/A CATHODIC PROTECTION N/A • VENTS: NUMBER __0 SIZE — HEIGHT OF VENT ABOVE GROUND — NOTE: CASING TO BE JACKED OR DRY BORED ONLY AT REDMOND COUNTY OF K I NG STATE OF WA KLC IIRAWINf; Nn. 1-42r,1R # �4�cy3ctad Lc) o �. w w ° °_ O p Z m W M 1 o L) z woad woroa N F-Om 3SQp W 00 N Ovj mHOVwz� 1 $fr wwoz Uwa x� zp oop rooW,° z �wQ a mH C� WOE ZO FcDUU JJmwwdwo0M N V a z NFU 2 N w o o ¢z O o w o m 3 N W JU O Y ZmN Omw N^ p�m H H QmU V7NZ( ''3^: J �OSW ma 30�¢ E �v wo�cpi 03='vf paw OOr-� VJ C x UU/- JU 0.q PO= W Uw JZ3 (n U In m o = a- W¢V< 1-6> N 4¢~ w wy w w m O Z 0 Z Z wm" Z vi wvi W g ~a Zw I^(n z�Vw � In¢ w 1-U x zm2pN3 Uowcn I 03o V� n� ¢w oUOZ Iw.omd-UlJmw W G. J 3� w�cl O�z ���zU �N c~i��3 z 3zN��o�U� p W oww w r=te �z UQ�o ow x�S wOwxU U o cc U¢UO >¢wU�o �� n NN �nwlnWnJ �m� n� W W wZvl Way UIn=�JU z z �� z�z� xz�FZOZwz� - fn X Z O—w O¢O O_ o O o— w O W Z O O W 2 0 0 W �aom a3 wmvnmcn U U wlnU L)o EL UD_'O U Uw3 U� W N M 7 In t0 y O N F- Q u N p H m co o Z z c3 ww g m M Zam w �o �Q/7z11 M °r ooUw Ix z O H N �c +OC)w O w w N<O? Z N Z3133HS 335 OI+Z VIS 3N1 l HOIVW '-— ^�_ M MAI 3SN8 °_ M/8 JSN8 _. c� a r Q�So O-��jjw D T _ ..._ _ 3lld '7_ N3J £lO2lDddflS °o u u DT�SS VI g9� m --e�z- c3 W aa ' 11 r9ZE N m t aZOWY ,..... ��' W � N I � � O N.. O U 'x M N a Q N � W Z I Q 7 I a LLI s o ¢ d -. JInO ! � I Ja pp d. �w®o m- °--°- .. _..1 _.__.. .R. ._� _ w Lj �Z� II o w -._. _ ._.. _ ;r,.. - a tL N N vii 1 m w r $ �w ®w w ,w U... N { n OFO I - N U X J O No p d W JO F. Lj _. 0 o_ m n � � o M w wu� �vNi o S0 o , ® I �Zm Ci z z�`' z min a a ID J W Q Z w FU-- _.. Y a � zm n� �iiw l ��� o n`'`•� ow Q it W I m ! Z>w O In x Z ® e r W �� a - i(n ( o u) ° v ro m jz I o ... a _ m W v z Y �,�.JSNB r ., �.._ j._r I_t.�.---�' ...{ IO '' S ��N t - i 7 l l t ! I ~ � f N i i + z \ z N n 8'0£ * a r r d � S _ + t 14 -77 _. ,. .. W ¢ • V.._..._._.. a 4i O O O `a N _ N w ' 4 :W - .�... U.- fn W .M .-.0•C ^ O O a'S� ,fin m DO __ 222 > co <4 +N >oo Z w I _ Nx �pf:'`" °N m0 ww J II II ��� m (~n W ww w.. ^ O N N O m Nam O N N ¢ I Q J O �Z I m U M UFO w N W w N W W w x!O W ?Z II I O> W - .. .Y= v) i_o Z,w _ �cn 0o m_wi�m LLj l•£ l•£ o } ±�o �o --�_� M x>m- - 14 l Y._ _. ...> - .., w I z Y o _____ u � (Qn ._.x. --x--- , H I .-M V N ( ` I 3 .z, I 'T -^ - - - 7 __.. lid 9M0 33S __.o o N o ...... ... , _ I - p - - . 8oL -11S 131If10 �'a ._.. .� . 4S„9£ X3 - j I z wj 3 96+0^V1S r_ j ca U x S ..- I---- -- : --( - • O Vii; i5 w mo —Lj KO i w (r i M p 1.0 O m y en LO wo N— x N W W II II U U - co; 9T U _ U (O M SOW_W Z� m t p•1 Z - D,r + - _..__ I XI Ir f- i - m t0 � ;' r - Q :D- _.. l m 104 w a, ol V) Lb LIj x D z z rn o I °o S o 1 J� . ww / Z ow avwi Wzw /� ,N w ;mc-vEn m j O r M J i tp S O r uj Z w 5 uoq m w J ,. J i 2 w o m O .- a a• �o;��n w ° Z� Qp .•- 2 2.-. m - a�'p0 a a cMS e .rpN� QU p ¢ O� x '1 O m1¢wU m o6go U Zo r o ^ ice' m Worw ion Q or,o m o2rn(� m i ! fA oow LLI ¢ �mrO U I w o __- w U In U ¢• r� U� __ 1 UNQ ... ._` NMWzW Itl D oz(1) lr h i i �N N � 1 ti 7�J�Y S GLEE-LZ-dMS 103roUd 1N3W3AONdW1 W31SAS WHOIS 'N 3NVI A31dR1 3WVN iDYOad 3wvH3�rf # Wo OZ j 0 �w0 ZJ W In Z� ZJU OQ .y U mw p~Z ¢U(n 0: J ui N JJW Q�0 V6.Z I- Q U <SQ: w U Z 30__ �` <z�w O O W W o � owe �n3 v 0 9 pM-H waw a U c� O JZ+1 c�U)CL f g w Z N m w o U y Q O N N � J 0 Q M O N Uo N W O J Z C) W J _O �--1 W Z LD W 3 M I I u� J o w0 �j 3 M Z o LU w I- J z a_ II w N w/Q o• O U Z ? O 00 N J O \ y U I Z) n Y Z iJ 3 J I- 3` � z 3w U� U Ov r w c U w Q QQ m m 0 m N IA Lj w a U Z v O UNOR W Z J 4 o ° U. Y Z O V® kphp pQw� 3 O V U 2gY a < 3 N N W N Z_ O Oo g W a N ,L-£ o V M O N Jo Hid 30 NIW ,Z z w ° x w �o N ®i rr ao w N ` Q Op J~Z M W J Y N $ L p W � ' r C = °w0 = I Z .5Em7 a I p > � Q O 0 OI Z J J� �pM \ O m~ o w pp 3Q c3 a, JWy� a I f o a U II ?� O H N OIA J>�0 \ CO o J W o �Wvw CO �W u 3p z oo p �w m tZ Z.41 ONISS080 03NOVr /03808 N1038 I vl o 9£+1 V1S 41 w �� ° V o ,q rn 30 N Z N CNN w R. �T� z o J� N w N Y V 0 w (, Z < O QZ a. w CX W ON U oz U Z �_ > W. Z w U U p 0 Q N cn no p 0 3 J U Z m O O J Z Z W Z J : 3 PD a `2 U N� ")m �0, J? U (Z_ r Q ^D O ct W Z w C ui ■ a O J Y N U Q L co]� O U m o M NIW ,S = I i M O 0 eD JD Z W l d w U U U p U z o ' 0� fJ J J J a m • N N N y U n D M U 00 cx j mom ZOMU 0 Q 3 =O LJ 2 w of Li ip0 pppp LLI O OV O ZUON a O a o 0 0 M W_m d [L J fi U ~Z W < N X W I D II 10 00 3r-- �a N WOZM Z r--� (r M2wM LL W d OJz m W = pW z C� J o z W J w UwwD- D QQ � w hzQ z ?� Q U oZ o o0 In J ao 1 z ,,,y W II v m o �-MOId O W n z o 00 0 o 0 I O Q 0 \ t` a OJ O z = 3 = 0 p O io U w I U l O W I p < Z m m m m z Z I w O 0 N U cr U y ---------- � o t5 N z U W w Z W Z Q N O O U CL C, ' U a oo� �0 ° <X=�5 v D oo c� o Q��<a moa "oX i.i W �•� J _ Q, ZFNY W O,KO J w r o�aoo \i o = II II L O N vw w oo�Wa ¢a 0 oa co � ° z CL mil 0 V)gGJ YZQ U 3 N N ,x m�aj�w.� � wW mX V O=W tp� �I oD W O<HO 0, MOwa d0w 3m •r �0 � `�I R° � LL'Ni N o am O�m� Z $ �. SL££-LZ-dMS 103f OUd 1N3W3AOUdW1 W31SAS W21O1S 'N 3NVI A31dIU 3WVN i33rodd Wl I•Irrr 6� W� ilmr NOWAwr rr mmmw r aww� wwww www o WMIRWO Olwwo www wwr "NOON UNINO wwww wwrrW p V 9 w W (� Lj O w ` d W W M Z Z w a ~ U r U aQr z m g N ?per ` ;p r W O ppz0- M° }oa4 IC-4 Z Z J w y Z m m W 0 Z a I Z O 0 Q V N Q p m< g to } H Vi J Waa�¢c�� a W d w w Q W ~O z Lx, °w w IL rn W O z O w<� > N W Z j2Um O Z J x�JW�N Z W W H W � 4Z W JU~w� J z <�o� w /j u L p° ` w w U-) Dog z CL O a o L� °0 } w p p�3 0 N J � Z J 2 :<- A \CL 00 N�¢ (n wN H 01 W Q� W uj Q <N�<m z~ o a w - F Ow Nou-, �� UmW W J ??Q '�Q'i II P$ m m m N 4' O W W M 4 wz C Iw a owQWO y aFKZOZ m o0 N"'°'Z =OD z p op Lj U) Z ui j�wzo�n $ H V)-Y Y S p H Q`1 Z W H W W j K a Z Q U 2' W w X Q U li}W T Z p `,v4; Y a uo U. a �l%li{lt:t�l'ii J a p W Q co CL ;r�yti'};itp'J m Zl'T uj , Z `r7,} Rn Q Z O ~U W= 0 LL O ED a a v o D N V) LU a z a m W o ui co- a .,.f 5•;�r�.�. 0 m O Z D 4 J a "`Q,:y Y1V�:fA J. - �'IiDI 'IiD Imo- ~ m Z O �i � z w ° _ � N w w W OU z i a Z V I o Moo w a W I in J g-) Z^ U Sz I 0O UO0. Z O m Z. W z Lo-w I 2 N O J W w m Z O d'5 Vi W W' a0 w W d� YYN N m� _ N 0z l wo �� vim°. III-1I II a o p HEEL, T L W N m J -I o + +— - a Io � Q O m a I I I ll Z� U 0 � p I l + co 0 w w D' ona w I ZaZ o a � Z o - yvwiZ o oC x 0 I ii N w -I ,, ll Y a 0. 0 - i O I iD w I -1L 3 U H II i i X I °° a N U II N _ > V .� - 2 z W N w I a io W \ C) Q W \ - I -I'I_ Q \ CL U) w a y fn I w� fn I J O p a l ll� I L, 1Tw oW II I c� �! + + - - + III 11= W I n -will III-II .� o I ? m m / U I OR mow } LI)N ZJ I Z p_W Z M X I O Y~W W J n W U Z " oLL I 'o Zmo2g�oNoNw �� I w �°FVV)g"�Z S NZ QQ O N OI.-IOxW JI s R?LL, mK UJ7QCLa 1-U<O H W N 2 Z Q V N O•�) GLEE-LZ-dMS 1o3mHd 1N3W3A0HdWl W31SAS WHO1S 'N 3NVI A31diN 36VN lo3road som110 atmew o r rlommr OWKW l oulmow smoRmo srn1f MINNOW somi mosoo wommoo �wnlf tw Addendum 2 to CITY OF RENTON Ripley Lane North Storm System Improvement Project ADDENDUM NO. 2 Date Issued: April 11, 2008 Date of Bid Opening: Unchanged NOTICE TO ALL PLAN HOLDERS • The Bid Documents for the project are modified as described below. Bidders shall incorporate this Addendum into the Bid Documents. Failure to do so may subject the bidder to disqualification of his bid. Bidders shall acknowledge this Addendum by signing the Acknowledgement of Receipt of Addenda do form in the Bid Document, or by signing this Addendum, and submitting either form with the bid. THE BID DOCUMENTS ARE MODIFED AS FOLLOWS: ,r The City is providing clarification to the existing construction plans and specifications with the following attached drawings and/or specifications: r 1.) Supplemental Seahawk project site soil information. to ++w Steve tee, PE, Project Manager, Surface Water Utility Ph#425-430-7205 to ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA r► SIGNED: as TITLE: AW NAME OF COMPANY: aw 40 1Ig-Addm-2 Notice-STLO1-080411.DOC\ r FIELD MOISTURE F- (% DRY WT)(ASTM D 22161 `j w w a >- SOIL DESCRIPTION U 0 O w j u I w w A DRY DENSITY (LB/CU FT) Z J } = D jJ Q F- N tL N O z z J SURFACE COVER: Gravelly sand 10 20 30 40 r ? Lu ly Z 0 O v 0 w/grass cover 90 100 110 120 I Moist Loose Gray Fine to medium SAND (SP) to ossible FILL I ° - -- - Very S 5 Wet Loose Lenses of or- ; + 5 ganic PEAT (Pt ' 1 w/wood chips do S 2 ; as 0 1 Lenses of sand- organic PEAT j I ! lj I as - - - - - - - - (-Et L J ' lS 8 (Fine to medium silty SAND (SM) 15 i I I : II I I wI li S 4 I . 1 H..;' ! i ; I 20— Dense 1 ' Grades to fine I ! I H i .1 1 '. S 31 11 clayey SAND (SC) 1 ; 1 i I ! • i 25 I'. ) -- - - - - - - � � 1 I I 11 . •� � Ijj i li I " ; ! - S 36 I I II II I I 1 I Very -• 1 Dense S R -2•� n-e n vl-dium—Clayey SAND (SC) " - ; j ) ! j I , 35 [cemented 10 Elevation : 20.9 Data Drilled : 13 Nov. 1974i Equipment Used : Hollow Stem Auger ?H2 I Port Quendall Water Level : Elev. 18.6 (22 Nov. 1978) 1 PROJECT NO. S12212.B0 !-7 STANDARD SPLIT SPOON SAMPLE do L iASTM D 15861 R- > THAN 100 BLOW/FT i Log of Boring B-19 © BULK SAMPLE OTHIN WALL TUBE SAMPLE - NA NO RECOVERY (ASTM D 1587) • SFT N-VALUE !ASTM D 15861 11/78 17 � • FIELD MOISTURE 1- (X DRY WT)IASTM D 2216) Uj a V JO SOIL DESCRIPTION w W A DRY DENSITY (LB/CU FT) Z (w Q z z JO c SURFACE COVER: • 10 20 30 40 ' o (4 Z V v = 90 100 110 120 Wet Very Gray Fine to medium clayey SAND, (SC) , Dense ` .i cemented S R ' 40 Boring terminated @ 39.5' ill it Observation well installed @ elev. +0-."5 - I I An Il 111 ! 111 IIH 1111 1 l I ' I I I � i ! III II IIH l 111111i. ii '. il l III 1 11111 Ill ( 1 . i I II fill II � ) Ij • • I ! ; I IIII ; Ili Ii INYilll , I 1 IllililiM ii i do Elevation : Date Drilled Equipment Used : I�H :sHILL Port Quendall VYater Level 0 PROJECT NO. 512212.BO STANDARD SPLIT SPOON SAMPLE I , Ii( (ASTM D 1566) Rs > THAN 1DO BLOW/FT Log of Boring B-19 t �8 BULK SAMPLE Continued +rP [I]THIN WALL TUBE SAMPLE - NR NO RECOVERY (A.STM D 15871 • SPT N-VALUE (ASTM D 15866) /4-7 rr - cl: CL L'i m 0 U. CL NL U 2— CL ks 00 QI- a, C) \\LuCD "IICII LLj-- CD Aw_-j Ln -71 00 c o z CD "now ww� NOON" swoo wommoo emommw oftwomw wmmm� UNW" *Pmmw Imms" owsaw mmwm am" "Mmow 04 A O 01, 0) w D cr. CL 75 < z LU L,J� < -Y -Y IL 00 X, cn v A oc Ui cc La 00 Z:D 91 6 le"�a ^. `O v o / cc yy oQ rm — I � 24 CN ve 4S x Z� Ln VJa GOWAN& w OVAMOW "I"oow MONNAW momow "now wom� woram mono Li —j J a o J z 0 Q N57W41'W W C .64 0 210 4.0649' a J IT J U w - O W LJ (A'p (Y \ 0 z -i 0- �pc. z CC) v+ _J- g o u° w E OvOo N Li a C()J cn< ucN z W L (TN W c, ° a - O � o6 \ � v::DW ova w L 5 \6 h0 �p I a z h9 h6 p a z NN U w < zin I a � w a � w a U N z z o o � o J 1 6 = a O � Z O V) d w z 0. h 0. °1 I h� 5 \ CD 0 CD Y wC-D 0 0 6 I z >- > as ocn zz oti Q hh o Q z w L'i g -j O y 0 z = o z w a JO w� p J 5� a w a a o o O x J o 0 Z O cn � _ � � 7 a ww o0 0 w a m v w ri ` m �o v� q J - Q T 0 0 a � I, w } a l Of J o A Z) V d) AS p� LL u N 0 P Q 0� 30 w Z U c"o AA 2 z w H } < w w m i � o 2 W < ( CD H a O hA I 0 w Ao I Z a ° a Z �l v J W 3p 3o d_ 30 �o I / Q a I' q o rr z _j 0 0 0 O 0 a y 0 O �ti a %J tih QGQ QGQ ZO�Q1N OgS a I. JLOEQ�� Q 1 A t- O° QGQ QGQ z z a I' W Op I � � `LOOQZN Ooh D 10�Q`� \h cQ I Qa,� QGQ 6 j W D \\ 00 130Qtt� 0� I- a F- a LLI QGQ \\ QGQ I.L S \ GQ pE,Q Q 0. GQ L �6 QZN �h5 0 °O V/�O'/^� IL a Q GO QGQ 0 QGQ P a GQ GQ QGQ GQ O ° / P Q 0 Q h S�ti QGQ — �O�Q�� 6'S.� g00Q.\� 96 900Pt� ti �OGQ�t� � ZO�Pt� 0a _-T •S -- q ' W p p o o p Qda' a a s�aiX wool !l - zoff "SO uo/, ,0,9)/0/d lloysioura .iasn dOd .Inol(07 6Mpg ON00-dOd 6856! 6856! -H aLd Mnrr ft r Or %"now W6 W r rrrr war .ter ammew woos" ummom r•r own" sawma 9Jrw rnrdL W " J n J Z 210.61 M67V6'41'W V7 OW LJ J W Old- } O to LLI m Z J y (A ID Oda. Z c _ Li E 0000 u a cn<uN " z LL Q a O LLi clf 0 F- a Q U-) 0 5� 56 I" U LU N z w ID V p �t x w a �= w n ♦ 5ID a z z zoo o _j 5h H O w w z N w w w I U W z o a wz � 0 \ Y J m Z O m0— Li z Q w o cn zz J ° O Q z � � N -J O Ir 5� a w W Q O O mO X J U �cl Z p J a m 2 aim �o 0o al W H \� O Q U / A� 6 e• LL m vwi �l° ♦ ° a LLI Z J w Q > �S 0 0. Q � Q Q LU In / Al I ui �6 F— �o LU F- a o " z Ow Z CL I o 0 o I 0 v 0 h Z Cj W ao- 00 pE zz " ♦ I F- �e \o0e�� ma 2 W = 0. I U) CL OOe OOe �QP�5 OF- APP 6p0 .APP�g0 P� 0 � � a I o05 eP I P � ,R) 100_00_ J'14'W 100.01' 0 v a ' W 6��Q�� �`' Q�� �e oo`' �e�� �e 566° �QP�o� ti �Q�� 11� �o�Q�� ti� Q��'� a • W � o " s7aiX tuoll !! - COOd S0 uo/ PaJJ% //Uys�oua .iasn yydl :7no(07 6Mpg�N07-Hbdl 68561 16BS61�H aLy rrr 6twa'r � ■�ws r mw r "Womw rdo wMrrr UNNOW rr wrmr sum" rr•ew �6Y Z O N Pr`uject\ Co LL o Noh��o r M v o u. CL' 0 ( N a 0 N U9t !�` W (0 O ? ,;z m� a z�C1 0 r' O X �m Co W CD LU I �s w = Z ti m ■ r1 r Y Q p CL 3 W E z t5 l z� U) (n f I T- I i ro LO �' U j 0 _ r m W 1 Z � e- U; m � CL ti o 0 CL jr 1 02 3 LL w V rncl Co N o O o 30 IY N r a> Z � m O r m��� Ca CL -.-sn j o,dmcp " =moo i fin ' s d J o-, �' a u a^ m a erg` Co mom (( I J F)t0 0'O C '�f0 i o n ocGl c v ,C 2 m oc ca LL C. L m �0 i Q N m Q Ca CL �- , a m N O < MO) � .11; iii" . .. I i • 1 1 I l b� C�- �m�� N`- r W o is °.Q U E c p d _ _ D" g m m a g m M°) g m a) a�i e� > 8-> ED V)i T� N � EEc mE�� a� EroN e- � M C1 `22c moos voo� l (. a N N W � a>N cacc -r- CL CL d, w moos ma�� m¢ u_ LL \�V� � �,.J• ��`������ t 1'�m � I : j � � i I ' \ .h� �• p� I �,. i 1 � l - T- �- :� m �. m Li. _ m W r-- ----� N I N N a cV I . 1 a, I t-- I o a C/) r --J L, J I i �. N. i ro W N mo co mom o 0 8 c=sQ \ti, Z J c-' are c m.000 \\ .�N •N N .Chomp U CN i y Cu f11 N W N N poX CO X OXro�mo� � a Na CL E m. Ca T it e- m _ a. h OVS:u1601 900Z-cZ-80:ele4 6Mp Z0 6iJ c00-9Z90Z-t-Lncoo-9Z90Z1L lzv:eweuelld !Yr� 4 fo� w� lowm rr MINNOW +1� "Insoo "M..,W 4rr/o IrlOSSO lr Owosso nroo rrr ammom unnom "mow 2 — CONTRACT SECTION INFORMATION ONLY Ripley Lane N. Storm System Improvement Project SWP-27-3375 The contract documents in this section must be executed and submitted by the successful Bidder within ten (10) days following the Notice of Award. ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement (Contracts other than Federal - Aid FHWA) .. ❖City of Renton Insurance Information Form -*.-City of Renton Standard Endorsement Form +• Submit after Notice of Award 12c-Contract Section.DOC\ POND TO THE CITY��F RENTON W KNOW ALL MEN BY THESE PRESENTS: #105091864 That we,the undersigned Rodarte Construction , Inc . Travelers Casualty and Surety as principal, and Company of America corporation organized and existing under the laws of the State of C T as a surety corporation, and qualified under the Laws of the State of VtWashington to become surety upon bonds of contractors Nvith tttuniciaal corporations, as surety are Jointly nd severally held and fmly bound to the City of Rent!�n. itt the penal sum of$ 1 , 4 7 5 , 8 7 4 . 0�or the payment of which sum on detnand we bind ourselves and our successors,heirs,administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City-of Renton- Dated at Auburn-----, .Vasliirag-ton,this CO_ day of 200 8. Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Nblic Works Construction Contract C'..A.G-08-033 providing for construction of RIPLEY LANE NORTH ST[-R.M SYSTEM 11.9TROVEMEZIT P CT fSWP27-3375)th.e principal. is required to fi:rriish a bond for the faith�perfvrtaance of the contract. and VVREREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform.. the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall Nthfully perform will of the provisions of said wntraot in the manner and within the time therein set forth, or within such extensions of time as may be ranted under said contract, and shall pay ala. laborers, mechanics, subcontractors and materialtxsen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall bold said City of Renton harmless frora any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of'said work, and shall indemnify and hold the City of Renton harmless from any damage or expewe by reason of failure of performance as specified in the contract or from. defects appearing or developing in the material or workmansliip provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton,then and in that event tbjs obligation shall be void; but otherwise it shall be and remain uo Ml force and effect. Travelers Casualty and Surety Rodarte Construction, Inc. Company of America Principal Surety `7 Si$°ai=-5 cT�v ' -j Signature Kenneth J . Frick Attorney-in-Fact Title Title ' WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER .A POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company ' Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 218701 Certificate No. 002098956 ' KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws ' of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that ' the Companies do hereby make,constitute and appoint Donna S.Martinez,Kenneth J. Frick,and Alex B.Hodge ' Yakima Washington of the City of ,State of ,their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of ' contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 14th ' IN WITN"§C1'Mb§F0F,the Compgbry7have caused this instrument to be signed and their corporate seals to be hereto affixed,this day of Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company amour TY I�(p'- SINfTy .a`w FiRE 6°�wa \�M IllgG p+1•ry...... Jp��v ANDS 0!p nfr �r`�,,..........N A.4: z L �°"u,+�vm�� 4� C O4v. P rZORPORAT'S fQ:. ..(+s: ti 9 3` � lF c 1977 RICDRPDRg1ED�' m �t f; RPORA t:: y \' a INC 1 9 8 2 O :m e H4RTFCRO, rS `'� t CONN. u qq , F SEAL,i CO N. i .R' �oar�W� •,,,°��,"�` 1s.twH,,,r �! � " ` •�", �1�Arrdt� ' State of Connecticut By: City of Hartford ss. Georg Thompson, enior ice President 14th December 2007 On this the day of ,before me personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc., ' Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ' p,TET In Witness Whereof,I hereunto set my hand and official seal. C V�Vn� ► My Commission expires the 30th day of June,2011. p�L1G # Marie C.Tetreault,Notary Public 58440-5-07 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ' This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity, and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of ' America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman, any Executive Vice President, any Senior Vice President,any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the ' Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may , delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking ' shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is ' FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate ' relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. ' I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby ' certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. , IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of 20 Kori M.Johans Assistant Secretary ' GI.SUA TY SURFjy F\RE 6 Y,M IN 1NSU 1Y 4N SU�rn TY yr�- S t q P ° RFr Fy <�. V"�oxc�v � Jr ,y �\;.......,G,➢ JP..........9 gJ b q�.` �� �O O�'y�y°AfJ� V.� G * G� � �P4v f�ON P°R '7 4:' ..,•LO'�y °P ({p \ F �-� • Ci n 9pn INCORPORATED�' g z' �'� w A>F m Wi•6°RPORATP�I � � �i��� Z 198 o � 1977 F 1927 �- t �{ a: __ .ns W NARTFORD, NAarFOrv, � Lass b y� � i T• OF NEW �„R "„�E S....��f °}r... ..:��a �y! ���s t ._v 1�A1Ndc ' To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the , above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,Sy CITY OF RENTON � O FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE r hereby confirms and declares that (Name of contractor/subcontractor/consultant) ' 1. It is the policy of to offer e q ual (Name of contractor/subcontractor/consultant) ' opportunity to all qualified employees and applicants for employment without regard to the race, creed,color, sex, national origin, age, disability or veteran status. ' II. 1zo�P�P- cati's-Cam',►-�.Tt©N _complies with all applicable Pp (Name of contractor/subcontractor/consultant) ' federal, state and local laws governing non-discrimination in employment. ' 111. When applicable, k N'--. will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. SV--- ?--Q0e­V-A"c ' Print Agent/Representative's Name Print Agent/Representative's Title Agent/Representative's Signature Lj 2'-t (� ' Date Signed r r r. Q ADATA_CenterTorms\C i ty\Contracts\B i dS pecs\14_FAIR.DOC\ CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this &— day of , 2008 by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and �opp,�s. CUNS-ce�.�-cT�ON� ANC , hereinafter referred to as "CONTRACTOR." ' WITNESSETH: ' 1) The Contractor shall within the time stipulated, (to-wit: within 100 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide ' and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. SWP-27-3375 for improvement by construction and installation of: Ripley Lane North Storm System Improvement Project Work as described in"Scope of Work"dated March 2008 ,attached hereto. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that ' all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, ' specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. ' 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if ' hereto attached. a) This Agreement b) Instruction to Bidders ' c) Bid Proposal d) Specifications e) Maps and Plans ' f) Bid g) Advertisement for Bids h) Special Provisions, if any ' i) Technical Specifications, if any 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract,and unless within ten(10)days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination,the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful ' therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or ' remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, ' representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to ' property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or ' unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. ' The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any ' litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay ' all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless ' the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a)the Contractor's agents or employees and(b)the City, ' HAFile Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3375 Ripley Lane North - Gypsy Creek Flooding Project\11111esign-Planning\ m Specs\15a-CONTRACT-NEW-6-15-07.doc trr its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. ' 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 100 working days from the date of commencement. For each and every ' working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages(and not as a penalty)for each such day, which shall be paid by the Contractor to the City. ' 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of ' liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) ' year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct ' and remedy any such defect, fault or breach at the sole cost and expense of Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's ' rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and ' miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 1 HAFile Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3375 Ripley Lane North - Gypsy Creek Flooding Project\1100-Design-Planning\l 109 FinalSpecs\15a-CONTRACT-NEW-6-15-07.doc 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance �.. of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. s s .r r s r r HAFile Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3375 Ripley Lane North - Gypsy Creek Flooding Project\1100-Design-Planning\1109 Specs\15a-CONTRACT-NEW-6-15-07.doc r s 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. ,. 12) The total amount of this contract is the sum of $1,475,874.00 numbers One Million Four Hundred Seventy Five Eight Hundred Seventy Four Dollars written words • plus Washington State Sales Tax (if applicable). Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. ,. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. r CONTRACTOR LOF TON President/Partner/Owner VkcE %p Mayor Denis Law do ATTEST T /1 Secretary Bonnie I. Walton City Clerk dba rn Firm Name check one ❑ Individual ❑ Partnership ® Corporation Incorporated in vo,N(4-�cjt' .. Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as)and firm or trade name; any one partner may sign the contract. • If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. +r Q:\DATA_Center\Forms\City\Contracts\B idSpecs\15_othr.doc ow INSURANCE INFORMATION and REQUIREMENTS II�� rl DATE(MM/DD/YYYY) A P, CERTIFICATE OF LIABILITY INSURANCE 04/25/2008 PROLUCER (� 9)248-3515 FAX (509)248-3673 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Terri! , Lew4 s and Wilke Insurance Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P 0 Box 1789 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 112 S 4th Street Yakima, WA 98907 INSURERS AFFORDING COVERAGE NAIC# INSURED Rodarte Construction, Inc. INSURER A. Ohio Casualty Group PIV P 0 Box 1875 INSURER B: Auburn, WA 98071-1871 INSURER C: INSURER D: INSURER E: R4 0N; COVERAGES 1°.TY SYS,ECvIS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, NSR DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE IMM/DDtYY) DATE(MMIDDfYY) GENERAL LIABILITY BKW53356003 06/20/2007 06/20/2008 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,000 P F.CLAIMS MADE � OCCUR MED EXP(Any one person) $ 5,000 T A PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PRO- JECT X LOC AUTOMOBILE LIABILITY BAW53356003 0612012007 06/20/2008 COMBINED SINGLE LIMIT $ X ANY AUTO (Ea accident) 1,000,000 ALL OWNED AUTOS BODILY INJURY $ A SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO EA ACC $ OTHER THAN AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY US053356003 06/20/2007 06/20/2008 EACH OCCURRENCE $ 4,000,000 X OCCUR ❑ CLAIMS MADE AGGREGATE $ 4,000,000 A $ DEDUCTIBLE $ RETENTION $ $ ST TH- TOP GAP BKW53356003 06/20/2007 06/20/2008 A OER COMPENSATION AND WC TORY EMPLOYERS'LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS roject - Ripley Lane North Storm System Improvement Project SWP27-3375 ity of Renton is named as an additional insured per form CG 8407 1203 lanket primary non-contributory additional insured and waiver of subrogation applies ber policy form CG84071203 attached 10 day written cancellation notice for non-payment of premium CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL City of Renton 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Planning/Building/Public Works BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1055 South Grady Way OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Renton, WA 98055 AUTHORIZED REPRESENTATIVE Kenneth Frick/DONNA ��.�/� r 4CORD 25(2001/08) ©ACORD CORPORATION 1988 l 1 IMPORTANT ' If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). , If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). ' DISCLAIMER ' The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. t ACORD 25(2001/08) r COMMERCIAL GENERAL LIABILITY CG 84 07 12 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY - MASTER PAKo RIG MEDICAL PAYMENTS EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE BLANKET ADDITIONAL INSURED (OWNERS, LESSEES, CONTRACTORS OR LESSORS) 2 FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3 NON-OWNED WATERCRAFT 4 SUPPLEMENTARY PAYMENTS (BAIL BONDS) 4 PERSONAL AND ADVERTISING INJURY- ELECTRONIC PUBLICATION EXTENSION 5 AGGREGATE LIMITS (PER LOCATION) 5 AGGREGATE LIMITS (PER PROJECT) 5 VOLUNTARY PROPERTY DAMAGE COVERAGE 6 OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE 6 NEWLY FORMED OR ACQUIRED ORGANIZATIONS 7 DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 BODILY INJURY (MENTAL ANGUISH) 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 8 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 1 of 8 810 Z abed £OOZ '•oul 'sallJadoJd OSI o EO Z I. LO 1V8 JO ' uolsslwJad sl! yl!m '•oul 'aoilp soolnJaS aoueJnsul 10 leualew pajgGuAdoo sapnloul •paJnsui leuop ppe ayl to aoua6ll6au alos ayl woJ1 6ulllnsaJ Al!I!gell ayl of Aldde 1ou saop paJnsui leuoll!ppe ayl papinoid aoueJnsu! ayl •0 'Aollod slyl Japun algel!ene aoue.insul to sl!w!I ayl of uojl!ppe u! lou pue to anlsnloul aJe sl!w!! asayl •ssal aJe Janayolym 'Aollod slyl to aoue.insul 10 s4!w!q - III uol;oaS ui paullap pue Aollod slyl to suolleJeloaa ayl ui palels se aoueansui to sl!w!1 ayl Jo ltioweeJ6e uallpm Jo loeJluoo uallpm a ui payloads asoyl a.ie paansui leuo1l!ppe ayl of algeolidde aoueansui to sl!w!I a41 'g •loafoad awes ayllo lied se ledloulad a Jot suolleaado 6ulwaolJad u! pa6e6ua Jol -oe.iluoogns Jo JoloeJluoo Jayloue ueyl Jaylo uollezlue6Jo Jo uos.iad Aue Aq asn papualu! sll of lnd uaaq sey saspe a6ewep Jo Ainfui a41 yolym 10 1no ,Tom .inoA,, to uo!lJod ley! (Z) Jo 'pajoldwoo uaaq aney suolleaado paJanoo ayl aJaym al!s ayl le (s)paansul leuojllppe ayl to 11eyaq uo Jo Aq pawaolJad aaam (sJledej Jo aoueualuleLU 'aolnaas ueyl Jay10) loafo.id ayl uo '�JOm yons yllm uojloauuoo ui paysluanl luawdlnba ao sl.ied 'sleualew 6ulpnlou! 'lJom 11y (L) .r :Jade 6ulJJn000 „a6ewep Alaadoad„ Jo „AJnfu!Al!po8„ •q •sall!nlloe 6uuaaul6uaJo lea nloal!yoae 'uolloadsul 'AJoslnJadnS (Z) •• PUB 'suO1jeoij1o@ds pue s6ulmeap Jo saapao 86ueyo'sJapJO plall'sAanans 'slJodaJ 'suol -uldo 's6ulmeap dogs 'sdew anoadde Jo aaedaad of 6u!I!e1 Jo '6ulnoadde '6upedaad ayl (L) :6ulpnloui saolnJas leuolssaloJd /pue Japuej of aanl!el Jo 10 6uu9pu9J s,JOAanrns Jo s,Jaaul6u9 's,loal!yoae ue 10 lno 6ulspe sluawAed AnjuawaiddnS ayl Japun a6eJ9nO0 asualap Jo A11l!gelq AJnful 6u1sjlJan -PV pue leuosaad - g a6eaano0 '�il!i!ge!i a6ewea A:padoJd pue lunful f.!lpog - b abeJano3 •e :ol Aldde lou saop anoge •Z•d•L ui paansui leuoll!ppe ay1 pep!noJd aoueansui ay i •paJnsu! leyl Jol pawolJad suolleJado 6ulo6uo.JnoA A.q Lied u! Jo aloynn u! pasneD •Z Jo 'Adn000 Jo 'aseel 'luaJ 'umo no%leyl 'luaweeibe uall!Jm Jo loeJluoo uelllJm e ui pacIposap se 'Alaadoad IeaJ 10 lno bulspV 'L :Al!!!ge!! of loadsaJ yllm paansui leuo1l!ppe ue Aluo s! uollezlue6Jo Jo uos.iad ayl d :smollol se pel!w!1 si paansui leuoll!ppe ayl pap!noad eouemsu! ayl „•%Jnfu! 6ulsllJanpe pue leuosaad„ Jo '„a6ewep Alaadoad,, „'Ainfui /,I!poq„ ay1 of JolJd palnoaxa pue Aollod sly! 10 wJal ayl 6uunp an!.loalla 6ulwooeq Jo loalla u! AlluaJJno aq lsnw luawaa J6e uallpm Jo ,o9Jluoo uallpm ab ayl •luaweeift uallum Jo 1oeJluoo uallpm e u! Aollod slyl uo paansui leuolllppe ue se auJeu of paimbei aae no% woym uollezlue6Jo Jo uosaad Aue paJnsu! ue se apnloui of papuawe s! II uoljoas - painsul ud sl oyM (uolslnoad AJolnq!JlUO:)-uoN/AJewlJd e sapnloul) (sJOSSaj Jo sJOloeJluOD 'saassal 'sJ8um0) a3linSNl gdN011laat/IDIN` IS 1 •D. As respects the coverage provided to the additional insured under this endorsement, Section IV - Conditions is amended as follows: 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim, or Suit: An additional insured under this endorsement will as soon, as practicable: a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. r 2. The following is added to Condition 3. Legal Action Against Us: We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. 3. The following is added to Paragraph a.,Primary Insurance of Condition 4. Other Insurance: r If the additional insured's policy has an Other Insurance provision making its policy excess, and a Named Insured has agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will • not seek contribution from the additional insured's policy for damages we cover. 4. The following is added to Paragraph b., Excess Insurance of Condition 4. Other Insurance: r Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basic. In the event an additional insured has other coverage available for an "occurrence" by virtue of also being an additional insured on other policies,this insurance is excess over those other policies. 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the +� following applies: A. The last paragraph of 2. Exclusions of Section I -Coverage A is replaced by the following: If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in-Section III Limits of Insurance. s s Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 3 of 8 g 10 t, abed EOOZ ''oul 's@lljadOld OSI o £0 ZL LO 'R JO •uolssiw.ied sll 4llnn '•oui 'aolllO saolAaas aoueansul to lelaalew palg6laAdoo sapnloul 'OOOI$Ol 05Z$ woal p@5uego sl •q-1, gdea6eJed ul spuoq Ileq to lsoo eql aol llwll a41 ' :uolslnoad 8 pue y sa6ea8no0-sluawLed AaeluawalddnS eql ul S1N3WAdd Aatl1N3W31ddflS "ti .'a6aego a aol Aliedad ao suosaad Aaaeo of pasn 6ulaq ION (q) pue '6uol Joel Lg uegl ssa-1 (e) r, :sl legl umo lou op no%lleaoaalenn y (Z) :6ulnnollol aql Aq peoeldaa sl b a6eaan00-l uolloaS to uoisnl3x3 '•Z gdea6eaed to (Z)•6 gdea6eaedgnS I=IVHO831b'M a3NM0-NON •£ •aoaol le6nllaluao Aq pasneo 6ulls.inq ao ainldna -t, ao 'Ioaluoo,inoA aapun paleaado ao 'nog(Aq paseal ' ao paumo saulganl weals ao saul6ua weals 'sadld weals 'saalloq weals to uolsoldx3 -£ 'sadid aalenn to 6unsanq ao aanldnU -Z ' 'saalnn ao saouelidde 'saolnap ' leouloele sganlslp legl 6ulo.ie leolaloala 6ulpnloul lua.iano leolaloale paleaaua6 Lllelolllljf/ L :6uimollol aql to Aue apnloul lou seop „uolsoldx3„ -@vole Allnea6 Aq pallnsaa @neq pinonn uegl aaglanl suolleool of slagap to 6u1aalle3s aql 10 aouapina pue leualew 10 glaOJ 6ullsinq a 'aslou a Aq paluedw000e aanssaad 6ulpuedxa to asealaa ueppns a sueaw „uolsoldx3„ :suolllulJa4 -A uolloaS Ol pappe sl uolllu[J@p 6ulm01101 aql •3 .'„loealuoo paansul„ ue lou sl aaunno eql to uolsslwaad eql gllnn no%Aq paldn000 Alueaodwal ao not of peluaa al!gm saslwaad of 96eleal aal>lulads ao „uolsoldxa„ 15uiulg6ll 'eall Aq sa6ewep aol .uolleziue6ao .io uosaad Aue sal.11uwapul legl saslwaad 10 aseal e aol loealuoo aql to uollaod legs 'aanamON •saslwaad to @seal aql aol loealuoo y e :sueaw! ,Ioe.luoo paansul„ •6 :6ulmollol �► aql Aq peoeidaa sl suolllul}aa -A uolloaS ul ,Ioealuoo paansul„ to uolllullap aql JO -e•g gdea6eaed •0 'a@unno eql to uolsslwaed eql ql!m noA Aq paldn000�(lueaodwal ao no%of paluaa saslwaad aol aoueansul a6e1ea1 aali uladS ao uolsoldx3 '6ululg6l-1 'aal3 sl legl (L) :6ulMol101 aql Aq paoeldaa sl (suol41lpuo0 - Pal uolloaS) aoueansul aagl0 -tp uolllpuo0 to (q)(L)q gdea6eaed -0 ` •luaploui ab"eal aalluuds ao „uolsoldxa„ '6ululg6ll '@all auo /pue to lno 6ulslae aaumo aql to uolssluaaad aql gllnn noA Aq paldn000 Allaeaodwal ao no%of paluaa saslwaad of „a6ewep Alaadoad„ to asneoaq sabewep aOl d 96BJBAOO aapun /red lllM am isow aql sl Aollod s141 to uolloas se6ae40 pue sllwll to AiewwnS aql ul unnogs liwig no,& o1 palua�l saslwaad of a6eweQ agl 'anoge •g of loefgnS g :6uimollo1 aql Aq paoelda.i sl aoueansul}O sliwig - III uolloaS to -g gdea6eaed '8 5., PERSONAL AND ADVERTISING INJURY- ELECTRONIC PUBLICATION EXTENSION Paragraphs 14.b., d. and e. of Section V- Definitions are replaced by the following: b. Malicious prosecution or abuse of process; d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V- Definitions: h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only is such discrimination or humiliation is: r (1) Not done intentionally by or at the direction of: (a) An insured; or (b) Any "executive officer" director, stockholder, partner or member of the insured; and (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured. Subparagraphs b. and c. of 2., Exclusions of Section I - Coverage B - Personal And Advertising Injury "" Liability are replaced by the following: b. Material Published With Knowledge Of Falsity a "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material, if done by or at the direction of the insured with knowledge of its falsity; .r c. Material Published Prior To Policy Period i "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy pe- riod; " 6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your +• "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is r interrupted only by a street, roadway,waterway or right-of-way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you, .r Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 5 of 8 S}o g 06ed EOOZ Maul 'sallaadoad OSI o EO Z6 Lt) VS JO uolsslwaad sll yllm '•oul 'GOIIJO saolnaaS aoueansul to lcualew paly6la4doo sapnloul •sa61eyo peayaano ao lljoad bulpnloxe 'lsoo lenloe anoA le olaaayl saledaa ao; Aaesseoeu slelaalew pue aogel ayl ysluanl ao Alaadoad ayl aoeldaa 'sn Aq polsenbaa 11 'Ileys noA 'luawasaopua slyl Aq paaanoo „abewep Aliadoad„ Jo Juana ay; ui -3 •09Z$ ueulaaleaa6 sl 1111 Aldde lleys oplonpap leul 'algllonpap „96ewep Alaadoad„ e suleluoo papelle sl luawasaopua slyl yolym of Aollod aul 11 'OSZ$ spaaoxa „a6ewep Alaadoad„ to lunowe ayl Illun ,aouaaan000,, euo Aue ul „a5ewep Alaadoad„ aol Aed lou lllm aM - algllonpaa •0 ' •ll o;payoelle sluawasaopue ao Aollod ayl ul papinoad sllwli aaylo Aue of uolllppe ul lou pue to anlsnloul aae •6 uol;oaS slyl aapun papinoad aoueansul 10 s;iwl-1 a41 ' '000"9Z$to llwll ale6aa6be lenuue ue sl „a5ewep Alaadoad„ to asneoaq •6 uolloaS slyl aapun paaanoo sa6ewep Ile to wns ayl aol Aed lllm am lsow au1 •„aouaaan000„ pea aol 000"9$ sl •6 uoiloaS slul aapun „a6ewep Alaadoad„ aol Aed lllm am lsow a41 - aoueansul }o sllwlq •0 '„paezey suolleaado palaldwoo-slonpoad„ ay; to lno 6ulsue ao Aq pasneo Alaadoad to „a6ewep Alaadoad„ •t, ao Tuplelaapun luenbasgns e woal 6ulllnsaa pue >laom ay; to uollaldwoo ao lonpoad ayl to Aaanllap jade noA Aq Alloaalp pasneo sl „65ewep Alaadoad„ aul ssalun 'noA.Aq pallddns ao plos 'paanloelnuew lonpoad Auy (q) ao 'lleyaq anoA uo saaylo Aq ao noA Aq auop Alloaaaooul ao Alanlloalap�laom anoA to Auy (e) :5uloeldaa ao 6ulaledaa to lsoo aul £ .'llsueal ul allym Alaadoad to „a6ewep Alaadoad„ Z 'noA Aq pasn ao paleaado 'peseal 'paluaa 'paumo saslwaad le A:pedoad to „95ewep Alaadoad, •L :ol Aldde lou lleus aoueansul slyl suoisnlox3 'e •molaq "3 pUe•O ' 3 `•e suopoas of loafgns sl a6eaano0 s141 •suolleaado ssaulsnq anoA to lno sasue „a5ewep Alaadoad„ _ ayl ll loaluoo leolsAgd 5ulsloaaxe aae „saaAoldwa,, anoA ao noA yolym JOAO saaulo to Alaadoad lean ao loaluoo ao Apolsno 'aaeo ,saaAojdwa,, anoA ao anoA ul allym saaulo to Alaadoad leuosaad of „abewep Alaadoad„ to asneoaq sa6ewep se Aed of pale6llgo Alle6al awooeq noA leg4 swns asoyl Aed lllm aM •d 29VU3AO'01OHiN00 SO AQOlSnO "3bb'O S3SIW3bd dd0 •6 •elgllonpap slid to lunowe aul Aq peonpaa •� eq lou lleys anoge palels a6eaanoo to llwll ay1 •95ewe0 Al.iadoad AaelunlOA of Aldde lleys algllonpap ayi 'algllonpap Allllgell a6ewep Alaadoad e yllm uellpm sl payoelle sl luawasaopua slid yolum of Aollod ayl lj •a6ea2noo slyl of Aldde suolsnloxe Aollod aaylo aul to auoN ,abeaols ao aledaa 'aolnaas 'ales aol saslwaad anoA uo Alaadwd £ ao .'saaylo woal aseal ao luaa 'Adn000 'umo noA Alaadoad •Z '„olne„ Aue lo asn ayllo lno 5ulslae a6ewe0 G :ol Aldde lou S80p 85eaan00 slyl •• •llaul ao uopooalsge 'aoueaeaddeslp ueaw lou saop „ssog„ •uopnalsap ao 96ewep papualulun sueaw „sso�„ `. 'Aaollaaal 96eaanoo ayl ul eoeld a�el lsnw ,aouaaan000,, a41 •polaad Aollod ayl 6ulanp an000 lsnw ,ssol,, ayl ,-@ouaaan000,, yoea Opg$ sl a6eaanoo slyl aol Aed lllm am lsow au1 •suolleaado ssaulsnq anoA Aq pasneo saaylo to Alaadoad of ,ssol,, aol Aed Illm am 'lsenbaa anoA ld ob 3E)V83A00 3E)VVVVa Ala3dOUd AHVlNnlOA 'E + . 10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS A. Paragraph 4. of Section 11 -Who Is An Insured, is deleted and replaced by the following: + 4. any business entity acquired by you or incorporated or organized by you under the laws of any individual state of the United States of America over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a .r Named Insured if there is no similar insurance available to that entity. However: a. Coverage under this provision applies only until the expiration of the policy period in which " the entity was acquired or incorporated or organized by you. b. . Coverage A does not apply to "bodily injury" or "property damage" that occurred before the +r entity was acquired or incorporated or organized by you. c. Coverage B does not apply to "personal and advertising injury" arising out of an offense s committed before the entity was acquired or incorporated or organized by you. d. Records and descriptions of operations must be maintained by the first Named Insured. B. This Section 10. does not apply to newly formed or acquired organizations if coverage is excluded either by provisions of the Coverage Part or by other endorsements attached to it. 11. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT A. The requirement in Section IV-Conditions Paragraph 2.a. that you must see to it that we are notified of .. an "occurrence" applies only when the "occurrence" is known to: 1. You, if you are an individual; ,o 2. A partner, if you are a partnership; 3. A member or manager, if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; '" 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. +f B. The requirements in Section IV - Conditions Paragraph 2.b. that you must see to it that we receive written notice of a claim or "suit" will not be considered breached unless the breach occurs after such claim or "suit" is known to. 1. You, if you are an individual; 2. A partner, if you are a partnership; s 3. A member or manager if you are a limited liability company; 4. An executive officer or designee, if you are a corporation. 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. Knowledge of an "occurrence," claim or "suit" by the agent, servant or "employee" of any insured shall .. not in itself constitute knowledge of the insured unless an officer or designee shall have received notice from its agent, servant or "employee". .r Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 7 of 8 810 g abed EOOZ Foul 'salijadoad OSI o CO ZL LO b8 n3 rs •uoisslwjad s1l gJIM '•oul 'aolJJO sadlAaag eoueansul jo lepalew palg6laAdoo sapnloul s �r i s •pabuegoun ulewai Aollod jnoA}o suol;lpuoo pue swJai Jaq;o lid quawaaj6e aqj ul paweu lou euoAue Iljauaq of Alioaalpul ao Apoajip ajeaado 1ou llegs luawaaa6e slgl •sn wojj}uaw9a.i6e slgl ule;go of no%saalnbai leg1 joealuoo uallpm e aapun �aom waojaad no% wogm aol uollezlue6ao jo uosiad Aue ;sule6e jg6p ino aoaolue jou IIIM @M -Aollod slgl Aq paJanoo A.inful ue jol algell auoAue woal s;uaw4ed .ino Janooaj 01 ig6lJ aqj aneq am r S83HIO lSNI` DV A133AO03H d0 S1H9lH dO H3dSNdal dO'd3AIVAA '£L •awll Aue le asagl jo Aue woj} bulllnsa.i q}eap jo gsln6ue leluaw 6ulpnloul 'uosjad a Aq peule}sns aseaslp ao ssaujols 'Aanful Alipoq sueaw ,Ajnfui Allpo8 '£ :6ulnnollol eqj Aq paoeldaj sl suoi}iui}aQ -A u01138S aql ul ,Ajnful Allpoq„ jo uollluljap aql}o •£ gdea6eJed OL Aaflf NI AlloOS 7L ACORD ,M CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YY) PRODUCER FAX THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED INSURER A: INSURER B: INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENTS,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DDNY LIMITED GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 50,000 w CLAIMS MADE X❑ OCCUR MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENL AGGREGATE LIMIT APPLIES PER: IiIo ❑ POLICY ❑PROJECT ❑LOC PRODUCTS-COMP/OP AGG $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY ��- SCHEDULED AUTOS (Per person) $ HIRED AUTOS NON-OWNED AUTOS BODILY INJURY $ (Per accident) (PROPER T)DAMAGE GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ❑ ANY AUTO N/A OTHER THAN EA ACC AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ ❑OCCUR ❑CLAIMS MADE AGGREGATE $ Its ❑DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS'LIABILITY TORY LIMITS ER E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS City of Renton is named as an additional insured CERTIFICATE HOLDER ❑ ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE w• City of Renton THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MAIL Attn: 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO 1055 South Grady Way THE LEFT. Renton, WA. 98055 AUTHORIZED REPRESENTATIVE Vr. Insurance Requirements For the City of Renton Please provide this document to your insurance agent The City of Renton requires the industry standard: • $1,000,000 Commercial General Liability, with $2,000,000 in the aggregate ' • $1,000,000 Auto Liability(Needed if a vehicle will be used in performance of work. This would include delivery of products to worksite) • $1,000,000 Excess Liability(if specified in contract) • Proof of Workers' Compensation coverage (provide the number) • $1,000,000 Professional Liability (if specified in contract) e Requirements unique to the City of Renton: q Y • Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy • Provide the endorsement page(s)from the policy(ies),evidencing Primary & Non-contributory coverage • Modify the cancellation clause to state: "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 45 days written notice to the certificate holder to the left." • Put descriptive text of the project in the "Description of Operations"box • The certificate holder must read: City of Renton ATTN: {City project manager name/dept provided by your insured} {Address provided by your insured} [City, State, Zip) aw ark It POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization City of Renton (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule but only with respect to liability arising out of your ongoing operations performed for that insured. CG 20 10 03 97 Owners, Lessees, or Contractors SAMPLE No Completed Operations WCIA Insurance Requirements CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR)shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. l Coverages (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion,Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the(CONTRACTOR)for damage sustained by reason of or in the course of operations under this Contract. (6) Pollution Liability the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. 16-Insurance Forms.doc\ �r LIMITS REQUIRED The(CONTRACTOR)shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 �u Stop Gap Liability $ 1,000,000 (`u *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers'Compensation Coverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 16-Insurance Forms.doc\ ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days Jr prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. me The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 1W The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two(2)years after completion of the project. 16-Insurance Forms.doc\ - PREVAILING MINIMUM - HOURLY WAGE RATES CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project RIPLEY LANE NORTH STORM SYSTEM IMPROVEMENT PROJECT SWP-27-3375 CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted to the City of Renton prior to or with the last pay request. Company Name By: Title: List of Subcontractors Used on the Project: 18_Cert-Prevai ling-Wages-C ity.doe\ Department of Labor and Industries STATEMENT OF INTENT TO Prevailing Wage `r''T"'`•. (360)902-5335 T PAY PREVAILING WAGES www.Ini.wa.gov/frradesLicensing/PrevailingWage Public Works Contract $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract# • Large,bold numbers match instructions on back of form. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once approved your form will be postcd online at the above website. APPROVED FORM WILL BE MAILED TO THIS ADDRESS Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Will all work be subcontracted? Do you intend to use subcontractors? ❑ Yes ❑ No I ❑ Yes ❑ No Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices? ❑ Yes ❑ No Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe Indicate number of owners expected to perform work. of workers hourly a benefits Company name Indicate total dollar amount of your contract or time and materials if applicable. Address I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries Contractor Registration No. UBI Title Signature Industrial Insurance Account Number Email address Phone number For L&I Use Only Check Number: ❑ S25 or $ Issued By: Y APPROVED: Department of Labor and Industries By Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&I How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work will be performed by owners/partners, state"Owner/Operator" under the"Craft"section, and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 300/6 of the company are not considered to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work will be performed by subcontractors, check the appropriate box on the form. Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits, as defined by RCW 39.12.010, that you will actually provide to the workers. The amount listed for"Rate of Hourly Pay" plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. Estimated number of workers Missing Total Dollar Amount of Your Contract Missing—Enter"time and materials"if applicable. The exact dollar amount will be required on the Affidavit of Wages Paid form. Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, surveying, truck driving). Signature Missing—Intent must be signed by an authorized representative. Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360) 902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the top of each form"Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted. Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records. A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00. Prevailing wage rates are available on the Internet at www.Lni.wa.gov/TradesLicensing/PrevailingWage Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA, WASHINGTON 98504-4835 For questions call (360) 902-5335 F700-029-000 statement of intent to pay prevailing wages—backer 12-04 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 �Y Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEYLEVEL $36.24 1H 5D BOILERMAKERS JOURNEYLEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEYLEVEL $43.75 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $43.91 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $43.75 1M 5D CARPENTER $43.75 1M 5D CREOSOTED MATERIAL $43.85 IM 5D DRYWALL APPLICATOR $43.79 1M 5D FLOOR FINISHER $43.75 1M 5D FLOOR LAYER $43.75 1M 5D FLOOR SANDER $43.75 1M 5D MILLWRIGHT AND MACHINE ERECTORS $44.75 1M 5D PILEDRIVERS, DRIVING, PULLING,PLACING COLLARS AND WELDING $43.95 1M 5D SAWFILER $43.75 1M 5D SHINGLER $43.75 1M 5D STATIONARY POWER SAW OPERATOR $43.75 1M 5D STATIONARY WOODWORKING TOOLS $43.75 1M 5D CEMENT MASONS JOURNEY LEVEL $44.58 1M 5D ` DIVERS&TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 IM 5D DREDGE WORKERS ASSISTANT ENGINEER $44.59 IT 5D 8L ASSISTANT MATE(DECKHAND) $44.08 IT 5D 8L BOATMEN $44.59 IT 5D 8L ENGINEER WELDER $44.64 IT 5D 8L LEVERMAN, HYDRAULIC $46.21 IT 5D 8L MAINTENANCE $44.08 IT 5D 8L MATES $44.59 IT 5D 8L OILER $44.21 IT 5D 8L DRYWALL TAPERS JOURNEYLEVEL $43.59 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note ft Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $55.05 1E 5A CABLE SPLICER(TUNNEL) $58.86 1E 5A CERTIFIED WELDER $53.16 1E 5A CERTIFIED WELDER(TUNNEL) $57.15 1E 5A CONSTRUCTION STOCK PERSON $28.83 1E 5A JOURNEY LEVEL $51.25 1E 5A JOURNEY LEVEL(TUNNEL) $55.05 1 E 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ' ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $56.53 4A 5A CERTIFIED LINE WELDER $51.64 4A 5A GROUNDPERSON $37.15 4A 5A HEAD GROUNDPERSON 4A 5A $39.19 HEAVY LINE EQUIPMENT OPERATOR $51.64 4A 5A JACKHAMMER OPERATOR $39.19 4A 5A JOURNEY LEVEL LINEPERSON $51.64 4A 5A LINE EQUIPMENT OPERATOR $43.83 4A 5A POLE SPRAYER $51.64 4A 5A POWDERPERSON $39.19 4A 5A ' ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $60.85 4A 6Q ' MECHANIC IN CHARGE $66.25 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.15 2K 5B FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $31.01 1H 5D GLAZIERS JOURNEY LEVEL $43.76 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $46.59 is 5J HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $36.75 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $38.87 1K 5B COOK $32.73 1K 5B DECKHAND $32.42 1K 5B ENGINEER/DECKHAND $35.20 1K 5B MATE, LAUNCH OPERATOR $36.85 1K 5B Page 2 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $31.49 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $24.91 1 TECHNICIAN $19.33 1 TV TRUCK OPERATOR $20.45 1 INSULATION APPLICATORS JOURNEY LEVEL $43.75 1M 5D IRONWORKERS JOURNEY LEVEL $47.92 10 5A 1d LABORERS ASPHALT RAKER $36.75 1H 5D BALLAST REGULATOR MACHINE $36.24 1H 5D BATCH WEIGHMAN $31.01 1H 5D BRUSH CUTTER $36.24 1H 5D BRUSH HOG FEEDER $36.24 1H 5D BURNERS $36.24 1H 5D CARPENTER TENDER $36.24 1H 5D CASSION WORKER $37.20 1H 5D CEMENT DUMPER/PAVING $36.75 1H 5D CEMENT FINISHER TENDER $36.24 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1H 5D CHIPPING GUN(OVER 30 LBS) $36.75 1H 5D CHIPPING GUN(UNDER 30 LBS) $36.24 1H 5D CHOKER SETTER $36.24 1H 5D CHUCK TENDER $36.24 1 H 5D , CLEAN-UP LABORER $36.24 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $36.75 1H 5D CONCRETE FORM STRIPPER $36.24 1 H 5D CONCRETE SAW OPERATOR $36.75 1H 5D ' CRUSHERFEEDER $31.01 1H 5D CURING LABORER $36.24 1H 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $36.24 1H 5D DITCH DIGGER $36.24 1H 5D DIVER $37.20 1H 5D W DRILL OPERATOR(HYDRAULIC,DIAMOND) $36.75 1H 5D DRILL OPERATOR,AIRTRAC $37.20 1H 5D DUMPMAN $36.24 1 H 5D EPDXY TECHNICIAN $36.24 1H 5D EROSION CONTROL WORKER $36.24 1H 5D FALLER/BUCKER,CHAIN SAW $36.75 1H 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $28.45 1 H 5D construction debris cleanup) FINE GRADERS $36.24 1H 5D FIRE WATCH $31.01 1H 5D FORM SETTER $36.24 1 H 5D GABION BASKET BUILDER $36.24 1H 5D GENERAL LABORER $36.24 1 H 5D ' GRADE CHECKER&TRANSIT PERSON $36.75 1 H 5D GRINDERS $36.24 1H 5D GROUT MACHINE TENDER $36.24 1 H 5D Page 3 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $36.24 1H 5D HAZARDOUS WASTE WORKER LEVEL A $37.20 1H 5D HAZARDOUS WASTE WORKER LEVEL B $36.75 1H 5D HAZARDOUS WASTE WORKER LEVEL C $36.24 1H 5D HIGH SCALER $37,20 1H 5D HOD CARRIER/MORTARMAN $36.75 1H 5D JACKHAMMER $36.75 1H 5D LASER BEAM OPERATOR $36.75 1H 5D ' MANHOLE BUILDER-MUDMAN $36.75 1H 5D MATERIAL YARDMAN $36.24 1H 5D MINER $37,20 1H 5D ' NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $36.75 1H 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $36.75 1H 5D PILOT CAR $31.01 1 H 5D PIPE POT TENDER $36.75 1 H 5D PIPE RELINER(NOT INSERT TYPE) $36.75 1H 5D PIPELAYER&CAULKER $36.75 1H 5D ' PIPELAYER&CAULKER(LEAD) $37,20 1 H 5D PIPEWRAPPER $36.75 1H 5D POT TENDER $36.24 1H 5D POWDERMAN $37,20 1H 5D POWDERMAN HELPER $36.24 1H 5D POWERJACKS $36.75 1H 5D RAILROAD SPIKE PULLER(POWER) $36.75 1H 5D RE-TIMBERMAN $37.20 1H 5D RIPRAP MAN $36.24 1H 5D RODDER $36.75 1H 5D SCAFFOLD ERECTOR $36.24 1H 5D ' SCALE PERSON $36.24 1H 5D SIGNALMAN $36.24 1H 5D SLOPER(OVER 20") $36.75 1H 51D SLOPER SPRAYMAN $36.24 1H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $36.75 1H 5D SPREADER(CONCRETE) $36.75 1H 5D STAKE HOPPER $36.24 1H 5D STOCKPILER $36.24 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $36.75 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $36.75 1H 5D TOOLROOM MAN AT JOB SITE) $36.24 1H 5D TOPPER-TAILER $36.24 1H 5D TRACK LABORER $36.24 1H 5D TRACK LINER(POWER) $36.75 1H 5D ' TRUCK SPOTTER $36.24 1H 5D TUGGER OPERATOR $36.75 1H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $36.24 1H 5D VIBRATOR $36.75 1H 5D VINYL SEAMER $36.24 1H 5D WELDER $36.24 1H 5D WELL-POINT LABORER $36.75 1H 5D Page 4 KING COUNTY ~ Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERALLABORER $36.24 1H 5D PIPE LAYER $36.75 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 r LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1 LANDSCAPING OR PLANTING LABORERS $17.87 1 LATHERS JOURNEY LEVEL $43.79 1M 5D METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ' ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 ' PRODUCTION WORKER $9.40 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 ' PAINTERS JOURNEY LEVEL $33.94 2B 5A PLASTERERS JOURNEY LEVEL $43.10 1R 5B ' PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS ' JOURNEY LEVEL $57.34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $42.14 IT 5D 8L ' BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $44.92 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $45.41 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $45.96 IT 5D 8L ATTACHMENTS) BACKHOES, (75 HP&UNDER) $44.50 IT 5D 8L BACKHOES, (OVER 75 HP) $44.92 IT 5D 8L BARRIER MACHINE(ZIPPER) $44.92 IT 5D 8L BATCH PLANT OPERATOR,CONCRETE $44.92 IT 5D 8L BELT LOADERS(ELEVATING TYPE) $44.50 IT 5D 8L BOBCAT(SKID STEER) $42.14 IT 5D 8L BROOMS $42.14 IT 5D 8L ' BUMP CUTTER $44.92 IT 5D 8L CABLEWAYS $45.41 IT 5D 8L CHIPPER $44.92 IT 5D 8L COMPRESSORS $42.14 IT 5D 8L , CONCRETE FINISH MACHINE-LASER SCREED $42.14 IT 5D 8L CONCRETE PUMPS $44.50 IT 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 1T 5D 8L i Page 5 I r KING COUNTY Effective 03-02-08 r (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CONVEYORS $44.50 IT 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $44.50 IT 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $44.92 1 T 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $45.41 IT 5D 8L WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $45.96 IT 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $46.53 IT 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $42.14 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $44.50 1T 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $47.09 IT 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $44.92 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $45.41 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $45.96 IT 5D 8L ' CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $45.96 IT 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $46.53 IT 5D 8L CRUSHERS $44,92 IT 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $44.92 IT 5D 8L DERRICK,BUILDING $45.41 IT 5D 8L DOZERS,D-9&UNDER $44.50 IT 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $44.50 1 T 5D 8L DRILLING MACHINE $44,92 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $42.14 1 T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $44.50 IT 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 1T 5D 8L FORK LIFTS,(3000 LBS AND OVER) $44.50 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $42.14 IT 5D 8L GRADE ENGINEER $44.50 IT 5D 8L GRADECHECKER AND STAKEMAN $42.14 IT 5D 8L ' GUARDRAIL PUNCH $44.92 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $44.50 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $44.50 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $44.92 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $42.14 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $44.50 IT 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $45.41 IT 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $45.96 IT 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $44.92 IT 5D 8L LOCOMOTIVES,ALL $44.92 IT 5D 8L MECHANICS,ALL $45.41 IT 5D 8L MIXERS,ASPHALT PLANT $44.92 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $44.92 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $44.50 IT 5D 8L ' MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $45.41 IT 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 IT 5D 8L OPERATOR PAVEMENT BREAKER $42.14 IT 5D 8L ' PILEDRIVER(OTHER THAN CRANE MOUNT) $44,92 IT 5D 8L PLANT OILER(ASPHALT,CRUSHER) $44.50 IT 5D 8L POSTHOLE DIGGER,MECHANICAL $42.14 IT 5D 8L POWER PLANT $42.14 IT 5D 8L Page 6 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code PUMPS,WATER $42.14 IT 5D 8L QUAD 9,D-10,AND HD-41 $45.41 IT 5D 8L ' REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 1T 5D 8L EQUIP RIGGER AND BELLMAN $42.14 IT 5D 8L ROLLAGON $45.41 IT 5D 8L ' ROLLER,OTHER THAN PLANT ROAD MIX $42.14 IT 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $44.50 IT 5D 8L ROTO-MILL,ROTO-GRINDER $44.92 IT 5D 8L SAWS,CONCRETE $44.50 IT 5D 8L ' SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $44.92 IT 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $45.41 IT 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $44.50 IT 5D 8L SCREED MAN $44.92 IT 5D 8L SHOTCRETE GUNITE $42.14 IT 5D 8L SLIPFORM PAVERS $45.41 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $44.92 IT 5D 8L SUBGRADE TRIMMER $44.92 IT 5D 8L TOWER BUCKET ELEVATORS $44.50 IT 5D 8L TRACTORS,(75 HP&UNDER) $44.50 IT 5D 8L TRACTORS,(OVER 75 HP) $44.92 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $44.92 IT 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $45.41 IT 5D 8L TRENCHING MACHINES $44.50 IT 5D 8L 11/ TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $44.50 IT 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $44.92 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $44.92 IT 5D 8L WHEEL TRACTORS,FARMALL TYPE $42.14 IT 5D 8L YO YO PAY DOZER $44.92 IT 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $37.61 4A 5A SPRAY PERSON $35.73 4A 5A ' TREE EQUIPMENT OPERATOR $36.19 4A 5A TREE TRIMMER $33.68 4A 5A TREE TRIMMER GROUNDPERSON $25.43 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $55.41 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 ' RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS ' JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $43.59 1E 5P , RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $31.99 1 H 5G , Page 7 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note r Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEYLEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEYLEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEYLEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEYLEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS �Il JOURNEYLEVEL $55.41 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEYLEVEL $36.08 16 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEYLEVEL $31.01 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEYLEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEYLEVEL $41.96 1 M 5A ROOFERS JOURNEYLEVEL $36.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $39.78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $51.97 1E 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $31.46 1H 6W CARPENTER $30.74 1B 6X ELECTRICIAN $30.37 113 6X ' HEAT&FROST INSULATOR $46.59 is 5J LABORER $29.26 1B 6X MACHINIST $30.29 1B 6X OPERATOR $30.22 1B 6X PAINTER $32.34 1B 6X PIEFITTER $30.22 113 6X RIGGER $30.33 16 6X SANDBLASTER $30.22 16 6X SHEET METAL $30.48 113 6X SHIPFITTER $30.32 1B 6X TRUCKER $30.17 1B 6X WAREHOUSE $30.20 1 B 6X WELDER/BURNER $30.32 16 6X SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $22.92 1 SIGN MAKER $21.36 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $27.28 1 ' SIGN MAKER $33.25 1 SOFT FLOOR LAYERS JOURNEY LEVEL $36.08 1 B 5A SOLAR CONTROLS FOR WINDOWS JOURNEYLEVEL $12.44 1 5S Page 8 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $55.64 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) so JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 r TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $30.66 2B 5A HOLE DIGGER/GROUND PERSON $17.19 2B 5A INSTALLER(REPAIRER) $29.41 2B 5A so JOURNEY LEVEL TELEPHONE LINEPERSON $28.53 2B 5A SPECIAL APPARATUS INSTALLER 1 $30.66 2B 5A SPECIAL APPARATUS INSTALLER II $30.05 2B 5A me TELEPHONE EQUIPMENT OPERATOR(HEAVY) $30.66 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $28.53 2B 5A TELEVISION GROUND PERSON $16.31 2B 5A TELEVISION LINEPERSON/INSTALLER $21.68 2B 5A TELEVISION SYSTEM TECHNICIAN $35.78 2B 5A TELEVISION TECHNICIAN $23.19 2B 5A TREE TRIMMER $28.53 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $41.96 1M 5A TILE,MARBLE&TERRAZZO FINISHERS ' FINISHER $35.79 1 B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36.40 1K 5A TRUCK DRIVERS , ASPHALT MIX(TO 16 YARDS) $41.19 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $41.90 1T 5D 8L DUMP TRUCK $41.19 1T 5D 8L DUMP TRUCK&TRAILER $41.90 1T 5D 8L OTHER TRUCKS $41.90 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS ' IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $18.00 1 Page 9 ' 1 lrr. BENEFIT CODE KEY-EFFECTIVE 08-31-07 ' OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF ' WAGE. C. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL 1 OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE- EIGHT(8) HOUR WORKWEEK DAY OR A FOUR-TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT(8)HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT ' (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY ' RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ' HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 08-31-07 ' -2- 1. Q. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN(10) ' HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE , HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. ' T. WORK PERFORMED IN EXCESS OF EIGHT(8)HOURS OF STRAIGHT TIME PER DAY,OR TEN(10)HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN(10)HOUR SHIFTS ARE ESTABLISHED,OR FORTY(40)HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS(12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME , SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8)HOURS OR MORE.. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF ' WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS ' DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER))SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST ' TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE , HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE , PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE ' PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL , BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 08-31-07 -3- G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 2. 1. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, ALL HOURS ' WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ' D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). ' H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). 1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). - N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). r BENEFIT CODE KEY-EFFECTIVE 08-31-07 , -4- P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY , AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, AND CHRISTMAS DAY(6). ' R. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). 5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR ' AFTER CHRISTMAS(10). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ' THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). ' Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ' THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). B. PAID HOLIDAYS:NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9). , C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). ' F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(11). 1. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING , DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, ' THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY: PRESIDENTS'DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE ' CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9). r BENEFIT CODE KEY-EFFECTIVE 08-31-07 -5- W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVER&RAATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B:$0.50,AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B:$1.00, LEVELS C&D:$0.50. ' N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25. 9. A. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO I AM IS WAGE PLUS 17.3% GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 31.4% B. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO 12:30 AM IS WAGE PLUS 10%FOR 7%x HOURS WORKED GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 15%7 HOURS WORKED 1 C. - ENVIRONMENTAL - REGULATION LISTING REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND +• PRESERVATION OF PUBLIC NATURAL RESOURCES FIRE PROTECTION DISTRICT R.C.W. 52.28.010 52.28.020 52.28.030 52.28.040 52.28.050: Provides authority for, requirements of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. UNITED STATES COAST GUARD Section_9 of River and Harbor Act of March 3 1899, General Bridge Act of March 23, 1906, and General Bridge Act of 1946 as amended August 2 1956: Requires a permit for construction of bridge on navigable waters (King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969,Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY aw Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation I,particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter-- dust), and Section 9.15 (preventing particulate matter from becoming airborne). ENVIRONMENTAL PROTECTION AGENCY Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five(5)dwelling units). The above requirements will be applicable only where called for on the various road projects. Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public Works, 900 King County Administration Building, Seattle,WA. 98104. It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. r H:\DTVISION-S\UTILrMI S\WA7ERVLICK\Springbrook Springs\BIDSPEC.DOGbh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME ■r Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) WASHINGTON STATE DEPARTMENT OF ECOLOGY r W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. ■s W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or ground water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity). - .r W.A.C. 508-12-100: Requires permit to use surface water. W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. .w W.A.C. 508-12-220: Requires permit to use ground water. m W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. W.A.C. 508-12-280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works secures one for design. Contractor secures one for his operation(false work design, etc.) WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. • R.C.W. 78.44.080: Requires permit for any surface mining operation(including sand,gravel, stone, and earth from borrow pits). UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3 1899: Requires permit for construction (other than r bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain.) , H.I DIVISION.S\tJTILrM-SIWATER\RICKISpringbrook Springs\BIDSPEC.DOCIM REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or agricultural operations. R.C.W. 76 .04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the Iaw requiring burning permits. 1W R. C. W. 7844: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and burning. U.S.ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 13 1902: Authorizes Secretary of Army and Corps of Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat 816)• Authorizes the r Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act a roved March 3 1899: Provides that discharge of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file a complaint with the U.S.Attorney and share a portion of the fine. PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No 25789 requires in unclassified use permit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division. King County Ordinance No 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying and mining operations except on County right-of-way. Review by Building and Land Development Division. H:\DIVISION.SNLn'lL nE.S\NVATER\RICK\Springbrook Springs\BIDSPEC.DOGbh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contract or shall M secure any permits or licenses required by, and comply fully with all provisions of the following laws,ordinances, and resolutions: King County Ordinance No 1527 requires Building and Land Development Division and Hydraulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. ■r King County Ordinance No 800 No 900 No 1006 and Resolution No 8778 No 24553 No 24834, No. 6894 and No 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply. Review by Division of Solid Waste. Puget Sound Air Pollution Control Agency Regulation I• A regulation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of ' emissions, periodically report to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation 1. to R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife, birds,game, fish, and other aquatic life, and the industrial.development of the state, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is .� unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of$5,000/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the �r surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. R.C.W. 76-04.370: Provide for abatement of additional fire hazard (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or aw spreads on property on which an extreme fire hazard exists. R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire conditions. ■r H:\DNISION.S IUTILnM.S\WATER\RICK\Springbrook Springs\BIDSPEC_DOGbh w Iir r WSDOT AMENDMENTS 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 INTRODUCTION 16 The following Amendments and Special Provisions shall be used in conjunction with the 17 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 18 19 This project is designed in metric units. Among the Special Provisions contained in this 20 project are revisions to sections within Divisions 1, 6, 7 and 9 that provide conversion 21 methods and charts needed to administer this project utilizing the 2004 Standard 22 Specifications. 23 r. 24 AMENDMENTS TO THE STANDARD SPECIFICATIONS 25 26 The following Amendments to the Standard Specifications are made a part of this contract 27 and supersede any conflicting provisions of the Standard Specifications. For informational 28 purposes, the date following each Amendment title indicates the implementation date of the 29 Amendment or the latest date of revision. 30 31 Each Amendment contains all current revisions to the applicable section of the Standard 32 Specifications and may include references which do not apply to this particular project. 33 34 SECTION 1-04, SCOPE OF THE WORK 35 April 3, 2006 36 1-04.6 Variation in Estimated Quantities r 37 The third paragraph beginning with "If the adjusted final quantity of any items", is revised to 38 read: 39 40 If the adjusted final quantity of any item does not vary from the quantity shown in the 41 proposal by more than 25%, then the Contractor and the Contracting Agency agree that 42 all work under that item will be performed at the original contract unit price. 43 44 SECTION 1-06, CONTROL OF MATERIAL 45 April 3, 2006 46 1-06.1 Approval of Materials Prior To Use 47 The second sentence in the first paragraph is revised to read: TEST2 1 1 2 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source 3 Approval (ASA) Database, or the Request for Approval of Material (RAM) form. 4 5 Number 1 under the second paragraph is revised to read: 6 7 1. Shall be new, unless the Special Provisions or Standard Specifications permit 8 otherwise; 9 10 1-06.1(1) Qualified Products List (QPL) 11 This section is supplemented with the following: 12 13 The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPL/QPL.cfm 14 15 The following new sub-section is inserted to follow 1-06.1(2). 16 17 1-06.1(3) Aggregate Source Approval(ASA) Database 18 The ASA is a database containing the results of WSDOT preliminary testing of 19 aggregate sources. This database is used by the Contracting Agency to indicate the 20 approval status of these aggregate sources for applications that require preliminary 21 testing as defined in the contract. The ASA `Aggregate Source Approval Report' 22 identifies the currently approved applications for each aggregate source listed. The 23 acceptance and use of these aggregates is contingent upon additional job sampling 24 and/or documentation. 25 26 Aggregates approved for applications on the ASA `Aggregate Source Approval Report' 27 not conforming to the specifications, not fulfilling the acceptance requirements, or 28 improperly handled or installed, shall be replaced at the Contractor's expense. 29 30 For questions regarding the approval status of an aggregate source, contact the 31 WSDOT Regional Materials Engineer for the Region the source is located in. The 32 Contracting Agency reserves the right to make revisions to the ASA database at 33 anytime. 34 35 If there is a conflict between the ASA database and the contract, then the contract shall 36 take precedence over the ASA database in accordance with Section 1-04.2. The ASA 37 database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA 38 TEST2 2 1 1-06.2(2)D Quality Level Analysis 2 Item 9 under the first paragraph is revised to read: 3 4 9. Determine the Composite Pay Factor (CPF) for each lot. 5 6 _ _ 7 CPF = fi(PF1) + f2(PF2) +-..+ f(PFD) Yf.' 8 9 i = 1toj 10 11 where: fi = price adjustment factor listed in these 12 Specifications for the applicable material 13 14 j = number of constituents being evaluated 15 16 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC r, 17 August 7, 2006 18 1-07.9(1) General 19 The fifth paragraph is revised to read: 20 21 If employing labor in a class not listed in the contract provisions on state funded projects 22 only, the Contractor shall request a determination of the correct wage and benefits rate 23 for that class and locality from the Industrial Statistician, Washington State Department 24 of Labor and Industries (State L&I), and provide a copy of those determinations to the 25 Engineer. 26 27 The fifth paragraph is supplemented with the following new paragraph: 28 29 If employing labor in a class not listed in the contract provisions on federally funded 30 projects, the Contractor shall request a determination of the correct wage and benefits 31 for that class and locality from the U. S. Secretary of Labor through the project l� 32 engineer's office. Generally, the contractor initiates the request by preparing standard 33 form 1444 and submitting it to the project engineers' office for further action. 34 35 1-07.10 Worker's Benefits 36 The fourth paragraph is revised to read: 37 38 The Public Works Contract Division of the Washington State Department of Labor and 39 Industries will provide the Contractor with applicable industrial insurance and medical 40 aid classification and premium rates. After receipt of Revenue Re/ease from the 41 Washington State Department of Revenue, the contracting agency will verify through the 42 Department of Labor and Industries that the Contractor is current with respect to the 43 payments of industrial insurance and medical aid premiums. 44 45 1-07.15 Temporary Water Pollution/Erosion Control 46 The first paragraph is revised to read: 47 TEST2 3 1 In an effort to prevent, control, and stop water pollution and erosion within the project, 2 thereby protecting the work, nearby land, streams, and other bodies of water, the 3 Contractor shall perform all work in strict accordance with all Federal, State, and local 4 laws and regulations governing waters of the State, as well as permits acquired for the 5 project. 6 7 SECTION 1-08, PROSECUTION AND PROGRESS 8 December 4, 2006 9 1-08.1 Subcontracting 10 The eighth paragraph (beginning with - On all projects funded with both Contracting Agency 11 funds and Federal assistance ...) is supplemented with the following: 12 13 The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on 14 Federally assisted, Federally assisted and Contracting agency funded, and Contracting 15 Agency funded only contracts to the contracting agency on a monthly basis using the 16 Contract Monitoring and Tracking System (CMATS) through the BizWeb application 17 located at http://www.omwbe.wa.gov/bizwebatwashington. Use of CMATS will become a 18 requirement for all contractors effective January 7, 2008. 19 20 1-08.3 Progress Schedule 21 Section 1-08.3 and all subsections are deleted in their entirety and replaced with the 22 following: 23 24 1-08.3 Progress Schedule 25 1-08.3(1) General Requirements 26 The Contractor shall submit Type A or Type B Progress Schedules and Schedule 27 Updates to the Engineer for approval. Schedules shall show work that complies 28 with all time and order of work requirements in the contract. Scheduling terms and 29 practices shall conform to the standards established in Construction Planning and 30 Scheduling, Second Edition, published by the Associated General Contractors of 31 America. Except for Weekly Look-Ahead Schedules, all schedules shall meet 32 these General Requirements, and provide the following information: 33 34 1. Include all activities necessary to physically complete the project. 35 36 2. Show the planned order of work activities in a logical sequence. 37 38 3. Show durations of work activities in working days as defined in Section 1- 39 08.5. 40 41 4. Show activities in durations that are reasonable for the intended work. 42 43 5. Define activity durations in sufficient detail to evaluate the progress of 44 individual activities on a daily basis. 45 46 6. Show the physical completion of all work within the authorized contract 47 time. 48 49 The Contracting Agency allocates its resources to a contract based on the total 50 time allowed in the contract. The Contracting Agency may accept a Progress 51 Schedule indicating an early physical completion date but cannot guarantee the TEST2 4 1 Contracting Agency's resources will be available to meet an accelerated schedule. 2 No additional compensation will be allowed if the Contractor is not able to meet 3 their accelerated schedule due to the unavailability of Contracting Agency's 4 resources or for other reasons beyond the Contracting Agency's control. 5 6 If the Engineer determines that the Progress Schedule or any necessary Schedule 7 Update does not provide the required information, then the schedule will be 8 returned to the Contractor for correction and resubmittal. 9 10 The Engineer's approval of any schedule shall not transfer any of the Contractor's 11 responsibilities to the Contracting Agency. The Contractor alone shall remain 12 responsible for adjusting forces, equipment, and work schedules to ensure 13 completion of the work within the time(s) specified in the contract. 14 15 1-08.3(2) Progress Schedule Types 16 Type A Progress Schedules are required on all projects that do not contain the bid 17 item for Type B Progress Schedule. Type B Progress Schedules are required on all 18 projects that contain the bid item for Type B Progress Schedule. Weekly Look- 19 Ahead Schedules and Schedule Updates are required on all projects. 20 21 1-08.3(2)A Type A Progress Schedule 22 The Contractor shall submit five copies of a Type A Progress Schedule no later 23 than 10 days after the date the contract is executed, or some other mutually 24 agreed upon submittal time. The schedule may be a critical path method 25 (CPM) schedule, bar chart, or other standard schedule format. Regardless of 26 which format used, the schedule shall identify the critical path. The Engineer 27 will evaluate the Type A Progress Schedule and approve or return the schedule 28 for corrections within 15 calendar days of receiving the submittal. 29 30 1-08.3(2)B Type B Progress Schedule 31 The Contractor shall submit a preliminary Type B Progress Schedule no later 32 than five calendar days after the date the contract is executed. The 33 preliminary Type B Progress Schedule shall comply with all of these 34 requirements and the requirements of Section 1-08.3(1), except that it may be 35 limited to only those activities occurring within the first 60 working days of the 36 project. 37 38 The Contractor shall submit five copies of a Type B Progress Schedule no later 39 than 30 calendar days after the date the contract is executed. The schedule 40 shall be a critical path method (CPM) schedule developed by the Precedence 41 Diagramming Method (PDM). Restraints may be utilized, but may not serve to 42 change the logic of the network or the critical path. The schedule shall display 43 at least the following information: 44 45 Contract Number and Title 46 Construction Start Date 47 Critical Path 48 Activity Description 49 Milestone Description 50 Activity Duration 51 Predecessor Activities 52 Successor Activities rTEST2 5 1 Early Start (ES) and Early Finish (EF) for each activity 2 Late Start (LS) and Late Finish (LF) for each activity 3 Total Float (TF) and Free Float (FF) for each activity 4 Physical Completion Date 5 Data Date 6 7 The Engineer will evaluate the Type B Progress Schedule and approve or 8 return the schedule for corrections within 15 calendar days of receiving the 9 submittal. 10 11 1-08.3(2)C Vacant 12 13 1-08.3(2)D Weekly Look-Ahead Schedule 14 Each week that work will be performed, the Contractor shall submit a Weekly 15 Look-Ahead Schedule showing the Contractor's and all subcontractors' 16 proposed work activities for the next two weeks. The Weekly Look-Ahead 17 Schedule shall include the description, duration and sequence of work, along 18 with the planned hours of work. This schedule may be a network schedule, 19 bar chart, or other standard schedule format. The Weekly Look-Ahead 20 Schedule shall be submitted to the Engineer by the midpoint of the week 21 preceding the scheduled work or some other mutually agreed upon submittal 22 time. 23 24 1-08.3(3) Schedule Updates 25 The Engineer may request a Schedule Update when any of the following events 26 occur: 27 28 1. The project has experienced a change that affects the critical path. 29 30 2. The sequence of work is changed from that in the approved schedule. 31 32 3. The project is significantly delayed. 33 34 4. Upon receiving an extension of contract time. 35 36 The Contractor shall submit five copies of a Type A or Type B Schedule Update 37 within 15 calendar days of receiving a written request, or when an update is 38 required by any other provision of the contract. A "significant" delay in time is 39 defined as 10 working days or 10 percent of the original contract time, whichever is 40 greater. 41 42 In addition to the other requirements of this Section, Schedule Updates shall reflect 43 the following information: .r 44 45 1. The actual duration and sequence of as-constructed work activities, 46 including changed work. 47 48 2. Approved time extensions. 49 50 3. Any construction delays or other conditions that affect the progress of the 51 work. 52 TEST2 6 1 4. Any modifications to the as-planned sequence or duration of remaining 2 activities. 3 4 5. The physical completion of all remaining work in the remaining contract 5 time. 6 7 Unresolved requests for time extensions shall be reflected in the Schedule Update 8 by assuming no time extension will be granted, and by showing the effects to 9 follow-on activities necessary to physically complete the project within the currently 10 authorized time for completion. 11 12 1-08.3(4) Measurement 13 No specific unit of measurement shall apply to the lump sum item for Type B 14 Progress Schedule. 15 16 1-08.3(5) Payment 17 Payment will be made in accordance with Section 1-04.1, for the following bid item 18 when it is included in the proposal: 19 20 "Type B Progress Schedule", lump sum. 21 22 The Lump Sum price shall be full pay for all costs for furnishing the Type B 23 Progress Schedule and preliminary Type B Progress Schedule. 24 25 Payment of 80 percent of the lump sum price will be made upon approval of the 26 Progress Schedule. 27 28 Payment will be increased to 100 percent of the lump sum price upon completion of 29 80 percent of the original total contract award amount. 30 31 All costs for providing Type A Progress Schedules and Weekly Look-Ahead 32 Schedules are considered incidental to other items of work in the contract. 33 34 No payment will be made for Schedule Updates that are required due to the 35 Contractors operations. Schedule Updates required by events that are attributed to 36 the actions of the Contracting Agency will be paid for in accordance with Section 1- 37 09.4. 38 39 1-08.4 Prosecution of Work 40 The first sentence is revised to read: 41 42 The Contractor shall begin work within 21 calendar days from the date of execution of 43 the contract by the Contracting Agency, unless otherwise approved in writing. 44 45 1-08.5 Time for Completion 46 This section is revised to read: 47 48 The Contractor shall complete all physical contract work within the number of "working 49 days" stated in the Contract Provisions or as extended by the Engineer in accordance 50 with Section 1-08.8. Every day will be counted as a "working day" unless it is a 51 nonworking day or an Engineer determined unworkable day. A nonworking day is 52 defined as a Saturday, a Sunday, a whole or half day on which the contract specifically TEST2 7 1 prohibits work on the critical path of the Contractor's approved progress schedule, or ■ 2 one of these holidays: January 1, the third Monday of January, the third Monday of 3 February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day 4 after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, 5 the following Monday shall be counted a nonworking day. When the holiday falls on a 6 Saturday, the preceding Friday shall be counted a nonworking day. The days between 7 December 25 and January 1 will be classified as nonworking days. 8 9 An unworkable day is defined as a half or whole day the Engineer declares to be 10 unworkable because of weather or conditions caused by the weather that prevents performance of the work shown on the critical path of the and time) e p 11 satisfactory Y p 12 Contractor's approved progress schedule. Other conditions beyond the control of the 13 Contractor may qualify for an extension of time in accordance with Section 1-08.8. 14 15 Contract time shall begin on the first working day following the 21st calendar day after 16 the date the Contracting Agency executes the contract. If the Contractor starts work on 17 the project at an earlier date, then contract time shall begin on the first working day 18 when onsite work begins. The contract provisions may specify another starting date for 19 contract time, in which case, time will begin on the starting date specified. 20 21 Each working day shall be charged to the contract as it occurs, until the contract work is 22 physically complete. If substantial completion has been granted and all the authorized 23 working days have been used, charging of working days will cease. Each week the 24 Engineer will provide the Contractor a statement that shows the number of working 25 days: (1) charged to the contract the week before; (2) specified for the physical 26 completion of the contract; and (3) remaining for the physical completion of the contract. 27 The statement will also show the nonworking days and any half or whole day the 28 Engineer declares as unworkable. Within 10 calendar days after the date of each 29 statement, the Contractor shall file a written protest of any alleged discrepancies in it. 30 To be considered by the Engineer, the protest shall be in sufficient detail to enable the 31 Engineer to ascertain the basis and amount of time disputed. By not filing such detailed 32 protest in that period, the Contractor shall be deemed as having accepted the statement 33 as correct. 34 35 The Engineer will give the Contractor written notice of the physical completion date for 36 all work the contract requires. That date shall constitute the physical completion date of 37 the contract, but shall not imply the Secretary's acceptance of the work or the contract. 38 39 The Engineer will give the Contractor written notice of the completion date of the 40 contract after all the Contractor's obligations under the contract have been performed by 41 the Contractor. The following events must occur before the Completion Date can be 42 established: 43 44 1. The physical work on the project must be complete; and 45 46 2. The Contractor must furnish all documentation required by the contract and 47 required by law, to allow the Contracting Agency to process final acceptance of 48 the contract. The following documents must be received by the Project 49 Engineer prior to establishing a completion date: 50 51 a. Certified Payrolls (Federal-aid Projects) 52 b. Material Acceptance Certification Documents TEST2 8 1 c. Annual Report of Amounts Paid as MBE/WBE Participants or 2 Quarterly Report of Amounts Credited as DBE Participation, as 3 required by the Contract Provisions. 4 d. FHWA 47 (Federal-aid Projects) 5 e. Final Contract Voucher Certification 6 7 1-08.8 Extensions of Time 8 Section 1-08.8 is revised to read: 9 10 The Contractor shall submit any requests for time extensions to the Engineer in writing 11 no later than 10 working days after the delay occurs. The requests for time extension 12 shall be limited to the affect on the critical path of the Contractor's approved schedule 13 attributable to the change or event giving rise to the request. 14 15 To be considered by the Engineer, the request shall be in sufficient detail (as determined 16 by the Engineer) to enable the Engineer to ascertain the basis and amount of the time 17 requested. The request shall include an updated schedule that supports the request 18 and demonstrates that the change or event: (1) had a specific impact on the critical 19 path, and except in cases of concurrent delay, was the sole cause of such impact, and 20 (2) could not have been avoided by resequencing of the work or by using other 21 reasonable alternatives. If a request combined with previous extension requests, 22 equals 20 percent or more of the original contract time then the Contractor's letter of 23 request must bear consent of Surety. In evaluating any request, the Engineer will 24 consider how well the Contractor used the time from contract execution up to the point 25 of the delay and the effect the delay has on any completion times included in the special 26 provisions. The Engineer will evaluate and respond within 15 calendar days of 27 receiving the request. 28 29 The authorized time for physical completion will be extended for a period equal to the 30 time the Engineer determines the work was delayed because of: 31 32 1. Adverse weather causing the time requested to be unworkable, provided that 33 the Engineer had not already declared the time to be unworkable and the 34 Contractor has filed a written protest according to Section 1-08.5. 35 36 2. Any action, neglect, or default of the Contracting Agency, its officers, or 37 employees, or of any other contractor employed by the Contracting Agency. 38 39 3. Fire or other casualty for which the Contractor is not responsible. 40 41 4. Strikes. 42 43 5. Any other conditions for which these Specifications permit time extensions 44 such as: 45 46 a. In Section 1-04.4 if a change increases the time to do any of the work 47 including unchanged work. 48 49 b. In Section 1-04.5 if increased time is part of a protest that is 50 found to be a valid protest. 51 TEST2 9 1 c. In Section 1-04.7 if a changed condition is determined to exist that , 2 caused a delay in completing the contract. 3 4 d. In Section 1-05.3 if the Contracting Agency does not approve properly 5 prepared and acceptable drawings within 30 calendar days. 6 7 e. In Section 1-07.13 if the performance of the work is delayed as a 8 result of damage by others. 9 10 f. In Section 1-07.17 if the removal or the relocation of any utility by 11 forces other than the Contractor caused a delay. 12 13 g. In Section 1-07.24 if a delay results from all the right of way 14 necessary for the construction not being purchased and the special 15 provisions does not make specific provisions regarding unpurchased 16 right of way. i 17 it 18 h. In Section 1-08.6 if the performance of the work is suspended, 19 delayed, or interrupted for an unreasonable period of time that proves 20 to be the responsibility of the Contracting Agency. 21 22 i. In Section 1-09.11 if a dispute or claim also involves a delay in 23 completing the contract and the dispute or claim proves to be valid. 24 25 j. In Section 1-09.6 for work performed on a force account basis. 26 27 6. If the actual quantity of work performed for a bid item was more than the 28 original plan quantity and increased the duration of a critical activity. 29 Extensions of time will be limited to only that quantity exceeding the original ' 30 plan quantity. 31 32 7. Exceptional causes not specifically identified in items 1 through 6, provided the ' 33 request letter proves the Contractor had no control over the cause of the delay 34 and could have done nothing to avoid or shorten it. 35 36 Working days added to the contract by time extensions, when time has overran, shall 37 only apply to days on which liquidated damages or direct engineering have been 38 charged, such as the following: 39 40 If substantial completion has been granted prior to all of the authorized working 41 days being used, then the number of days in the time extension will eliminate an 42 equal number of days on which direct engineering charges have accrued. If the 43 substantial completion date is established after all of the authorized working days 44 have been used, then the number of days in the time extension will eliminate an 45 equal number of days on which liquidated damages or direct engineering charges 46 have accrued. 47 The Engineer will not allow a time extension for any cause listed above if it resulted 48 from the Contractor's default, collusion, action or inaction, or failure to comply with 49 the contract. 50 The Contracting Agency considers the time specified in the special provisions as 51 sufficient to do all the work. For this reason, the Contracting Agency will not grant a 52 time extension for: TEST2 10 1 2 0 Failure to obtain all materials and workers unless the failure was the result of 3 exceptional causes as provided above in subsection 7; 4 5 0 Changes, protests, increased quantities, or changed conditions (Section 1-04) 6 that do not delay the completion of the contract or prove to be an invalid or 7 inappropriate time extension request; 8 9 9 Delays caused by nonapproval of drawings or plans as provided in Section 10 1-05.3; 11 12 Rejection of faulty or inappropriate equipment as provided in Section 1-05.9; 13 14 Correction of thickness deficiency as provided in Section 5-05.5(1)B. 15 16 The Engineer will determine whether the time extension should be granted, the reasons 17 for the extension, and the duration of the extension, if any. Such determination will be 18 final as provided in Section 1-05.1. 19 20 SECTION 1-09, MEASUREMENT AND PAYMENT 21 December 4, 2006 22 1-09.6 Force Account 23 The last paragraph under "3. For Equipment" is revised to read: 24 25 Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the 26 Contracting Agency's web site at www.wsdot.wa.gov. 27 28 1-09.9(1) Retainage 29 The fourth paragraph is revised to read: 30 31 Release of the retainage will be made 60 days following the Completion Date (pursuant 32 to RCW 39.12, and RCW 60.28) provided the following conditions are met: 33 34 1. On contracts totaling more than $20,000, a release has been obtained from the 35 Washington State Department of Revenue. 36 37 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file 38 with the Contracting Agency (RCW 39.12.040). 39 ' 40 3. A certificate of Payment of Contributions Penalties and Interest on Public 41 Works Contract is received from the Washington State Employment Security 42 Department. 43 44 4. Washington State Department of Labor and Industries (per section 1-07.10) 45 shows the Contractor is current with payments of industrial insurance and 46 medical aid premiums. r. 47 48 5. All claims, as provided by law, filed against the retainage have been resolved. 49 In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are 50 met, the Contractor will be paid such retained percentage less an amount 51 sufficient to pay any such claims together with a sum determined by the ' TEST2 11 1 Contracting Agency sufficient to pay the cost of foreclosing on claims and to , 2 cover attorney's fees. 3 4 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 5 August 7, 2006 6 2-03.3(2) Rock Cuts ' 7 This section is revised to read: 8 9 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break 10 down, loosen, or damage the rock under the subgrade line, except as provided by 11 Section 2-03.3(3). Normally cuts will be made from the top, lift by lift, to protect the 12 rock bench that will remain. The Contractor shall be responsible for methods used 13 and for any damage caused to the roadbed, regardless of any previous approvals 14 by the Engineer. 15 16 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the 17 Contractor shall scale and dress them, removing all loose fragments and rocks not 18 firmly fastened to the rock slope. The Contractor shall also remove any , 19 overhanging rock the Engineer sees as a hazard to roadway users. 20 21 If the Engineer requires it, the Contractor shall remove loose fragments and rocks ' 22 lying outside the slope stakes. Payment for such extra work shall be by force 23 account as provided in Section 1-09.6. The Contracting Agency will pay for loading 24 and hauling these materials at the unit contract prices that apply or as provided in 25 Section 1-04.4. 26 27 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and , 28 blasting operations or at any time the Contractor proposes to change the drilling 29 and blasting methods, the Contractor shall submit a blasting plan to the Engineer 30 for review. The blasting plan shall contain the full details of the drilling and blasting 31 patterns and controls the Contractor proposes to use for both the controlled and 32 production blasting. The blasting plan submittal is required for all blasting 33 operations and shall contain the following minimum information: 34 35 a) Station limits of proposed shot. .r 36 37 b) Plan and section views of proposed drill pattern including free face, 38 burden, blast hole spacing, blast hole diameter, blast hole angles, lift 39 height, and subdrill depth. 40 41 c) Loading diagram showing type and amount of explosives, primers, 42 initiators, and location and depth of stemming. 43 44 d) Initiation sequence of blast holes including delay times and delay system. 45 46 e) Manufacturer's data sheets for all explosives, primers, and initiators to be 47 employed. 48 49 Review of the blasting plan by the Engineer shall not relieve the Contractor of the 50 responsibility for the accuracy and adequacy of the plan when implemented in the 51 field. TEST2 12 1 2 When blasting to establish slopes 1/2 to 1 or steeper, and more than 10 feet high, 3 the Contractor shall use controlled blasting. The Engineer may require the 4 Contractor to use controlled blasting to form the faces of other slopes, even if the 5 slopes could be formed by nonblasting methods. 6 7 Controlled blasting refers to the controlled use of explosives and blasting 8 accessories in carefully spaced and aligned drill holes to provide a free surface or 9 shear plane in the rock along the specified backslope. Controlled blasting 10 techniques covered by this specification include presplitting and cushion blasting. 11 12 In addition to the blasting plan submittal, when using controlled blasting the 13 Contractor shall: 14 15 a) Prior to commencing full-scale blasting operations, the Contractor shall 16 demonstrate the adequacy of the proposed blast plan by drilling, blasting, 17 and excavating short test sections, up to 100 feet in length, to determine 18 which combination of method, hole spacing, and charge works best. 19 When field conditions warrant, the Contractor may be ordered to use test 20 section lengths less than 100 feet. 21 22 Unless otherwise approved by the Engineer, the Contractor shall begin the 23 tests with the controlled blast holes spaced 30-inches apart, then adjust if 24 needed, until the Engineer approves the spacing to be used for full-scale 25 blasting operations. 26 27 b) The Contractor shall completely remove all overburden soil and loose or 28 decomposed rock along the top of the excavation for a distance of at least 29 30 feet beyond the end of the production hole drilling limits, or to the end 30 of the cut, before drilling the presplitting holes. 31 32 c) The controlled blast holes shall be not less than 2'/2 inches nor more than kb 33 3 inches in diameter. 34 r 35 d) The Contractor shall control drilling operations by the use of the proper r• 36 equipment and technique to ensure that no hole shall deviate from the 37 plane of the planned slope by more than 9 inches either parallel or normal 38 to the slope. Drill holes exceeding these limits shall not be paid for unless 39 satisfactory slopes are being obtained. 40 41 e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits 42 of the production holes to be detonated, or to the end of the cut as 43 applicable. r 44 45 f) The length of controlled blast holes for any individual lift shall not exceed 46 20 feet unless the Contractor can demonstrate to the Engineer the ability ' 47 to stay within the above tolerances and produce a uniform slope. If 48 greater than 5 percent of the presplit holes are misaligned in any one lift, 49 the Contractor shall reduce the height of the lifts until the 9-inch alignment 50 tolerance is met. Upon satisfactory demonstration, the length of holes ' 51 may be increased to a maximum of 60 feet with written approval of the 52 Engineer. ' TEST2 13 1 2 g) When the cut height requires more than one lift, a maximum 2-foot offset 3 between lifts will be permitted to allow for drill equipment clearances. The 4 Contractor shall begin the control blast hole drilling at a point that will 5 allow for necessary offsets and shall adjust, at the start of lower lifts, to 6 compensate for any drift that may have occurred in the upper lifts. 7 8 h) Before placing charges, the Contractor shall determine that the hole is free 9 of obstructions for its entire depth. All necessary precautions shall be 10 exercised so that the placing of the charges will not cause caving of 11 material from the walls of the holes. 12 13 i) The maximum diameter of explosives used in presplit holes shall not be 14 greater than 112 the diameter of the presplit hole. 15 16 j) Only standard explosives manufactured especially for controlled blasting 17 shall be used in controlled blast holes, unless otherwise approved by the 18 Engineer. Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed 19 to be loaded in the presplit holes. ' 20 21 k) If fractional portions of standard explosive cartridges are used, they shall 22 be firmly affixed to the detonating cord in a manner that the cartridges will ' 23 not slip down the detonating cord nor bridge across the hole. Spacing of 24 fractional cartridges along the length of the detonating cord shall not 25 exceed 30 inches center to center and shall be adjusted to give the 26 desired results. 27 28 1) Continuous column cartridge type of explosives used with detonating cord 29 shall be assembled and affixed to the detonating cord in accordance with 30 the explosive manufacturer's instructions, a copy of which shall be 31 furnished to the Engineer. 32 33 m) The bottom charge of a presplit hole may be larger than the line charges 34 but shall not be large enough to cause overbreak. The top charge of the 35 presplitting hole shall be placed far enough below the collar, and reduced 36 sufficiently, to avoid overbreaking and heaving. 37 38 n) The upper portion of all presplit holes, from the top most charge to the 39 hole collar, shall be stemmed. Stemming materials shall be sand or other 40 dry angular material, all of which passes a 3/8-inch sieve. 41 42 o) If presplitting is specified, the detonation of these holes shall be fired first. 43 44 p) If cushion blasting is specified, the detonation of these holes shall be fired 45 last on an instantaneous delay after all other blasting has taken place in ' 46 the excavation. 47 48 q) Production blast holes shall not be drilled closer than 6 feet to the ' 49 controlled blast line, unless approved by the Engineer. The bottom of the 50 production holes shall not be lower than the bottom of the controlled blast 51 holes. Production holes shall not exceed 6 inches in diameter, unless TEST2 14 1 approved by the Engineer. Detonation of production holes shall be on a 2 delay sequence toward a free face. 3 4 r) The use of horizontal blast holes for either production or controlled 5 blasting is prohibited. 6 i., 7 SECTION 2-09, STRUCTURE EXCAVATION 8 January 3, 2006 9 2-09.3(1)E Backfilling 10 Item 1 of the first paragraph under Compaction is revised to read: 11 12 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill 13 providing lateral support for noise barrier wall foundations, luminaire poles, traffic 14 signal standards, and roadside and overhead sign structure foundations — placed 15 in horizontal layers no more than 6 inches thick with each layer compacted to 16 95 percent of the maximum density determined by the Compaction Control Test, 17 Section 2-03.3(14)D. 18 19 SECTION 2-12 CONSTRUCTION GEOTEXTILE 20 August 7, 2006 21 The section title is revised to read: 22 ! " 23 CONSTRUCTION GEOSYNTHETIC Y. 24 25 2-12 CONSTRUCTION GEOTEXTILE 26 This heading is revised to read: 27 28 2-12 CONSTRUCTION GEOSYNTHETIC 29 30 2-12.1 Description 31 The word geotextile is revised to geosynthetic. 32 33 2-12.2 Materials 34 In the first and second paragraphs geotextile is revised to geosynthetic. 35 36 2-12.3 Construction Requirements ' 37 In the first, second, and third paragraphs geotextile is revised to geosynthetic. 38 39 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES 40 August 7, 2006 41 3-01.4(1) Acquisition and Development 42 The first paragraph is revised to read: 43 44 If, under the terms of the Contract, the Contractor is required to provide a source of 45 materials, or if the Contractor elects to use materials from sources other than those 46 provided by the Contracting Agency, the Contractor shall, at no expense to the 47 Contracting Agency, make all necessary arrangements for obtaining the material and ' TEST2 15 1 shall ensure the quantity of suitable material is available. Preliminary samples shall be ' 2 taken by or in the presence of the Engineer or a designated representative unless the 3 Engineer permits otherwise. Approval of the source does not relieve the Contractor ' 4 from meeting these specification requirements, nor does it guarantee that the material 5 will meet these requirements without additional or proper processing. The Engineer 6 may require additional preliminary samples at any time. 7 8 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 9 December 4, 2006 10 5-01.3(2)B Portland Cement Concrete 11 The third paragraph beginning with "Acceptance testing" is supplemented with the following: 12 13 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and 14 protect concrete cylinders in cure boxes from excessive vibration and shock waves 15 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure 16 boxes shall be in accordance with Section 6-02.5. 17 18 5-01.3(4) Replace Portland Cement Concrete Panel 19 The third paragraph is revised to read: 20 21 When new concrete pavement is to be placed against existing cement concrete 22 pavement, epoxy coated tie bars and epoxy coated dowel bars shall be drilled and 23 grouted into the existing pavement with either Type I or IV epoxy resin as specified in 24 Section 9-26. Tie bars are not required for panel replacement less than a full panel. 25 26 5-01.3(6) Dowel Bar Retrofit 27 The fourth and fifth sentences in the second paragraph are revised to read: 28 29 When gang saws are used, slots that are not used shall be cleaned and sealed with 30 either Type I or IV epoxy resin as specified in Section 9-26. 31 32 The sixth paragraph is revised to read: 33 34 All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall 35 remove all slurry, parting compound, and other foreign materials prior to installation of 36 the dowel. Any damage to the concrete shall be repaired by the Contractor at no cost to 37 the Contracting Agency. Traffic shall not be allowed on slots where concrete has been ' 38 removed. 39 40 5-01.3(10) Pavement Smoothness ' 41 This section is revised to read: 42 43 Perform the work described in Section 5-05.3(12), and the following: • 44 45 Where the pavement is ground, calculation of the profile index shall exclude dips 46 and depressions in the existing roadway. The profilograph generated reports shall 47 be provided to the Engineer prior to payment. 48 49 5-01.5 Payment 50 This section is revised to read: 51 TEST2 16 ' 1 In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete "Cement 2 Concrete Pavement Grinding", per square yard. 3 4 At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per 5 square yard. 6 7 The second sentence in the 16th paragraph is revised to read: 8 9 The costs of any additional pavement grinding and profiling required to complete r.. 10 the work as specified is also included in this payment. 11 12 The 18th paragraph for Replace Uncompactable Material is supplemented with the 13 following: 14 15 All costs associated with the containment, collection and disposal of concrete slurry 16 and grinding residue shall be included in the applicable concrete grinding or cutting 17 items of work. 18 19 SECTION 5-05, CEMENT CONCRETE PAVEMENT 20 December 4, 2006 21 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 22 The ninth paragraph beginning with "Acceptance testing for compliance" is supplemented 23 with the following: ' 24 25 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and 26 protect concrete cylinders in cure boxes from excessive vibration and shock waves 27 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure 28 boxes shall be in accordance with Section 6-02.5. 29 30 5-05.3(7) Placing, Spreading, and Compacting Concrete 31 The second paragraph is revised to read: 32 33 The average density of the cores shall be at least 97 percent of the approved mix 34 design density or the actual concrete density when determined by the Contractor using 35 AASHTO T 121 with no cores having a density of less than 96 percent. 36 37 5-05.3(10) Tie Bars and Dowel Bars 38 The second sentence in the seventh paragraph is revised to read: 39 ' 40 The epoxy-bonding agent shall be either Type I or IV epoxy resin as specified in Section 41 9-26. 42 43 5-05.3(12) Surface Smoothness 44 The first sentence in the first paragraph is revised to read: 45 46 The pavement smoothness will be checked with equipment furnished and operated by 47 the Contractor, under supervision of the Engineer, within 48 hours following placement 48 of concrete. ' 49 TEST2 17 1 SECTION 6-02 CONCRETE STRUCTURES , 2 December 4, 2006 3 6-02.3(2) Proportioning Materials 4 The third paragraph is revised to read: 5 6 The use of fly ash is required for Class 4000D and 4000P concrete, except that ground 7 granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly 8 ash and ground granulated blast furnace slag is optional for all other classes of 9 concrete. 10 11 6-02.3(2)A Contractor Mix Design 12 The first paragraph is revised to read: 13 14 The Contractor shall provide a mix design in writing to the Engineer for all classes of 15 concrete specified in the Plans except for those accepted based on a Certificate of , 16 Compliance. No concrete shall be placed until the Engineer has reviewed the mix 17 design. The required average 28 day compressive strength shall be selected per ACI 18 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318 shall be used to determine ' 19 proportions. The proposed mix for Class 4000P shall provide a minimum fly ash or 20 ground granulated blast furnace slag content per cubic yard of 100 pounds, and a 21 minimum cement content per cubic yard of 600 pounds. The proposed mix for Class 22 4000D shall provide a minimum fly ash or ground granulated blast furnace slag content 23 per cubic yard of 75 pounds, and a minimum cement content per cubic yard of 660 24 pounds. All other concrete mix designs, except those for lean concrete and commercial 25 concrete, shall have a minimum cementitious material content of 564 pounds per cubic 26 yard of concrete. 27 '28 The following new sentence is inserted after the first sentence in the fourth paragraph. 29 30 An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also 31 be used. ' 32 33 6-02.3(4)A Qualification of Concrete Suppliers 34 The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced ' 35 with the following: 36 37 Batch Plant Prequalification may be obtained through one of the following methods: ' 38 39 1. Certification by the National Ready Mix Concrete Association (NRMCA). 40 Information concerning NRMCA certification may be obtained from the NRMCA 41 at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. 42 The NRMCA certification shall be good for a two year period. When this 43 method of certification is used the following documentation shall be submitted ' 44 to the project engineer. 45 46 a. A copy of the current NRMCA Certificate of Conformance, the ' 47 concrete mix design(s) (WSDOT Form 350-040), along with copies of 48 the truck list, batch plant scale certification, admixture dispensing 49 certification, and volumetric water batching devices (including water 50 meters) verification. 51 TEST2 18 1 2. Independent evaluation certified by a Professional Engineer using NRMCA 2 checklist. The Professional Engineer shall be licensed under title 18 RCW, 3 state of Washington, qualified in civil engineering. The independent certification 4 using the NRMCA checklist shall be good for a two year period. When this 5 method of certification is used the following documentation shall be submitted 6 to the engineer. 7 8 a. A copy of the Professional Engineer's stamped and sealed NRMCA 9 Verification of Inspection and Application for Certificate page from the 10 NRMCA checklist, the concrete mix design(s) (WSDOT Form 350- 11 040), along with copies of the truck list, batch plant scale certification, 12 admixture dispensing certification, and volumetric water batching 13 devices (including water meters) verification. 14 15 3. Inspection conducted by the Plant Manager, defined as the person directly 16 responsible for the daily plant operation, using the NRMCA Plant Certification 17 checklist. The Plant Manager certification shall be done prior to the start of a 18 project, and every six months throughout the life of the project, and meet the 19 following requirements: 20 21 a. The Agreement to Regularly Check Scales and Volumetric Batching 22 Dispensers page in the NRMCA Plant Certification checklist shall be 23 signed by the Plant Manager and notarized. 24 25 b. The signed and notarized Agreement to Regularly Check Scales and 26 Volumetric Batching Dispensers page and a copy of the NRMCA 27 Plant Certification checklist cover page showing the plant designation, 28 address and Company operating plant shall all be submitted to the 29 Project Engineer with the concrete mix design (WSDOT Form 350- �"' 30 040), along with copies of the truck list, batch plant scale certification, 31 admixture dispensing certification, and volumetric water batching 32 devices (including water meters) verification. 33 34 c. The NRMCA Plant Certification checklists shall be maintained by the ' 35 Plant Manager and are subject to review at any time by the 36 Contracting Agency. 37 38 e. Volumetric water batching devices (including water meters) shall be 39 verified every 90 days. 40 r 41 6-02.3(5)C Conformance to Mix Design 42 Item 2 under the first paragraph is revised to read: 43 ' 44 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of 45 that specified in the mix design. 46 47 6-02.3(5)H Sampling and Testing for Compressive Strength 48 This section including title is revised to read: 49 TEST2 19 1 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial 2 Curing 3 Acceptance testing for compressive strength shall be conducted at the same frequency 4 as the acceptance tests for temperature, consistency, and air content. 5 6 The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. 7 The Contractor shall also provide, maintain and operate all necessary power sources 8 and connections needed to operate the curing box. Concrete cylinders shall be cured in 9 a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall 10 maintain a temperature between 60°F and 80°F for concrete with specified strengths 11 less than 6000 psi and between 68°F and 78°F for concrete with specified strengths of 12 6000 psi and higher. A minimum/maximum thermometer shall be installed to measure 13 the internal temperature of the cure box. The thermometer shall be readable from 14 outside of the box and be capable of recording the high and low temperatures in a 24- 15 hour period. The cure boxes shall create an environment that prevents moisture loss 16 from the concrete specimens. The top shall have a working lock and the interior shall be 17 rustproof. A moisture-proof seal shall be provided between the lid and the box. The cure 18 box shall be the appropriate size to accommodate the number of concrete acceptance 19 cylinders necessary or the Contractor shall provide additional cure boxes. Once 20 concrete cylinders are placed in the cure box, the cure box shall not be moved until the 21 cylinders have been cured in accordance with these specifications. When concrete is 22 placed at more than one location simultaneously, multiple cure boxes shall be provided. 23 24 The Contractor shall protect concrete cylinders in cure boxes from excessive vibration 25 and shock waves during the curing period in accordance with Section 6-02.3(6)D. 26 27 6-02.3(6)D Protection Against Vibration 28 The last sentence in the second paragraph is revised to read: 29 30 See the Shaft Special Provision, and Section 6-16 respectively for shaft installation, and 31 soldier pile shaft installation operations. 32 33 The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read: 34 35 (3) Equipment Class H (High Vibration) shall include pile drivers, machine operated ' 36 impact tools, pavement breakers, and other large pieces of equipment. 37 38 6-02.3(11) Curing Concrete ' 39 The second paragraph is supplemented with the following: 40 41 Runoff water shall be collected and disposed of in accordance with all applicable 42 regulations. In no case shall runoff water be allowed to enter any lakes, streams, or 43 other surface waters. 44 '45 6-02.3(16) Plans for Falsework and Formwork 46 The address for FEDEX delivery following the fourth paragraph is revised to read: 47 '48 Washington State Department of Transportation 49 Bridge and Structures Engineer 50 7345 Linderson Way SW 51 Tumwater, WA 98501-6504 52 TEST2 20 1 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans 2 The address for FEDEX delivery following the first paragraph is revised to read: 3 4 Washington State Department of Transportation 5 Bridge and Structures Engineer 6 7345 Linderson Way SW 7 Tumwater, WA 98501-6504 8 9 6-02.3(16)B Preapproved Formwork Plans 10 The address for FEDEX delivery following the second paragraph is revised to read: 11 12 Washington State Department of Transportation 13 Bridge and Structures Engineer 14 7345 Linderson Way SW 15 Tumwater, WA 98501-6504 16 17 6-02.3(24)C Placing and Fastening 18 The 14th paragraph is revised to read: 19 20 Clearances shall be at least: 21 22 4-inches between: Main bars and the top of any concrete masonry 23 exposed to the action of salt or alkaline water. 24 25 3-inches between: Main bars and the top of any concrete deposited 26 against earth without intervening forms. 27 28 21/2-inches between: Adjacent bars in a layer. Roadway slab bars and the 29 top of the roadway slab. 30 31 2-inches between: Adjacent layers. Main bars and the surface of concrete 32 exposed to earth or weather (except in roadway slabs). 33 Reinforcing bars and the faces of forms for exposed 34 aggregate finish. 35 36 11/2-inches between. Main bars and the surface of concrete not exposed to 37 earth or weather. Slab bars and the top of the slab 38 (except roadway slabs). Barrier and curb bars and the 39 surface of the concrete. Stirrups and ties and the 40 surface of the concrete exposed to earth or weather. 41 42 1-inch between: Slab bars and the bottom of the slab. Stirrups and ties 43 and the surface of the concrete not exposed to earth or ' 44 weather. 45 46 6-02.3(26)A Shop Drawings 47 The address for FEDEX delivery under Item 1 in the first paragraph is revised to read: 48 49 Washington State Department of Transportation 50 Bridge and Structures Engineer 51 7345 Linderson Way SW 52 Tumwater, WA 98501-6504 TEST2 21 1 2 6-02.3(28)A Shop Drawings 3 The first paragraph is revised to read: 4 5 Before casting the structural elements, the Contractor shall submit: 6 7 1. Seven sets of shop drawings for approval by the Department of Transportation 8 Bridge and Structures Engineer, Construction Support, addressed as follows: 9 10 US Postal Service 11 R O. Box 47340 12 Olympia, WA 98504-7340 13 14 FedEx 15 7345 Linderson Way SW 16 Tumwater, WA 98501-6504; and ' 17 18 2. Two sets of shop drawings to the Project Engineer. 19 ,20 6-02.4 Measurement 21 This section is supplemented with the following: 22 '23 No specific unit of measure will apply to the lump sum item for cure box. 24 25 6-02.5 Payment ' 26 This section is supplemented with the following: 27 28 "Cure Box", lump sum. 29 The lump sum contract price for "Cure Box" shall be full pay for all costs for providing, 30 operating, maintaining, moving and removing the cure boxes and providing, maintaining 31 and operating all necessary power sources and connections needed to operate the 32 curing boxes. 33 34 SECTION 6-03, STEEL STRUCTURES 35 December 4, 2006 36 6-03.3(7) Shop Plans 37 The first two sentences in the first paragraph are revised to read: 38 39 The Contractor shall submit for approval all shop detail plans for fabricating the steel. 40 These shall be sent to the Department of Transportation Bridge and Structures 41 Engineer, Construction Support, addressed as follows: :s 42 43 US Postal Service 44 R O. Box 47340 45 Olympia, WA 98504-7340 46 47 FedEx 48 7345 Linderson Way SW 49 Tumwater, WA 98501-6504 50 TEST2 22 1 6-03.3(21)A Web Plates 2 This section is revised to read: 3 4 If web plates are spliced, gaps between plate ends shall be set at shop assembly to 5 measure 1/4-inch, and shall not exceed 3/8-inch. 6 7 6-03.3(33) Bolted Connections 8 The first sentence in the second paragraph is revised to read: 9 10 All bolted connections are slip critical. 11 12 SECTION 6-05, PILING kr 13 August 7, 2006 14 6-05.3(11)H Pile Driving From or Near Adjacent Structures 15 The second paragraph is revised to read: 16 17 Freshly placed concrete in the vicinity of the pile driving operation shall be protected 18 against vibration in accordance with Section 6-02.3(6)D. 19 r 20 The third paragraph is deleted. 21 22 6-05.5 Payment 23 The paragraph following "Furnishing St. Piling", per linear foot is revised to read: 24 25 The unit contract price per linear foot for "Furnishing (type) Piling ( )" shall be full 26 pay for furnishing the piling specified, including fabricating and installing the steel 27 reinforcing bar cage, and casting and curing the concrete, as required for concrete 28 piling. Such price shall also be full pay, when measurement includes, for piling length 29 ordered but not driven. ' 30 31 SECTION 6-07, PAINTING 32 August 7, 2006 33 6-07.2 Materials 34 The first sentence in the second paragraph is revised to read: 35 36 Material used for field abrasive blasting shall meet Military Specification MIL-A- 37 22262B(SH) as listed on QPL-22262-28 as maintained by the Department of the Navy. 38 39 6-07.3(2)A Bridge Cleaning 40 In the third paragraph under Pressure Flushing, the US Sieve size for Apparent opening 41 size (ASTM D4751) is revised to read: 42 43 #100 US Sieve 44 45 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 46 December 4, 2006 47 6-09.3(6)C Placing Deck Repair Concrete 48 This section is revised to read: TEST2 23 1 2 Deck repair concrete for modified concrete overlays shall be either modified concrete or 3 concrete Class M. 4 5 Before placing any deck repair concrete, the Contractor shall flush the existing concrete 6 in the repair area with water and make sure that the existing concrete is well saturated. 7 The Contractor shall remove any freestanding water prior to placing the deck repair 8 concrete. The Contractor shall place the deck repair concrete onto the existing concrete 9 while it is wet. 10 11 All deck repairs with exposed bottom layer steel reinforcing bars, all full depth deck 12 repairs, and all deck repairs of an area greater than ten square feet (measured at the 13 top layer of steel reinforcement) shall be repaired, and wet cured for 42 hours in 14 accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the 15 curing period, all vehicular and foot traffic shall be prohibited on the repair area. 16 17 Small deck repairs, defined as those of an area equal to or less than ten square feet 18 (measured at the top layer of steel reinforcement), shall be filled with concrete overlay 19 material during the placement of the concrete overlay. 20 21 SECTION 6-10, CONCRETE BARRIER 22 December 4, 2006 23 6-10.2 Materials 24 The fourth paragraph is revised to read: 25 26 Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9- 27 06.5(4) and be galvanized in accordance with AASHTO M 232. All other hardware shall 28 conform to Section 9-06.5(1) and be galvanized in accordance with AASHTO M 232. 29 30 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS 31 January 3, 2006 32 This section including title is revised to read: 33 34 SECTION 6-11, REINFORCED CONCRETE WALLS 35 6-11.1 Description ' 36 This work consists of constructing reinforced concrete retaining walls, including those 37 shown in the Standard Plans, L walls, and counterfort walls. 38 39 6-11.2 Materials �• 40 Materials shall meet the requirements of the following sections: 41 42 Cement 9-01 43 Aggregates for Portland Cement Concrete 9-03.1 44 Gravel Backfill 9-03.12 45 Premolded Joint Filler 9-04.1(2) 46 Steel Reinforcing Bar 9-07.2 47 Epoxy-Coated Steel Reinforcing Bar 9-07.3 48 Concrete Curing Materials and Admixtures 9-23 49 Fly Ash 9-23.9 TEST2 24 1 Water 9-25 2 3 Other materials required shall be as specified in the Special Provisions. 4 5 6-11.3 Construction Requirements 6 7 6-11.3(1) Submittals 8 The Contractor shall submit all excavation shoring plans to the Engineer for approval in 9 accordance with Section 2-09.3(3)D. 10 11 The Contractor shall submit all falsework and formwork plans to the Engineer for 12 approval in accordance with Sections 6-02.3(16) and 6-02.3(17). 13 14 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the 15 following information shall be submitted to the Engineer for approval in accordance with 16 Sections 6-01.9 and 6-02.3(28)A: 17 18 1. Working drawings for fabrication of the wall stem panels, showing dimensions, 19 steel reinforcing bars, joint and joint filler details, surface finish details, lifting 20 devices with the manufacturer's recommended safe working capacity, and 21 material specifications. 22 23 2. Working drawings and design calculations for the erection of the wall stem 24 panels showing dimensions, support points, support footing sizes, erection 25 blockouts, member sizes, connections, and material specifications. w 26 27 3. Design calculations for the precast wall stem panels, the connection between 28 the precast panels and the cast-in-place footing, and all modifications to the 29 cast-in-place footing details as shown in the Plans or Standard Plans. 30 r 31 The Contractor shall not begin excavation and construction operations for the retaining 32 walls until receiving the Engineer's approval of the above submittals. 33 34 6-11.3(2) Excavation and Foundation Preparation 35 Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages 36 shown in the Plans. Foundation soils found to be unsuitable shall be removed and 37 replaced in accordance with Section 2-09.3(1)C. 38 39 6-11.3(3) Precast Concrete Wall Stem Panels 40 The Contractor may fabricate precast concrete wall stem panels for construction of 41 Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast 42 concrete wall stem panels may be used for construction of non-Standard Plan retaining 43 walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels 44 shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete. 45 46 The precast concrete wall stem panels shall be designed in accordance with the 47 requirements for Load Factor Design in the following codes: 48 49 1. For all loads except as otherwise noted - AASHTO Standard Specifications for 50 Highway Bridges, latest edition and current interims. The seismic design shall 51 use the acceleration coefficient and soil profile type as specified in the Plans. 52 TEST2 25 1 2. For all wind loads - AASHTO Guide Specifications for Structural Design of 2 Sound Barriers, latest edition and current interims. 3 4 The precast concrete wall stem panels shall be fabricated in accordance with the 5 dimensions and details shown in the Plans, except as modified in the shop drawings as 6 approved by the Engineer. 7 8 The precast concrete wall stem panels shall be fabricated full height, and shall be 9 fabricated in widths of 8 feet, 16 feet, and 24 feet. 10 11 The construction tolerances for the precast concrete wall stem panels shall be as 12 follows: 13 14 Height ±1/4 inch 15 Width ±1/4 inch 16 Thickness ±1/4 inch 17 -1/8 inch 18 Concrete cover for steel reinforcing bar ±3/8 inch 19 -1/8 inch 20 Width of precast concrete wall stem panel joints ±1/4 inch 21 Offset of precast concrete wall stem panels ±114 inch 22 (Deviation from a straight line extending 5 feet on each side of the panel joint) 23 24 The precast concrete wall stem panels shall be constructed with a mating shear key 25 between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 26 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5- 27 1/2 inches maximum. The shear key shall be continuous and shall be of uniform width 28 over the entire height of the wall stem. 29 30 The Contractor shall provide the specified surface finish as noted, and to the limits 31 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved 32 with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the 33 Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall 34 stem panels shall be cast in a vertical position if the Plans call for a form liner texture on 35 both sides of the wall stem panel. 36 37 The precast concrete wall stem panel shall be rigidly held in place during placement and 38 curing of the footing concrete. 39 40 The precast concrete wall stem panels shall be placed a minimum of one inch into the 41 footing to provide a shear key. The base of the precast concrete wall stem panel shall 42 be sloped '/2 inch per foot to facilitate proper concrete placement. 43 44 To ensure an even flow of concrete under and against the base of the wall panel, a form 45 shall be placed parallel to the precast concrete wall stem panel, above the footing, to 46 allow a minimum one foot head to develop in the concrete during concrete placement. 47 48 The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast 49 concrete wall stem panel by 1-1/2 inches minimum. 50 51 All precast concrete wall stem panel joints shall be constructed with joint filler installed 52 on the rear (backfill) side of the wall. The joint filler material shall extend from two feet TEST2 26 1 below the final ground level in front of the wall to the top of the wall. The joint filler shall 2 be a nonorganic flexible material and shall be installed to create a waterproof seal at 3 panel joints. 4 5 The soil bearing pressure beneath the falsework supports for the precast concrete wall 6 stem panels shall not exceed the maximum design soil pressure shown in the Plans for 7 the retaining wall. 8 9 6-11.3(4) Cast-In-Place Concrete Construction 10 Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, 11 cured, and finished in accordance with Section 6-02, and the details shown in the Plans 12 and Standard Plans. All cast-in-place concrete shall be Class 4000. 13 14 The Contractor shall provide the specified surface finish as noted, and to the limits 15 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved 16 with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the 17 Special Provisions. 18 19 Cast-in-place concrete for adjacent wall stem sections (between vertical expansion 20 joints) shall be formed and placed separately, with a minimum 12 hour time period 21 between concrete placement operations. 22 23 Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem 24 expansion joints in accordance with Section 6-01.14. ,. 25 26 6-11.3(5) Backfill, Weepholes and Gutters 27 Unless the Plans specify otherwise, backfill and weepholes shall be placed in 28 accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain 29 shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone 30 defined as bridge approach embankment in Section 1-01.3 shall be compacted in 31 accordance with Method C of Section 2-03.3(14)C. All other backfill shall be compacted 32 in accordance with Method B of Section 2-03.3(14)C, unless otherwise specified. 33 34 Cement concrete gutter shall be constructed as shown in the Standard Plans. 35 w. 36 6-11.3(6) Traffic Barrier and Pedestrian Barrier 37 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in 38 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans 39 and Standard Plans. 40 41 6-11.4 Measurement 42 Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4. 43 ' 44 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for 45 retaining wall will be measured as specified in Section 6-02.4. 46 47 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for 48 cast-in-place concrete barrier. 49 50 6-11.5 Payment 51 Payment will be made in accordance with Section 1-04.1 for each of the following bid 52 items when they are included in the proposal: TEST2 27 1 2 "Conc. Class 4000 For Retaining Wall", per cubic yard. 3 All costs in connection with furnishing and installing weep holes and premolded 4 joint filler shall be included in the unit contract price per cubic yard for "Conc. Class 5 4000 for Retaining Wall". 6 7 "St. Reinf. Bar For Retaining Wall", per pound. 8 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound. 9 10 "Traffic Barrier", per linear foot. 11 "Pedestrian Barrier", per linear foot. 12 The unit contract price per linear foot for "_ Barrier" shall be full pay for 13 constructing the barrier on top of the retaining wall, except that when these bid 14 items are not included in the proposal, all costs in connection with performing the 15 work as specified shall be included in the unit contract price per cubic yard for 16 "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for 17 Bar For Retaining Wall". 18 19 SECTION 6-12, NOISE BARRIER WALLS 20 January 3, 2006 21 6-12.3(6) Precast Concrete Panel Fabrication and Erection 22 Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 6. 23 24 The below new item 5 is inserted ahead of renumbered item 6: 25 26 5. Precast concrete panels shall not be erected until the foundations for the panels 27 have attained a minimum compressive strength of 3,400 psi. 28 29 SECTION 6-13, STRUCTURAL EARTH WALLS 30 December 4, 2006 31 6-13.3(2) Submittals 32 The fifth paragraph is revised to read: 33 34 The design calculation and working drawing submittal shall include detailed design 35 calculations and all details, dimensions, quantities, and cross-sections necessary to 36 construct the wall. The calculations shall include a detailed explanation of any symbols, 37 design input, material property values, and computer programs used in the design of the 38 walls. All computer output submitted shall be accompanied by supporting hand 39 calculations detailing the calculation process. If MSEW 3.0, or a later version, is used 40 for the wall design, hand calculations supporting MSEW are not required. 41 42 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection ' 43 This section is supplemented with the following: 44 45 Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2- , 46 12.3 and 6-13.3(5). 47 48 6-13.3(7) Backfill 49 Under number 4 in the fifth paragraph, the words "light mechanical tampers" are revised to 50 "a plate compactor". so TEST2 28 1 2 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier 3 This Section is revised to read: 4 5 The Contractor, in conjunction with the structural earth wall manufacturer, shall design 6 and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with 7 Section 6-13.3(2) and the above ground geometry details shown in the Plans. The 8 barrier working drawings and supporting calculations shall include, but not be limited to, 9 the following: 10 11 1. Complete details of barrier cross section geometry, including the portion below 12 ground, and accommodations necessary for bridge approach slabs, PCCP, 13 drainage facilities, underground utilities, and sign support, luminaire pole, 14 traffic signal standard, and other barrier attachments. 15 16 2. Details of the steel reinforcement of the barrier, including a bar list and bending 17 diagram in accordance with Section 6-02.3(24), and including additional 18 reinforcement required at sign support, luminaire pole, traffic signal standard, 19 and other barrier attachment locations. 20 21 3. Details of the interface of, and the interaction between, the barrier and the top 22 layers of structural earth wall reinforcement and facing. 23 24 4. When the Plans specify placement of conduit pipes through the barrier, details 25 of conduit pipe and junction box placement. 26 27 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with 28 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural 29 earth wall working drawings as approved by the Engineer. 30 31 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS 32 December 4, 2006 F. 33 6-14.3(2) Submittals 34 Item 2 is revised to read: 35 36 2. The Contractor's proposed wall construction method, including proposed forming 37 systems, types of equipment to be used, proposed erection sequence and details 38 of how the backfill will be retained during each stage of construction. 39 40 6-14.3(4) Erection and Backfill 41 The first sentence in the eighth paragraph is revised to read: 42 43 The Contractor shall place and compact the wall backfill in accordance with the wall 44 construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C, 45 except as follows: 46 47 Under number 5 in the eighth paragraph, the words "light mechanical tempers" are revised 48 to "a plate compactor". 49 50 6-14.4 Measurement 51 The first three paragraphs are revised to read: 1 TEST2 29 I � 1 2 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be 3 measured by the square foot of face of completed wall. Corner wrap area and 4 extensions of the geosynthetic wall beyond the area of wall face shown in the Plans or 5 staked by the Engineer are considered incidental to the wall construction and will not be 6 included in the measurement of the square foot of face of completed geosynthetic 7 retaining wall. 8 9 Gravel borrow for geosynthetic retaining wall backfill will be measured as specified in 10 Section 2-03.4. 11 12 Shotcrete facing and concrete fascia panel will be measured by the square foot surface 13 area of the completed facing or fascia panel, measured to the neat lines of the facing or 14 panel as shown in the Plans. When a footing is required, the measurement of the fascia 15 panel area will include the footing. 16 17 6-14.5 Payment 18 The bid item "Borrow for Geosynthetic Wall Incl. Haul" and subsequent paragraph are 19 revised to read: 20 21 "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul", per ton or per cubic yard. 22 All costs in connection with furnishing and placing backfill material for temporary or 23 permanent geosynthetic retaining walls as specified shall be included in the unit contract 24 price per ton or per cubic yard for"Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul". 25 26 SECTION 6-15, SOIL NAIL WALLS 27 August 7, 2006 28 6-15.3(8) Soil Nail Testing and Acceptance 29 The first sentence in the fourth paragraph is revised to read: 30 31 The pressure gauge shall be graduated in increments of either 100 psi or two percent of 32 the maximum test load, whichever is less. 33 34 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 35 August 7, 2006 36 6-16.3(5) Backfilling Shaft 37 The first and second paragraphs are revised to read: 38 39 The excavated shaft shall be backfilled with either controlled density fill (CDF), or 40 pumpable lean concrete, as shown in the Plans and subject to the following 41 requirements: 42 '43 1. Dry shaft excavations shall be backfilled with CDF. 44 45 2. Wet shaft excavations shall be backfilled with pumpable lean concrete. 46 47 3. Pumpable lean concrete shall be a Contractor designed mix providing a 48 minimum 28 day compressive strength of 100 psi. Acceptance of pumpable 49 lean concrete will conform to the acceptance requirements specified in Section 50 2-09.3(1) for CDF. TEST2 30 1 2 4. A wet shaft is defined as a shaft where water is entering the excavation and 3 remains present to a depth of six inches or more. 4 5 5. When the Plans or test hole boring logs identify the presence of a water table 6 at or above the elevation of the bottom of soldier pile shaft, the excavation 7 shall be considered as wet, except as otherwise noted. Such a shaft may be 8 considered a dry shaft provided the Contractor furnishes and installs casing 9 that is sufficiently sealed into competent soils such that water cannot enter the 10 excavation. 11 12 Placement of the shaft backfill shall commence immediately after completing the shaft 13 excavation and receiving the Engineer's approval of the excavation. CDF or pumpable 14 lean concrete shall be placed in one continuous operation to the top of the shaft. 15 Vibration of shaft backfill is not required. 16 17 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors 18 The first paragraph is revised to read: 19 20 The excavation and removal of CDF and pumpable lean concrete for the lagging 21 installation shall proceed in advance of the lagging, and shall not begin until the CDF 22 and pumpable lean concrete are of sufficient strength that the material remains in 23 placed during excavation and lagging installation. If the CDF or pumpable lean concrete 24 separates from the soldier pile, or caves or spalls from around the pile, the Contractor 25 shall discontinue excavation and timber lagging installation operations until the CDF and 66 26 pumpable lean concrete is completely set. The bottom of the excavation in front of the 27 wall shall be level. Excavation shall conform to Section 2-03. 28 29 SECTION 6-17, PERMANENT GROUND ANCHORS 30 August 7, 2006 r. 31 6-17.3(8) Testing and Stressing 32 The first sentence in the third paragraph is revised to read: 33 34 The pressure gauge shall be graduated in increments of either 100 psi or two percent of 35 the maximum test load, whichever is less. 36 37 SECTION 7-01, DRAINS 38 August 7, 2006 39 7-01.3 Construction Requirements 40 This section is revised to read: 41 ' 42 A trench of the dimensions shown in the Plans or as specified by the Engineer shall be 43 excavated to the grade and line given by the Engineer. 44 45 Section 7-01.3 is supplemented with the following new sub-sections: 46 47 7-01.3(1) Drain Pipe 48 Drain pipe shall be laid in conformity with the line and grades as shown in the Plans. 49 The drain pipe shall be laid with soiltight joints unless otherwise specified. Concrete 50 drain pipe shall be laid with the bell or larger end upstream. PVC drain pipe shall be TEST2 31 1 jointed with a bell and spigot joint using a flexible elastomeric seal as described in 2 Section 9-04.8. The bell shall be laid upstream. PE drain pipe shall be jointed with 3 snap-on, screw-on, bell and spigot, or wraparound coupling bands as recommended by 4 the manufacturer of the tubing. 5 6 7-01.3(2) Underdrain Pipe 7 When underdrain pipe is being installed as a means of intercepting ground or surface 8 water, the trench shall be fine-graded in the existing soil 3 inches below the grade of the 9 pipe as shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill 10 shall be p laced to the depth shown in the Plans or as designated by the Engineer. All 11 backfill shall be placed in 12-inch maximum layers and be thoroughly compacted with 12 three passes of a vibratory compactor for each layer. The Contractor shall use care in 13 placing the gravel backfill material to prevent its contamination. 14 15 Class 2 perforations shall be used unless otherwise specified. When Class 1 16 perforations are specified the perforated pipe shall be laid with the perforations down. 17 Upon final acceptance of the work, all drain pipes shall be open, clean, and free 18 draining. Perforated pipe does not require a watertight joint. PVC underdrain pipe shall 19 be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or 20 solvent cement as described in Section 9-04.9, at the option of the Contractor unless 21 otherwise specified in the Plans. The bell shall be laid upstream. PE drainage tubing 22 underdrain pipe shall be jointed with snap-on, screw-on, bell and spigot, or wraparound 23 coupling bands, as recommended by the manufacturer of the tubing. 24 25 SECTION 7-02, CULVERTS 26 January 3, 2006 27 7-02.2 Materials 28 The fifth and seventh paragraphs are deleted: 29 30 SECTION 7-04, STORM SEWERS 31 January 3, 2006 32 7-04.2 Materials 33 The fourth and sixth paragraphs are deleted: 34 35 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 36 December 4, 2006 37 8-01.3(1) General 38 The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and 39 replaced with the following: 40 41 Erodible soil not being worked, whether at final grade or not, shall be covered within the 42 following time period, using an approved soil covering practice, unless authorized 43 otherwise by the Engineer: 44 45 In western Washington (west of the Cascade Mountain crest): 46 47 October 1 through April 30 2 days maximum 48 May 1 to September 30 7 days maximum TEST2 32 1 2 In eastern Washington (east of the Cascade Mountain crest.): 3 4 October 1 through June 30 5 days maximum 5 July 1 through September 30 10 days maximum 6 7 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 8 This section is revised to read: 9 10 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 11 TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of 12 Training in Construction Site Erosion and Sediment Control from a course approved by 13 the Washington State Department of Ecology. The ESC Lead shall be listed on the 14 Emergency Contact List required under Section 1-05.13(1). 15 16 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) 17 plan. Implementation shall include, but is not limited to: 18 19 1. Installing and maintaining all temporary erosion and sediment control Best 20 Management Practices (BMPs) included in the TESC plan to assure continued 21 performance of their intended function. Damaged or inadequate TESC BMPs 22 shall be corrected immediately. 23 24 2. Updating the TESC plan to reflect current field conditions. 25 26 When a TESC plan is included in the contract plans, the Contractor shall inspect all on- 27 site erosion and sediment control BMPs at least once every calendar week and within 28 24 hours of runoff events in which stormwater discharges from the site. Inspections of 29 temporarily stabilized, inactive sites may be reduced to once every calendar month. 30 The Erosion and Sediment Control Inspection Form (Form Number 220-030 EF) shall 31 be completed for each inspection and a copy shall be submitted to the Engineer no later 32 than the end of the next working day following the inspection. 33 34 8-01.3(2)E Tacking Agent and Soil Binders 35 The third paragraph, (PAM) is revised to read: 36 37 Soil Binding Using Polyacrylamide (PAM) 38 The PAM shall be applied on bare soil completely dissolved and mixed in water or 39 applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 40 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of 41 cellulose fiber mulch treated with a non-toxic dye shall be applied with the dissolved 42 PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held 43 fertilizer spreader or a tractor-mounted spreader. 1P 44 45 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 46 The second paragraph under East of the summit of the Cascade Range, beginning with "The 47 Contractor will be responsible", is deleted. 48 49 8-01.3(9)A Silt Fence 50 The fifth paragraph is revised to read: 51 TEST2 33 1 Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 2 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall 3 have a minimum weight of 0.90 Ibs/ft 4 5 8-01.4 Measurement 6 This section is supplemented with the following: 7 8 Coir log will be measured by the linear foot along the ground line of the completed 9 installation. 10 11 8-01.5 Payment 12 The following bid item is inserted after"Compost Sock", per linear foot: 13 14 "Coir Log", per linear foot 15 16 This section is supplemented with the following: 17 18 "Mowing", per acre. 19 20 SECTION 8-02, ROADSIDE RESTORATION 21 April 3, 2006 22 8-02.3(8) Planting 23 The seventh and eighth paragraphs are deleted and replaced with the following: 24 25 All burlap, baskets, string, wire and other such materials shall be removed from the hole 26 when planting balled and burlapped plants. The plant material shall be handled in such 27 a manner that the root systems are kept covered and damp at all times. The root 28 systems of all bare root plant material shall be dipped in a slurry of silt and water 29 immediately prior to planting. The root systems of container plant material shall be 30 moist at the time of planting. In their final position, all plants shall have their top true root 31 (not adventitious root) no more than 1" below the soil surface, no matter where that root 32 was located in the original root ball or container. After planting, the backfill material and 33 root ball shall be thoroughly watered in within 24 hours. 34 35 8-02.3(9) Pruning, Staking, Guying, and Wrapping 36 The first paragraph is revised to read: 37 38 Plants shall be pruned at the time of planting, only to remove minor broken or damaged 39 twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in 40 such a manner as to retain or to encourage natural growth characteristics of the plants. 41 All other pruning shall be performed only after the plants have been in the ground at 42 least one year. 43 44 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 45 December 4, 2006 46 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters 47 The first paragraph is supplemented with the following: 48 TEST2 34 1 Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing 2 pavement surface at the rate ordered by the Engineer. 3 4 8-04.4 Measurement 5 The first paragraph is revised to read: 6 7 All curbs, gutters, and spillways will be measured by the linear foot along the line and 8 slope of the completed curbs, gutters, or spillways, including bends. Measurement of 9 cement concrete curb and cement concrete curb and gutter, when constructed across 10 driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. 11 12 SECTION 8-08, RUMBLE STRIPS 13 April 3, 2006 14 8-08.1 Description 15 The first sentence is revised to read: 16 IP 17 This work consists of constructing centerline and shoulder rumble strips by grinding hot 18 mix asphalt. 19 20 8-08.3 Construction Requirements 21 The first sentence in the first paragraph is revised to read: 22 23 The equipment shall have a rotary type cutting head or series of cutting heads capable 24 of grinding one or more recesses in the hot mix asphalt as detailed in the Standard 25 Plans. 26 27 The third sentence in the third paragraph is revised to read: 28 29 All cuttings and other debris shall become the property of the Contractor and be 30 disposed of outside the project limits. 31 32 SECTION 8-09, RAISED PAVEMENT MARKERS 33 April 3, 2006 34 8-09.3(5) Recessed Pavement Marker 35 This section is revised to read: 36 37 Construct recesses for pavement markers by grinding the pavement in accordance with 38 the dimensions shown in the Standard Plans. This work shall include cleanup and 39 disposal of cuttings and other resultant debris. Prepare the surface in accordance with 40 Section 8-09.3(1). Install Type 2 markers in the recess in accordance with the Standard 41 Plans and Section 8-09.3(4). 42 43 SECTION 8-11, GUARDRAIL 44 April 3, 2006 45 8-11.3(4) Removing Guardrail 46 This section including title is revised to read: 47 ir. TEST2 35 1 8-11.3(4) Removing Guardrail and Guardrail Anchor •� 2 Removal of the various types of guardrail shall include removal of the rail, cable 3 elements, hardware, and posts, including transition sections, expansion sections and 4 terminal sections . Removal of the various types of guardrail anchors shall include 5 removal of the anchor assembly in its entirety, including concrete bases, rebar, and steel 6 tubes and any other appurtenances in the anchor assembly. All holes resulting from the 7 removal of the guardrail posts and anchors shall be backfilled with granular material in 8 layers no more than 6-inches thick and compacted to a density similar to that of the 9 adjacent material. The removed guardrail items shall become the property of the 10 Contractor. 11 M 12 SECTION 8-16, CONCRETE SLOPE PROTECTION 13 August 7, 2006 14 8-16.2 Materials 15 The material "Concrete Class 3000" and referenced section "6-02" are revised to read: 16 17 Commercial Concrete 6-02.3(2)B 18 19 8-16.3(3) Poured in Place Cement Concrete 20 In the second paragraph, the words "Class 3000 cement' are revised to read "commercial'. 21 '22 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 23 ELECTRICAL 24 December 4, 2006 25 8-20.3(2) Excavating and Backfilling 26 The third paragraph is revised to read: 27 28 The excavations shall be backfilled in conformance with the requirements of Section 2- 29 09.3(1)E, Structure Excavation. 30 31 8-20.3(4) Foundations 32 The second paragraph is revised to read: 33 34 The bottom of concrete foundations shall rest on firm ground. If the portion of the 35 foundation beneath the existing ground line is formed or cased instead of being cast ' 36 against the existing soil forming the sides of the excavation, then all gaps between the 37 existing soil and the completed foundation shall be backfilled and compacted in 38 accordance with Section 2-09.3(1)E. 39 40 The thirteenth paragraph is revised to read: 41 42 Both forms and ground which will be in contact with the concrete shall be thoroughly 43 moistened before placing concrete; however, excess water in the foundation excavation .� 44 will not be permitted. Foundations shall have set at least 72 hours prior to the removal 45 of the forms. All forms shall be removed, except when the Plans or Special Provisions 46 specifically allow or require the forms or casing to remain. 47 48 8-20.3(9) Bonding, Grounding 49 The first, second, and fourth paragraphs are revised to read: TEST2 36 1 2 All metallic appurtenances containing electrical conductors (luminaires, light standards, 3 cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to 4 form continuous systems, that shall be effectively grounded. 5 6 Where conduit is installed, the installation shall include an equipment ground conductor, 7 in addition to the conductors noted in the contract. Bonding jumpers and equipment 8 grounding conductors shall be installed in accordance with Section 9-29.3 and NEC. 9 Where existing conduits are used for the installation of new circuits, an equipment- 10 grounding conductor shall be installed unless an existing equipment ground conductor, 11 which is appropriate for the largest circuit, is already present in the existing raceway. 12 The equipment ground conductor between the isolation switch and the sign lighter 13 fixtures shall be a minimum of a 14 AWG stranded copper conductor. Where parallel 14 circuits are enclosed in a common conduit, the equipment-grounding conductor shall be 15 sized by the largest overcurrent device serving any circuit contained within the conduit. ` 16 17 Supplemental grounding shall be provided at light standards, signal standards, 18 cantilever and sign bridge structures. Steel sign posts which support signs with sign 19 lighting or flashing beacons shall also have supplemental grounding. The supplemental 20 ground conductor shall be connected to the foundation rebar (all rebar crossings shall 21 be wire tied) by means of a grounding connector listed for use in concrete, and lead up 22 directly adjacent to a conduit installed within the foundation. The free end of the 23 conductor shall be terminated to the ground terminal, with an approved clamp, within 24 the pole. If no ground terminal is provided, bond to standard or post. Three feet of 25 slack shall be provided inside the standard. Where a concrete and rebar foundation is 26 not used the supplemental ground shall be a grounding electrode placed in the hole 27 next to the post prior to back fill. For light standards, signal standards, cantilever and 28 sign bridge structures the supplemental grounding conductor shall be a non-insulated 4 29 AWG stranded copper conductor. For steel sign posts which support signs with sign 30 lighting or flashing beacons the supplemental grounding conductor shall be a non- r 31 insulated 6 AWG stranded copper conductor. Iks 32 33 8-20.3(14)E Signal Standards 34 The second paragraph is revised to read: 35 *` 36 Signal standards shall not be erected on concrete foundations until the foundations 37 have attained 2400 psi or 14 days after concrete placement. Signal standards without 38 mast arms may be erected after 72 hours. Type IV and V strain pole standards may be 39 erected but the messenger cable (span wire) shall not be placed until the foundation has 40 attained 2400 psi or 14 days after concrete placement. 41 42 SECTION 8-21, PERMANENT SIGNING 43 January 3, 2006 44 8-21.3(9)F Bases 45 The second paragraph is revised to read: 46 47 The excavation and backfill shall be in conformance with the requirements of Section 2- 48 09.3(1)E. ' 49 50 The fifth paragraph is revised to read: 51 TEST2 37 1 The bottom of concrete foundations shall rest on firm ground. If the portion of the ' 2 foundation beneath the existing ground line is formed or cased instead of being cast 3 against the existing soil forming the sides of the excavation, then all gaps between the 4 existing soil and the completed foundation shall be backfilled and compacted in 5 accordance with Section 2-09.3(1)E. 6 '7 The fourteenth paragraph is revised to read: 8 9 Both forms and ground which will be in contact with the concrete shall be thoroughly 10 moistened before placing concrete; however, excess water in the foundation excavation 11 will not be permitted. Forms shall not be removed until the concrete has set at least 12 three days. All forms shall be removed, except when the Plans or Special Provisions 13 specifically allow or require the forms or casing to remain. 14 15 SECTION 8-22, PAVEMENT MARKING 16 December 4, 2006 17 8-22.3(2) Preparation of Roadway Surfaces 18 The following new sentence is inserted after the first sentence in the second paragraph: 19 20 The temperature requirement may be superseded by the material manufacturers written 21 installation instructions. , 22 23 The last sentence in the third paragraph is revised to read: 24 '25 These cure periods may be reduced if the manufacturer performs a successful bond 26 test and approves the reduction of the pavement cure period. 27 '28 8-22.3(3) Marking Application 29 The following is inserted preceding the first paragraph: 30 31 Flat Lines — Pavement marking lines with a flat surface. 32 33 Profiled Marking —A profiled pavement marking is a marking that consists of a base line 34 thickness and a profiled thickness which is a portion of the pavement marking line that is 35 applied at a greater thickness than the base line thickness. Profiles shall be applied 36 using the extruded method in the same application as the base line. The profiles may 37 be slightly rounded provided the minimum profile thickness is provided for the length of 38 the profile. See the Standard Plans for the construction details. 39 40 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse 41 grooves. An embossed plastic line may also have profiles. See the Standard Plans for 42 the construction details. 43 44 Inset Line — A line constructed by grinding or saw cutting a groove into the pavement 45 surface and spraying, extruding or gluing pavement marking material into the groove. 46 The groove depth is dependent upon the material used, the pavement surface and 47 location. 48 49 The second paragraph is revised to read: 50 TEST2 38 1 Centerlines on two lane skip with ski patterns, paint or plastic, shall be applied in 2 the increasing mile post direction so they are in cycle with existing skip pattern lines at 3 the beginning of the project. Skip patterns applied to multi-lane or divided roadways 4 shall be applied in cycle in the direction of travel. 5 6 Where paint is applied on centerline on two-way roads with bituminous surface Ir. 7 treatment or centerline rumble strips, the second paint application shall be applied in the 8 opposite (decreasing mile post) direction as the first application (increasing mile post) 9 direction. This will require minor skip pattern corrections for curves on the second 10 application. 11 12 The fourth paragraph, beginning with "Lines with skip patterns", is deleted. 13 14 The fifth paragraph, beginning with "Glass beads", is deleted. 15 16 The first sentence in the sixth paragraph is revised to read: 17 18 Pavement markings shall be applied at the following base line thickness measured 19 above the pavement surface or above the slot bottom for inset markings in thousandths 20 of an inch (mils): 21 22 In the sixth paragraph, the chart Marking Material Application is revised to read: 23 Marking Material Application HMA PCC BST Paint-first coat spray 10 10 10 Paint- second coat spray 15 15 15 Type A-flat/transverse & symbols extruded 125 125 125 Type A-flat/long line & symbols spray 90 90 120 Type A-with profiles extruded 90 90 120 ' Type A- embossed extruded 160 160 160 Type A-embossed with profiles extruded 160 160 160 Type B -flat/transverse & symbols heat fused 125 125 125 ' Type C -flat/transverse & adhesive 90 90 NA symbols Type C-1 - inset/long line adhesive 60 60 NA Type D -flat/transverse & spray 120 120 120 symbols Type D-flat/transverse & extruded 120 120 120 ' symbols Type D -flat/long line spray 90 90 120 Type D -flat/long line extruded 90 90 120 Type D - profiled/long line extruded 90 90 120 Type D— inset/long line spray 40 40 40 Type D— inset/long line extruded 230 230 230 24 TEST2 39 1 In the seventh paragraph, the chart for Liquid pavement marking material yield per gallon is 2 revised to read: 3 Mils thickness Feet of 4" line/gallon Square feet/gallon 10 483 161 15 322 108 30 161 54 40 125 42 , 45 107 36 60 81 27 90 54 18 ' 90 with profiles 30 10 120 40 13 120 with profiles 26 9 ' 230 21 7 4 '5 In the eighth paragraph, the final line in the chart for Solid pavement marking material (Type 6 A) yield is revised to read: 7 '8 230 —flat inset 47 15 9 10 The ninth and tenth paragraphs are deleted. 11 12 The eleventh paragraph is revised to read: 13 14 All inset plastic lines shall be applied into a groove cut or ground into the pavement. For 15 Type A or D material the groove shall be cut or ground with equipment to produce a 16 smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut 17 with equipment to produce a smooth square groove with a width in accordance with the 18 material manufacturer's recommendation. The groove depth for Type C-1 material shall 19 be 100 mils, plus or minus 10 mils. The groove depth for Type A or D material shall be 20 as shown in the Plans. 21 22 Section 8-22.3 is supplemented with the following new sub-section. 23 24 8-22.3(3)A Glass beads 25 Top dress glass beads shall be applied to all spray and extruded pavement marking 26 material. Glass beads shall be applied by a bead dispenser immediately following the 27 pavement marking material application. Glass bead dispensers shall apply the glass 28 beads in a manner such that the beads appear uniform on the entire pavement marking 29 surface with 50 to 60% embedment. Hand casting of beads will not be allowed. 30 31 Glass beads shall be applied to 10 or 15 mil thick paint at a minimum application rate of 32 7 pounds per gallon of paint. For plastic pavement markings, glass beads shall be 33 applied at the rate recommended by the marking material manufacturer. 34 35 When two or more spray applications are required to meet thickness requirements for 36 Type A and Type D materials, top dressing with glass beads is only allowed on the last 37 application. The cure period between successive applications shall be in accordance 38 with the manufacturer's recommendations. Any loose beads, dirt or other debris shall TEST2 40 1 be swept or blown off the line prior to application of each successive application. 2 Successive applications shall be applied squarely on top of the preceding application. 3 4 8-22.3(5) Installation Instructions 5 This section including title is revised to read: 6 �. 7 8-22.3(5) Plastic Installation Instructions 8 Installation instructions for plastic markings shall be provided for the Engineer. All 9 materials including glass beads shall be installed according to the manufacturer's 10 recommendations. A manufacturer's technical representative shall be present at the 11 initial installation of plastic material to approve the installation procedure or the material 12 manufacturer shall certify that the Contractor will install the plastic material in 13 accordance with their recommended procedure. 14 - 15 8-22.4 Measurement 16 The following is inserted after the fifth paragraph: 17 18 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking 19 stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and 20 pattern shown in the Standard Plans. These lines will be measured as painted or plastic 21 line or wide line by the linear foot of line installed. Crosswalk line will be measured by 22 the square foot of marking installed. 23 24 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad 25 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and r,. 26 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be 27 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, 28 regardless of the number of arrow heads. 29 30 The last paragraph is revised to read: 31 32 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane 33 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial 34 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed 35 bump symbol will be measured per each. Removal of crosswalk lines will be measured 36 by the square foot of lines removed. 37 38 8-22.5 Payment 39 The following items are deleted: 40 41 "Painted HOV Lane Symbol Type 42 "Plastic HOV Lane Symbol Type 43 ' 44 SECTION 9-00, DEFINITIONS AND TESTS 45 January 3, 2006 46 9-00.8 Sand Equivalent 47 The second paragraph is revised to read: 48 ' 49 For acceptance, there must be a clear line of demarcation. If no clear line of 50 demarcation has formed at the end of a 30 minute sedimentation period, the material 51 will be considered as failing to meet the minimum specified sand equivalent. ' TEST2 41 1 2 SECTION 9-02, BITUMINOUS MATERIALS 3 January 3, 2006 4 9-02.1(4) Asphalt Binders 5 This section including title is revised to read: 6 7 9-02.1(4) Performance Graded Asphalt Binder(PGAB) 8 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the 9 contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 10 314) of M 320 is not a specification requirement. 11 12 9-02.1(4)A Performance Graded Asphalt Binder 13 This section including title is revised to read: 14 15 9-02.1(4)A Quality Control Plan 16 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance 17 with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance 18 Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the 19 WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to 20 be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that 21 PGAB meets the specification requirements of the contract. 22 23 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P 24 This section is revised to read: 25 26 The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer 27 shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. ' 28 The asphalt CRS-2P shall meet the following specifications: 29 AASHTO Test Specifications Method Minimum Maximum Viscosity @122°F, SFS T59 100 400 Storage Stability 1 day % T 59 --- 1 r Demulsibility 35 ml. 0.8% Dioctyl T 59 40 --- Sodium Sulfosuccinate ' Particle Charge T 59 positive --- Sieve Test % T 59 --- 0.30 Distillation Oil distillate by vol. of emulsion % T 59n0fe 1 0 3 Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration @771F T 49 100 250 Torsional Recovery % note z 18 --- TEST2 42 or Toughness/Tenacity in-lbs note 3 50/25 --- 1 2 note (Distillation modified to use 300 grams of emulsion heated to 350°F ± 9°F and 3 maintained for 20 minutes. 4 5 note 2The Torsional Recovery test shall be conducted according to the California 6 Department of Transportation Test Method No. 332. The residue material for this 7 test shall come from California Department of Transportation Test Method No. 331. 8 9 note 3Benson method of toughness and tenacity; Scott tester, inch-pounds at 77°F, 10 20 in. per minute pull. Tension head 7/8 in. diameter. 11 12 At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of 13 Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity 14 method is used for acceptance the supplier must supply all test data verifying 15 specification conformance. 16 17 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 18 December 4, 2006 19 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe 20 This section including title is revised to read: 21 22 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch) 23 Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type bw 24 C (corrugated both inside and outside) or type S (corrugated outer wall and smooth 25 inner liner). The maximum size pipe shall be 10 inches in diameter. 26 27 9-05.1(7) Corrugated Polyethylene Drain Pipe 28 This section including title is revised to read: 29 30 9-05.1(7) Corrugated Polyethylene Drain Pipe (12-inch through 60-inch) 31 Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum, shall 32 meet the minimum requirements of AASHTO M 294 Type S or 12-inch through 24 inch 33 diameter maximum shall meet the minimum requirements of AASHTO M 294 Type C. 34 ' 35 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain 36 Pipe 37 This section including title is revised to read: ' 38 39 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10- 40 inch) 41 Perforated corrugated polyethylene underdrain pipe shall meet the requirements of 42 AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe with Class 2 43 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 ' 44 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the 45 length and circumference of the pipe. The maximum size pipe shall be 10-inch diameter. 46 TEST2 43 1 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe 2 This section including title is revised to read: 3 4 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12-inch 5 through 60-inch) 6 Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch diameter 7 maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type 8 CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe 9 with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be 10 uniformly spaced along the length and circumference of the pipe. 11 12 9-05.4(3) Protective Treatment 13 In Treatment 1 and 2, the reference to 9-05.4(6) is revised to read 9-05.4(5). 14 15 9-05.15 Metal Castings 16 This section is revised to read: 17 18 For all metal castings the producing foundry shall provide certification stating the 19 country of origin, the material meets the required ASTM or AASHTO specification noted 20 in the subsections below. The producing foundry shall detail all test results from 21 physical testing to determine compliance to the specifications. The test reports shall 22 include physical properties of the material from each heat and shall include tensile, 23 yield, and elongation as specified in the appropriate ASTM or AASHTO specification. 24 For AASHTO M 306, Section 8, Certification is deleted and replaced with the above 25 certification and testing requirements. 26 27 Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or 28 repaired. Porosity in metal castings for drainage structures shall be considered a 29 workmanship defect subject to rejection by the Engineer. Metal castings made from 30 gray iron or ductile iron shall conform to the requirements of AASHTO M 306, and metal 31 castings made from cast steel shall conform to the requirements of Section 9-06.8. All 32 metal castings shall meet the proof load testing requirements of AASHTO M 306. 33 34 9-05.15(1) Manhole Ring and Cover 35 This section is revised to read: 36 37 Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile 38 iron. 39 40 All covers shall be interchangeable within the dimensions shown in the Standard Plans. 41 All mating surfaces shall be machine finished to ensure a nonrocking fit. 42 43 The inside vertical recessed face of the ring and the vertical outside edge of the cover 44 shall be machined or manufactured to the following tolerances: ' 45 46 Ring +3/32 inch to -3/32 inch 47 Cover +3/32 inch to -3/32 inch 48 49 All manhole rings and covers shall be identified by the name or symbol of the producing 50 foundry and country of casting origin. This identification shall be in a plainly visible 51 location when the ring and cover are installed. Ductile iron shall be identified by the 52 following, "DUC" or "DI." The producing foundry and material identification shall be TEST2 44 1 adjacent to each other and shall be minimum '/2 inch to maximum 1 inch high letters, 2 recessed to be flush with the adjacent surfaces. 3 4 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets 5 The first and second paragraphs are revised to read: I� 6 r,. 7 Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or 8 ductile iron, and as shown in the Standard Plans. 9 10 Castings for grates and solid metal covers for catch basins and inlets shall be cast steel 11 or ductile iron and as shown in the Standard Plans. Additionally, leveling pads are 12 allowed on grates and solid metal covers with a height not to exceed 1/8 inch. The 13 producing foundry's name and material designation shall be embossed on the top of the 14 grate. The material shall be identified by the following: "CS" for cast steel or "DUC or 15 "DI" for ductile iron and shall be located near the producing foundry's name. 16 91i 17 9-05.15(3) Cast Metal Inlets 18 The first sentence is revised to read: 19 20 The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the 21 Standard Plans. 22 23 9-05.19 Corrugated Polyethylene Culvert Pipe 24 The first paragraph is revised to read: 25 n„ 26 Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 27 Type S or D for pipe 12-inch to 60-inch diameter with silt-tight joints. 28 29 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 30 December 4, 2006 31 9-06.5(4) Anchor Bolts 32 The first and second paragraphs are revised to read: 33 34 Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise 35 specified, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, 36 and S4. 37 38 Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, 39 Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to ' 40 AASHTO M 291, Grade DH and shall conform to the lubrication requirements in Section 41 9-06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall 42 conform to AASHTO M 291, Grade A. Washers shall conform to ASTM F 436. 43 44 9-06.9 Gray Iron Castings 45 The AASHTO requirement is revised to read "AASHTO M 306". 46 ' TEST2 45 1 SECTION 9-07, REINFORCING STEEL 2 December 4, 2006 3 9-07.2 Deformed Steel Bars 4 The first sentence in the first paragraph is revised to read: 5 6 Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 7 Grade 60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast- 8 in-place components of bridge structures (excluding sidewalks and barriers but including ' 9 shafts and concrete piles), and for precast substructure components of bridge 10 structures, shall conform to ASTM A 706 only. 11 12 SECTION 9-09, TIMBER AND LUMBER 13 August 7, 2006 14 9-09.2(3) Inspection ' 15 This section is revised to read: 16 17 Timber and lumber requiring a grade stamp shall be marked with a certified lumber , 18 grade stamp provided by one of the following agencies: 19 20 West Coast Lumber Inspection Bureau (WCLIB) 21 Western Wood Products Association (WWPA) 22 Pacific Lumber Inspection Bureau (PLIB) 23 Any lumber grading bureau certified by the American Lumber Standards Committee 24 r 25 Timber and Lumber requiring a grading certificate shall have a certificate that was 26 issued by either the grading bureau whose stamp is shown on the material, or by the ' 27 lumber mill, which must be under the supervision of one of the grading bureaus listed 28 above. The certificate shall include the following: 29 30 Name of the mill performing the grading 31 The grading rules being used 32 Name of the person doing the grading with current certification 33 Signature of a responsible mill official ' 34 Date the lumber was graded at the mill 35 Grade, dimensions, and quantity of the timber or lumber 36 37 For Structures: 38 All material delivered to the project shall bear a grade stamp and have a grading 39 certificate. The grade stamp and grading certificate shall not constitute final acceptance 40 of the material. The Engineer may reject any or all of the timber or lumber that does not 41 comply with the specifications or has been damaged during shipping or upon delivery. 42 ,43 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and 44 Mailbox Posts: 45 Material delivered to the project shall either bear a grade stamp on each piece or have a 46 grading certificate. The grade stamp or grading certificate shall not constitute final 47 acceptance of the material. The Engineer may reject any or all of the timber or lumber 48 that does not comply with the specifications or has been damaged during shipping or 49 upon delivery. 50 TEST2 46 1 9-09.3(1) General Requirements 2 The last sentence in the first paragraph is revised to read: 3 4 Unless otherwise specified in the contract, all timber and lumber shall be treated in 5 accordance with Sections U1 and T1 of the latest edition of the AWPA standards. 6 7 SECTION 9-10, PILING 8 December 4, 2006 9 9-10.2(2) Reinforcement 10 This section is revised to read: 11 12 Reinforcement shall meet the requirements of Section 9-07. 13 14 SECTION 9-12, MASONRY UNITS 15 August 7, 2006 16 9-12.7 Precast Concrete Drywells 17 The third sentence is revised to read: 18 19 Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 20 square inches for round openings and 15 square inches for rectangular openings. 21 22 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK 23 WALLS 24 August 7, 2006 25 9-13.5(2) Poured Portland Cement Concrete Slope Protection 26 The first paragraph is revised to read: 27 28 Cement concrete for poured concrete slope protection shall be commercial concrete in 29 conformance with Section 6-02.3(2)B. 30 31 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING • 32 August 7, 2006 33 9-14.2 Seed Jib 34 This section is revised to read: 35 36 Grasses, legumes, or cover crop seed of the type specified shall conform to the 37 standards for "Certified" grade seed or better as outlined by the State of Washington 38 Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be 39 furnished in standard containers on which shall be shown the following information: 40 41 (1) Common and botanical names of seed, 42 (2) Lot number, 43 (3) Net weight, 44 (4) Pure live seed 1 45 46 All seed installers and vendors must have a business license issued by the Washington 47 State Department of Licensing with a "seed dealer" endorsement. Upon request, the ' TEST2 47 1 contractor shall furnish the Engineer with copies of the applicable licenses and 2 endorsements. 3 4 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a 5 statement signed by the vendor certifying that each lot of seed has been tested by a 6 recognized seed testing laboratory within six months before the date of delivery on the 7 project. Seed which has become wet, moldy, or otherwise damaged in transit or storage 8 will not be accepted. 9 10 9-14.4(1) Straw 11 This section is revised to read: 12 13 All straw material shall be in an air dried condition free of noxious weeds and other ' 14 materials detrimental to plant life. Straw mulch so provided shall be suitable for 15 spreading with mulch blower equipment. 16 17 9-14.4(3) Bark or Wood Chips 18 This section is supplemented with the following: 19 ,20 Sawdust shall not be used as mulch. 21 22 9-14.4(4) Sawdust ' 23 This section including title is revised to read: 24 25 9-14.4(4) Vacant , 26 27 9-14.4(8) Compost 28 This section is revised to read: ' 29 30 Compost products shall be the result of the biological degradation and transformation of 31 plant-derived materials under controlled conditions designed to promote aerobic 32 decomposition. Compost shall be stable with regard to oxygen consumption and carbon 33 dioxide generation. Compost shall be mature with regard to its suitability for serving as 34 a soil amendment or an erosion control BMP as defined below. The compost shall have 35 a moisture content that has no visible free water or dust produced when handling the 36 material. 37 38 Compost production and quality shall comply with Chapter 173-350 WAC. 39 40 Compost products shall meet the following physical criteria: 41 42 1. Compost material shall be tested in accordance with Testing Methods for the 43 Examination of Compost and Composting (TMECC) Test Method 02.02-13, 44 "Sample Sieving for Aggregate Size Classification". 45 46 Fine Compost shall meet the following: 47 48 Min. Max. 49 Percent passing 2" 100% 50 Percent passing 1" 99% 100% 51 Percent passing 1/2" 90% 100% TEST2 48 1 Percent passing %4" 75% 100% 2 Maximum particle length of 6 inches 3 4 Coarse Compost shall meet the following: 5 Min. Max. 6 Percent passing 3" 100% 7 Percent passing 1" 90% 100% 8 Percent passing 3/" 70% 100% 9 Percent passing '/4" 40% 60% 10 Maximum particle length of 6 inches 11 12 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 13 04.11-A, "1:5 Slurry pH". 14 15 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 16 less than 1.0 percent by weight as determined by TMECC 03.08-A. 17 18 4. Minimum organic matter shall be 40 percent dry weight basis as determined by 19 TMECC 05.07A, "Loss-On-Ignition Organic Matter Method". 20 21 5. Soluble salt contents shall be less than 4.Ommhos/cm tested in accordance 22 with TMECC 04.10-A, 1:5 Slurry Method, Mass Basis". 23 24 6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A, 25 "Germination and Root Vigor". 26 27 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon 28 Dioxide Evolution Rate" 29 30 8. The compost product must originate a minimum of 65 percent by volume from 31 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A 32 maximum of 35 percent by volume of other approved organic waste and/or 33 biosolids may be substituted for recycled plant waste. The supplier shall 34 provide written verification of feedstock sources 35 36 9. The Engineer may also evaluate compost for maturity using the Solvita 37 Compost Maturity Test. Fine Compost shall score a number 6 or above on the 38 Solvita Compost Maturity Test. Coarse Compost shall score a 5 or above on ,,. 39 the Solvita Compost Maturity Test. 40 41 The compost supplier will test all compost products within 90 calendar days prior to 42 application. Samples will be taken using the Seal of Testing Assurance (STA) sample 43 collection protocol. (The sample collection protocol can be obtained from the U.S. 44 Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741 45 46 Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an 47 independent STA Program approved lab. The compost supplier will pay for the test. A 48 copy of the approved independent STA Program laboratory test report shall be 49 submitted to the Contracting Agency prior to initial application of the compost. Seven 50 days prior to application, the Contractor shall submit a sample of each type compost to 51 be used on the project to the Engineer. 52 TEST2 49 1 Compost not conforming to the above requirements or taken from a source other than 2 those tested and accepted shall be immediately removed from the project and replaced 3 at no cost to the Contracting Agency. 4 5 The Contractor shall either select a compost supplier from the Qualified Products List, or 6 submit the following information to the Engineer for approval: 7 8 1. A Request for Approval of Material Source. 9 '10 2. A copy of the Solid Waste Handling Permit issued to the supplier by the 11 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 12 Standards for Solid Waste Handling). 13 14 3. The supplier shall verify in writing, and provide lab analyses that the material 15 complies with the processes, testing, and standards specified in WAC 173-350 16 and these specifications. An independent STA Program certified laboratory 17 shall perform the analysis. 18 19 4. A list of the feedstock by percentage present in the final compost product. , 20 21 5. A copy of the producer's Seal of Testing Assurance certification as issued by 22 the U.S. Composting Council. ' 23 24 Acceptance will be based upon a satisfactory Test Report from an independent STA 25 program certified laboratory and the sample(s) submitted to the Engineer. , 26 27 9-14.5(5) Wattles 28 This section is revised to read: 29 '30 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, 31 compost, or wood shavings encased within biodegradable or photodegradable netting. 32 Wattles shall be at least 5 inches in diameter, unless otherwise specified. Encasing 33 material shall be clean, evenly woven, and free of encrusted concrete or other 34 contaminating materials such as preservatives. Encasing material shall be free from 35 cuts, tears, or weak places and shall have a lifespan greater than 6 months. 36 37 Compost filler shall meet the material requirements as specified in Section 9-14.4(8), 38 and shall be Coarse Compost. 39 40 9-14.5(6) Compost Sock 41 This section is revised to read: 42 43 Biodegradable fabric for compost sock and compost wattle shall be clean, evenly 44 woven, and free of encrusted concrete or other contaminating materials and shall be , 45 free from cuts, tears, broken or missing yarns and thin, open, or weak places. Fabric for 46 compost sock shall consist of extra heavy weight biodegradable fiber which has not 47 been treated with any type of preservative. Compost for compost socks shall meet the 48 material requirements as specified in Section 9-14.4(8), and shall be Coarse Compost , 49 50 Wood stakes for compost sock and wattles shall be made from Douglas-fir, hemlock, or 51 pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in ' 52 length, unless otherwise indicated in the Plans. TEST2 50 ' 1 2 Section 9-14.5 is supplemented with the following new section. 3 4 9-14.5(7) Coir Log 5 Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted 6 within an outer netting. Log segments shall have a maximum length of 20 feet, with a 7 minimum diameter as shown in the Plans. Logs shall have a density of 7 Ibs/cf or greater. 8 9 Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine 10 with minimum strength of 80 Ibs tensile strength. The netting shall have nominal 2 inch by 2 11 inch openings. 12 13 Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a 14 notch to secure the rope ties. Rope ties shall be one-quarter inch diameter commercially 15 available hemp rope. 16 17 9-14.6(1) Description 18 This section is revised to read: 19 20 Bareroot plants are grown in the ground and harvested without soil or growing medium 21 around their roots. 22 23 Container plants are grown in pots or flats that prevent root growth beyond the sides 24 and bottom of the container. 25 26 Balled and burlapped plants are grown in the ground and harvested with soil around a 27 core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire 28 basket or other supportive structure. 29 30 Cuttings are live plant material without a previously developed root system. Source 31 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with 32 a sharp instrument. Written permission shall be obtained from property owners and 33 provided to the Engineer before cuttings are collected. The Contractor shall collect 34 cuttings in accordance with applicable sensitive area ordinances. For cuttings, the 35 requirement to be nursery grown or held in nursery conditions does not apply. Cuttings 36 include the following forms: 37 38 A. Live branch cuttings shall have flexible top growth with terminal buds and may 39 have side branches. The rooting end shall be cut at an approximate 45 degree 40 angle. 41 42 B. Live stake cuttings shall have a straight top cut immediately above a bud. The 43 lower, rooting end shall be cut at an approximate 45degree angle. Live stakes 44 are cut from one to two year old wood. Live stake cuttings shall be cut and 45 installed with the bark intact with no branches or stems attached, and be %2 to 46 1 '/2 inch in diameter. 47 48 C. Live pole cuttings shall have a minimum 2inch diameter and no more than 49 three branches which shall be pruned back to the first bud from the main stem. 50 TEST2 51 1 D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the 2 nodes and becoming erect at the apex. Rhizomes shall have a minimum of two 3 growth points. 4 5 E. Tubers shall be a thickened and short subterranean branch having numerous 6 buds or eyes. , 7 8 9-14.6(2) Quality 9 This section is revised to read: , 10 11 All plant material furnished shall meet the grades established by the latest edition of the 12 American Standard for Nursery Stock, (ASNS)ANSI 260.1 shall conform to the size and ' 13 acceptable conditions as listed in the contract, and shall be free of all foreign plant 14 material. 15 16 All plant material shall comply with State and Federal laws with respect to inspection for , 17 plant diseases and insect infestation. 18 19 All plant material shall be purchased from a nursery licensed to sell plants in , 20 Washington State. 21 22 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall 23 be vigorous, well formed, with well developed fibrous root systems, free from dead 24 branches, and from damage caused by an absence or an excess of heat or moisture, 25 insects, disease, mechanical or other causes detrimental to good plant development. 26 Evergreen plants shall be well foliated and of good color. Deciduous trees that have 27 solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees 28 shall have only one leader (growing apex) and one terminal bud, and shall not be 29 sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y- 30 crotches shall be rejected. 31 32 Root balls of plant materials shall be solidly held together by a fibrous root system and 33 shall be composed only of the soil in which the plant has been actually growing. Balled 34 and burlapped rootballs shall be securely wrapped with jute burlap or other packing 35 material not injurious to the plant life. Root balls shall be free of weed or foreign plant 36 growth. 37 38 Plant materials shall be nursery grown stock. Plant material, with the exception of 39 cuttings, gathered from native stands shall be held under nursery conditions for a 40 minimum of one full growing season, shall be free of all foreign plant material, and meet 41 all of the requirements of these Specifications, the Plans, and the Special Provisions. 42 43 Container grown plants must be plants transplanted into a container and grown in that 44 container sufficiently long for new fibrous roots to have developed so that the root mass 45 will retain its shape and hold together when removed from the container, without having 46 roots that circle the pot. Plant material which is root bound, as determined by the 47 Engineer, shall be rejected. Container plants shall be free of weed or foreign plant 48 growth. 49 50 Container sizes for plant material of a larger grade than provided for in the container 51 grown specifications of the ASNS shall be determined by the volume of the root ball 52 specified in the ASNS for the same size plant material. TEST2 52 1 2 All bare root plant materials shall have a heavy fibrous root system and must be 3 dormant at the time of planting. 4 5 Average height to spread proportions and branching shall be in accordance with the 6 applicable sections, illustrations, and accompanying notes of the ASNS. 7 8 Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, 9 full and symmetrical branching, central leader, and be developed, grown, and 10 propagated with a full branching crown. A "Street Tree Grade" designation requires the 11 highest grade of nursery shade or ornamental tree production which shall be supplied. 12 13 Trees with improperly pruned, broken, or damaged branches, trunk, or root structure 14 shall be rejected. In all cases, whether supplied balled and burlapped or in a container, 15 the root crown (top of root structure) of the tree shall be at the top of the finish soil level. 16 Trees supplied and delivered in a nursery fabric bag will not be accepted. 17 18 Plants, which have been determined by the Engineer to have suffered damage as the 19 result of girdling of the roots, stem, or a major branch; have deformities of the stem or 20 major branches; have a lack of symmetry; have dead or defoliated tops or branches; or 21 have any defect, injury, or condition which renders the plant unsuitable for its intended 22 use, shall be rejected. 23 24 Plants that are grafted shall have roots of the same genus as the specified plant. 25 26 9-14.6(3) Handling and Shipping 27 The last sentence in the sixth paragraph is deleted. 28 29 9-14.6(6) Substitution of Plants 30 The second paragraph is revised to read: r 31 32 Container or balled and burlapped plant material may be substituted for bare root plant 33 material. Container grown plant material may be substituted for balled and burlapped 34 plant materials. When substitution is allowed, use current ASNS standards to determine 35 the correct rootball volume (container or balled and burlapped) of the substituted 36 material that corresponds to that of the specified material. These substitutions shall be 37 approved by the Engineer and be at no cost to the Contracting Agency. 38 39 9-14.6(7) Temporary Storage 40 The third paragraph is revised to read: 41 42 Cuttings shall continually be shaded and protected from wind. Cuttings must be 43 protected from drying at all times and shall be heeled into moist soil or other insulating 44 material or placed in water if not installed within 8 hours of cutting.Cuttings to be stored 45 for later installation shall be bundled, laid horizontally, and completely buried under 46 6 inches of water, moist soil or placed in cold storage at a temperature of 34 F and 90% 47 humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in 48 water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 49 50°F shall not be stored for later use. Cuttings that already have developed roots shall 50 not be used. 51 52 The fourth paragraph is deleted. TEST2 53 1 1 2 SECTION 9-15, IRRIGATION SYSTEM 3 August 7, 2006 4 9-15.1 Pipe, Tubing, and Fittings 5 The second paragraph is revised to read: 6 7 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 8 ASTM B 88, and shall be a minimum of Type L rating. 9 10 SECTION 9-16, FENCE AND GUARDRAIL 11 April 3, 2006 , 12 9-16.1(1)A Post Material for Chain Link Fence 13 The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM 14 F1043". 15 16 Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is 17 revised to "ASTM F1043". 18 19 SECTION 9-22, MONUMENT CASES 20 August 7, 2006 21 9-22.1 Monument Cases, Covers, and Risers 22 The AASHTO requirement is revised to read "AASHTO M 306". 23 24 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 25 August 7, 2006 26 9-28.14(1) Timber Sign Posts 27 The last sentence is revised to read: 28 29 Preservative and retention shall be as shown in Section 9-16.2 for sawn posts. 30 31 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 32 December 4, 2006 33 9-29.2 Junction Boxes 34 Section 9-29.2 including title is revised to read: 35 36 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 37 9-29.2(1) Standard Junction Box 38 This section including title is revised to read: 39 40 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes 41 For the purposes of this specification concrete is defined as Portland Cement 42 Concrete and non-concrete is all others. 43 44 Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty 45 Junction Boxes are defined as Type 4, 5, and 6. 46 r► TEST2 54 , 1 The contractor shall provide shop drawings if their manufacturing process or 2 standard production model includes any deviation from the Standard Plan. For 3 each type of junction box, or whenever there is a design change to the junction box, 4 a proof test, as defined in this specification, shall be performed once in the 5 presence of the Engineer. 6 7 This section is supplemented with the following new subsections: 8 9 9-29.2(1)A Standard Duty Junction Boxes 10 All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds 11 and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction 12 Box includes the spread footing shown in the Standard Plans. 13 14 Concrete Junction Boxes 15 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be 16 painted with a black paint containing rust inhibiters or painted with a shop applied, 17 inorganic zinc primer in accordance with Section 6-07.3, or hot dip galvanized in 18 accordance with ASTM A 111. 19 20 Concrete used in Standard Duty Junction Boxes shall have a minimum 21 compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000 22 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall 23 be anchored to the box by welding the wire fabric to the frame or by welding 24 headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame. 25 The wire fabric shall be attached to the studs and frame with standard tie practices. 26 The box shall contain ten studs located near the centerline of the frame and box 27 wall. The studs shall be placed one anchor in each corner, one at the middle of 28 each width and two equally spaced on each length of the box. 29 30 Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the 31 following: 32 33 Concrete Section 6-02 34 Reinforcing Steel Section 9-07 35 Fiber Reinforcing ASTM C 1116, Type III 36 Lid ASTM A786 diamond plate steel 37 Frame ASTM A786 diamond plate steel or 38 ASTM A36 flat steel 39 Lid Support & Handle ASTM A36 steel 40 Anchors (studs) Section 9-06.15 41 42 Non-concrete Junction Boxes 43 Material for the non-concrete junction boxes shall be of a quality that will provide for 44 a similar life expectancy as Portland Cement Concrete in a direct burial application. 45 46 Type 1, 2, 7, and 8 non-concrete junction boxes shall have a Design Load of 47 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non-concrete 48 junction boxes shall be gray in color and have an open bottom design with 49 approximately the same inside dimensions, and present a load to the bearing 50 surface that is less than or equal to the loading presented by the concrete junction 51 boxes shown in the Standard Plans. Non-concrete junction box lids shall include a 52 pull slot and shall be secured with two '/2 inch stainless steel hex-head bolts factory TEST2 55 1 coated with anti-seize compound and recessed into the cover. The tapped holes 2 for the securing bolts shall extend completely through the box to prevent 3 accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. 4 5 9-29.2(1)B Heavy Duty Junction Boxes 6 Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating 7 of 46,000 pounds without permanent deformation and 60,000 pounds without failure 8 when tested in accordance with 9-29.2(1)C . 9 10 The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a 11 shop applied, inorganic zinc primer in accordance with Section 6-07.3 12 13 The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive 14 strength of 4000 PSI. 15 16 Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: 17 18 Concrete Section 6-02 19 Reinforcing Steel Section 9-07 20 Lid ASTM A786 diamond plate steel, rolled 21 from plate complying with ASTM A572, 22 grade 50 or ASTM A588 with min. CVN 23 toughness of 20 ft-lb at 40 degrees F 24 Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with 25 min. CVN toughness of 20 ft-lb at 40 degrees F 26 Handle ASTM A36 steel 27 Anchors (studs) Section 9-06.15 28 Bolts, Nuts, Washers ASTM F 593 or 193, type 304 or 316 29 30 The lid stiffener plates shall bear on the frame, and be milled so that there is full even 31 contact, around the perimeter, between the bearing seat and lid stiffener plates, after 32 fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free 33 from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts 34 shall be liberally coated with anti-seize compound. Bolts shall be installed snug tight. 35 The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of 36 the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a 37 feeler gage. The bearing area percentage will be measured for each side of the lid as it 38 bears on the frame. 39 40 9-29.2(1)C Testing Requirements 41 Junction boxes shall be tested by an independent materials testing facility, and a test 42 report issued documenting the results of the tests performed. 43 44 For concrete junction boxes the independent testing lab shall meet the requirements of , 45 AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be 46 conducted in the presence of and signed off by the Engineer or a designated 47 representative. The Contractor shall give the Engineer 30 days notice prior to testing. 48 One copy of the test report shall be furnished to the Contracting Agency certifying that 49 the box and cover meet or exceed the loading requirements for a concrete junction box, 50 and shall include the following information: 51 52 1. Product identification. TEST2 56 1 2. Date of testing. 2 3. Description of testing apparatus and procedure. 3 4. All load deflection and failure data. 4 5. Weight of box and cover tested. 5 6. Upon completion of the required test(s) the box shall be loaded to failure. 6 7. A brief description of type and location of failure. 7 8 For non-concrete junction boxes the testing facility shall be a Nationally Recognized 9 Testing Laboratory (witnessing is not required). One copy of the test report shall be 10 furnished to the Contracting Agency certifying that the box and cover meet or exceed 11 the loading requirements for a non-concrete junction box, and shall include the following 12 information: 13 14 1. Product identification. 15 2. Date of testing. 16 3. Description of testing apparatus and procedure. 17 4. All load deflection data. 18 5. Weight of box and cover tested. 19 20 Testing for Standard Duty Concrete Junction Boxes 21 Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds. 22 The test load shall be applied uniformly through a 10-inch x 10inch x 1 inch steel 23 plate centered on the lid. The test load shall be applied and released ten times, 24 and the deflection at the test load and released state shall be recorded for each 25 interval. At each interval the junction box shall be inspected for lid deformation, 26 failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame, 27 cracks, and concrete spalling. 28 29 Concrete junction boxes will be considered to have withstood the test if none of the 30 following conditions are exhibited: 31 32 1. Permanent deformation of the lid or any impairment to the function of the 33 lid. 34 2. Vertical or horizontal displacement of the lid frame. 35 3. Cracks wider than 0.012 inches that extend 12 inches or more. 36 4. Fracture or cracks passing through the entire thickness of the concrete. 37 5. Spalling of the concrete. 38 39 Testing for the Standard Duty non-concrete Junction Boxes 40 Non-concrete Junction Boxes shall be tested to a minimum of 22,500 Ibs as defined 41 in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall 42 provide a Manufacture Certificate of Compliance for each non-concrete junction 43 box installed. 44 1k 45 Testing for Heavy Duty Junction Boxes 46 Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load 47 shall be applied vertically through a 10-inch x 20-inch x 1-inch steel plate centered 48 on the lid with an orientation both on the long axis and the short axis of the junction 49 box. The test load shall be applied and released ten times on each axis. The 50 deflection at the test load and released state shall be recorded for each interval. At 1 51 each interval the test box shall be inspected for lid deformation, failure of the lid or 52 frame welds, vertical and horizontal displacement of the lid frame, cracks, and TEST2 57 1 concrete spalling. After the twentieth loading interval the test shall be terminated 2 with a 60,000 pound load being applied vertically through the steel plate centered 3 on the lid and with the long edge of steel plate orientated parallel to the long axis of 4 the box. 5 6 Heavy Duty Junction Boxes will be considered to have withstood the 46,000 7 pounds test if none of the following conditions are exhibited: 8 9 1. Permanent deformation of the lid or any impairment to the function of the 10 lid. 11 2. Vertical or horizontal displacement of the lid frame. 12 3. Cracks wider than 0.012-inches that extend 12-inches or more. 13 4. Fracture or cracks passing through the entire thickness of the concrete. 14 5. Spalling of the concrete. 15 16 Heavy Duty Junction Boxes will be considered to have withstood the 60,000 17 pounds test if all of the following conditions are exhibited: 18 19 1. The lid is operational. 20 2. The lid is securely fastened. 21 3. The welds have not failed. 22 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 23 5. No buckling or collapse of the box. 24 25 9-29.2 (2) Vacant 26 This section including title is revised to read: 27 28 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes 29 Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a 30 concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable 31 Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as 32 shown in the Standard Plans. 33 34 The Contractor shall provide shop drawings if their manufacturing process or standard 35 production model includes any deviation from the Standard Plan. For each type of box ' 36 or whenever there is a design change to the Cable Vault or Pull box, a proof test, as 37 defined in this specification, shall be performed once in the presence of the Engineer. 38 '39 This section is supplemented with the following new sections: 40 41 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 42 Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load 43 rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete 44 Standard Duty Junction Boxes. , 45 46 Concrete for standard duty cable vaults and pull boxes shall have a minimum 47 compressive strength of 4000 psi. The frame shall be anchored to the vault/box by 48 welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, 49 as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the 50 studs and frame with standard tie practices. The vault/box shall contain ten studs 51 located near the centerline of the frame and wall. Studs shall be placed one anchor in 52 each corner, one at the middle of each width and two equally spaced on each length of TEST2 58 ' 1 the vault/box. The steel frame, lid support, and lid shall be painted with a black paint 2 containing rust inhibiters or painted with a shop applied, inorganic zinc primer in 3 accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. 4 5 Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: 6 7 Concrete Section 6-02 8 Reinforcing Steel Section 9-07 9 Lid ASTM A786 diamond plate steel 10 Frame ASTM A786 diamond plate steel or 11 ASTM A36 flat steel 12 Lid Support & Handle ASTM A36 steel 13 Anchors (studs) Section 9-06.15 14 Bolts, Nuts, Washers ASTM F593 or A 193, type 304 or 316 15 16 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes 17 Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a 18 minimum compressive strength of 4000 psi, and have a minimum vertical load rating of 19 46,000 pounds without permanent deformation and 60,000 pounds without failure when 20 tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes. 21 22 Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: 23 24 Concrete Section 6-02 25 Reinforcing Steel Section 9-07 26 Cover Section 9-05.15(1) 27 Ring Section 9-05.15(1) ■ 28 Anchors (studs) Section 9-06.15 29 Bolts, Nuts, Washers ASTM F593 orA193, type 304 or 316 30 r 31 9-29.2(4) Cover Markings 32 The first sentence of the first paragraph is revised to read: 33 34 Junction boxes, cable vaults, and pull boxes with metallic lids shall be 35 marked with the appropriate legend in accordance with the bead weld details ` 36 in the Standard Plans. Non-metallic lids shall be embossed with the 37 appropriate legend and a non-skid surface. Legends for metallic lids and 38 non-metallic lids shall be 1-inch nominal height. 39 40 The first sentence of the second paragraph is revised to read: 41 42 Junction boxes, cable vaults and pull boxes shall be marked or embossed 43 for use in accordance with the plans and following schedule: 44 45 9-29.6(2) Slip Base Hardware ' 46 The last sentence in the first paragraph is revised to read: 47 48 Plate washers shall conform to ASTM A 36, and also shall conform to the flatness 49 tolerances specified in AASHTO M 293 for circular washers. 50 TEST2 59 1 9-29.6(5) Foundation Hardware j 2 The second and third paragraphs are revised to read: 3 4 Anchor bolts, and associated nuts and washers, for Type CCTV, II, III, IV, and V signal 5 standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods 6 conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A 7 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for 8 embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or 9 greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is 10 less than five times the nominal bolt diameter). 11 12 All foundation hardware shall be 100% hot-dipped galvanized in accordance with 13 AASHTO M 111 and AASHTO M 232. 14 15 SECTION 9-30, WATER DISTRIBUTION MATERIALS 16 August 7, 2006 17 9-30.6(3)A Copper Tubing 18 This section is revised to read: 19 20 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 21 ASTM B 88, Type K rating. 22 23 SECTION 9-33, CONSTRUCTION GEOTEXTILE 24 August 7, 2006 25 Section 9-33 including title is revised in its entirety to read: 26 27 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 28 29 9-33.1 Geosynthetic Material Requirements 30 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and 31 prefabricated drainage mats. 32 33 Geotextiles, including geotextiles attached to prefabricated drainage core to form a 34 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns 35 formed into a stable network such that the fibers or yarns retain their position relative to 36 each other during handling, placement, and design service life. At least 95 percent by 37 weight of the material shall be polyolefins or polyesters. The material shall be free from 38 defects or tears. The geotextile shall also be free of any treatment or coating which 39 might adversely alter its hydraulic or physical properties after installation. ' 40 41 Geogrids shall consist of a regular network of integrally connected polymer tensile 42 elements with an aperture geometry sufficient to permit mechanical interlock with the , 43 surrounding backfill. The long chain polymers in the geogrid tensile elements, not 44 including coatings, shall consist of at least 95 percent by mass of the material of 45 polyolefins or polyesters. The material shall be free of defects, cuts, and tears. 46 47 Prefabricated drainage core shall consist of a three dimensional polymeric material with 48 a structure that permits flow along the core laterally, and which provides support to the 49 geotextiles attached to it. TEST2 60 1 2 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in 3 Section 9-33.2, and additional tables as required in the Standard Plans and Special 4 Provisions for each use specified in the Plans. Specifically, the geosynthetic uses 5 included in this section and their associated tables of properties are as follows: 6 Geotextile Geosynthetic Application Applicable Property Tables Underground Drainage, Low and Moderate Survivability, Tables 1 and 2 Classes A. B. and C Separation Table 3 Soil Stabilization Table 3 Permanent Erosion Control, Moderate and High Survivability, Tables 4 and 5 Classes A. B. and C Ditch Lining Table 4 Temporary Silt Fence Table 6 Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans Temporary Geosynthetic Retaining Wall Tables 7 and 10 Prefabricated Drainage Mat Table 8 Table 10 will be included in the Special Provisions. 7 8 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the 9 properties specified in the Standard Plans for permanent walls, and Table 10 for 10 temporary walls. 11 12 For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material 13 placed at the wall face to retain the backfill material as shown in the Plans shall conform 14 to the properties for Construction Geotextile for Underground Drainage, Moderate 15 Survivability, Class A. 16 17 Thread used for sewing geotextiles shall consist of high strength polypropylene, 18 polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew 19 permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of 20 temporary or permanent geosynthetic retaining walls, shall also be resistant to 21 ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile 22 itself. 23 24 9-33.2 Geosynthetic Properties 25 9-33.2(1) Geotextile Properties 26 Table 1: Geotextile for underground drainage strength properties for survivability. 27 ASTM Geotextile Property Requirements Test Low Moderate Method Survivability Survivability Geotextile Property Woven Nonwoven Woven Nonwoven TEST2 61 Grab Tensile D 4632 180 lb 115 lb min. 250 lb 160 lb min. Strength, in min. min. machine and x-machine direction Grab Failure D 4632 < 50% > 50% < 50% > 50% Strain, in machine and x-machine direction Seam D 4632 160 lb 100 lb min. 220 lb 140 lb min. Breaking min. min. Strength Puncture D 6241 370 lb 220 lb min. 495 lb 310 lb min. Resistance min. min. Tear D 4533 67 lb min. 40 lb min. 80 lb 50 lb min. , Strength, in min. machine and x-machine direction r Ultraviolet D 4355 50% strength retained min., (UV) after 500 hours in a xenon arc device Radiation Stability 1 2 Table 2: Geotextile for underground drainage filtration properties. 3 Geotextile Property ASTM Geotextile Property Requirements Test Class A Class B Class C Method AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 80 max. max. max. , Water Permittivity D 4491 0.5 sec min. 0.4 sec I min. 0.3 sec" min. 4 5 Table 3: Geotextile for separation or soil stabilization. 6 Geotextile ASTM Geotextile Pro ert y Requirements' Property Test Separation Soil Stabilization Method2 Woven I Nonwoven Woven I Nonwoven AOS D 4751 U.S. No. 30 max. U.S. No. 40 max. Water D 4491 0.02 sec min. 0.10 sec min. Permittivity Grab Tensile D 4632 250 lb min. 160 lb min. 315 lb min. 200 lb min. Strength, in machine and x-machine direction Grab Failure D 4632 < 50% >50% < 50% > 50% Strain, in machine and x-machine direction Seam Breaking D 4632 220 lb min. 140 lb min. 270 lb min. 180 lb min. TEST2 62 r +� Strength Puncture D 6241 495 lb min. 310 lb min. 620 lb min. 430 lb min. Resistance Tear Strength, D 4533 80 lb min. 50 lb min. 112 lb min. 79 lb min. in machine and x-machine direction Ultraviolet (UV) D 4355 50% strength retained min., Radiation after 500 hours in xenon arc device Stability 1 2 Table 4: Geotextile for permanent erosion control and ditch lining. 3 Geotextile ASTM Geotextile Property Re uirements Property Test Permanent Erosion Control Ditch Linin MethodZ Moderate High Survivability Survivability Woven Non- Woven Non- Woven Non- woven I woven woven AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max. Water D 4491 See Table 5 See Table 5 0.02 sec min. Permittivity Grab D 4632 250 lb 160 lb 315 lb 200 lb 250 lb 160 lb Tensile min. min. min. min. min. min. Strength, in machine and x-machine direction Grab D 4632 15% - > 50% 15% - > 50% < 50% > 50% Failure 50% 50% Strain, in machine and x-machine direction Seam D 4632 220 lb 140 lb 270 lb 180 lb 220 lb 140 lb Breaking min. min. min. min. min. min. —Strength Puncture D 6241 495 lb 310 lb 620 lb 430 lb 495 lb 310 lb Resistance min. min. min. min. min. min. Tear D 4533 80 lb 50 lb 112 lb 79 lb 80 lb 50 lb Strength, min. mina min. min. min. min. in machine and x-machine direction Ultraviolet D 4355 70% strength retained min., (UV) after 500 hours in xenon arc device Radiation Stability 4 5 Table 5: Filtration properties for geotextile for permanent erosion control. TEST2 63 1 ASTM Geotextile Property Requirements' Geotextile Test Property MethodZ Class A Class B Class C r AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 70 max. max. max. Water D 4491 0.7 sec' min. 0.4 sec' min. 0.2 sec' min. �Il Permittivity 2 3 Table 6: Geotextile for temporary silt fence. 4 Geotextile Property ASTM Geotextile Pro ert y Requirements' Test Unsupported Supported Between r MethodZ Between Posts Posts with Wire or Polymeric Mesh AOS D 4751 U.S. No. 30 max. for slit wovens, U.S. No. 50 for all other geotextile types, U.S. No. 100 min. Water Permittivity D 4491 0.02 sec' min. Grab Tensile D 4632 180 lb min. in 100 lb min. Strength, machine direction, so in machine and 100 lb min. x-machine direction in x-machine direction • Grab Failure Strain, D 4632 30% max. at 180 lb in machine and or more x-machine direction ert Ultraviolet (UV) D 4355 70% strength retained min., Radiation Stability after 500 hours in xenon arc device 5 ., 6 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes 7 Table 7: Minimum properties required for geotextile reinforcement used in 8 geosynthetic reinforced slopes and retaining walls. 9 Geotextile Property ASTM Geotextile Property Requirements' Test Woven Nonwoven MethodZ AOS D 4751 U.S. No. 20 max. Water Permittivity D 4491 0.02 sec' min. Grab Tensile D 4632 200 lb min. 120 lb min. Strength, w in machine and x-machine direction Grab Failure Strain, D 4632 < 50% ?50% in machine and x-machine direction Seam Breaking D 463234 160 lb min. 100 lb min. Strength Puncture Resistance D 6241 370 lb min. 220 lb min. Tear Strength, D 4533 63 lb min. 50 lb min. in machine and TEST2 64 x-machine direction Ultraviolet (UV) D 4355 70% (for polypropylene and polyethylene) Radiation Stability and 50% (for polyester) Strength Retained min., after 500 hours in a xenon arc device yr 2 9-33.2(3) Prefabricated Drainage Mat 3 Prefabricated drainage mat shall have a single or double dimpled polymeric core 4 with a geotextile attached and shall meet the following requirements: 5 6 Table 8: Minimum properties required for prefabricated drainage mats. 7 Geotextile Property ASTM Geotextile Property Requirements' Test Method AOS D 4751 U.S. No. 60 max. Water Permittivity D 4491 0.4 sec' min. Grab Tensile Strength, D 4632 Nonwoven— 100 lb min. in machine and x-machine direction Width D 5199 12 In. min. Thickness 0.4 In. min. Compressive Strength at D 1621 100 psi min. Yield In Plan Flow Rate D 4716 Gradient= 0.1, Pressure = 5.5 psi 5.0 gal./min./ft. Gradient= 1.0, Pressure = 14.5 psi 15.0 al/min./ft. 8 9 'All geotextile properties in Tables 1 through 8 are minimum average roll 10 values (i.e., the test results for any sampled roll in a lot shall meet or exceed 11 the values shown in the table). 12 13 2The test procedures used are essentially in conformance with the most 14 recently approved ASTM geotextile test procedures, except for geotextile 15 sampling and specimen conditioning, which are in accordance with WSDOT 16 Test Methods T 914, Practice for Sampling of Geotextiles for Testing, and T 17 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies 18 of these test methods are available at the State Materials Laboratory P.O. Box 19 47365, Olympia, WA 98504-7365. 20 21 3With seam located in the center of 8-inch long specimen oriented parallel to 22 grip faces. 23 24 4Applies only to seams perpendicular to the wall face. 25 26 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile 27 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the 28 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control 29 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). i TEST2 65 1 2 9-33.4 Geosynthetic Material Approval and Acceptance 3 9-33.4(1) Geosynthetic Material Approval 4 If the geosynthetic source material has not been previously evaluated, or is not 5 listed in the current WSDOT Qualified Products List (QPL), a sample of each 6 proposed geosynthetic shall be submitted to the State Materials Laboratory in 7 Tumwater for evaluation. Geosynthetic material approval will be based on 8 conformance to the applicable properties from the Tables in Section 9-33.2 or in the 9 Standard Plans or Special Provisions. After the sample and required information for 10 each geosynthetic type have arrived at the State Materials Laboratory in Tumwater, 11 a maximum of 14 calendar days will be required for this testing. Source approval �. 12 shall not be the basis of acceptance of specific lots of material delivered to the 13 Contractor unless the roll numbers of the lot sampled can be clearly identified as 14 the rolls tested and approved in the geosynthetic approval process. .. 15 16 For geogrid and geotextile products proposed for use in permanent geosynthetic 17 retaining walls or reinforced slopes that are not listed in the current QPL, the 18 Contractor shall submit test information and the calculations used in the 19 determination of Tai performed in accordance with WSDOT Standard Practice T 20 925, Standard Practice for Determination of Long-Term Strength for Geosynthetic 21 Reinforcement, to the State Materials Laboratory in Tumwater for evaluation. The 22 Contracting Agency will require up to 30 calendar days after receipt of the 23 information to complete the evaluation. 24 25 The Contractor shall submit to the Engineer the following information regarding 26 each geosynthetic material proposed for use: 27 28 Manufacturer's name and current address, 29 Full product name, 30 Geosynthetic structure, including fiber/yarn type, 31 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic 32 retaining walls), 33 Proposed geosynthetic use(s), and 34 Certified test results for minimum average roll values. 35 36 9-33.4(2) Vacant 37 38 9-33.4(3) Acceptance Samples 39 When the quantities of geosynthetic materials proposed for use in the following 40 geosynthetic applications are greater than the following amounts, acceptance shall 41 be by satisfactory test report: 42 Application Geosynthetic Quantity Underground Drainage 600 sg. yd. Temporary or Permanent Geosynthetic All quantities Retaining Walls 43 44 The samples for acceptance testing shall include the information about each 45 geosynthetic roll to be used as stated in 9-33.4(4). 46 47 Samples will be randomly taken by the Engineer at the job site to confirm that the 48 geosynthetic meets the property values specified. TEST2 66 1 2 Approval will be based on testing of samples from each lot. A"lot" shall be defined 3 for the purposes of this specification as all geosynthetic rolls within the 4 consignment (i.e., all rolls sent the project site) that were produced by the same 5 manufacturer during a continuous period of production at the same manufacturing 6 plant and have the same product name. After the samples have arrived at the 7 State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be 8 required for this testing. 9 10 If the results of the testing show that a geosynthetic lot, as defined, does not meet 11 the properties required for the specified use as indicated in Tables 1 through 8 in 12 Section 9-33.2, and additional tables as specified in the Special Provisions, the roll 13 or rolls which were sampled will be rejected. Geogrids and geotextiles for 14 temporary geosynthetic retaining walls shall meet the requirements of Table 7, and 15 Table 10 in the Special Provisions. Geogrids and geotextiles for permanent 16 geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in W 17 the Special Provisions, and both geotextile and geogrid acceptance testing shall 18 meet the required ultimate tensile strength T,,,t as provided in the current QPL for 19 the selected product(s). If the selected product(s) are not listed in the current QPL, 20 the result of the testing for T,,,t shall be greater than or equal to TU,t as determined 21 from the product data submitted and approved by the State Materials Laboratory 22 during source material approval. 23 24 Two additional rolls for each roll tested which failed from the lot previously tested 25 will then be selected at random by the Engineer for sampling and retesting. If the 26 retesting shows that any of the additional rolls tested do not meet the required 27 properties, the entire lot will be rejected. If the test results from all the rolls retested 28 meet the required properties, the entire lot minus the roll(s) that failed will be 29 accepted. All geosynthetic that has defects, deterioration, or damage, as 30 determined by the Engineer, will also be rejected. All rejected geosynthetic shall be 31 replaced at no additional expense to the Contracting Agency. 32 33 9-33.4(4) Acceptance by Certificate of Compliance 34 When the quantities of geosynthetic proposed for use in each geosynthetic 35 application are less than or equal to the following amounts, acceptance shall be by 36 Manufacturer's Certificate of Compliance: 37 Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Soil Stabilization and Separation All quantities Permanent Erosion Control All quantities Temporary Silt Fence All quantities Prefabricated Drainage Mat All quantities 38 39 The Manufacturer's Certificate of Compliance shall include the following information 40 about each geosynthetic roll to be used: 41 42 Manufacturer's name and current address, 43 Full product name, 44 Geosynthetic structure, including fiber/yarn type, ' TEST2 67 1 Geosynthetic Polymer type (for all temporary and permanent geosynthetic 2 retaining walls only), 3 Geosynthetic roll number(s), 4 Geosynthetic lot number(s), 5 Proposed geosynthetic use(s), and 6 Certified test results. 7 8 9-33.4(5) Approval of Seams 9 If the geotextile seams are to be sewn in the field, the Contractor shall provide a 10 section of sewn seam that can be sampled by the Engineer before the geotextile is 11 installed. 12 13 The seam sewn for sampling shall be sewn using the same equipment and 14 procedures as will be used to sew the production seams. If production seams will 15 be sewn in both the machine and cross-machine directions, the Contractor must 16 provide sewn seams for sampling which are oriented in both the machine and 17 cross-machine directions. The seams sewn for sampling must be at least 2 yards 18 in length in each geotextile direction. If the seams are sewn in the factory, the 19 Engineer will obtain samples of the factory seam at random from any of the rolls to 20 be used. The seam assembly description shall be submitted by the Contractor to 21 the Engineer and will be included with the seam sample obtained for testing. This 22 description shall include the seam type, stitch type, sewing thread type(s), and 23 stitch density. 24 25 SECTION 9-34, PAVEMENT MARKING MATERIAL 26 April 3, 2006 27 9-34.2 Paint 28 This section is revised to read: 29 30 White and yellow paint shall comply with the specifications for high volatile organic 31 compound (VOC) solvent based paint, low VOC solvent based paint or low VOC 32 waterborne paint. Blue paint for "Access Parking Space Symbol with Background" shall 33 be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed 34 Standard 595, color 15090 and the tolerance of variation shall match that shown in the 35 FHWA"Highway Blue Color Tolerance Chart." 36 37 9-34.3 Plastic 38 This section is revised to read: 39 40 White and yellow plastic pavement marking materials shall comply with the 41 specifications for: 42 43 Type A— Liquid hot applied thermoplastic 44 Type B — Pre-formed fused thermoplastic 45 Type C — Cold applied pre-formed tape 46 Type D — Liquid cold applied methyl methacrylate 47 48 Blue plastic pavement marking material for "Access Parking Space Symbol with 49 Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color 50 shall match Fed Standard 595, color 15090 and the tolerance of variation shall match 51 that shown in the FHWA"Highway Blue Color Tolerance Chart." TEST2 68 1 2 9-34.4 Glass Beads 3 In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to AASHTO M 4 247, Type 1. 5 6 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 7 April 3, 2006 8 9-35.2 Construction Signs 9 The first paragraph is supplemented with the following: 10 11 Post mounted Class A construction signs shall conform to the requirements of this 12 section and additionally shall conform to the requirements stated in section 9-28. 13 14 The second paragraph is revised to read: 15 16 Aluminum sheeting shall be used to fabricate all construction signs. The signs shall 17 have a minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches. 18 19 The first sentence in the fourth paragraph is revised to read: 20 21 The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, 22 and any other previously approved sign materials except aluminum is prohibited. Any 23 sign which otherwise meets the requirements of this section and was purchased prior to ' 24 July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall 25 have been fabricated with Type VI reflective sheeting. 26 ' TEST2 69 h.. .. r SPECIAL PROVISIONS 1w .. ow up .. 1W of CERTIFICATION No The technical material and data contained in this document were prepared under the supervision and direction of the undersigned, whose seal, as a professional engineer licensed to practice as such, is affixed below. 1W in to s -i 13y y yY ` , tJ n � _ ' '.. .tom SP{ ✓ n Prepared by Ricki V. Hermes, P.E. op Checked by Milton K. Odo, P.E. 4 ,��� 715 Approved by David B. Roberts, P.E. 1r r. Mr. City of Renton 558-1779-029 Ripley Lane Storm System Improvement Project SWP-27-3375 March 2008 r City of Renton SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS...................................................................................... 1 1-01.1 General ........................................................................................................................ 1 1-01.3 Definitions.................................................................................................................... 1 ow 1-02 BID PROCEDURES AND CONDITIONS................................................................3 1-02.6 Preparation of Proposal............................................................................................3 1-02.6(1) Proprietary Information.......................................................................................3 1-02.12 Public Opening of Proposals.............................. .......3 .............................................. 1-03 AWARD AND EXECUTION OF CONTRACT.........................................................3 .w 1-03.1 Consideration of Bids................................................................................................3 1-03.2 Award of Contract.....................................................................................................3 .. 1-03.3 Execution of Contract ...............................................................................................4 1-04 SCOPE OF THE WORK............................................................................................. 4 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, M„ andAddenda............................................................................................................................ 4 1-04.3 Contractor-Discovered Discrepancies......................................................................4 1-04.4 Changes....................................................................................................................... 5 ow 1-04.4(1) Minor Changes...................................................................................................... 5 1-04.6 Variation in Estimated Quantities............................................................................ 5 1-04.8 Progress Estimates and Payments............................................................................ 5 1-04.11 Final Cleanup •.•• 5 ....................................................................................................... 1-05 CONTROL OF WORK................................................................................................ 6 MW 1-05.4 Conformity With and Deviations from Plans and Stakes......................................6 1-05.4(3) Contractor Supplied Surveying........................................................................... 7 r C:\PMX\OutlookjTemp\20aNEW-Special Provs-2006-DCO2.docI .r 1-05.4(4) Contractor Provided As-Built Information........................................................7 1-05.7 Removal of Defective and Unauthorized Work......................................................8 1-05.10 Guarantees ...............................................................................................................8 1-05.11 Final Inspection........................................................................................................ 9 1-05.11(1) Substantial Completion Date.............................................................................9 1-05.11(2) Final Inspection Date............................................................ 1-05.11(3) Operational Testing........................................................................................... 10 1-05.12 Final Acceptance.................................................................................................... 10 •• 1-05.14 Cooperation with Other Contractors .................................................................. 10 1-05.18 Contractor's Daily Diary...................................................................................... 10 1-06 CONTROL OF MATERIAL......................................................................................11 1-06.1 Approval of Materials Prior to Use.........................................................................11 1-06.2(1) Samples and Tests for Acceptance.....................................................................11 aw 1-06.2(2) Statistical Evaluation of Materials for Acceptance...........................................11 aw 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC................ 12 1-07.1 Laws to be Observed............................................................................................... 12 1-07.5 Environmental Regulations (Project SWP-27- ). ........... 12 ............................. 1-07.6 Permits and Licenses............................................................................................... 12 1-07.9(5) Required Documents .......................................................................................... 12 1-07.11(11) City of Renton Affidavit of Compliance........................................................ 13 1-07.12 Federal Agency Inspection.................................................................................... 13 1-07.13(1) General............................................................................................................... 13 UW 1-07.14 Responsibility for Damage (Project SWP-27-3375).......................................... 13 1-07.15 Temporary Water Pollution/Erosion Control..................................................... 13 ow 1-07.16(1) Private/Public Property.................................................................................... 14 aw CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCO2.docI I W 1-07.16(5) Payment............................................................................................................. 15 1-07.17 Utilities and Similar Facilities .............................................................................. 15 r 1-07.17(1) Interruption of Services.................................................................................... 16 1-07.18 Public Liability and Property Damage Insurance.............................................. 17 1-07.18(1) General............................................................................................................... 17 1-07.18(2) Coverages............................................................................ 17 '. ............................... 1-07.18(3) Limits ................................................................................................................. 19 1-07.18(4) Evidence of Insurance: ...................................................................................... 20 1-07.18(5) Relations with Railroad....................................................................................20 .. 1-07.22 Use of Explosives....................................................................................................22 1-07.23(1) Construction Under Traffic..............................................................................22 1-07.23(3) Construction Restrictions.................................................................................23 1-07.24 Rights-of-Way........................................................................................................23 ..r 1-08 PROSECUTION AND PROGRESS.........................................................................24 1-08.0 Preliminary Matters................................................................................................ 24 1-08.0(1) Preconstruction Conference...............................................................................24 1-08.1 Subcontracting ...........25 1-08.1(2) Hours of Work.....................................................................................................25 1-08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees ......26 1-08.2 Assignment...............................................................................................................26 1-08.3 Progress Schedule....................................................................................................26 1-08.4 Prosecution of the Work..........................................................................................27 1-08.5 Time For Completion ..............................................................................................27 �. 1-08.6 Suspension of Work.................................................................................................28 1-08.9 Liquidated Damages................................................................................................28 ow CAPMX\0utlookjTemp\20a NEW-Special Provs-2006-DCO2.doc I err .. ar 1-08.11 Contractor's Plant and Equipment...................................................................... 29 1-08.12 Attention to Work..................................................................................................29 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities.....................................................................................29 1-09.3 Scope of Payment.....................................................................................................30 .. 1-09.7 Mobilization .............................................................................................................31 1-09.9 Payments...................................................................................................................31 1-09.9(1) Retainage .............................................................................................................31 .. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts....32 1-09.9(3) Final Payment.......................................................................................................33 1-09.11(2) Claims.................................................................................................................34 .. 1-09.11(3) Time Limitations and Jurisdiction.................................................................. 34 1-09.13(3)B Procedures to Pursue Arbitration........................................................................... 34 " 1-09.14 Payment Schedule Project SWP-27-3375 1-09.14(1) Basic Bid ............................................................................................................35 1-10 TEMPORARY TRAFFIC CONTROL .................................................................... 49 1-10.1 General 49 ..................................................................................................................... 1-10.2(1)B Traffic Control Supervisor....................................................................................... 50 1-10.2(2) Traffic Control Plans.......................................................................................... 51 aw 1-10.3 Traffic Control Labor and Procedures and Devices............................................. 51 1-10.3(3) Traffic Control devices ....................................................................................... 51 O 1-10.4 Measurement............................................................................................................ 51 1-10.5 Payment.................................................................................................................... 51 1-11 RENTON SURVEYING STANDARDS ................................................................... 52 1-11.1(1) Responsibility for Surveys.................................................................................. 52 C:\PMX\Outlook1Temp\20aNEW-Special Provs-2006-DCO2.docI iv w. 1-11.1(2) Survey Datum and Precision.............................................................................. 52 1-11.1(3) Subdivision Information..................................................................................... 53 1-11.1(4) Field Notes............................................................................................................ 53 1-11.1(5) Corners and Monuments....................................................................................53 1-11.1(6) Control or Base Line Survey..............................................................................53 1-11.1(7) Precision Levels .............. 54 ow ..................................................................................... 1-11.1(8) Radial and Station -- Offset Topography.......................................................... 54 1-11.1(9) Radial Topography.............................................................................................. 54 1-11.1(10) Station--Offset Topography..............................................................................54 ,y 1-11.1(11) As-Built Survey..................................................................................................55 1-11.1(12) Monument Setting and Referencing................................................................55 1-11.2 Materials................................................................................................................... 56 .r 1-11.2(1) Property/Lot Corners ......................................................................................... 56 1-12 SOIL SAMPLING AND ANALYSIS 1-12.1 Description ............................................................................................................... 56 1-12.4 Measurement............................................................................................................ 56 1-12.5 Payment.................................................................................................................... 56 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP..................................... 57 r 2-01.1 Description ............................................................................................................... 57 2-01.2 Disposal of Usable Material and Debris................................................................ 57 •r 2-01.4 Measurement............................................................................................................57 2-01.5 Payment....................................................................................................................57 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS........................................ 57 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs..................................................57 2-02.3(4)A Saw Cutting(Project No. SWP )................................................................. 58 C:\PNLX\0utlookJTemp\20a NEW-Special Provs-2006-DCW2.doc 1 v ow Mw .. 2-02.4 Measurement............................................................................................................ 58 2-02.5 Payment.................................................................................................................... 58 am 2-03 ROADWAY EXCAVATION AND EMBANKMENT..............................................59 ww 2-03.3 Construction Requirements.................................................................................... 59 2-03.4 Measurement............................................................................................................59 r. 2-03.5 Payment............................................................................... 60 ..................................... 2-04 HAUL........................................................................................................................... 60 2-04.5 Payment.................................................................................................................... 60 2-06 SUBGRADE PREPARATION ......................................61 ............................................ 2-06.5 Measurement and Payment.................................................................................... 61 w 2-09 STRUCTURE EXCAVATION .................................................................................. 61 aw 2-09.1 Description ............................................................................................................... 61 2-09.3(1)D Disposal of Excavated Material.............................................................................. 61 Im 2-09.3(5) Contaminated Structure Excavation Class B Incl. Haul................................. 61 .. 2-09.4 Measurement............................................................................................................ 61 2-09.5 Payment.................................................................................................................... 62 5-04 HOT MIX ASPHALT........................................ 5-04.3(7)A Mix Design............................................................................................................... 63 war 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture................................................. 63 .. 5-04.5(1)A Price Adjustments for Quality of HMA.................................................................... 63 5-04.5(1)A Price Adjustments for Quality of HMA Compaction ............................................... 64 aw 5-06 TRENCH RESTORATION AND OVERLAY(moved from 8-20.3).....................65 6-02 CONCRETE STRUCTURES.................................................................................... 70 6-02.3 Construction Requirements.................................................................................... 70 6-02.3(1) Classification of Structural Concrete............. 70 ................................................... CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 vi Uw r 6-02.3(2) Proportioning Materials..................................................................................... 70 6-02.3(2)A Contractor Mix Design............................................................................................ 70 6-02.3(2)B Commercial Concrete.............................................................................................. 70 • 6-02.3(3) Admixtures........................................................................................................... 70 sw 6-02.3(4) Ready-Mix Concrete........................................................................................... 70 6-02.3(4)C Consistency ............................................................................................................. 70 6-02.3(17) Falsework and Formwork................................................................................ 71 6-02.3(17)0 Early Concrete Test Cylinder Breaks.................................................................. 71 Mw 6-02.3(24) Reinforcement................................................................................................... 71 6-02.5 Payment.................................................................................................................... 71 so 6-03 STEEL STRUCTURES.............................................................................................. 71 ow 6-03.1 Description............................................................................................................... 71 6-03.2 Materials................................................................................................................... 71 ow 6-03.3 Construction Requirements.................................................................................... 72 6-03.3(7) Shop Plans..................................................................... .......... 72 ............................. 6-03.5 Payment.................................................................................................................... 72 .. 6-05 PILING........................................................................................................................ 72 6-05.1 Description ............................................................................................................... 72 .r 6-05.3 Construction Requirements.................................................................................... 72 6-05.3(8) Pile Tips and Shoes ............................................................................................. 72 w► 6-05.3(9) Pile Driving Equipment...................................................................................... 72 • 6-05.3(9)B Pile Driving Equipment Minimum Requirements................................................... 72 6-05.3(10) Test Piles............................................................................................................. 72 "w 6-05.5 Payment.................................................................................................................... 72 6-07 PAINTING .... 73 w' .............................................................................................................. 7-04 STORM SEWERS...................................................................................................... 74 7-04.1 Description ............................................................................................................... 74 • C:TN1X\0utlookjTemp\20a NEW-Special Provs-2006-DCO2.doc I vii w 7-04.2 Materials................................................................................................................... 75 7-04.2(2) Temporary Stormwater Diversion..................................................................... 75 7-04.3 Construction Requirements.................................................................................... 75 r. 7-04.3(4) Abandon Existing 24-In. Diam. Storm Drain Pipe .......................................... 76 7-04.4 Measurement............................................................................................................ 76 7-04.5 Payment............................ .... 76 .................................................................................... 7-05 MANHOLES, INLETS, CATCH BASINS,AND DRYWELLS ............................ 77 7-05.3 Construction Requirements.................................................................................... 77 .. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade............................................. 77 7-05.3(2) Abandon Existing Manholes.............................................................................. 78 >. 7-05.3(3) Connections to Existing Manholes .................................................................... 78 7-05.3(5) Manhole Coatings............................................................................................... 79 7-05.3(6) Removal of Sanitary Sewer Manhole................................................................ 79 aw 7-05.4 Measurement............................................................................................................ 79 r, 7-05.5 Payment....................................................................................................................80 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS........................................80 ow7-08.3(1)A Trenches .................................................................................................................. 80 7-08.3(1)C Bedding the Pipe ..................................................................................................... 80 r. 7-08.3(2)A Survey Line and Grade............................................................................................ 81 o. 7-08.3(2)B Pipe Laying—General............................................................................................. 81 7-08.3(2)E Rubber Gasketed Joints........................................................................................... 81 7-08.3(2)H Sewer Line Connections ......................................................................................... 82 7-08.3(2)J Placing PVC Pipe..................................................................................................... 82 7-08.4 Measurement............................................................................................................82 o. 7-08.5 Payment..................................................................... ...........................................82 up C:\PMX\0utlook1Temp\20a NEW-Special Provs-2006-DCO2.doc1 viii VW w 7-09 WATER MAINS.......................................................................................................... 83 7-09.3(15)A Ductile Iron Pipe ................................................................................................... 83 7-09.3(15)B Polyvinyl Chloride (PVC)Pipe(4 inches and Over)............................................ 83 ow 7-09.3(17) Laying Ductile Iron Pipe with Polyethylene Encasement............................. 83 .rr 7-09.3(19)A Connections to Existing Mains.............................................................................. 83 7-09.3(21) Concrete Thrust Blocking................................................................................ 84 7-09.3(23) Hydrostatic Pressure Test................................................................................. 84 7-09.3(24)A Flushing and"Poly-Pigging" .•••.•••• 86 .r 7-09.3(24)D Dry Calcium Hypochlorite.................................................................................... 86 7-09.3(24)K Retention Period................................................................. ............. 86 ...................... 7-09.3(24)N Final Flushing and Testing.................................................................................... 86 ..r 7-09.3(25) Joint Restraint Systems.................................................................................... 86 7-09.4 Measurement............................................................................................................ 88 .� 7-09.5 Payment.................................................................................................................... 88 7-12 VALVES FOR WATER MAINS................................................................................ 88 7-12.3(1) Installation of Valve Marker Post...................................................................... 88 7-12.5 Payment.................................................................................................................... 89 7-14 HYDRANTS................................................................................................................ 89 7-14.3(7) Remove Existing Hydrant..................................................................................89 7-14.4 Measurement............................................................................................................ 89 7-14.5 Payment.................................................................................................................... 89 7-17 SANITARY SEWERS................................................................................................ 90 7-17.2 Materials................................................................................................................... 90 7-17.3(1) Protection of Existing Sewerage Facilities........................................................ 90 7-17.3(2)H Television Inspection............................................................................................... 90 ..r 7-17.3(2)I Temporary Sanitary Sewer Diversion....................................................................... 90 r 7-17.4 Measurement............................................................................................................91 C:\PMX\OutlookjTemp\20aNEW-Special Provs-2006-13Cv02.doc1 ix wr VW 7-17.5 Payment.................................................................................................................... 91 8-02 ROADSIDE RESTORATION................................................................................... 93 8-02.1 Description ............................................................................................................... 93 8-02.3(1) Responsibility During Construction..................................................................93 8-02.4 Measurement............................................................................................................ 93 "" 8-02.5 Payment.................................................................................................................... 94 8-05 DEWATERING........................................................................................................... 94 ow 8-05.1 General.................................................................................................................... 94 ow 8-05.1(1) Design...................................................................................................................94 8-05.1(2) Damages............................................................................................................... 95 8-05.1(3) Equipment........................................................................................................... 95 ,w 8-05.1(4) Maintaining Excavation in Dewatering Condition.......................................... 95 8-05.1(6) Discharge Piping and Electrical Service Corridors.........................................96 w 8-05.1(7) Discharge Location .............................................................................................96 8-05.1(8) Maintaining Groundwater Control in Excavation........................................... 96 8-05.1(9) Duration of Dewatering...................................................................................... 96 ow 8-05.1(10) System Removal ......• 97 ......................................................................................... 8-05.5 Payment.................................................................................................................... 97 aw 8-14 CEMENT CONCRETE SIDEWALKS.................................................................... 97 aw 8-14.1 Description ...............................................................................................................97 8-14.2 Materials................................................................................................................... 97 r.. 8-14.3(3) Placing and Finishing Concrete......................................................................... 97 1W 8-14.4 Measurement............................................................................................................ 97 8-14.5 Payment.................................................................................................................... 98 am wr C:\PMX\OutlookjTemp\20aNEW-Special Provs-2006-DCO2.doc1 X Vr. w 8-22 PAVEMENT MARKING...........................................................................................98 sw 8-22.1 Description............................................................................................................... 98 8-22.3(5) Installation Instructions ...... 99 'w ................................................................................ 8-23 TEMPORARY PAVEMENT MARKINGS.............................................................. 99 .. 8-23.5 Payment.................................................................................................................... 99 9-03 AGGREGATES ........................................................................................................ 100 9-03.3 Stream Gravel........................................................................................................ 100 9-03.8(2) HMA Test Requirements.................................................................................. 100 9-03.8(7) HMA Tolerances and Adjustments.................................................................. 100 : 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS........................... 101 9-05.16 Grate Inlets and Drop Inlets............................................................................... 101 9-05.21 High Density Polyethylene Pipe (HDPE) (Project SWP-27-_ ............ 101 9-06 STRUCTURAL STEEL AND RELATED MATERIALS..................................... 104 9-06.1 Structural Carbon Steel ........................................................................................ 104 9-06.4 Carbon Steel Bar Grating..................................................................................... 104 9-08 PAINTS...................................................................................................................... 104 9-08.8 Manhole Coating System Products...................................................................... 104 9-08.8(1) Coating Systems Specification......................................................................... 104 9-14 EROSION CONTROL AND ROADSIDE PLANTING....................................... 104 9-14.2(1) Hydroseed Bid Item (Project SWP-27- ).............................................. 104 .. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES.............................. 106 Mw 9-23.9 Fly Ash.................................................................................................................... 106 9-30 WATER DISTRIBUTION MATERIALS.............................................................. 106 aff 9-30.1(1) Ductile Iron Pipe............................................................................................... 106 ow 9-30.3(1) Gate Valves (3 inches to 16 inches).................................................................. 106 C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 xi rrr .. Ow 9-30.3(5) Valve Marker Posts........................................................................................... 107 9-30.3(7) Combination Air Release/Air Vacuum Valves................................................ 107 Ow %w or WN aw f. Mw Im Ow fw or r r ff fir C:\PMX\OutlookjTemp\20aNEW-Special Provs-2006-DCO2.docI xii Ow DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1W 1-01.1 General Section 1-01.1 is supplemented with: ow Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all r contracts administered by the City of Renton. 1-01.3 Definitions .. Section 1-01.3 is revised and supplemented by the following: Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A ow rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an act of god. No Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. •o Contract Price Either the unit price,the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Dates .r Bid Opening Date: The date on which the Contracting Agency publicly opens and reads bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the work. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. ..� Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract time begins. .r Contract Completion Date: The date by which the work is contractually required to be completed. we Final Acceptance Date: The date the Contracting Agency accepts the work as complete per the contract requirements. Day "" Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. .r ow CAPMX\0utlookjTemp\20aNEW-Special Provs-2006-DCv02.docI 1 rr Engineer `� The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. r Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. °1 Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed .. substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely +r borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as "Contract Bond"defined in the Standard Specifications. s. Plans The contract plans and/or standard plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be No bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings"or"Standard Details" generally used in specifications refers to drawings bound either with = the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to Engineer's points, this shall mean all marks, bench marks, reference .. points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal and vertical control of the work. Provide an Means "furnish and install"as specified and shown in the Plans. Secretary, Secretary of Transportation 2. The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Planning/Building/Public Works Administrator. ow Shop Drawings Same as "Working Drawings"defined in the Standard Specifications. UW Special Provisions Modifications to the standard specifications and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The 'r Contractor shall include all costs of doing this work within the bid prices. State off The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 2 3 Supplemental Drawings and Instructions Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. .w 1-02 BID PROCEDURES AND CONDITIONS r 1-02.6 Preparation of Proposal The third paragraph is revised as follows: All prices shall be in legible figures and words written in ink or typed. The proposal shall include: 9W 1. A unit price for each item(omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words; where a conflict arises the written words ow shall prevail. 1-02.6(1) Proprietary Information 1-02.6(1) is a new section. Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, .N RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department(or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five)years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has .rr been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.12 Public Opening of Proposals ow Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. • Notification to bidder will be by addenda. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. s r 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: (******) ■r The contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the .W Contractor shall be determined by the Contracting Agency. s C:\PMX\0utlookjTemp\20a NEW-Special Provs-2006-DCO2.docl 3 r r 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency- prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor aw shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. o" If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting ow Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the on Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation re activities. 1-04 SCOPE OF THE WORK "W 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: ON (******) Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): or 1. Addenda, 2. Proposal Form, 3. Special Provisions, Im 4. Contract Plans, 5. Amendments to Division 1-99 APWA Supplement 6. Amendments to the Standard Specifications, 7. Division 1-99 APWA Supplement aw 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. Contracting Agency's Standard Plans (if any) 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction Im Section 1-04.3 is a new section: (******) 1-04.3 Contractor-Discovered Discrepancies Im Upon receipt of award of contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any a. C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 4 %W error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. .rr 1-04.4 Changes 1-04.4(1) Minor Changes Section 1-04.4(1) is revised as follows: rr Payments or credits for changes amounting to $20,000 or less may be made under the bid item "Minor Change".At the discretion of the Contracting Agency, this procedure for Minor Changes may be used in lieu of the more formal procedure outlined in the Section 1-04.The last two paragraphs are to replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. ,r 1-04.6 Variation in Estimated Quantities Section 1-04.6 is supplemented as follows: (******) w Because of the variable quantities that may be required for "Gravel Borrow Incl. Haul", "Unsuitable Foundation Excavation, Incl. Haul", "Channel Excavation Incl. Haul", "Structure Excavation Class B Incl. Haul", "Contaminated Structure Excavation Class B Incl. Haul", "Trench Excavation Incl. sw Haul", "Contaminated Trench Excavation Incl. Haul", and "Foundation Material", the provision of this section shall not apply to these items. The Engineer is given complete discretion as to the need and requirement for the use of these materials on the project. .n 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: (******) ■r The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment r unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: (******) All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. ow The lump sum contract price for "Finish and Cleanup" shall be full compensation for all work, equipment and materials required to perform final cleanup. If this pay item does not appear in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further compensation shall be made. Ow wr C:\PMX\OutlookJTemp\20a NEW-Special Provs-2006-DCW2.doc 1 5 we r 1-05 CONTROL OF WORK aw 1-05.4 Conformity With and Deviations from Plans and Stakes Section 1-05.4 is supplemented with the following: IM If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 and elsewhere in these specifications as being provided by the Engineer. All costs for this survey work shall be VW included in"Contractor Supplied Surveying", per lump sum. The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work per Section 1-11. '~ The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. ,r„ The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. ow The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or "" damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. am Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. s The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction work. Copies of "" these field notes shall be provided the Engineer upon request and upon completion of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. IM If the survey work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey work and the survey work will be completed by the Engineer at the Contractor's expense. "' Costs for completing the survey work required by the Engineer will be deducted from monies due or to become due the Contractor. IM All costs for survey work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying", per lump sum, if that item is included in the contracts. .. �r C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 6 4r 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3) is a new section: When the contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for r the project. If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these plans and specifications, accurate As-Built records and other work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from moneys owed to the Contractor. Payment per Section 1-04.1 for all work and materials required for the full and complete survey work required to complete the project and as-built drawings shall be included in the lump sum price for "Contractor Supplied Surveying". 1-05.4(4) Contractor Provided As-Built Information Section 1-05.4(4)is a new section: It shall be the contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the contractor's responsibility to have his surveyor locate by centerline station, offset and elevation each major item of work done under this contract per the survey standard of Section 1-11. Major items of work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade,Vaults, Culverts, Signal Poles,Electrical Cabinets. After the completion of the work covered by this contract, the contractors surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. All costs for as-built work shall be included in the contract item "Contractor Supplied Surveying", lump sum. 5 C:\PMX\0utlook1Temp\20a NEW-Special Provs-2006-DCO2.doc 1 7 Nr an ,r 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with the "' intent of the Contract and without expense to Owner,and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. r If Contractor does not remove such condemned work and materials and commence re-execution of the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in the Standard Specifications. In that case, Owner may store removed material. If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds otherwise due Contractor. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered,the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, of if such Work has been rejected by the Engineer, remove it from the Project Site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized rs Work, or if an emergency exists,the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.8 "Owners Right to Correct Defective and/or Unauthorized Work." r. The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized work discovered after one year but prior to the expiration of the legal time period set •p forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or °i incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the tight of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the aw Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. VM • C:\PMX\OutlookITemp\2OaNEW-SpeciaI Provs-2006-DCO2.docl 8 r. 1-05.11 Final Inspection Ud 1-05.11(1) Substantial Completion Date Section 1-05.11(1)is a new section: (******) When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. Only minor incidental work, replacement of temporary substitute facilities, or 2. correction of repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection Date Section 1-05.11(2) is a new section: When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor,by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer 1 will set a date for Final Inspection. The Engineer and the Contractor will then make a final Inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection revels the Work incomplete of unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, rake whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing , of the date upon which the Work was considered physically complete, that date shall constitute the Physical completion date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. ! C:\PMX\0utlookjTemp\20a NEW-Special Provs-2006-DCO2.doc1 9 No aw 1-05.11(3) Operational Testing Section 1-05.11(3) is a new section: r. Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3 working days'notice of the time for each test and inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 working days'notice of the date fixed for such inspection. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. 1-05.12 Final Acceptance The third and fourth sentences in paragraph l are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves a. acceptance of the Contract. 1-05.14 Cooperation with Other Contractors Oe Section 1-05.14 is supplemented as follows: Contractor shall afford Owner and other contractors working in the area reasonable opportunity for �. the introduction and storage of their materials and the execution of their respective work and shall properly connect and coordinate Contractor's work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area are: a. 1. Puget Sound Energy(gas and electric) 2. AT&T Broadband V. 3. QWest Communications 4. City of Renton (water, sewer, transportation) 5. Private contractors employed by adjacent property owners. .. 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: "' Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type that is commonly available through commercial outlets. The Diary must contain the Project and Number; if the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. r At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify said work in the Plans. Identify location/description of photographs or videos taken that day. rr. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. r. CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 10 �r 8. Listing of the number of Contractor's employees working during each day by category of .� employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by or Owner or other party during each day. 11. Entries to verify the daily(including non-work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. MW 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality.of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by 'p Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. wr Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by so Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims o, or disputes by Contractor. Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. •+� 1-06 CONTROL OF MATERIAL w 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity,manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. +�+ Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the .. Contract Documents. 1-06.2(1) Samples and Tests for Acceptance as Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by Engineer 'w does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance "' Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.docl 11 r 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work,all necessary safeguards for protection of workers and the public; shall post danger signs �. warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. r. Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. r 1-07.5 Environmental Regulations (Project SWP-27-3375) Section 1-07.5 is supplemented as follows: The Contractor shall comply with all construction related provisions of the RPA and other permits obtained by the City. The Contractor shall be responsible for making any changes required by the agencies,and payment of any fines, for violations of any construction related provisions. The City will not make additional compensation for any changes or fines due to the Contractors violations. +. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: The permits, easements, and right of entry documents that have been acquired are available for °i inspection and review. Contractor shall be required to comply with all conditions of the permits, easements, and rights of u. entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. Perimits, permission under franchises, licenses, and bonds of a temporary nature necessary for and ,., during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. If Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and deducted from any funds otherwise due Contractor. "W 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: +r. (******) Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 12 or 1-07.11(11) City of Renton Affidavit of Compliance WM Section 1-07.11(11) is a new section: Each Contractor, Subcontractor, Consultant,and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance." A copy of this document will be ""' bound in the bid documents. 1-07.12 Federal Agency Inspection • Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law,then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. �s 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: (******) .w During unfavorable weather and other conditions, the contractor shall pursue only such portions of the work as shall not be damaged thereby. r No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless by special means or precautions acceptable to the engineer,the contractor shall be able to overcome them. it 1-07.14 Responsibility for Damage (Project SWP-27-3375) Section 1-07.14 is supplemented by adding the following: (******) .W All references to the "State,""Commission," "Secretary""Department," and "officers and employees of the State" shall read "Contracting Agency." to 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph, and replace it with the following: In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the work, nearby land, streams , and other bodies of water, the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. '! air C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCv02.doc1 13 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project. 'The r. contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the work under �.. the contract together with the right of access to such lands. The contractor shall not unreasonably encumber the premises with his equipment or materials. The contractor shall provide, with no liability to the Contracting Agency, any additional land and w access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary work as required by his operations. The contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may aw provide. A. General. All construction work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not-be r. open for more than 48 hours. B. Structures. The contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good r" a condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully w removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all work, including excavation and backfill, on easements ,. or rights-of-way which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the contractor and immediately replace, after the trench is backfilled, in their original position. The contractor shall notify the Contracting Agency and property Owner at least 24 hours in advance of any work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original „r condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work shall be done to the satisfaction of the property Owners and the Contracting Agency at the expense of the contractor. CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCW2.doc1 14 D. Streets. The contractor will assume all responsibility of restoration of the surface of all streets(traveled ways)used by him if damaged. Asphalt concrete pavement or bituminous surfacing outside the project area that is disturbed by the work shall be restored to its original condition. Asphalt pavement restoration shall comply with the provisions of Section 5-04(Hot Mix Asphalt)of the Standard Specifications. 1 All other surfaces disturbed by the project shall be promptly replaced or relocated to original or better than condition. The Contractor shall restore all disturbed landscaping in conformance with Section 8-02 (Roadside Restoration). In the event the Contractor does not have labor or material immediately available to make necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the contractor. The Contractor is responsible for identifying and documenting any damage that is pre- existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 1-07.16(5) Payment Section 1-07.16(5)is supplemented with the following: Payment will be made for the following bid items: "Property Restoration",per lump sum. The lump sum contract price for "Property Restoration" shall include all costs to restore areas of the Seahawk property, west of BNSF rights-of-way, which the Engineer has directed the Contractor to work, including but not limited to, area preparation, topsoil placement, gravel placement, , and all work to restore areas disturbed by construction to existing or better conditions or as shown on the w1 plan drawings. Any disturbed areas beyond the limits of work directed by the Engineer shall be restored at the Contractor's expense. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions,(inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCv02.doc1 15 1r rrr Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area,have been located and marked. Irr In addition to Contractor having all utilities field marked before starting work, Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48 Hour Locators `{{ 1-800-424-5555 �r At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is err also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by Contractor for locations. Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before Contractor begins work, or may be performed in conjunction with the contract work. Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request. In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. Payment n. Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions: "Utility Potholing", per each. 1-07.17(1) Interruption of Services ( - Section 1-07.17(1) is a new section: Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration 6W of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be { made. Temporary service, if needed,will be arranged by Contractor at no cost to Owner. llrr C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCv02.doc1 16 wr Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary up overhead lighting to meet above requirements shall be incidental to the various unit and lump sum items of the Contract; no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance VW Section 1-07.18 is deleted and replaced with the following new section and subsections: 1-07.18(1) General •• The contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. sN If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. wr The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. 1-07.18(2) Coverages aw As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form which details specific coverage and limits for this contract. .. All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. go 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2)years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s)required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII(A rating of A XII or better is preferred.) If any .r insurance carrier possesses a rating of less than AVII,the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. ..r The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks 1W and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. aW C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 17 wr Coverage shall include: A. Commercial General Liability — ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: r • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable). • Explosion, Collapse and Underground Hazards • Products/Completed Operations 0 Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) ,,. • Broad Form Property Damage 0 Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all: „* • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers'Compensation: • Statutory Benefits(Coverage A)- Show Washington Labor& Industries Number D. Umbrella Liability(when necessary): • Excess of Commercial General Liability and Automobile Liability. Coverage rir should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, (i.e., architectural, engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and/or omissions of the CONTRACTOR for damage sustained by reason of or in the course of operations under this Contract. F. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on work performed(i.e., pollution liability). CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work. The City aw reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self- +r insurance carried by CITY OF RENTON. B. Include a Waiver of Subrogation Clause. r C. Severability of Interest Clause (Cross Liability) D. Policy may not be non-renewed, canceled or materially changed or altered unless forty- "W five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. ow C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.docl 18 n. 1-07.18(3) Limits Section 1-07.18(3) is a new section: (******) Limits Required Providing coverage in these stated amounts shall not be construed to relieve the contractor from liability in excess of such limits. The CONTRACTOR shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 ** Products/Completed Operations Aggregate $2,000,000 ** Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage(Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 WW Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk �' Automobile Liability Bodily injury/Property Damage $1,000,000 = (Each Accident) Workers' Compensation Statutory Benefits-Coverage A Variable w (Show Washington Labor and Industries Number) Umbrella Liability 1W Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 r Professional Liability(If required) Each Occurrence/Incident/Claim $1,000,000 Aggregate $2,000,000 s The City may require the CONTRACTOR to keep professional liability coverage in effect for up to two (2)years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and requirements as stated in to Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such coverage is in force. so .r 10 r C APMX\OutlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 19 W 1-07.18(4) Evidence of Insurance: Section 1-07.18(4) is a new section: Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance by VW submitting to the CONTRACTING AGENCY the following: 1. City of Renton Insurance Information Form(attached herein)without modification. IM 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: ir. A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder"; rr B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives." C. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City." Notification shall be provided to the City by certified mail. ve For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.18(5) Relations with Railroad Section 1-07.18(5) is a new section: Contractor's personnel shall complete BNSF's contractor orientation course before beginning construction activity inside BNSF right-of-way. Railroad Company, as used in the following Specifications, shall be the railroad company or companies, or railway company or companies specified in these Supplemental Specifications. The following provisions, though referring to a single Railroad Company, shall be applicable to each of the following railroad companies or railway companies: a. *** Burlington Northern Santa Fe Protection of Railroad Property The Contractor shall exercise care in all operations and shall, at the Contractor's expense, adequately protect the property of the Railroad Company and its appurtenances, property in its custody, or persons lawfully upon its right-of-way, from damage, destruction, interference, or injury and shall ... prosecute the work to not interfere with the Railroad Company or its appurtenances, or any of the Railroad Company's trains or facilities, and shall complete the work to a condition that shall not interfere with or menace the integrity or safe and successful operations of the Railroad Company or its appurtenances, or any of the Railroad Company's trains or facilities. The Contractor shall not transport equipment, machinery, or materials across the Railroad Company's tracks, except at a public crossing, without the written consent of the Railroad Company. r The Contractor shall keep the ditches of the Railroad Company open and clean from any deposits,and keep the right-of-way clean from debris, and shall clean and restore ballast of the Railroad Company which is disturbed or becomes fouled with dirt or materials when such deposits or damage result from the operations of the Contractor, except as provided elsewhere. C:\PMX\0utlookjTemp\20a NEW-Special Provs-2006-DCO2.doc1 20 s The Contractor's work shall be conducted in such a manner that there will be a minimum of . interference with the operation of railroad traffic. The Railroad Company will specify what periods will be allowed the Contractor for executing any part of the work in which the Railroad Company's tracks will be obstructed or made unsafe for operation of railroad traffic. With respect to the Contractor's operations, in carrying out the work, the Contractor shall employ such security personnel as may be necessary to prevent obstruction of the railroad track and interference with train movements. Such security personnel shall cooperate with the Railroad Company's flaggers or employees to ensure the safety of train movements. In the event that an emergency occurs in connection with the work specified, the Railroad Company reserves the right to do any and all work that may be necessary to maintain railroad traffic. If the emergency is caused by the Contractor,the Contractor shall pay the Railroad Company for the cost of , such emergency work. When, in the opinion of the Railroad Company, the services of flaggers or security personnel are necessary for the protection of the Railroad Company's facilities by reason of the Contractor's operations,the Railroad Company will furnish such flaggers or security personnel as may be required. The Contractor shall notify the Railroad Company a minimum of 48 hours in advance of whenever the Contractor is about to perform work adjacent to the tracks to enable the Railroad Company to provide flagging or other protective service. The Railroad Company's contact is: Paul J. Farley Jr. Roadmaster Seattle Burlington Northern Santa Fe Railroad (206) 625-6462 No act of the Railroad Company in supervising or approving any work shall reduce or in any way affect the liability of the Contractor for damages, expense, or cost that may result to the Railroad Company from the construction of this Contract. Protective services, including railroad flagging and other devices, may be required by the Railroad Company as a result of the Contractor's operations to protect the Railroad Company's facilities, property, and movement of its trains or engines. In addition to flagging, other protective devices, such as crossing signals, indicators, telltales, lights, telephones, etc. may be required. Telltales may be required by the Railroad Company for any proposed restrictions of vertical clearances to less than 22.5 feet. The Railroad Company will install the telltales. The nature and extent of protective services, personnel, and other measures required will in all cases be determined by the Railroad Company. Nothing in these Specifications will limit, in any way, the Railroad Company's right to determine and assign the number of personnel, the classes of personnel for protective services,nor other protective measures it deems necessary. Unless otherwise provided, all personnel assigned by the Railroad Company, other than those Ps engaged in performing work by the Railroad Company as listed under Construction Work by Railroad Company, will be considered protective personnel. In general,the Railroad Company will furnish protective services: (1) For any excavation below the elevation of the track subgrade, if in the opinion of the Railroad Company's representative, the track or other railroad facilities may be subject to settlement or movement. (2) For all work over or adjacent to the track, if, in the opinion of the Railroad Company's representative, said work represents a hazard to the Railroad Company. C:\PMX\Outlook1Temp\20aNEW-Special Provs-2006-DCO2.doc1 21 us ,. (3) During any clearing or grading in proximity to the facilities, which in the opinion of the Railroad Company's representative may endanger or interfere with railroad facilities or operations. "' (4) When any of the Contractor's operations are carried on, within or near railroad right-of-way and in the opinion of the Railroad Company's representative, could endanger railroad facilities or create a hazard to railroad operations. Communications Linemen or Signalmen ow may be used to protect communications and signal facilities, if deemed necessary by the Railroad Company. There will be no cost to the Contractor for the railroad protective services. as All costs for insurance shall be considered incidental to and included in the unit contract prices and no additional payment will be made. am 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: VM Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. �r The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1r: 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented by adding the following: The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the engineer, to avoid creating a nuisance. _ Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. +r. Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. .. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. Contractor shall provide one driveable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access—at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. Contractor shall give a copy of all notices to Engineer. C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 22 tar When the abutting wners'access across the right-of-way line is to be eliminated and replaced under the Contract by o her access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.23(3) Construction Restrictions Section 1-07.23(3)is a new section: Any construction activity on Ripley Lane Storm Improvements project will not be allowed on July 31,August 6,and August 13,2008. Ripley Lane shall also be returned to normal operation(two-lane) during this period. 1-07.24 Rights-of-Way Section 1-07.24 is supplemented by adding the following: Street right-of-way lines, limits of easements. and limits of construction permits are indicated on the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to Bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued Addendum. Whenever any of the Work is accomplished on or through property other than public tight of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained buy the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right of entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements,rights of entry of right-of-way,the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting , Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. es CAPMX\Outlook1Temp\20a NEW-Special Provs-2006-DCO2.docl 23 .. 1-08 PROSECUTION AND PROGRESS Section 1-08.0 is a new section with subsection: 1-08.0 Preliminary Matters 1-08.0(1) Preconstruction Conference `s The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. .� After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: -+ Contractor's plan of operation and progress schedule (3+copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) -� List of materials fabricated or manufactured off the project r 4 Material sources on the project + Names of principal suppliers ►� 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) + Shop Drawings(bring preliminary list) s + Traffic Control Plans(3+copies) 4 Temporary Water Pollution/Erosion Control Plan as In addition,the Contractor shall be prepared to address: Bonds and insurance Project meetings—schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage ,.., Time schedule for relocations, if by other than Contractor Compliance with Contract Documents Acceptance and approval of work Labor compliance,payrolls, certifications Safety regulations for Contractors'and Owner's employees and representatives Suspension of work, time extensions Change order procedures Progress estimates-procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCA2.doc1 24 PM Any conflicts or omissions in Contract Documents Any other problems or questions concerning the work Processing and administration of public complaints Easements and rights of entry Other contracts The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.1 Subcontracting Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 calendar days prior to start of a subcontractor's work. Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and Owner. Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.1(2) Hours of Work Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. an 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sunday, holidays of other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to : requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturday and holiday as working day with regards to the Contract Time; and considering multiple work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such work necessitates their presence. C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 25 r aw 1-08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees Where the Contractor elects to work on a Saturday, Sunday, or other holiday, of longer than an 8-hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey r crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contraction Agency for the full amount of the straight time plus overtime costs for employees of the Contracting Agency required to work overtime hours. iW The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: Contractor shall not assign any moneys due or to become due to Contractor hereunder without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the ti• Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this - information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path,the schedule shall show the float, or slack, time. 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. w CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 26 r. Contractor shall promptly report to Engineer any conditions which Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be followed by Contractor. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth specific work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the t progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions tl thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Prosecution of the Work Section 1-08.4 is supplemented as follows: Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently,vigorously,and without unauthorized interruption until physical completion of the work. There shall be no voluntary shutdowns or slowing of operations b the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the Contractual obligation to complete the work within the prescribed Contract Time. 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date, and shall end on the Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4,Labor Day,November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non- working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. CAPMX\0utlook1Temp\20a NEW-Special Provs-2006-DCO2.doc1 27 r The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4)the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. --- The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will .. be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Section 1-08.5 is supplemented as follows: .., Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the contract. Such purchase �+ orders shall disclose the estimated delivery dates for the equipment. All items of work which can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, Engineer may suspend the work upon request of Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. w Contractor will be entitled to only one such suspension of time during the performance of the work and during such suspension shall not perform any additional work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: w Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the written notice from Owner to Contractor to do so. a.. Contractor shall not suspend work under the Contract without the written order of Owner. If it has been determined that Contractor is entitled to an extension of time, the amount of such ` extension shall be only to compensate for direct delays and shall be based upon Contractor's diligently pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: "' In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor costs will be billed to Contractor at actual costs, including administrative overhead costs. .. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, including reasonable attorneys fees, from Contractor. C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 28 %W 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new section: The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the site from the time contractor's operations have commenced until final acceptance of the work by the engineer and the Owner. The contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced,secured areas. 1-08.12 Attention to Work Section 1-08.12 is a new section: The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s)submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard,the following tally system shall be used. All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered,to the satisfaction of Engineer,and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: L Truck number 2. Quantity and type of material delivered in cubic yards 3. Drivers name, date and time of delivery 4. Location of delivery, by street and stationing on each street 5. Place for Engineer to acknowledge receipt 6. Pay item number 7. Contract number and/or name C\PMX\OutlooklTemp\20a NEW-Special Provs-2006-DCO2.docl 29 aw It will be the Contractor's responsibility to see that a ticket is given to Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by Engineer to verify quantity shown on ticket. r Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. _- Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truck load weight in tons(stamped at source) 4. Net load weight(stamped at source) 5. Driver's name, date,and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name ,.� 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the "Payment" clause of each Section of the Standard Specifications, will be the only items for which compensation will be made for the Work described in or specified in that particular Section when the Contractor performs the specified Work. Should a Bid Item be listed in a"Payment"clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words Bid Item, Contract Item, and Pay Item, and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. w Pluralized unit Bid Items appearing in these Specifications are changed to singular form. .. Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and %W "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be ' incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material"furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. aw CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCv02.doc1 30 WSW aw 1-09.7 Mobilization we Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Owner. .w This item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. ` Payment will be made for the following bid item(s): "Mobilization", per lump sum. +� 1-09.9 Payments Section 1-09.9 is supplemented as follows: r Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of Contractor's right to payment as Engineer may direct. "r Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress am schedule(see Section 1-08.3). 1-09.9(1) Retainage so Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor. .. In the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy any claims by Owner against Contractor, until such claims have been finally as settled. Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. w Im C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-13Cv02.doc1 31 A rw aw 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts Section 1-09.9(2)is a new section: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 "' and RCW 39.76,the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: %W 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities which the contractor is obligated to pay. 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the Work(Section 1-05.6) 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by City personnel per Section 1-08.1(4) 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be complete within the Contract Time. When calculating an anticipated time overrun,the Engineer will ti. make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be base upon the liquidated dames amount per day se forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide `w adequate survey work as required by Section 1-05.5. C. Failure of the Contractor to correct defective or unauthorized work(Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in am lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor of subcontractor an=of any tier as aw required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW)as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a parry or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if r.. prior to the expiration of the 15-calendar day period, 1. no legal action has commenced to resolve the validity of the claims, and "" 2. the Contractor has not protested such disbursement. in C:\PMX\OutlookITemp\20aNEW-Special Provs-2006-DCO2.docl 32 w. r A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment make under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment make in good faith. 1-09.9(3) Final Payment Section 1-09.9(3)is a new section: (******) Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the Final Payment shall be and shall operate as a release: 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. for all things done or furnished in connection with the Work; 3. for every act and neglect by the Contracting Agency; and 4. for all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the +M� Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On Federally-funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails,refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the contract,the Contracting Agency reserves the right to establish a completion date and unilaterally accept the contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents, If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the rM Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the contract will apply to contracts that are completed in accordance with Section 1-08.5 of for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and regulations — Federal, State, or local — that affect the contract. The dated the Contraction Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date(Section 1-05.12). CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 33 1 , `w 1-09.11(2) Claims Paragraph 5 of Section 1-09.11(2) is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in w this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 of Section 1-09.11(3)is revised as follows: ...such claims or causes of action shall be brought in the Superior Court of the county where the work is performed. -- 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; ip 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the contractor unless it is the E~ board's majority opinion that the contractor's filing of the protest or action is capricious or without >rr reasonable foundation. In the latter case, all costs shall be borne by the contractor. 1-09.14 Payment Schedule Project SWP-27-3375 Section 1-08.14 is a new section with subsections: General—Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary,to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the US Department of Labor(OSHA). B. The Owner shall not pay for material quantities that exceed the actual measured amount used and approved by the ENGINEER C. It is the intention of these specifications that the performance of all work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the plans, specifications, and general construction practice, shall be considered incidental to the construction of the project and the Contractor shall include the cost within_..the unit bid prices. No separate payment Nvill be made for these incidental items. CAPMX\0utlook1Temp\20aNEW-Special Provs-2006-DCv02.doc1 34 • 1-09.14(t) Basic Bid ,,,.► 3'htssettoii is pan outline of the basic bid items that will tletermiine:the low bidder for tt ro�eo st Measurement and Payment,,where described in a bid item,shall:supercede Measurement anc( 1?ayment`listed;in other sections of the:Special I'rou�sions,and Standard Specifications, w. 1. Contractor Supplied Surveying (LS) Contractor Supplied Survey shall include all work and materials for the full and complete survey work required to complete the project and as-built drawings as specified in Section 1-05, Control of Work. 2. SPCC Plan (LS) go The Contractor shall include all work and materials to develop and implement a Spill Prevention, Control and Countermeasures Plan for the duration of the project. Plan shall conform to the requirements of Standard Specification Section 1-07.15(1). The Lump sum ,M,r price shall be full pay for all costs associated creating and implementing the SPCC Plan. 3. Property Restoration (LS) The Lump sum contract price for "Property Restoration" shall include all costs to restore areas of the Seahawk property disturbed by construction, west of BNSF rights of way, which the Engineer has directed the Contractor to work, including but not limited to, area preparation, topsoil placement, crushed surfacing placement, , and all work to restore areas disturbed by construction to existing or better conditions or as shown on the plan drawings. Any disturbed areas beyond the limits of work directed by the Engineer shall be restored at the Contractor's expense, including and not limited to all aspects of storm drain pipe construction,trenching, boring, and construction activities. a 4. Utility Potholing (EA) The item includes all work needed to pothole existing utilities as directed by the Engineer. Any other potholing not directed by the Engineer shall be at the Contractor's cost. Potholing includes excavation, identification, measurement, refilling the hole, and temporary patch. The Contractor shall identify the utility, pipe type and size, and provide accurate measurements from the ground surface to the top of the utility in writing to the Engineer per Special Provisions Section 1-07.17. If the native material is unsuitable to use to refill the pothole, imported backfill may be used. Imported backfill will be paid under a separate bid item. Permanent patch will be paid under a separate bid item. .t Prior to beginning construction of the new underground utility, the Contractor shall pothole the existing underground utilities at the locations identified by the Engineer. The Contractor shall perform potholing a minimum of five working days prior to construction at the pothole rr location to allow for potential revisions. The Engineer may revise the design as needed if there is a conflict with existing utilities. The Contractor shall not have cause for claim of downtime or any other additional costs associated with "waiting" if the Engineer provides design revisions (related to the information supplied per this section) within five working days after the Contractor provides the surveyed elevations. 2W C:\PMX\OutlookJTemp\20a NEW-Special Provs-2006-DCO2.docl 35 s ., Measurement for Pothole Utility shall be per each. Payment for Pothole Utility shall be made at the unit contract price, which shall be complete r compensation for all labor, tools, equipment, and materials required to complete the work in conformance with the Contract Documents, including but not limited to, excavation, dewatering, potholing for utility location, removal, hauling and disposal of all pavement, waste and excess materials, shoring, placement of backfill (native) material, compaction, r'" water, grading,temporary patch, and cleaning. 5. Mobilization (LS) Aw Mobilization includes the complete cost of furnishing and installing, complete and in-place all work and materials necessary to move equipment and personnel to the jobsite, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and r., licenses, prepare the site for construction operations, and maintain the site and surrounding areas during construction. The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City ROW and commercial and residential access. For any proposed storage on private property outside the easement area, the Contractor shall obtain a Temporary Use Permit for storage areas on private property. The Contractor shall be responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City. Work hours shall be limited to weekdays only, between the hours of 7 a.m. and 6 p.m. unless i. otherwise approved in advance by the City. Machinery shall not be started before 7 a.m. Work on weekends will not be allowed, except as approved in writing by the Engineer. �s 6. Traffic Control (LS) Traffic Control shall meet the requirements of Special Provisions Section 1-10. The Contractor shall submit a Traffic Control Plan for review and approval by the Owner. The plan shall address the proposed working areas, signage, flaggers, Contractor access to the working area,truck and equipment haul routes,and public access during construction. Actual work hours will be approved in the Traffic Control Plan. The Contractor shall be responsible for complying with the noise variance requirements as outlined in the Contract .` Documents. The Owner may revise the work hours to address traffic problems or neighborhood complaints. This bid item includes all Traffic Control needed for work during and outside of normal working hours. All adjustments to the Traffic Control Plan are considered incidental and no additional payment will be made for adjustments. Measurement of Traffic Control shall be per lump sum. r CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 36 e. s The lump sum contract price for Traffic Control shall be full compensation for all materials, labor, tools, and equipment required to prepare the Traffic Control Plan and provide traffic control during the duration of construction, including temporary pavement markings, safety barriers, flaggers,mobilization, and demobilization. w Payment for this item will be prorated over the construction period. 7. Soil Sampling and Analysis (EA) The potential exists for encountering soils and or groundwater contaminated with polynuclear aromatic hydrocarbons (PAHs) and PCPs on the Seahawk site. Prior to pipeline and structure construction, the Contractor shall sample soils below the indicator fabric or geomembrane environmental cap at locations selected by the Engineer. The unit price for Soil Sampling and Analysis shall be measured per each and include obtaining the sample, transport of the sample to an approved laboratory and analysis of the soil sample for polynuclear aromatic hydrocarbons (PAHs) and PCPs. The unit price shall also include compliance with the Seahawk Headquarters and Practice Facility Health and Safety Plan, and applicable sections of the Soil Management Plan, October 2006, see Appendix A. va 8. Clearing and Grubbing (LS) This item includes all work needed to clear area for construction of the new utility lines and stream and channel construction. Clearing includes the items shown or noted on the plan 1W sheets and any other items and work needed that may not be shown on the plan sheets or included in the description. Only the area and plants needed for construction shall be cleared. The Contractor is encouraged to inspect the clearing area to review the existing conditions art and work that may be needed. The cost for removing trees as shown on the Plans shall be included in this bid item. Grubbing shall be performed only in the trench area for the new buried utility lines. In other areas, trees and vegetation that interfere with construction shall be cleared down to the ground surface, but not below. The Contractor shall allow the City three days after initial clearing to review the pipe location and adjust the pipe location, if needed. The Contractor shall stay within the Work Area Limits at all times. The Contractor shall be responsible for any damages, repairs, and restoration outside the Work Area Limits. *6 All vegetation, wood debris, trees, and other material removed for clearing shall be disposed of at an off-site disposal facility per Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for hauling and disposal shall be included in this bid item (no mileage cost). Measurement for Clearing and Grubbing will be prorated for the area cleared at time of payment, as determined by the Engineer. 9. Saw Cutting (LF) This item includes all work and equipment to saw cut the existing asphalt and concrete pavement at locations shown on the plan drawings or where required and approved by the Engineer. 'R ter. C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 37 ,.. Measurement for Saw Cutting shall be per linear foot, in conformance with the Contract Documents. r The unit bid price shall be considered complete compensation for all labor, equipment, and materials to complete this item of work in accordance with the Contract documents 10. Remove Asphalt Concrete/Cement Concrete Pavement (SY) Payment for Remove Asphalt Concrete/Cement Concrete Pavement will be full compensation for all costs associated with removing and disposing of the pavement materials regardless of depth, in accordance with the Contract Documents. Measurement for the removal of pavement materials will be by the square yard. it. Cold Mix (TN) When an area where pavement has been removed is to be open to traffic, before pavement patching has been completed, temporary mix asphalt patch shall be required. Measurement .. for Cold Mix will be by the ton. Material placed shall have a minimum depth of 2 inches. Cold Mix shall be used at the discretion of the Engineer. Payment will be made in accordance with Section 1-04 and will be full compensation for all 4i costs associated with the placement of the Cold Mix and removal of the material in its entirety before asphalt concrete pavement is placed. �► 12. Ripley Lane Road Detours (EA) The Contractor shall include all work and materials, including jersey barriers and excluding gravity block walls, to develop and implement road detours for traffic movement through the .. Ripley Lane roadway construction area in conformance with the Contract Documents. The detour shall provide a minimum of one traffic lane in each direction during nonconstruction periods. The per each price shall be full pay for all costs associated with providing all materials, constructing, maintaining, and removing the roadway detours. Gravity block walls required for detour construction shall be paid for under Section 8-24. 13. Channel Excavation Incl. Haul (CI) The unit price for Channel Excavation shall be full compensation for the costs of all labor, ... tools, and equipment for excavating, grading, loading, hauling, and disposing of the material in conformance with the Contract Documents. All work in the stream shall meet the permit requirement of the Department of Fish and Wildlife HPA. Channel excavation includes ... excavation for foundation material. Measurement for Channel Excavation Incl. Haul will be by the cubic yard based on neat line and the alignment, profile, grade, and sections shown in the Plans. Any overexcavation not Ow specifically authorized by the Engineer, shall be replaced with Gravel Borrow and compacted by Method C outlined in the Standard Specification Section 2-03.3(14)C at no expense to the City. UW 14. Gravel Borrow Incl.Haul (TN) The unit price for Gravel Borrow shall be full compensation for the costs of all labor, tools, O, and equipment and materials necessary or incidental to furnish and place the material for embankments in conformance with the Contract Documents. C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCv02.doc1 38 Measurement for Gravel Borrow Incl. Haul will be by the ton. Material shall be compacted by Method C outlined in the Standard Specification Section 2-03.3(14)C at no additional expense to the City. s 15. Stream Gravel Incl.Haul (TN) The unit price for Stream Gravel shall be full compensation for all costs incurred for all material, labor, and equipment necessary or incidental to excavate, load,haul, and place the material in the stream channel as shown on the plan drawings and in conformance with the Contract Documents. This bid item does not include stream gravel placed in the outlet structure. Measurement for Stream Gravel Incl. Haul will be by the ton. 16. Unsuitable Foundation Excavation Incl.Haul(CI) The unit price for Unsuitable Foundation Excavation Incl. Haul will be full compensation for the costs of all labor,tools, equipment, and materials necessary or incidental to remove, load, haul, and dispose of the unsuitable material off-site at a Contractor-obtained legal disposal site. Measurement for Unsuitable Foundation Excavation Incl. Haul will be by the cubic yard in place of material actually removed as directed by the Engineer. Any overexcavation not specifically authorized by the Engineer, shall be replaced with Foundation material at no additional expense to the City. 17. Structure Excavation Class B Incl.Haul (CY) Structure Excavation Class B includes the excavation for the Outlet Structure and manhole outlined in the Contract Documents. The excavations will require a structural shoring/sheeting system to limit the area of excavation. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. All Structural Excavation Class B shall be disposed of at an approved Contractor-provided site. Structure Excavation Class B shall be measured by the cubic yard. 18. Contaminated Structure Excavation Class B Incl.Haul (TN) Contaminated Structure Excavation Class B includes the excavation for the Outlet Structure and manhole of materials characterized as contaminated based on sampling results. This excavated soil shall be managed in accordance with applicable state and federal regulations outlined in the Contract Document. Handling and disposal of materials shall adhere to all transportation requirements, receive preapproval from a disposal facility, (Waste Management, Missy Boone, 1-425-766-3168), manifesting, and record keeping, etc., as outlined in the Soil Management Plan, Appendix A. The excavations will require a structural shoring/sheeting system to limit the area/volume of excavation. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Contaminated Structure Excavation Class B shall be measured by the ton. 19. Shoring or Extra Excavation Class B (LS) The lump sum price for Shoring or Extra Excavation Class B will be full compensation for the cost of all labor; tools, equipment, and materials necessary or incidental to furnishing, installing,and removing all trench safety systems. C:\PMX\OutlookjTemp\20aNEW-Special Provs-2006-DCO2.doc1 39 .• 20. Controlled Density Fill (CDF) (CI) The unit price for controlled Density Fill shall be full compensation for the costs of all labor, tools and equipment and materials necessary or incidental to furnish and place the CDF material under and adjacent to the 84-inch-diameter King County Sanitary Sewer as shown on the plan drawings and in conformance with the Contract Documents. Measurement for Controlled Density Fill will be by the cubic yard. 21. Crushed Surfacing (TN) The unit price for Crushed Surfacing shall include furnishing, placing, and compacting .F crushed surfacing top course material for shoulder restoration and crushed surfacing base course as part of the pavement restoration section, in conformance with the Contract Documents. Crushed surfacing placed as part of detour construction shall be paid for under .,, Ripley Lane Road Detours. Crushed Surfacing will be measured by the ton. UE 22. HMA Cl. 1-In.PG 58-22 (TN) The unit price for HMA Cl. 1-In. PG 58-22 shall be full compensation for all costs incurred in the manufacture of the asphalt pavement material, haul, placement, and compaction of the r"` pavement material, all in conformance with requirement of Standard Specification Section 5-04 and the Contract Documents. The unit price shall also include, but not be limited to, tack coat, surface preparation, additives, and edge sealing. HMA Cl. 1-In. PG 58-22 will be measured by the ton. Asphalt placed outside the thickness tolerances allowed within the standard specifications will not be measured for payment. 23. HMA Cl. 1/2-In.PG 58-22 (TN) The unit price for HMA Cl. 1/2-In. PG 58-22 shall be full compensation for all costs incurred aw in the manufacture of the asphalt pavement material, haul, placement, and compaction of the pavement material, all in conformance with requirement of Standard Specification Section 5-04 and the Contract Documents. The unit price shall also include, but not be va limited to,tack coat, surface preparation, additives,and edge sealing. HMA Cl. 1/2-In. PG 58-22 will be measured by the ton. Asphalt placed outside the thickness tolerances allowed within the standard specifications will not be measured for payment. 24. Outlet Structure (LS) The lump sum unit price for the cast-in-place Outlet Structure shall be full payment for .. furnishing all materials, equipment, tools, fasteners, forms, labor, and all items required to complete the outlet structure as shown on the plan drawings, including piling, piping, connection to existing piping, grates, and stream gravel. The lump sum price excludes all .. structural excavation, but includes all backfill, compaction, and foundation materials. 25. 36-In. Diam.HDPE (DR 21) Storm Drain Pipe (LF) The 36-In. Diam. HDPE (high density polyethylene ) pipe shall be HDPE, DR 21, Series 4100 IPS, black UV stabilized, as manufactured by Performance Pipe, or approved equal. All HDPE pipe and fittings shall be cut, fabricated, and installed in strict conformance with the pipe manufacturer's specifications and recommendations, and Special Provisions Section 9-05.21, High Density Polyethylene Pipe. C:TMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 40 faw 1r All joints between pipes and fittings shall be heat fused butt joints or electrofusion joints. Fusing machinery and procedures shall follow the PPI (Plastic Pipe Institute) and the manufacturer's procedures and specifications. Interior joint bead shall be removed by Contractor. Personnel fusing the pipe shall have a certificate of training issued within the last w 3 years, in the manufacturer's fusing procedures on the equipment that will be used, and shall have current experience with pipe fusing of similar pipe types and sizes within the last year. The Contractor shall verify field fusion quality by making and testing a trial fusion at the start '" of the fusing process and bent strap testing it per ASTM D2657. The City may require the Contractor to randomly cut out completed joints when the pipe is being fused and perform bent strap testing. The Contractor may subcontract with a qualified HDPE pipe installer to perform HDPE pipe fusing and installation. �r If the Contractor proposes a different pipe manufacturer, he shall submit a material specification sheet and shall show that the proposed pipe specifications and quality is equal in .s all respects to the original pipe specifications. The unit bid price for the pipe shall not be changed if the Engineer does not approve a different pipe manufacturer. Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 6 inches above Ow the top of the pipe, and compacted to 95 percent of maximum density per ASTM D 1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install bedding material shall be included in the unit price 4K bid for pipe in place. All excavated material will be loaded and disposed of off-site. This includes all soil, existing aw sanitary sewer pipe, DI water main, and other excavated material. Trench excavation shall be paid for separately. we Import Trench Backfill shall be used as backfill. Payment for Import Trench Backfill shall be included in the unit price for pipe in place. Measurement of 36-In. Diam. HDPE Storm Drain Pipe shall be per linear foot and will be based on linear footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 36-In. Diam. HDPE Storm Drain Pipe shall be at the ai unit bid price per linear foot, which shall be complete compensation shall be for all labor, materials, tools, and equipment necessary to complete the installation; storm sewer trench excavation and dewatering shall be paid for separately. Payment includes furnishing and .t installing storm sewer pipe and fittings; pipe bedding; backfill with import material; compaction; connection to new or existing storm sewers and structures, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts, r and cleaning and testing. 26. Abandon Existing 24-In. Storm Drain Pipe (LF) w, The unit contract price for Abandon Existing 24-In. Storm Drain Pipe will be full compensation for furnishing and hauling all material including CDF and all costs associated with labor, tools, and equipment required to place the material. Abandon Existing 24-In. Storm Drain Pipe shall be measured per linear foot. CAPMX\OutlookJTemp\20aNEW-Special Provs-2006-13Cv02.doc1 41 r Im 27. Temporary Stormwater Diversion (LS) The lump sum contract price for Temporary Stormwater Diversion shall be full payment for all labor, equipment, and materials including, but not limited to, personnel, fuel, monitoring, power, pumps, piping, emergency standby equipment, trenching, and all other work necessary to maintain uninterrupted stormwater services through the construction site from the existing 36-inch-diameter stormwater to the existing 60-inch-diameter stormwater. VW 28. Railroad Crossing Casing,45-In.Diam. (LF) Payment for the Railroad Crossing Casing, 45-In. Diam. will include compensation for all excavation, jacking pits, jacking/boring/tunneling of 45-In. Diam. Casing, furnish 45-In. «. Diam. casing, and furnish 36-In. Diam. HDPE storm drain carrier pipe in the casing, including casing spacers, end seals, link seals, and all appurtenances as required for a complete installation. Measurement for railroad crossings, casings, and boring will be made on a linear-foot basis along the centerline of the pipe between portals. Tunneling,jacking, and boring extensions r. beyond the limits shown shall be considered to be for the Contractor's convenience, unless ordered in writing. 29. Testing Sewer Pipe (LF) Testing of storm and sanitary sewer pipe shall be in conformance with Standard Specification Section 7-17.3(2)A and will be the number of linear feet of completed installation actually tested. •� 30. Manhole,48-In.Diam.(EA) Manholes shall conform to Section 7-05 of the Special Provisions and Standard Specifications. r„■ Manhole 48-In. Diam. shall be per City of Renton Standard Detail B071. Measurement for furnishing and installing Manhole 48-In. Diam. will be per each for each r.. manhole installed in conformance with the Contract Documents. Payment for furnishing and installing Manhole 48-In.Diam.will be made at the unit bid price per each, which payment will be complete compensation for all labor, equipment, materials hauling, dewatering, foundation material, concrete base, precast concrete sections, gaskets, frame and cover, installation,adjustment of frames to grade, appurtenances,connections to new and existing pipes, placement of subsequent backfill materials, compaction, water, cleaning, and testing, etc., ! required to complete all manholes in conformance with the Contract Documents. Structure excavation is included in other bid items. .. 31. Drop Manhole Connection (EA) Outside drop manhole connection shall be constructed in accordance with City of Renton Standard Detail B075. Measurement for furnishing and installing the drop connection will be per each. Payment includes all labor and materials, import backfill materials, and compaction. Excavation is included in other bid items. 32. Remove Existing Manhole (EA) The unit bid price for Remove Existing Manhole will be full compensation for all labor, tools and equipment necessary and incidental to remove and dispose of the manhole, backfill the resultant void with compacted bank run gravel for trench backfill, and salvage all frames and covers. Measurement for Remove Existing Manhole will be per each. r C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 42 r 33. Trench Excavation Incl.Haul (CY) Trench Excavation Incl. Haul includes the trench excavation for the storm drain pipe, sanitary sewer, and water main construction in accordance with the trench limits outlined on the plan drawings. All trench-excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site. Excavation outside the excavation limits shown on.the plan drawings shall be at no additional expense to the City. Trench Excavation Incl. Haul shall be measured by the cubic yard. 34. Contaminated Trench Excavation Incl.Haul (TN) Contaminated Trench Excavation includes the trench excavation of materials characterized as contaminated based on sampling results for the storm sewer, sanitary sewer and water main construction, and in accordance with the trench limits outlined on the plan drawings. This excavated soil shall be managed in accordance with applicable state and federal regulations outlined in the Contract Documents. Handling and disposal of materials shall adhere to all transportation requirements, receive preapproval from a disposal facility, (Waste Management, Missy Boone, 1-425-766-3168), manifesting, and record keeping, etc., as outlined in the Soil Management Plan, Appendix A. The excavations will require a shoring system to limit the volume of excavation. Excavation outside the trench limits shown on the plan drawings shall be at no additional expense to the City. Contaminated Trench Excavation Incl. Haul shall be measured by the ton. 35. Foundation Material (TN) The unit price for foundation material used in the stream channel or trench excavation as shown on the plan drawings will be full compensation for the labor, tools, equipment and materials necessary or incidental to furnish,haul,place and compact the material specified. consist of broken stone sound and resistant to weathering. Broken Foundation material shall g concrete shall not be used. Foundation material shall be 2-inch to 4-inch quarry spalls per Standard Specification Section 9-13.6,or as shown on the plans. This item will also be used in the stream channel and when the bottom of excavations and trenches does not present a stable surface for placement and compaction of backfill or pipe bedding, and overexcavation is approved by the Engineer. Payment to remove, haul, and dispose of unsuitable excavated material shall be included in the unit bid price for unsuitable foundation excavation incl. haul or channel excavation. The actual quantity used in construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. „ Measurement for furnishing and placing Foundation Material will be based on actual tonnage weight as determined by measurement from a certified scale. Payment for Foundation Material will be made at the unit bid price, which payment will be complete compensation for all, labor, materials, equipment, excavation, foundation materials, haul, placement, and compaction required to complete this item of work in conformance with the Contract Documents. Placement of geotextile under the foundation material as shown on the plan drawings shall be included in the unit price for Foundation Material. C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 43 . l r amp 36. Ductile Iron Pipe for Water Main, 12-In. Diam. (LF) The unit price for Ductile Iron Pipe for Water Main, 12-In. Diam. shall be full pay for all work to complete the installation of the water main including cutting existing watermain, aw bedding, .laying, and jointing pipe and fittings, shackles, restrained joints, backfill material and compaction, concrete thrust blockin g, testing, flushin g, disinfecting the pipeline, and cleanup. Trench excavation is excluded for the unit price for Ductile Iron Pipe for Water Main, 12-In. Diam. w. Measurement for Ductile Iron Pipe for Water Main, 12-In. Diam. will be by the linear foot. a. 37. Blowoff Assembly (EA) The payment for the blowoff assembly shall be full pay for furnishing all labor, materials, tools, and equipment necessary to complete each unit according to the City Standard Plan B104, including furnishing and placing the valve,valve box, pipe, tapping the main and "" fittings complete. The assembly shall include furnishing and placing all accessories such as corporation stop, connections to existing piping, gate valves, piping, and appurtenances. Im Blowoff assembly shall be measured per each. 38. Gate Valve, 12-In. (EA) The unit price for Gate Valve, 12-In. shall be full pay for all work to complete the installation `� of the gate valve including bedding,jointing pipe and fittings, all shackles, deadman anchor, backfill material and compaction, blocking of valve, disinfecting, hydrostatic testing, valve box and marker post and connection to existing water main. Measurement of Gate Valve, 12-In. shall be measured per each. 39. Comb. Air Release/Air Vacuum Valve Assembly,2-In. (EA) The unit price per each for the Comb. Air Release/Air Vacuum Valve Assembly, 2-In., specified shall be full pay for all work to furnish and install the valve and chamber complete in conformance with City of Renton Standard Plan B095, including trenching,jointing, pipe, "' fittings, blocking of valve, painting disinfecting, hydrostatic testing, valve box, and connection to water main. .•� 40. Remove Existing Hydrant (EA) The unit contract price per each for Remove Existing Hydrant shall be full pay for all work to remove and salvage the existing hydrant and 6-inch gate valve. 41. Hydrant Assembly (EA) The unit price per each for Hydrant Assembly shall be full pay for all work to furnish and install fire hydrant assembly, including all costs for auxiliary gate valve, shackles, tie rods, "" concrete blocks, excavation, backfill, gravel and painting required for a complete installation of the hydrant assembly as specified. rw Hydrant assembly shall be measured per each. 42. PVC Sanitary Sewer Pipe, 12-In. Diam. (LF) The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for furnishing, hauling, and assembling in place the completed installation, including all fittings, joint materials, bedding, import backfill material, and adjustment of inverts to manholes for the completion of the installation to the required line and grade. Trench excavation shall be measured and paid for separately. C:\PMX\OutlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 44 r 43. Temporary Sanitary Sewer Diversion (LS) The lump sum contract price for Temporary Sanitary Sewer Diversion shall be full payment for all labor,equipment, and materials including, but not limited to personnel,fuel, monitoring,power, pumps, piping, emergency standby equipment,trenching, and all other work necessary to maintain uninterrupted sanitary sewer service through the construction site between existing manholes SSMH6 and SSMH7. 44. Remove Existin g 12-In. Sanitary Sewer Pipe (LF) The unit contract price for Remove Existing 12-In. Sanitary Sewer Pipe will be full compensation for the costs of all labor, tools, equipment and materials necessary or incidental to remove and dispose of the items indicated. Trench excavation shall be measured and paid for separately. Remove Existing 12-1n. Sanitary Sewer Pipe shall be measured per linear foot. 45. Abandon Existing 12-In.Sanitary Sewer Pipe(LF) The unit contract price for Abandon Existing 12-In. Sanitary Sewer Pipe will be full compensation for furnishing and hauling all material including CDF and all costs associated with labor, tools, and equipment required 'to place the material. Abandon Existing 12-In. Sanitary Sewer Pipe shall be measured per linear foot. 46. Television Inspection(LF) The new sewer mains shall be inspected by the use of a television camera before final acceptance. The sewer line shall be cleaned and flushed before performing the video inspection. The video inspection shall be done with a minimum flow of water in the pipe and inspected in the direction of the flow unless otherwise approved by the Owner. The camera shall have rotational capabilities and be used by the operator to provide best views of any nonconforming items. Once the television inspection has been completed, the Contractor shall submit to the Owner the written reports of the inspection plus the videotapes. The videotapes are to be in color and compatible with the Owner's viewing and recording systems. The Owner's system accepts 1/2-inch-wide high-density VHS tapes. The tapes will be run at standard speed SP(1-5/16 I.P.S.). The Contractor shall use TV inspection report forms as considered industry standard and as approved by the Owner, and provide completed forms and video tapes of the completed TV inspection to the Owner. 47. Temporary Relocate Existing 6-In. Side Sewer (LS) During construction of the Outlet Structure, the 6-In. Side Sewer and force main from the Seahawk site shall be relocated as necessary outside of the construction zone. The lump sum unit price shall include all labor, tools, pipe, fittings, and equipment necessary to relocate the existing force main/sewer service and install a temporary sewer service and connect to the existing 12-inch-diameter sanitary sewer and remove temporary side sewer at the completion of the outlet structure. Trench excavation required to expose the side sewer will be measured and paid for separately. 48. PVC Sanitary Side Sewer Pipe,6-In.Diam. (LF) The contract unit price for PVC Sanitary Side Sewer Pipe, 6-In. Diam. will be full pay for installing a new Seahawk site, side sewer pipe, including PVC side sewer pipe, any cleanouts, wyes, caps, and.ring and cover, connection to the new manhole and the existing side sewer not disturbed by construction. Side sewer shall be installed in conformance with City of Renton Standard Plan B078. PVC Sanitary Side Sewer Pipe shall be measured per linear foot. CAPMX\0utlookjTemp\20aNEW-Special Provs-2006-DCv02.doc1 45 49. Erosion/Water Pollution Control (LS) Erosion/Water Pollution Control includes planning, installing, maintaining, and removing temporary erosion control measures needed for project construction. Erosion control consists of all activities needed to prevent soil erosion on the project site, creation of sediment-laden am water, and migration of sediment-laden water into the City drainage system, other water courses, or private property. "" For this type of project typical Erosion Control measures include catch basin protection, cleaning catch basins, filter fabric fencing, and sand bag berms as shown on the plan drawings, at a minimum. Other erosion control measures may be necessary depending on weather and site conditions, including but not limited to filter fabric protection for catch basins, catch basin inserts, filter fabric fences, hay bales, placement of plastic sheets over exposed soil and stockpiles, plastic (SSAS)filter along wetland perimeter, mulching, netting, etc., and any other activities needed to control erosion from the project. The Contractor shall develop a "redlined" erosion control plan and submit it to the City for review and approval. The plan shall be based on the King County Surface Water Design Manual, as adopted by the City of Renton, and proper construction practices. After the VW Man control system is installed, the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment-laden water. All adjustments are considered incidental and no additional payment will be made for adjustments. Payment will be prorated over the construction period. Payment for Erosion Control will be made at the unit bid price, which payment will be considered complete compensation for all design, labor, equipment, and materials required to complete this item of work in accordance with the Contract Documents. 50. Stabilized Construction Entrances (LF) The unit contract price for Stabilized Construction Entrances shall be constructed in conformance with City of Renton Standard Plan B068, maintained for the duration of .� construction activity, and removed following completion of pipeline and structure construction. Lengths and locations of construction entrances are shown on the plan drawings. Stabilized Construction Entrances shall be measured per linear foot. 51. Seeding,Fertilization and Mulching (SY) Seeding, Fertilizing, and Mulching shall be as shown on the Plans and shall meet the requirements of Special Provisions Sections 8-01 and 8-02. This item shall be applied in various locations throughout the Project site as needed, and as directed by the Owner. Depending on site conditions,the amount of this item may vary. Measurement of Seeding, Fertilizing, and Mulching shall be per square yard. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit contract price per square yard for Seeding, Fertilizing, and Mulching shall be full compensation for furnishing all materials, labor, equipment, and supplies necessary to prepare soil and hydroseed areas disturbed by construction. This item shall be applied in various locations throughout the Project site as directed by the Owner. o C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 46 r. r 52. Dewatering (LS) W& Dewatering shall meet the requirements of Special Provisions Section 7-08.3(1)D and Section 8-05. The Contractor shall submit a Dewatering Plan for review and approval by the Owner. The we plan shall be based on the information provided in the Geotechnical Report shown in the Contract Documents, Special Provisions Section 8-05 and proper construction practices. After the dewatering plan is installed, the Contractor shall make any field adjustments = necessary to reduce or eliminate water in the construction area, and any erosion and discharge of sediment-laden water. All groundwater encountered during construction shall flow through on-site settling tank(s) or 4W other approved filtration system prior to discharging into the King County sanitary sewer system if west of BNSF, or to the storm drainage system if east of BNSF, or other area as approved by the Owner. aw All adjustments to the Dewatering Plan are considered incidental and no additional payment will be made for adjustments. .� Measurement of Dewatering shall be per lump sum. The lump sum contract price for Dewatering shall be full compensation for all materials, labor, tools, and equipment required to prepare, furnish, and install dewatering measures as shown on the Plans, and as directed and approved by the Owner, and as specified in the Special Provisions. an Payment for this item will be prorated over the construction period. ift 53. Beam Guard Rail,Type 1 (LF) The unit contract price for Beam Guard Rail, Type 1 shall include all CRT posts, guardrail posts and blocks and all w-beam rail elements installed for a complete installation in conformance with Standard Specification Section 8-11. Beam Guard Rail, Type 1 shall be '� measured per linear foot. 54. Beam Guard Rail Anchor,Type 1 (EA) 'a The unit contract price for Beam Guard Rail Anchor, Type 1 shall include all labor equipment and materials to complete the anchor assembly in conformance with the City of Renton's Standard Plan C006. Beam Guard Rail Anchor,Type 1 shall be measured per each. W9W 55. Chain Link Construction Fence (LF) The unit bid price shall be full compensation for the costs of all labor, tools, equipment, and go materials necessary or incidental to furnish, install, maintain, and remove fences and support structures at locations shown on the plan drawings. The unit contract price for "Chain-Link Fence Type 1" shall be full pay for furnishing and 10 installing the fence complete. 56. Chain Link Fence Type l (LF) ar Chain Link Fence Type 1 shall be in conformance with Standard Specifications Plan Drawing L-10.10-00. Chain Link Fence Type 1 shall be measured per linear foot. �t CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.docl 47 57. Double 20-Ft. Chain Link Gate (EA) Double 20 Ft. Chain Link Gate shall be in conformance with Standard Specifications Plan Drawing L-10.10-00. Double 20-Ft. Chain Link Gate shall be measured per each. 58. Light Loose Rip Rap (TN) The unit contract price for Light Loose Rip Rap shall be full pay for furnishing all labor, tools, equipment, and materials required to construct the riprap protection around the log weirs and u. plunge pools as shown on the plan drawings including all excavation geotextile materials and backfill required. All work in the stream shall meet the permit requirement of the Department of Fish and Wildlife HPA. Light Loose Rip Rap shall be measured by the ton. 59. Quarry Spalls (TN) Quarry Spalls shall consist of broken stone, sound and resistant to weathering. Broken concrete shall not be used. Quarry spalls for channel lining shall be per Standard Specification Section 9-13.6. This item will be used for Quarry Spalls called out for use in the plans, or as directed by the Engineer. .. The actual quantity used in construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. r. Measurement for furnishing and placing quarry spalls will be based on actual tonnage weight as determined by measurement from a certified scale. Payment for Quarry Spalls will be made at the unit bid price, which payment will be t* complete compensation for all, labor, materials, equipment, excavation, foundation materials, haul, placement, water, compaction, removal, and disposal of waste material, etc. required to complete this item of work in conformance with the Contract Documents. Filter fabric shall be considered incidental to bid items for quarry spalls and rip rap. 60. PSIPE (LS) The unit contract price for PSIPE (plant selection including plant establishment) shall be full pay for all materials, labor, tools, equipment, and supplies necessary for weed control within the planting area, planting area preparation, materials, plants, cultivating, compost soil amendment, fine grading, planting, bark mulch, plant storage and protection, fertilizer and root dip, staking, seeding, cleanup, plant replacement, warranty to HPA requirements, and water necessary to complete planting operations as specified. 61. Cement Concrete Driveway (SI) The unit price per square yard for Cement Concrete Driveway shall be full pay for furnishing .. all labor, tools, materials required to construct the driveway at the location shown and in conformance with the plan drawings. Payment shall include excavation, furnish and compact crushed surfacing base course, form placement and removal, cement concrete, concrete aw finishing, and all work for a complete driveway installation. 62. Paint Line (LF) aw The unit contract price for paint line shall consist of replacement of the double yellow centerline, and white edge lines removed during pipeline construction. Paint lines shall be measured per linear foot. C:\PMX\OutlookITemp\20aNEW-Special Provs-2006-DCO2.doc1 48 W 63. Gravity Block Wall (SF) The contract unit price for Gravity Block Wall will be measured by the square foot of completed wall in place at locations shown on the plan drawings. The unit price also includes removal and disposal of the gravity block units at the completion of the project. 64. Log Weirs (EA) The unit price for Log Weirs shall be full pay for furnishing all labor,tools, and materials required to construct the log weirs at the locations shown and in conformance with the plan �+ drawings. The unit price for Log Weirs also includes concrete anchor blocks, excavation and backfill, shims, and bolts for a complete installation. 65: Minor Changes (LS) At the discretion of the Contracting Agency, all or part of this lump sum may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit contract price for Minor Changes is given in the Schedule of Prices and shall not be changed by the bidder. All work and payment under this item must be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications.] ow Payment for this item will only be for the changes and amounts approved by the City. If no changes are authorized under this bid item, final payment for this item will be$0(zero). W1 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General .t Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for"Traffic Control", the work required for this item shall be all items described in Section 1-10, including, but not limited to: ve 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific device and at the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control ww labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to .� specifically pay for this work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or a directed by the engineer and delivering to the City Shops or storing and reinstalling as directed by the Engineer. C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 49 r i 7. Preparing a traffic control plan for the project and designating the person responsible for i traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to na review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. i 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special ar provisions, or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable signs during periods when they are not needed. Im If no bid item "Traffic Control" appears in the proposal then all work required by these sections will be considered incidental and their cost shall be included in the other items of work. i If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services which could not be usually anticipated by a prudent contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such ow items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the we Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the contractor's modification to the traffic control plan(s) appearing in the UK contract shall not be covered by the provisions in this paragraph. If the total cost of all the work under the contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the increase or em decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of Contractor and all methods and equipment used will be subject to the approval of Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices. Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against i Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. �. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: A traffic control supervisor (TCS) shall be on the project whenever traffic control labor is ow required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the contract. During nonwork periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 50 ar 1-10.2(2) Traffic Control Plans Ow Section 1-10.2(2) is supplemented as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of as the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Traffic Control Labor and Procedures and Devices 'r Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic and at pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond .n grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Traffic Control devices Section 1-10.3(3)paragraph 4 is supplemented as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: "w No specific unit of measurement will apply to the lump sum item of "Traffic Control". No adjustment in the lump sum bid amount will be made for overtime work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is replaced with: (******) .r Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: at "Traffic Control", per lump sum. The lump sum contract price shall be full pay for all costs not covered by other specific pay items in the bid proposal for furnishing, installing, maintaining, and removing traffic control devices required at, by the contract and as directed by the Engineer in conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the public. Progress payment for the lump sum item"Traffic Control"will be made as follows: 1. When in initial warning signs for the beginning of the project and the end of construction signs are installed and approved by the Engineer, 30 percent of the amount bid for the item •� will be paid. 2. Payment for the remaining 70 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The item "Traffic Control' will be considered for an equitable adjustment per Section 1-04.6 only 'r' when the total contract price increases or decreases by more than 25 percent. C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCv02.doc1 51 r. w w The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation. Any necessary flaggers will be paid under the item for traffic control. The Lump Sum contract price shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.3(1) and as authorized by the Engineer. .. The Lump Sum contract price shall be full pay for all costs for performing the work described in Section 1-10.3(3)and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of all a� Contracting Agency-furnished signs. The Lump Sum contract price shall be full pay for all costs involved when a person performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. r. The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2). is 1-11 RENTON SURVEYING STANDARDS Section 1-11 is a new section with new subsections: 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to r. practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of r. Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332- 130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land .. Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. w The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at ••r a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document. u. C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 52 s.. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations(benchmark)will be shown on the drawing, as well as a description of any benchmarks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments,measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01,the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument:Any physical object or structure of record which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting"while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. CA Mx\OutlooklTemp\20a NEW-Special Provs-2006-DCO2.doc1 53 r The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North "" orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18-inch by 24-inch Mylar and will comply with all provisions of Chapter 58.09 RCW A photographic Mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22-inch by 34-inch Mylar, and the original or a photographic Mylar thereof will be submitted to the City of Renton. r The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a r symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation(if applicable)values, all in ASCII format, on IBM PC compatible media. .. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Section 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, specifications, and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. ,,. All points occupied or back sighted in developing radial topography or establishing baselines for station—offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section I-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography �. Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 foot or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation UL differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 foot. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. C:\PMX\OutfookITemp\20aNEW-Special Provs-2006-DCO2.dod 54 r 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, .i TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the jW improvements being "as-built." The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "as-builting" surveyor is therefore required. .r All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the"as built." The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all "as-built"surveys. ,r 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1)herein. All non corner monuments, as defined in I-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls with in a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the .r monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency lot (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection, PI, for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. sit For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), Vt one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the City. go 1-11.2 Materials 1-11.2(1) Property/Lot Corners of Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined W by the surveyor at the time of installation. • CAPMX\OutlookjTemp\20a NEW-Special Provs-2006-DCO2.doc 1 55 1-12 SOIL SAMPLING AND ANALYSIS Section 1-12 is a new section with subsections: 1-12.1 Description The potential exists for encountering soils and or groundwater contaminated with polynuclear aromatic hydrocarbons (PAHs) and PCPs on the Seahawk site. Prior to pipeline and outlet structure construction, the Contractor shall sample soils below the indicator fabric or geomembrane ` environmental cap at locations selected by the Engineer. Samples shall be evaluated for PAHs and PCPs by Method 8270. Identification of areas of soil and or groundwater contamination will be made through observations and through the sampling process. i All construction work on the Seahawk site shall comply with the Health and Safety specification and applicable sections of the Soil Management Plan, October 2006. Copies of these documents are included in Appendix A. 1-12.4 Measurement Soil Samples and Analysis shall be measured per each for each sample collected, transported to an approved laboratory, and evaluated for PAHs and PCPs tested. 1-12.5 Payment The unit price for Sampling and Analysis shall be full pay for all labor, equipment, and material ir. required to excavate, penetrate environmental cap, collect, transport, analyze samples, backfill sample location and restore site to pre-sample condition. END OF DIVISION 1 r C:\PMX\OutlookjTemp\20aNEW-Special Provs-2006-DCv02.doc1 56 r DIVISION 2 .. EARTHWORK 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. W The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' r written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications,these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris .r Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. .r 2-01.4 Measurement Section 2-01.4 is supplemented as follows: No separate measurement for payment will be made for Removal of Structures and Obstructions, but will be considered incidental to other bid items. 2-01.5 Payment Section 2-01.5 is supplemented as follows: (******) The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described "G herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. r 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3) is revised and supplemented as follows: Item"1." Is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces r• to some off-project site. r C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCv02.doc1 57 .r r The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. r 2-02.3(4)A Saw Cutting(Project No. SWP _) Section 2-02.3(4)A is a new section: Where shown on the Plans or where directed by the Engineer, the Contractor shall make a neat vertical saw cut at the boundaries of the area to be removed. Care shall be taken saw cutting so as not to damage any of the existing asphalt concrete to remain in place.Any pavement damage r. by the Contractor due to his/her operations shall be repaired or replaced by the Contractor at his/her own expense. Existing pavement shall be precut before commencing excavation, and shall be removed, as required, for the construction. All cuts shall be continuous, and shall be made with saws specifically equipped for this purpose. No skip cutting will be allowed. Any pavement which is damaged outside the allowable trench widths, as shown on the Plans, shall be repaired entirely at the Contractor's expense. Wheel cutting or jack hammering will not be considered an acceptable means of pavement "cutting," unless preapproved by the Engineer. However, even if preapproved as a method of r. cutting, or if the Engineer directs the Contractor to utilize this method of cutting, no payment will be made for this type of work, but rather, it shall be considered incidental to the contract bid items and no additional compensation will be allowed, and as such, merged in the various unit prices bid in the Proposal. 2-02.4 Measurement Section 2-02.4 replaces the existing section: Saw cutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the saw cut, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall be included in other items of Work. Measurement for"Cold Mix"will be by the ton. 2-02.5 Payment Section 2-02.5 is supplemented by adding: "Saw Cutting",per Linear Foot. .. "Cold Mix", per Ton "Remove Asphalt Concrete/Cement Concrete Pavement", per square yard. Payment for Cold Mix will be made in accordance with Section 1-04 and will be full compensation for all costs associated with the placement of the Cold Mix and removal of the material in its entirety before asphalt concrete pavement is placed. All costs related to the removal and disposal of structures and obstructions including excavation, backfilling and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. C:\PMX\Outlook1Temp\20a NEW-Special Provs-2006-DCO2.doc1 58 All costs for saw cutting includes all work and equipment to saw cut the existing asphalt and concrete pavement at locations shown on the plan drawings or where required and approved by the Engineer. The unit bid price shall be considered complete compensation for all labor, equipment, and materials to complete this item of work in accordance with the Contract Documents. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: Channel excavation shall include the removal of all materials excavated from within the limits shown on the plans. Excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in grade. The contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash and other debris until final acceptance of the Work. Stream gravel shall be placed in the excavated channel and in the outlet structure as shown on the plan drawings. Stream gravel shall be a naturally occurring material as specified in Section 9-03.2, •• Stream Gravel. The Contractor shall provide temporary drainage or protection to keep the subgrade free from so standing water. The Contractor shall construct road detours for traffic movement through the Ripley Lane roadway construction area in conformance with the Contract Documents. The detour shall provide a minimum so of one traffic lane in each direction during non-construction periods. 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at .n the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the engineer. Measurement of Channel Excavation Incl. Haul will be by the cubic yard based on neat line and the alignment, profile, grade, and sections shown in the Plans. Any overexcavation not specifically authorized by the Engineer, shall be replaced with Gravel Borrow and compacted by Method C outlined in the Standard Specification Section 2-03.3(14)C at no expense to the City. r CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCW2.doc1 59 r ,r. Measurement for Unsuitable Foundation Excavation Incl. Haul will be by the cubic yard in place of material actually removed as directed by the Engineer.Any overexcavation not specifically authorized by the Engineer, shall be replaced with foundation material at no additional expense to the City. .. Measurement for Stream Gravel Incl. Haul will be by the ton. Measurement for Gravel Borrow Incl. Haul will be by the ton. .. 2-03.5 Payment Section 2-03.5 is revised as follows: r Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. Payment will be made for the following bid items when they are included in the Proposal: r" "Ripley Lane Roadway Detours",per each. "Channel Excavation Incl. Haul", per cubic yard. "Unsuitable Foundation Excavation Incl. Haul", per cubic yard. �. "Gravel Borrow Incl. Haul",per ton. "Stream Gravel Incl. Haul",per ton. When the Engineer orders excavation below subgrade, the payment will be in accordance with the item "Unsuitable Foundation Excavation Incl. Haul". The unit price for Channel Excavation shall be full compensation for the costs of all labor, tools, and equipment for excavating, grading, loading, hauling, and disposing of the material in conformance with the Contract Documents. All work in the stream shall meet the permit requirements of the Department of Fish and Wildlife HPA. r.. The unit price for Gravel Borrow shall be full compensation for the costs of all labor, tools, and equipment and materials necessary or incidental to furnish and place the material for embankments in conformance with the Contract Documents. The unit price for Unsuitable Foundation Excavation Incl. Haul will be full compensation for the costs of all labor, tools, equipment, and materials necessary or incidental to remove, load, haul, and dispose of the unsuitable material off-site at a Contractor-obtained legal disposal site. ■r The unit price for Stream Gravel shall be full compensation for all costs incurred for all material, labor, and equipment necessary or incidental to excavate, load, haul, and place the material in conformance with the Contract Documents.All work in the stream shall meet the permit requirement of the Department of Fish and Wildlife HPA. The lump sum price for"Ripley Lane Roadway Detours" shall be full pay for all costs associated with providing all materials, constructing, maintaining, and removing the roadway detours excluding gravity block walls. Gravity block walls required for detour construction shall be paid for under Section 8-24. Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. 2-04 HAUL 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of work. r CAPMX\OutlookjTemp\20aNEW-Special Provs-2006-DCO2.doc1 60 W 2-06 SUBGRADE PREPARATION ow 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2-09 STRUCTURE EXCAVATION 2-09.1 Description ,. Section 2-09.1 is supplemented by adding the following: This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be 'O included in the unit contract price for structure excavation, Class A or B. The third paragraph is replaced with: r If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the work. 2-09.3(5) Contaminated Structure Excavation Class B Incl. Haul Section 2-09.3(5) is an added new section: r Contaminated Structure Excavation Class B includes the excavation for the outlet structure and manhole of materials characterized as contaminated based on sampling results. This excavated soil shall be managed in accordance with applicable state and federal regulations outlined in the Contract Documents. Handling and disposal of materials shall adhere to all transportation requirements, receive preapproval from a disposal facility(Waste Management, Missy Boone, 1-425-766-3168), manifesting, and record keeping, etc., as outlined in the Soil Management Plan, Appendix A. The excavations will require a structural shoring/sheeting system to limit the area/volume of excavation. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: Gravel backfill. Gravel backfill except when used as bedding for culvert, storm sewer, sanitary sewer, manholes, and catch basins, will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with Section 1-09.2. Contaminated Structure Excavation Cl. B shall be measured by the ton. r C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 61 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: Payment will be made for the following bid items when they are included in the proposal: "Contaminated Structure Excavation Class B Incl. Haul", per ton. "Structure Excavation Class B Incl. Haul", per cubic yard. Payment for reconstruction of surfacing and paving within the limits of structure excavation will be at the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the plans, the unit r,. contract price per cubic yard for "Structure Excavation Class B Incl. Haul" or "Contaminated Structure Excavation Class B Incl. Haul" will apply. But if the Contractor excavates deeper than the plans or Engineer requires, the Contracting Agency will not pay for material removed from below the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace such material with concrete or other material the Engineer approves.. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of work if "Structure Excavation Class B Incl. Haul" or "Contaminated Structure Excavation Class B Incl. Haul"are not listed as pay items in the contract. "Shoring or Extra Excavation Class B", per lump sum. r The lump sum contract price shall be full pay for all excavation, backfill, and compaction. MW "Gravel Backfill (Kind) for(Type of Excavation)", per cubic yard or per ton. "Controlled Density Fill", per cubic yard. When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of r the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. i. END OF DIVISION 2 No IM r C:\PMX\OutlookjTemp\20aNEW-Special Provs-2006-DCO2.doc1 62 �r DIVISION 5 r SURFACE TREATMENTS AND PAVEMENTS r 5-04 HOT MIX ASPHALT 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: 1. Nonstatistical HMA Evaluation. The contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The •0 contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. • The mix design will be the initial job mix formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and r may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing HMA Mixture Item 1 is deleted and replaced with the following: r 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. • Nonstatistical evaluation will be used for the acceptance of HMA. r Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted_ r 5-04.5(1)A Price Adjustments for Quality of HMA Section is deleted and replaced with: ow Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor'T' ' All aggregate passing: 1-%" 1", 3/4" %",3/8" and No. 4 sieves 2 All aggregate passing No. 8,No 16,No. 30,No. 50,No. 100 3 All aggregate passing No. 200 sieve 20 Asphalt binder 52 r C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCv02.docl 63 �r r. s A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. ,r 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1- 06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. rr 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. �., When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor(NCFM)will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. r If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. „w 5-04.5(])A Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: va The maximum CPF of a compaction lot is 1.00. For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus VM 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. r an r r C:\PMX\Outlook1Temp\20a NEW-Special Provs-2006-DCO2.doc1 64 VW 40 ow 5-06 TRENCH RESTORATION AND OVERLAY (moved from 8-20.3) New Section Added: CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS Amended April 4, 2005 by Ordinance 5131 .r SECTION 1 PURPOSE The purpose of this code section is to establish guidelines for the restoration of City streets disturbed •• by installation of utilities and other construction activities. Any public or private utilities, general contractors, or others permitted to work in the public right-of-way will adhere to the procedures set forth in this policy. SECTION 2 DEFINITIONS Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer, "D or their designated representative. SECTION 3 HOURS OF OPERATIONS .r Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer. no SECTION 4 APPLICATION 1. The following standards shall be followed when doing trench or excavation work within .r the paved portion of any City of Renton right-of-way. 2. Modifications or exemptions to these standards may be authorized by the Planning/Building/Public Works Administrator, or authorized representative, upon written request by the permittee, their contractor or engineer and demonstration of an equivalent alternative. we SECTION 5 INSPECTION The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of-pavement) • overlay is required due to changes in the permit conditions such as,but not limited to the following: 1. There has been damage to the existing asphalt surface due to the contractor's equipment. so 2. The trench width was increased significantly or the existing pavement is undermined or damaged. we 3. Any other construction related activities that require additional pavement restoration. SECTION 6 CITY OF RENTON STANDARDS • 1. All materials and workmanship shall be in accordance with the City of Renton Standard and Supplemental Specifications (current adopted version)except where otherwise noted in these Standards. Materials and workmanship are required to be in conformance with standards for the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the r CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 65 *• Washington State Chapter of the American Public Works Association (APWA) and the Washington State Department of Transportation (WSDOT) and shall comply with the most current edition, as modified by the City of Renton Supplemental Specifications. r An asphalt paver shall be used in accordance with Section 5-04.3(3) of Standard Specifications. A "Layton Box" or equal may be used in place of the power- propelled paver. Rollers shall be used in accordance with Section 5-04.3(4) of the Standard Specifications. "Plate Compactors" and "Jumping Jacks" SHALL NOT be used in lieu of rollers. .. 2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details, unless modified by the City Permit. Surfacing depths shown in the Standard Details are minimums and may be increased by the Engineer to meet traffic loads or site conditions. SECTION 7 REQUIREMENT FOR PATCHING, OVERLAY,OVERLAY WIDTHS All trench and pavement cuts shall be made by saw cut or by grinding. Saw cuts or grinding shall be a minimum of one foot (1') outside the trench width. The top two inches (2") of asphalt shall be ground down to a minimum distance of one foot (1') beyond the actual outside edges of the trench and shall be replaced with two inches (2") of Class B asphalt, per City of Renton Standards. At the discretion of the engineer, a full street width overlay may be required. Lane-width or a full street-width overlay will be determined based upon the location and length of the proposed trench within the roadway cross-section. Changes in field conditions may warrant implementation of additional overlay requirements. •• 1. Trenches (Road Crossings): a The minimum width of a transverse patch (road crossing) shall be six and one-half feet(6.5'). See City of Renton Standard Plan Drawing#HR—23 (SP Page: H032A). b Any affected lane will be ground down two inches (2") and paved for the entire width of the lane. s c Patch shall be a minimum of one foot (1') beyond the excavation and patch length shall be a minimum of an entire traveled lane. d If the outside of the trenching is within three feet (3') of any adjacent lane line, the entire adjacent traveled lane affected will be repaved e An area including the trench and one foot (1') on each side of the trench but not less than six and one half feet(6.5')total for the entire width of the affected traveled lanes will be ground down to a depth of two inches (2"). A two-inch (2") overlay of ow Class B asphalt will be applied per City standards. 2. Trenches Running Parallel With the Street: to a The minimum width of a longitudinal patch shall be four and one-half feet (4.5'). See City of Renton Standard Plan Drawing#HR-05 (SP Page H032). No b If the trenching is within a single traveled lane, an entire lane-width overlay will be required. r C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 66 rw r c If the outside of the trenching is within three feet (3') of any adjacent lane line, the entire adjacent traveled lane affected will be overlaid. d If the trenching is greater than, or equal to 30 percent of lane per block (660-foot maximum block length), or if the total patches exceed 12 per block, then the lanes affected will be overlaid. Minimum overlay shall include all patches within the block section. r e The entire traveled lane width for the length of the trench and an additional ten feet (10') at each end of the trench will be ground down to a depth of two inches (2"). A two-inch (2") overlay of Class B will be applied per City standards. r 3. Potholing: Potholing shall meet the same requirements as trenching and pavement restoration. r Potholing shall be a minimum of one foot (1') beyond the excavation. All affected lanes will be ground down to a depth of two inches (2") and paved not less than six and one half feet(65)wide for the entire width of the lane. Potholes greater than five feet(5') in length, width or diameter shall be restored to trench restoration standards. In all cases, potholes shall be repaired per Renton Standard Plan # HR05 (SP Page H032). Restoration requirements utilizing vactor equipment will be determined by the engineer. ow SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING The contractor in all cases can remove the pavement in the replacement area instead of grinding out r the specified two inches (2") of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION REQUIREMENTS 1. Trench restoration shall be either by a patch or overlay method, as required and indicated .. on City of Renton Standard Plans#HR-05,HR-23, and HR-22 (SP Pages#H032, H032A, and H033). 2. All trench and pavement cuts, which will not be overlaid, shall be made by saw cut or grinding. Saw cuts shall be a minimum of two feet (2') outside the excavated trench width. r 3. All trenching within the top four feet (4') shall be backfilled with crushed surfacing materials conforming to Section 4-04 of the Standard Specifications. Any trenching over four feet (4') in depth may use materials approved by the Engineer or Materials Lab for backfilling below the four-foot (4') depth. If the existing material (or other material) is or determined by the Engineer to be suitable for backfill, the contractor may use the native material, except that the top six inches (6") shall be crushed surfacing top course material. The trench shall be compacted to a minimum ninety-five percent (95%) density, as described in Section 2-03 of the Standard Specifications. In the top six feet "" (6') of any trench, backfill compaction shall be performed in eight to 12-inch (8" to 12") lifts. Any trench deeper than six feet(6') may be compacted in 24-inch lifts, up to the top six-foot(6')zone. ON All compaction shall be performed by mechanical methods. The compaction tests may be performed in maximum four-foot(4')vertical increments. The test results shall be r Cr to the Engineer for review and approval prior to paving. The number and location of tests required shall be determined by the Engineer. r C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 67 Ir i 4. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix (cold mix), Asphalt Treated Base (ATB), or steel plates, as approved by the Engineer. ATB used for temporary restoration may be dumped directly into the trench, bladed out and rolled. After rolling, the trench must be filled flush with asphalt to provide a smooth riding surface. If the temporary restoration does not hold up, the Contractor shall repair the patch within eight hours of being notified of the problem by the City. This requirement applies 24 hours per day, seven days a week. In the event that jr the City determines to repair the temporary patch,the contractor shall reimburse the City in an amount that is double the City's cost in repairing the patch, with the second half of the reimbursement to represent City overhead and hidden costs. 5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required and indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP Pages #H032, H032A, and H033) or as directed by the Engineer. The grade of asphalt shall be AR-4000W. The materials shall be made in conformance with Section 9-02.1(4) of the Standard Specifications. t 6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the Standard Specifications. Tack shall be applied as specified in Section 5-04 of the Standard Specifications. 7. Asphalt Concrete Class E or Class B, shall be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers of asphalt concrete shall be displaced laterally a minimum of twelve inches (12"), unless otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. All street surfaces,walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides asmooth-riding connection and expeditious drainage flow for the newly paved surface. LFeathering and shimming shall not decrease the minimum vertical curb depth below four inches(4")for stormwater flow. The Engineer may require additional grinding to increase the curb depth available for stormwater flow in areas that are inadequate. Shimming and feathering, as required by the Engineer, shall be accomplished by raking out the oversized aggregates from the Class B mix as appropriate. s jr Surface smoothness shall be per Section 5-04.3(13)of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The actual depths of asphalt and the work to be performed shall be as required and indicated on City of Renton Standard Plans#HR-05, HR-23,and HR-22(SP Pages#H032,H032A, and H033). Compaction of all lifts of asphalt shall be a minimum ninety-two percent(92%)of density as determined by WSDOT Test Method 705. The number of tests required shall be determined by the Engineer. Testing shall be performed by an independent testing lab with the results being supplied to the Engineer. Testing is not intended to relieve the contractor from any liability for the trench restoration. It is intended to show the inspector, and the City, that the restoration it meets these specifications. 1 8. All joints shall be sealed using paving asphalt AR-4000W. CAPMX\OutlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 68 w W 9. When trenching within the unpaved roadway shoulder(s), the shoulder shall be restored so to its original condition, or better. 10. The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen 15)working days after first opening the trench. This time frame may be adjusted if delays are due to inclement paving weather or other adverse conditions that may exist. However, delaying of final patch or overlay work is subject to the Engineer's approval. The Engineer may deem it necessary to complete the work within the fifteen (15) r working day time frame and not allow any time extension. Should this occur, the Contractor shall perform the necessary work, as directed by the Engineer. H. A City of Renton temporary Traffic Control Plan (from Renton Transportation s Engineering) shall be submitted and approved by the Engineer a minimum of three (3) working days prior to commencement of work. SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The Permittee will be required to remove utility locate marks on sidewalks only within the Downtown 1W Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. END OF DIVISION 5 r .w r rr r r r • r CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 69 r. DIVISION 6 STRUCTURES w 6-02 CONCRETE STRUCTURES 6-02.3 Construction Requirements .. 6-02.3(1) Classification of Structural Concrete Section 6-02.3(1) is supplemented with the following: Concrete Class 4000 shall be placed in the "Outlet Structure" in accordance with the requirements of Section 6-02 of the Standard Specifications and these Supplemental Specifications. 6-02.3(2) Proportioning Materials Section 6-02.3(2) is supplemented with the following: Concrete materials for this project shall be proportioned in accordance with Section 6-02.3(2) of the Standard Specifications. 6-02.3(2)A Contractor Mix Design The first paragraph of Section 6-02.3(2)A is revised as follows: The Contractor shall submit a mix design for the appropriate class of concrete, as shown in the .. Plans and Specifications, for approval by the Engineer. 6-02.3(2)B Commercial Concrete .. Section 6.02.3(2)B is hereby deleted in its entirety. 6-02.3(3) Admixtures Section 6-02.3(3)is revised as follows: The Contractor may elect to use air-entrainment for concrete below the finished ground line. 6-02.3(4) Ready-Mix Concrete 6-02.3(4)C Consistency The first paragraph of Section 6-02.3(4)C is revised to read as follows: The maximum slump for vibrated concrete shall be 3 inches, with a 1-inch tolerance. u. The final paragraph of Section 6-02.3(4)C is revised to read as follows: .. If the Contractor is unable to provide a concrete with a workable consistency, a water-reducing admixture may be used provided the batch meets the slump limit and complies with the proportions required in Section 6-02.3(2)A. aw ow C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.docl 70 r W 6-02.3(17) Falsework and Formwork a' Section 6-02.3(17) is replaced with the following: Contractor is entirely responsible for the design and construction of the formwork used in this project. No submittals are required. 6-02.3(17)0 Early Concrete Test Cylinder Breaks Section 6-023(17)0 is revised as follows: Early cylinders are defined as all cylinders tested in advance of the design age of 28 days whose purpose is to determine the in-place strength of concrete in a structure prior to applying loads or stresses. The fabrication, curing, and testing of the early cylinders shall be the responsibility of the Contractor. .r 6-02.3(24) Reinforcement Section 6-02.3(24) is replaced with the following: (* ****) r Steel reinforcing bars for this project shall be Grade 60. Steel reinforcing bars shall be furnished and placed as detailed in the Plans in accordance with Section 6-02.3(24), subsections A through H, and Section 9-07 of the Standard Specifications and with these Supplemental Specifications. Before ..r delivery of the reinforcing bars, the Contractor shall submit to the Engineer two copies of the bar list and bending diagram for approval. 6-02.5 Payment Section 6-02.5 is replaced with the following: Concrete structures for the "Outlet Structure" shall be considered incidental to and paid for as part of the lump sum bid item for this structure. 6-03 STEEL STRUCTURES .. 6-03.1 Description Section 6-03.1 is replaced with the following: Furnishing, fabricating, galvanizing and installing Drainage Structure steel structural elements shall be as detailed on the Plan Drawings. 6-03.2 Materials Section 6-03.2 is replaced with the following: .r Materials shall meet the requirements of the following sections as modified by these Special Provisions: Structural Steel and Related Materials 9-06 Grating, Steel Supports and Edge Angles 9-05.16 Galvanizing 9-05.16 and 9-06 s Structural and miscellaneous steel including structural shapes, plates, fasteners, gratings, ladder rungs and embedded items shall be classified as Structural Carbon steel. ow CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 71 r I= No 6-03.3 Construction Requirements 6-03.3(7) Shop Plans r Section 6-03.3(7) is replaced with the following: The Contractor shall submit for approval all shop detail plans for steel fabrications and grating for the so Drainage Structure. Shop drawings shall be submitted per Section 1-06.7. 6-03.5 Payment to Section 6-03.5 is supplemented with the following: The lump sum bid price in the Proposal for "Outlet Structure" shall include structural steel support ow beams, embedded edge angles, grating, access ladder rungs and all other steel items for a complete installation. The lump sum price also includes connection to new and existing piping and stream gravel. The lump sum price excludes all structural excavation, but includes all backfill, compaction, and foundation materials. aw 6-05 PILING ow 6-05.1 Description Section 6-05.1 is supplemented with the following: ,,. Work in this section includes concrete filled steel pipe piling to be used for the support of the new drainage structure. 6-05.3 Construction Requirements 6-05.3(8) Pile Tips and Shoes Section 6-05.3(8)is supplemented with the following: Steel pipe piling shall be supplied with steel plate pile tips as shown on the Drawings, or at Contractor's option,premanufactured pile tips of a type denoted in the Qualified Products List, or pile ~' tips approved by the Engineer on the basis of submittal. 6-05.3(9) Pile Driving Equipment 6-05.3(9)B Pile Driving Equipment Minimum Requirements Section 6-05.3(9)B is supplemented with the following: No water jets shall be used without specific approval of the Engineer. Pile driving shall comply with the requirements of the HPA, see Appendix E. 6-05.3(10) Test Piles Section 6-05.3(10) is hereby deleted in its entirety. 6-05.5 Payment Section 6-05.5 is replaced with the following: Piling for the support of the "Outlet Structure" shall be considered incidental to and paid for as part of the lump sum bid item for this structure. C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-13Cv02.doc1 72 r 6-07 PAINTING ow Section 6-07 is hereby deleted in its entirety. END OF DIVISION 6 r s ..r CAPMX\0utlookjTemp\20a NEW-Special Provs-2006-13Cv02.docl 73 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,WATER MAINS, AND CONDUITS 7-04 STORM SEWERS 7-04.1 Description Section 7-04.1 is supplemented with the following: °i Furnishing and Jacking 45-Inch Diam. Steel Casing The Contractor shall conform to all federal, state, and local laws and regulations pertaining to tunneling. Before the start of the work, submit satisfactory evidence to the Engineer that all insurance coverage aw requirements called for in the various permits have been complied with. All proposed construction methods and materials shall be approved by the Engineer before the start of construction. I. A steel casing shall be furnished and installed by jacking, auguring or a combination of both methods. The pipe installation method shall not interfere with railroad traffic or damage the railroad facilities. Prior to installation, the Contractor shall submit an outline of the construction procedures to the Engineer. The outline shall include the following: aw 1. Plan view and elevation view including: ow a) Dimensions of pit. b) Shoring, bracing, struts,walers, or sheet pile, and size and type of casing. a c) Method and equipment used to control both the horizontal and vertical direction of the jacking, auguring, or combination of both. Im 2. Proposed methods of jacking the casing including: a) The jacking system. an b) A detail of the separator-cushion at the end of the casing against which the jacking force will be applied. so c) The support system behind the jack, and the support system under the jack and bottom of Pit. so The shoring and jacking pit plan shall be prepared by and bear the seal and signature of a licensed professional engineer. Submittal shall be made within a minimum of 15 days prior to the anticipated No construction. Construction shall not begin until the construction procedures and plan drawings have been approved by the Engineer. IN Approval by the Engineer shall not relieve the Contractor of responsibility for the sufficiency of the shoring and jacking pit plans. The Contractor alone shall be responsible for worker safety and the State assumes no responsibility. .. CA\PMX\0utlook1Temp\20a NEW-Special Provs-2006-DCO2.doc1 74 r. W 7-04.2 Materials ow Section 7-04.2 is supplemented with the following: High Density polyethylene pipe(HDPE) 9-05.21 The 45-inch-diameter steel casing material and specifications shall conform to ASTM A53 or ASTM A252. The Contractor shall furnish pipe thick enough to withstand the forces exerted by jacking operations as well as those exerted by the earth during installation. The casing pipe shall have a minimum wall thickness of 5/8-inch. The second paragraph of Section 7-04.2 is revised replaced as follows: • The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform ,.. field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor's own expense. • 7-04.2(2) Temporary Stormwater Diversion Section 7-04.2(2) is an added new section: It shall be the Contractor's responsibility to maintain operation of the existing storm sewer system • crossing the site throughout the duration of the project without any disruption of service. Surface water flow from Gypsy Creek passes under the BNSF Railway via a 24-inch culvert and connects to the 60-inch storm sewer via a 36-inch storm sewer. .� Flows range between 0 and 35 cfs with up to 45 cfs passing through the 24-inch cp under surcharged conditions. The Contractor may construct a flow diversion system as shown on the plan drawing or install a combination pumping and/or gravity flow system. Point of discharge is restricted to that • portion of the Seahawk site easterly of the Chain Link Construction limits shown on the plan drawings. y If bypass pumping is provided, it shall be scheduled for continuous operation with backup equipment available at all times for periods of maintenance and refueling or failure of the primary bypass pump(s) or diversion system. r The Contractor's bypass operation shall be sized to handle, at a minimum, the full pipe capacity. The Contractor shall submit a Temporary Stormwater Diversion Plan in accordance with Section 1-05. The Contractor's plan shall be reviewed by the City before the plan is implemented. The review of • the flow diversion plan shall in no way relieve the Contractor of his responsibility or public liability. 7-04.3 Construction Requirements r" Section 7-04.3 is supplemented with the following: Jacking, auguring, or combination of both operations shall be conducted to prevent caving ahead of the pipe which will cause voids outside of the pipe. The final location of the four 45-inch casings shall be within a 0.3-foot vertical and 0.5-foot horizontal tolerance of plan dimensions. rr CAPMX\Outlook1Temp\20aNEW-Special Provs-2006-13Cv02.doc1 75 t� l • E r is Removal of the material from the pits by washing or sluicing will not be permitted. After the casing pipe is jacked in place, the inside shall be thoroughly cleaned free from grease, dirt, rust, moisture, or other deleterious contaminants. All welding on the steel casing pipe shall be done by a certified welder and shall meet the requirements specified in Section 6-03.3(25). When obstructions are encountered (e.g., including but not limited to, boulders, logs, old foundations), the Contractor shall notify the Engineer promptly. The removal of such obstructions shall be done by force account as approved by the Engineer in accordance with Section 1-09.6. 7-04.3(4) Abandon Existing 24-In. Diam. Storm Drain Pipe Where shown on the Plans or designated by the Engineer, existing pipe to be abandoned in place shall be completely filled with controlled density fill(WSDOT 2-09.3[1]E)for the entire length of pipe specified. The ends of each pipe run shall be plugged thoroughly. All pipe ends shall be plugged as t specified in Section 7-08.3(4)(Plugging Existing Pipe). )• is 7-04.4 Measurement The first paragraph of Section 7-04.4 is revised as follows: (******) - The length of storm drain pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole or from the center of catch basin to center of catch basins and similar type structures. Measurement for"Abandon Existing 24-In. Diam. Storm Drain Pipe"will be by the linear foot. Section 7-04.4 is supplemented with the following: (******) Measurement for railroad crossing, casing, and boring will be made on a linear foot basis along the centerline of the pipe or conduit between portals. Tunneling,jacking, and boring extensions beyond the limits shown shall be considered to be for the Contractor's convenience,unless ordered in writing. No specific measurement shall apply to the lump sum item "Temporary Stormwater Diversion". `rr 7-04.5 Payment The second and third paragraphs of Section 7-04.5 are revised as follows: (******) The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all work to complete the installation, including adjustment of inverts to manholes. When no bid item "gravel backfill for pipe bedding" is included in the Schedule of Prices, pipe bedding, as shown in the plans, shall be considered incidental to the pipe and no additional payment shall be made. Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe,and no additional compensation will be allowed. Section 7-04.5 is supplemented with the following: (******) "36-In. Diam. FIDPE(DR21) Storm Drain Pipe", per linear foot. "Railroad Crossing Casing,45-In. Diam.", per linear foot. "Testing Sewer Pipe",per linear foot. "Temporary Stormwater Diversion", per lump sum. "Abandon Existing 24-In. Diam. Storm Drain Pipe", per linear foot. The unit contract price for"Abandon Existing 24-In. Diam. Storm Drain Pipe"shall be full pay for all work including all costs associated with furnishing and hauling the materials, including CDF, and all costs associated with the labor and equipment required to place the material. CAPMX\OutlookJTemp\20aNEW-Special Provs-2006-13Cv02.doc1 76 Payment for"Railroad Crossing Casing, 45-In. Diam."will be made on a linear foot basis. Payment will include full compensation for all excavation, shafts, portals, jacking pits, casing and furnish 36-inch-diameter HDPE storm sewer carrier pipe in the casing, including pipe spacers, end seals, link seals, and all appurtenances as required for a complete installation. Testing of storm and sanitary sewer pipe shall be in conformance with Standard Specification Section 7-17.3(2)A and will be the number of linear feet of completed installation actually tested. The lump sum contract price for Temporary Stormwater Diversion shall be full payment for all labor, equipment, and materials, including but not limited to, personnel, fuel, monitoring, power, pumps, piping, emergency standby equipment, trenching, and all other work necessary to maintain uninterrupted stormwater services through the construction site. 7-05 MANHOLES,INLETS, CATCH BASINS,AND DRYWELLS 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: All manholes shall have eccentric cones and shall have ladders. Sanitary sewer pipe to manhole connections shall be"Kor-n-Seal"boot or approved equal. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: (******) Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the construction plans, Manhole ring and covers shall be adjusted to the finished elevations per standard detail BR29, SP Page 13074, prior to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6"above grade. In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: Manholes, catch basins and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCW2.doc1 77 Iis Irs established by the contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron r frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the r frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. !r Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: Adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(2) Abandon Existing Manholes Section 7-05.3(2)is revised as follows: Where it is required that an existing manhole be abandoned, the structure shall be broken down to a �r depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3) is supplemented by adding the following: Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the engineer or where shown on the plans, additional structure channeling will be required. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to "Kor-n-Seal" boots. Existing sanitary sewer manholes shall be cleaned. Repaired, and rechanneled as necessary to match the new pipe configuration and as shown on the construction plans. r E CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCv02.docl 78 V ■r A "connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins or curb inlets. r Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.3(5) Manhole Coatings .� Section 7-05.5 is an added new section: All new sanitary sewer manholes shall be coated as specified below. The following coating system specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes. Coating Material: High Solids Urethane r Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep or brush off blast) Application: Shop/Field 1„ The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield(2.0 mils DFT) Finish:Two or more coats of Wasser MC-Aroshield(min. 4.0 mils DFT) as Color: White 7-05.3(6) Removal of Sanitary Sewer Manhole u. Section 7-05.3(6) is an added new section: The Contractor shall remove sanitary sewer manholes as described in the Plans or as designated by the Engineer. The resultant void shall be backfilled with compacted bank run gravel for trench 1D backfill (Section 9-03.19). All frames and covers shall remain City property and will be salvaged as specified in Section 2-02.3(9), Salvage. ..r 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. Measurement for Remove Existing Manhole will be per each. we Connection to existing pipes and structures shall be incidental. s .r • C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 79 i �• 7-05.5 Payment Section 7-05.5 is supplemented as follows: If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices, then the work will be considered incidental and its cost should be included in the cost of the pipe. I ho "Remove Existing Manhole", per each. The unit bid price for Remove Existing Manhole will be full compensation for all labor, tools, and equipment necessary and incidental to remove and dispose of the manhole, backfill the resultant void with compacted bank run gravel for trench backfill and salvage all frames and covers. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS f - 7-08.3(1)A Trenches g Section 7-08.3(1)A is supplemented by adding the following: Trench Excavation Incl. Haul includes the trench excavation for the storm sewer, sanitary sewer, and water main construction in accordance with the trench limits outlined on the plan drawings. All trench excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Contaminated Trench Excavation includes the trench excavation of materials characterized as contaminated based on sampling results for the storm sewer, sanitary sewer, and water main construction and in accordance with the trench limits outlined on the plan drawings. This excavated soil shall be managed in accordance with applicable state and federal regulations outlined in the Contract Documents. Handling and disposal of materials shall adhere to all transportation requirements, receive pre-approval from a disposal facility (Waste Management, d Miss Boone 1-425-766-3168) manifesting, and record keeping, etc. as outlined in the Soil lr Y � g, , Management Plan, Appendix A. The excavations will require a shoring system to limit the volume of excavation. Excavation outside the trench limits shown on the plan drawings shall be at no additional expense to the City. 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9-03.12(3). Pipe bedding for HDPE sewer pipe shall be CSBC consistent with Section 9-03.9(3) It shall be placed to a depth of 6 inches over and 6 inches under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. L LCAPNMOutlooklTemp\20a NEW-Special Provs-2006-DCO2.docl 80 7-08.3(2)A Survey Line and Grade so Section 7-08.3(2)A is replaced with: Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying— General Section 7-08.3(2)B is supplemented by adding the following: Checking of the invert elevation of the pipe.may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes,when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the(eight-tenths)flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and.protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the ENGINEER. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the ENGINEER. Such damaged lining or.coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipe line shall be closed with water tight expandable type sewer plugs at the end of each day's operation or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the ENGINEER may change the alignment and/or the grades. Except for short runs which may be permitted by the ENGINEER, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints has been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. CA\PMX\0utlook1Temp\20aNEW-Special Provs-2006-DCO2.doc1 81 s r. 7-08.3(2)H Sewer Line Connections Section 7-04.3(2)H is supplemented by adding the following: All connections not occurring at a manhole shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of vitrified clay, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall be core drilled. Connections (unless booted connections have been provided for) to existing concrete manholes shall be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type r" flexible seal equal to Kor-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. •• 7-08.3(2)) Placing PVC Pipe Section 7-08.3(2)J is an added new section: In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the "" lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used r at the point of connection. 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: Trench Excavation Incl. Haul shall be measured by the cubic yard. Contaminated Trench Excavation Incl. Haul shall be measured by the ton. 7-08.5 Payment Section 7-08.5 is replaced with: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Foundation Material", per ton. "Trench Excavation Incl. Haul",per ton. "Contaminated Trench Excavation Incl. Haul", per ton. All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. The unit cost for Trench Excavation Incl. Haul will be full compensation for the costs incurred for excavating, loading, placing, or otherwise disposing of the material at a Contractor-provided site, including haul. M CAPMX\Outlook1Temp\20aNEW-Special Provs-2006-DCO2.doc1 82 The unit cost for Contaminated Trench Excavation Incl. Haul will be full compensation for the costs incurred for excavating, loading, placing, or otherwise disposing of the material at an approved disposal facility. Handling and disposal of materials shall adhere to all transportation requirements, manifesting, and record keeping as outlined in the Seahawk's site Soil Management Plan, Appendix A. The unit price for foundation material used in the stream channel or trench excavation as shown on the plan drawings will be full compensation for the labor, tools, equipment, and materials necessary or incidental to furnish,haul, place,and compact the material specified. Placement of geotextile under the foundation material, as shown on the plan drawings shall be included in the unit price for Foundation Material. 7-09 WATER MAINS 7-09.3(15)A Ductile Iron Pipe The first paragraph of Section 7-09.3(15)A is revised as follows: Long radius (500 feet or more) curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer's printed recommended deflections. 7-09.3(15)B Polyvinyl Chloride (PVC)Pipe (4 inches and Over) Section 7-09.3(15)B is supplemented as follows: Polyvinyl Chloride(PVC)Pipe shall not be used for water mains and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe with Polyethylene Encasement The title and text of Section 7-09.3(17)has been revised as follows: (******) 3 The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8 mil. polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C 105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised and supplemented as follows: (******) The Contractor may be required to perform the connection during times other than normal working hours. The Contractor shall not operate any valves on the existing system . Water system personnel will operate all valves on the existing system for the contractor when required. No work shall be performed on the connections unless a representative of the water department is present to inspect the work. CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 83 4 No ,., When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be done by City forces as provided below: City Installed connections: 1. Connections to existing piping and tie-ins are indicated on the drawings. The contractor must verify all existing piping, dimensions, and elevations to assure proper s fit. 2. Connections to the existing water main shall not be made without first making the necessary arrangements with the Engineer in advance. an A two-week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut-down of the existing water mains. The City reserves the right to VA reschedule the connection if the work area is not ready at the scheduled time for the connection. Work shall not be started until all the materials, equipment and labor necessary to properly complete the work are assembled on site. r.. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary to install all connections as indicated on the construction plans, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the connections. The Contractor shall provide and install Ow concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the connections to the existing water mains. The City will cut the existing main and assemble all materials. MW 7-09.3(21) Concrete Thrust Blocking Section 7-09.3(21) has been supplemented by adding the following: (******) IN Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to The City of Renton standard details for general blocking, and vertical blocks herein. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfilling. Joint restraint(MEGALUGO, or approved equal [shackle rod]), is required for all new water mains and shall be installed in accordance with Section 7-09.3(25). +� Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include reinforcing steels, shackle rods, installation and removal of formwork. .. Deadman blocks shall be commercial concrete (hand mixed concrete is not allowed) and poured in place. 7-09.3(23) Hydrostatic Pressure Test .. Section 7-09.3(23) is supplemented and revised as follows: A hydrant meter and a back flow prevention device will be used when drawing water from the City system. These may be obtained from the City by completing the required forms and making required security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that ., the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. C:\PMX\Outlook1Temp\20a NEW-Special Provs-2006-DCW2.doc 1 84 w ar The quantity of water required to restore the pressure shall be accurately determined by either 1) r pumping from an open container of suitable size such that accurate volume measurements can be made by the Owner or, 2)by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall be approved by the Engineer. as Acceptability of the test will be determined by two factors, as follows: 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during the 2-hour test period. .a All water used to perform hydrostatic pressure shall be charged a usage fee. * Allowable leakage per 1,000 ft.of pipeline* in GPH .w Nominal Pipe Diameter in inches ,. PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 •� 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the s sum of the computed leakage for each size For those diameters or ressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L=N P as 7400 in which: L= Allowable leakage,gallons/hour N= No. of joints in the length of pipeline tested D= Nominal diameter of the pipe in inches P= Average test pressure during the leakage test,psi M The paragraph stating that"There shall not be an appreciable or abrupt loss in pressure during the 15 minute test ep riod."Is deleted. r r ar C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCW2.doc1 85 • as 7-09.3(24)A Flushing and "Poly-Pigging" Section 7-09.3(24)A shall be revised and supplemented as follows: Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated .. material that may have become lodged in the pipe. If the main cannot be "poly-pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. The "Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 21b/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of'the pipe, flushing shall be done after disinfection." is deleted. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's standard detail. Water containing chlorine residual in excess of that carried in the existing water system, shall not be disposed into the storm drainage system or any water way. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D has been replaced with: Dry calcium hypochlorite shall not be placed in the pipe as laid. ow 7-09.3(24)K Retention Period Section 7-09.3(24)K has been revised as follows: "' Treated water shall be retained in the pipe at least 24 hours but no long than 48 hours. After this period,the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/l. .. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N has been revised as follows: .. Before placing the lines into service, a satisfactory report shall be received from the local or State health department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. 7-09.3(25) Joint Restraint Systems Section 7-09.3(25) is a new additional section: General Where shown on the plans or in the specifications or required by the engineer,joint restraint system (shackle rods)shall be used. All shackle rod joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly avenue PO Box 258, Columbus, Ohio 43216, unless an equal alternate is approved in writing by the engineer. Materials: Mechanical joint MEGALUGO joint restraints shall be a bolted system (Section 9-30.2[6]). MEGALUGO Series 1100 or approved equal. Steel types used shall be: High strength low-alloy steel (cor-ten),ASTM A242, heat-treated, superstar"SST" series. High strength low-alloy steel(cor-ten),ASTM A242, superstar"SS"series. Items to be galvanized are to meet the following requirements: ASTM A 153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled,pressed and forged steel shapes. r. C:\PMX\0utlook1Temp\20a NEW-Special Provs-2006-DCO2.doc 1 86 aw ar Joint Restrainer System Components: r Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8-inch for 2-inch and 3-inch mechanical joints, 3/4-inch for 4-inch to 12-inch mechanical joints,ASTM A325, Type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8-inch and 60,000 lbs. minimum for 3/4-inch by heat treating (quenching and tempering) to manufactures reheat and hardness specifications. SST 753: 3/4 inch for 14 inch to 24 inch mechanical joints. Same ASTM specification as SST 7. SST 77: 3/4-inch same as SST 7, except 1-inch eye for 7/8-inch rod. Same ASTM specification as SST 7. Tienut: Heavy hex nut for each tiebolt: SS8: 5/8-inch and 3/4-inch, ASTM A563, Grade C3, or zinc plated. S8: 5/8-inch and 3/4-inch, ASTM A563, Grade A, zinc plated or hot-dip galvanized Tiecoupling: Used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8-inch and 3/4-inch tierods, an ASTM A563, grade C3. S 10: for 5/8-inch and 3/4-inch tierods,ASTM A563, Grade A. Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS l2: 5/8-inch and 3/4-inch diameter, ASTM A242, Type 2; ANSI 131.1. S12: 5/8-inch and 3/4-inch diameter,ASTM A36,A307. Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS 17:ASTM A242, F436. S17:ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufactures instructions so all joints +� are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4-inch nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. .� Pipe Diameter Number of 3/4-Inch Tie Rods Required r 4-inch.................................2 6-inch.................................2 r 8-inch.................................3 10-inch................................4 12-inch................................6 14-inch................................8 r 16-inch................................8 18-inch................................8 20-inch................................ 10 ws 24-inch................................14 30-inch................................(16-7/8-inch rods) 36-inch ................................(24-7/8-inch rods) .r Where a manufactures mechanical joint valve or fitting is supplied with slots for"T" bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. .r Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. C:\PMX\Outlook1Temp\20aNEW-Special Provs-2006-DCW2.doc1 87 • Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspector's satisfaction, with koppers bitomastic No. 300-m, or approved equal. .� Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers bitumastic No. 800-m, or approved equal. Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-09.4 Measurement Section 7-09.4 is revised as follows: Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the .. calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in accordance with Section 1-09. Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard when these items are included as separate pay items. If not included as separate pay items in the contract,then thrust blocking and dead-man blocks shall be considered incidental to the installation of the water main and no further compensation shall be made. r Measurement for payment for connections to existing water mains will be per each for each connection to existing water main(s) as shown on the plans. 7-09.5 Payment Section 7-09.5 is revised and supplemented as follows: aw "Ductile Iron Pipe for Water Main and Fittings, 12-In. Diam.", per linear foot. The unit contract price per linear foot for each size and kind of"Ductile Iron_Pipe for Water Main 12_In. Diam." shall be full pay for all work to complete the installation of the water main including but not limited to bedding, laying and jointing pipe and fittings, connection to existing water mains, No backfilling, concrete thrust blocking, joint restraint, deadman blocks, installation of polyethylene wrap, cleaning by poly-pigs, vertical crosses for insertion and removal of poly-pigs, temporary thrust blocks and blow-off assemblies, testing, flushing, disinfecting the pipeline, shackle rods, abandoning aw and capping existing water mains, removing miscellaneous pipes, removing and salvaging existing hydrant assemblies, and other appurtenances to be abandoned as shown on the plans, and cleanup. Payment for "removal and replacement of unsuitable material" will be considered incidental to or calculated under other bid items and no further compensation will be made. "Foundation Material", per ton. 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1)has been revised as follows: Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. The rest of this section is deleted. C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 88 r. W 7-12.5 Payment aw Section 7-12.5 is replaced with the following: (******) "Gate Valve, 12-In.", per each. The unit contract price per each for the valve of the specified size, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main, including trenching,jointing, blocking of valve, painting, disinfecting, hydrostatic testing, cast-iron valve box and extensions as required,valve nut extensions, adjustment to final grade. "Comb.Air Release/Air Vacuum Valve Assembly, 2-In.", per each. The unit contract price per each for"Comb.Air Release/Air Vacuum Valve Assembly, 2-In." shall be for all, labor, equipment and material to complete the installation of the assembly including but not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans, and per City of Renton Standard Detail, latest revision. +� 7-14 HYDRANTS (******) w 7-14.3(7) Remove Existing Hydrant Section 7-14.3(7) is an added new section: (******) The work consists of removing the existing hydrant and gate valve prior to establishing a construction access route along the eastern boundary of the Seahawk's site and BNSF rights-of-way. The hydrant and gate valve shall be removed and salvaged by the Contractor. 7-14.4 Measurement .. Section 7-14.4 is revised as follows: Remove Existing Hydrant shall be measured per each. aw 7-14.5 Payment Section 7-14.5 is revised as follows: (******) .e "Remove Existing Hydrant", per each. The unit contract price per each for Remove Existing Hydrant shall be full pay for all work to remove „w and salvage the existing hydrant and 6-inch gate valve. "Hydrant Assembly", per each. The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to furnish and �` install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as specified. The pipe connecting the hydrant to the main shall be considered incidental and .r no additional payment shall be made.(******) r w CAPMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 89 1D s 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following: Pipe used for sanitary sewers may be: Rigid Thermoplastic PVC (Polyvinyl Chloride) Ductile Iron All sanitary sewer pipe shall have flexible gasketed joints unless otherwise specified. It is not intended that materials listed are to be considered equal or generally interchangeable for all .. applications. The Engineer shall determine from the materials listed those suitable for the project, and shall so specify in the specifications or plans. Materials shall meet the requirements of the following sections. Solid Wall PVC Sanitary Sewer Pipe 9-05.12(1) Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) Ductile Iron Sewer Pipe 9-05.13 All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. i 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1) is supplemented by adding the following: ow When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the contractor's responsibility to maintain this screen or trap until the'new system is placed in ■m service and then to remove it. Any construction debris which enter the existing downstream system, shall be removed by the contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, it's outlet shall be plugged until acceptance by the Engineer. r 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: Once the television inspection has been completed the contractor shall submit To the Engineer the written reports of the inspection plus the video tapes. Said video tapes are to be in color and compatible with the City's viewing and recording systems. The City system accepts 1/2-inch- .. wide high density VHS Tapes. The tapes will be run at standard speed SP(1 5/16 I.P.S.). 7-17.3(2)1 Temporary Sanitary Sewer Diversion Section 7-17.3(2)I is an added new section: It shall be the Contractor's responsibility to maintain operation of the existing sanitary sewer system crossing the site throughout the duration of the project without any disruption of service. s Flow range is between 0 and 200 gpm. Sanitary sewer flows southward from manhole SSMH6 to SSMH7. The Contractor shall construct a flow diversion system or install a combination pumping and/or gravity flow system to maintain undisturbed sewer services. b.. CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 90 r If bypass pumping is provided, it shall be scheduled for continuous operation with backup ar equipment available at all times for periods of maintenance and refueling or failure of the primary bypass pump(s) or diversion system. The Contractor's bypass operation shall be sized to handle, at a minimum, the estimated flow JO range. The Contractor shall submit a Temporary Sanitary Sewer Diversion Plan in accordance with Section 1-05. ■r 7-17.4 Measurement Section 7-17.4 is supplemented as follows: (******) Abandon Existing 12-In. Sanitary Sewer Pipe and Remove Existing 12-In. Sanitary Sewer Pipe shall be measured per linear foot. No specific measurement shall apply to the lump sum item"Temporary Sanitary Sewer Diversion". ,r 7-17.5 Payment Section 7-17.5 is revised and supplemented as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Abandon Existing 12-In. Sanitary Sewer Pipe", per linear foot. "Remove Existing 12-In. Sanitary Sewer Pipe", per linear foot. "PVC Sanitary Sewer Pipe, 12-In. Diam.", per linear foot. as The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for furnishing, hauling, and assembling in place the completed installation including all fittings,point materials,bedding, import backfill material and adjustment of inverts to manholes for the completion .a of the installation to the required line and grade. Trench excavation shall be measured and paid for separately. If no unit price for"Testing Sewer Pipe" is included it shall be considered incidental to the pipe items. n� The unit contract price for Abandon Existing 12-In. Sanitary Sewer Pipe will be full compensation for furnishing and hauling all material, including CDF, and all costs associated with labor, tools, and equipment required to place the material. .� The unit contract price for Remove Existing 12-In. Sanitary Sewer Pipe will be full compensation for the costs of all labor,tools, equipment, and materials necessary or incidental to remove and dispose of the items indicated. Trench excavation shall be measured and paid for separately. "Removal and Replacement of Unsuitable:Material",percubic yard. "Temporary Sanitary Sewer Diversion", per lump sum. The lump sum contract price for Temporary Sanitary Sewer Diversion shall be full payment for all .. labor, equipment, and materials including, but not limited to, personnel, fuel, monitoring, power, pumps, piping, emergency standby equipment, trenching, and all other work necessary to maintain uninterrupted sanitary sewer service through the construction site between existing manholes SSMH6 and SSH7. Tlie unit contract pricy per cubic yard:,for,"RemoVa`l'arA Replacement of 1Jnsuitab'6 Matarral" shall be full pay for: all work to remove`unsuitable niaterla and``replace and coinpac ,su table material as specified in Section 7-08:3(1)A r CAPMX\OutlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 91 r "Bank Run Gravel for Trench Backfill Sewer", per cubic yard, or Ton. The unit contract price per cubic yard, orlon for`Bank Run Gravel for Trench Backfill Sewer" shall be full pay for all work to furnish,place, and compact material in the trench. "Television Inspection", per linear foot. r END OF DIVISION 7 owr s r r r r rr r rr C:TN1X\0ut1ookjTemp\20a NEW-Special Provs-2006-DCO2.docl 92 fm DIVISION 8 aw MISCELLANEOUS CONSTRUCTION so 8-02 ROADSIDE RESTORATION 8-02.1 Description Section 8-02.1 is supplemented with the following: This item includes restoration of all cleared areas and areas disturbed by construction with grass. All disturbed areas shall be raked smooth and shall be hydroseeded. The work includes spreading hydroseed, fertilizer, and mulch by machine in any sections. 8-02.3(1) Responsibility During Construction Section 8-02.3(l) is supplemented with the following: Hydroseed shall be as specified in the Plans, Special Provisions Section 9-14, and Standard r„ Specification Section 9-14. The mix shall be submitted to the Engineer for review and approval, including the seed vendor's certification for the grass seed mixture indicating percentage by weight and percentages of purity, germination, and weed seed for each grass species. N Hydroseeding shall be performed only after all work affecting ground surface has been completed. The topsoil in the areas to be seeded shall be loosened to minimum depth of 4 inches, graded to remove ridges and filled to remove depressions, as required to drain. The Contractor shall water as needed to maintain seeded areas in good condition until final acceptance. Water shall be free of substances harmful to plant growth. Water, hoses, and all .� equipment needed shall be furnished by the Contractor. Hydroseeded areas shall be inspected 1 week after germination to determine if coverage of seeding is acceptable. Hydroseed areas shall have a uniform stand of grass over 90 percent of seeded area. Areas which fail to provide a uniform stand of grass shall be reseeded. Areas reseeded will not be accepted until the required coverage is obtained. ,W All areas that will be hydroseeded shall be reviewed and measured with the City inspector, and adjusted as directed, before the work occurs. Payment will be based on that measurement. Additional payment will not be made for any hydroseed outside of the previously measured area, we unless approved by the City. The actual quantity used in construction may vary from the bid quantity. The unit price will not be • adjusted if the actual quantity used varies by more than 25 percent. 8-02.4 Measurement r Section 8-02.4 is supplemented with the following: Measurement of Seeding, Fertilizing, and Mulching shall be per Square Yard for the hydroseed area that is accepted by the City. .r .n C:\PMX\OutlookJTemp\20aNEW-Special Provs-2006-DCv02.doc1 93 rr am aw 8-02.5 Payment Section 8-02.5 is supplemented with the following: "Seeding, Fertilizing, and Mulching",per square yard. so "PSIPE",per lump sum. The unit contract price for "PSIPE", per lump sum (plant selection including plant establishment), so shall be full pay for all materials, labor, tools, equipment, and supplies necessary for weed control within the planting area,planting area preparation, cultivating, compost soil amendment, fine grading, planting, bark mulch, plant storage and protection, fertilizer and root dip, staking, seeding, cleanup, and water necessary to complete planting operations as specified. a Payment for Seeding, Fertilizing, and Mulching per square yard shall be complete compensation for all materials, tools, labor and equipment required to complete the work as shown on the Plans and specified in the Contract Documents and City Codes. 8-05 DEWATERING Section 8-05 is an added new section with subsections: faw 8-05.1 General Design and provide a dewatering system using accepted and professional methods consistent with current industry practice to eliminate water entering the excavation under hydrostatic head from the bottom and/or sides. Design system to prevent differential hydrostatic head that would result in floating out soil particles in a manner termed as a "quick" or"boiling" condition. System shall not be r. dependent solely upon sumps or pumping water from within the excavation where differential head would result in a quick condition, which would continue to worsen the integrity of the excavation's stability. r Provide dewatering system of sufficient size and capacity to prevent ground and surface water flow into the excavation and to allow all work to be installed in a dry condition. r. Control, by acceptable means, all water regardless of source and be fully responsible for disposal of the water. Ow Control groundwater in a manner that preserves strength of foundation soils, does not cause instability or raveling of excavation slopes, and does not result in damage to existing structures. Where necessary to these purposes, lower water level in advance of excavation, utilizing wells, well points, jet educators, or similar positive methods. The water level as measured by piezometers shall be maintained a minimum of 3 feet below prevailing excavation level. Commence dewatering prior to any appearance of water in excavation and continue until work is complete to the extent that no damage results from hydrostatic pressure, flotation, or other causes. 8-05.1(1) Design Contractor shall designate and obtain the services of a qualified dewatering specialist to provide dewatering plan as may be necessary to complete the work. The Contractor shall be responsible for all excavations to prevent the occurrence of surface water inflows, boils, seepage, loss of fines, quick condition, loosening or otherwise disturbing the foundation strata, slope instability, and bottom heave. The minimum requirements for dewatering systems shall be as stated herein. r CAPMX\OutlookJTemp\20a NEW-Special Provs-2006-DCv02.docl 94 IAW as The design, installation, and operation of the dewatering system shall be the Contractor's responsibility. The selection of the dewatering methods used is the Contractor's option. The methods may consist of wells, well points, collection trenches, cutoff walls, all or part of the above methods, or other methods as deemed necessary by the Contractor and as necessary to achieve the specified ■a results. Contractor shall be responsible for the accuracy of the drawings, design data, and operational records required. The Contractor shall submit a plan for dewatering for review and approval by the Engineer. The dewatering plan shall include the proposed well dimensions, layout of wells and piping, pump size, power hookup, emergency generator and transfer switch location, and water discharge. Contractor shall be solely responsible for the design, installation, operation, maintenance, and any .r failure of any component of the system. 8-05.1(2) Damages Contractor shall be responsible for and shall repair without cost to the City any damage to work in �" place, or other contractor's equipment, utilities, residences, highways, roads, railroads, private and municipal well systems, adjacent structures, natural resources, habitat, existing wells, and the excavation, including damage to the bottom due to heave and including, but not limited to, removal and pumping out of the excavated area that may result from Contractor's negligence, inadequate or improper design and operation of the dewatering system, and any mechanical or electrical failure of the dewatering system. "o 8-05.1(3) Equipment Before operations begin, the Contractor shall have available on the site of work, sufficient pumping OF equipment and/or other machinery to assure that the operation of the dewatering system can be maintained. at The Contractor shall provide an emergency generator with an automatic transfer switch of sufficient size to operate his dewatering system in case of power outage. 8-05.1(4) Maintaining Excavation in Dewatering Condition .r Dewatering shall be a continuous operation. Interruptions due to power outages or any other reason „ will not be permitted. so Continuously maintain excavation in a dry condition with positive dewatering methods during preparation of subgrade, installation of pipe, and construction of structures until the critical period of construction and/or backfill is completed to prevent damage of subgrade support, piping, structure, ar side slopes, or adjacent facilities from flotation or other hydrostatic pressure imbalance. Provide standby equipment on site, installed, wired, and available for immediate operation if required to maintain dewatering on a continuous basis in the event any part of the system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, perform such work as may be required to restore damaged structures and foundation soils at no additional cost to the Owner. System maintenance shall include, but not be limited to, 24-hour supervision by personnel skilled in the operation, maintenance, and replacement of system components and any other work required to maintain the excavation in dewatered condition. rr C:\PMX\OutlookITemp\20aNEW-Special Provs-2006-DCO2.doc1 95 • ow am Closed pipelines shall be used to convey pumped water from the dewatering systems and from the excavation to an approved point of discharge. am Install wells and/or well points, if required, with suitable screens and filters, so that continuous pumping of fines does not occur. Arrange discharge to facilitate collection of samples by the Owner. During normal pumping, and upon development of well(s), levels of fine sand or silt in the discharge water shall not exceed 5 ppm. Install sand tester on discharge of each pump during testing to verify 's that levels are not exceeded. 8-05.1(6) Discharge Piping and Electrical Service Corridors .. Discharge piping and electrical service shall not be located in areas affecting normal operations, including normal traffic patterns, without approval in writing by the Engineer. 8-05.1(7) Discharge Location The Contractor shall dispose of all surface water runoff and water removed by the dewatering system in an environmentally sound manner that will not endanger health, property, or any portion of the ,. work under construction. The discharge location(s) shall be back into the storm drainage system for dewatering activity east of BNSF rights-of-way and into King County (Metro) sanitary sewer system for dewatering activity west of BNSF rights-of-way. Disposal of water shall be performed in such a manner as will cause no inconvenience whatsoever to the Owner, Engineer, or to others engaged in work about the site. The Contractor shall use sediment control methods, as required, to prevent silt and sediment from migrating offsite. Sediment control methods can include, but are not limited to, a sedimentation tank, filter fences, screens,and other methods as required. Discharge of water from the dewatering system shall be piped to a minimum 5,000-gallon '* sedimentation tank with sand filter before being discharged to the storm or sanitary sewer system or other approved discharge locations. .. 8-05.1(8) Maintaining Groundwater Control in Excavation System maintenance shall include, but not be limited to, 24-hour supervision by personnel skilled in the operation, maintenance, and replacement of system components; and any other work required .. maintaining the systems. Groundwater control shall be a continuous operation; interruptions due to outages or any other reasons shall not be permitted. The Contractor shall repair any damage to work in place and any excavation, including damage to the bottom because of heave and removal of material and pumping out of the excavated area, that may result from the Contractor's negligence; inadequate or improper installation, maintenance, and operation of the dewatering system; and any mechanical or electrical failure of the dewatering system. ` The supply of all labor and materials and the performance of all work necessary to carry out additional work for reinstatement of the structures or foundation soil resulting from inadequacy or failure of the dewatering system shall be undertaken by the Contractor at the Contractor's sole " expense. 8-05.1(9) Duration of Dewatering The Contractor shall keep dewatering systems in operation during excavation, construction, backfilling operations, and other construction until below grade work is completed or until such time as a written directive to cease operations has been received from the Engineer. .. CAPMX\0utlookjTemp\20a NEW-Special Provs-2006-DCO2.doc1 96 ar 8-05.1(10) System Removal .r The Contractor shall abandon and remove from the site, in accordance with Chapter 173-160 WAC and Chapter 18.104 RCW, all groundwater control and monitoring system elements. The Contractor shall be, or employ the services of, a water well contractor licensed in the state of Washington to met abandon all wells, and/or well points. The Contractor shall assume ownership and responsibility for the disposal of all removed groundwater control pumps,pipes,and other assorted system hardware. Abandon and remove the groundwater control and monitoring systems in such a manner that "r groundwater does not flow or seep through groundwater control or monitoring system penetrations into any structure or facility. .r. 8-05.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid item. "Dewatering System",per lump sum. r The lump sum bid price in the Proposal for "Dewatering System" shall be full compensation for the costs of all labor, tools, equipment, and materials necessary or incidental to install, maintain, and remove a complete dewatering system. .,. The lump sum price shall also include all costs to continuously operate the dewatering system, all power costs and connections, permits, pumps,wells,pipes, fittings,and appurtenances. r Restoration of property damaged due to dewatering or settlement caused by the dewatering system shall be the Contractor's responsibility. It is therefore recommended that the Contractor conduct an on site survey before dewatering begins. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Section 8-14.1 is replaced with the following: This work shall consist of construction of the cement concrete driveway on the Seahawk site, in accordance with these Specifications, the Contract Plans and the Standard Details or as directed by the Engineer. 8-14.2 Materials Section 8-14.2 is supplemented with the following: (******) The concrete for driveways shall be air entrained concrete Class 4000 conforming to the requirements of Section 6-02. 8-14.3(3) Placing and Finishing Concrete Section 8-14.3(3) is supplemented with the following: (******) The concrete surface shall be finished with a 5-foot grid of expansion and contraction joints in .r conformance with City Standard Plan F005 and as shown on the plan drawings. 8-14.4 Measurement Section 8-14.4 is supplemented with the following: Cement Concrete Driveway will be measured by the square yard of finished surface. w C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCv02.doc1 97 UK „t 8-14.5 Payment Section 8-14.5 is supplemented with the following: "Cement Concrete Driveway"per square yard. The unit price for Cement Concrete Driveway shall be full pay for furnishing all labor, tools, materials required to construct the driveway at the location shown and in conformance with the plan drawings. Payment shall include excavation, furnish and compact crushed surfacing base course, form placement and removal, cement concrete, concrete finishing, and all work for a complete driveway installation. 8-22 PAVEMENT MARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. %W Skip Center Line(Replacement) A BROKEN YELLOW line 4 inches wide. The broken or"skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center line delineation on two-lane or three-lane,two-way highways. Double Yellow Center Line(Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center y,. stripe is used as center line delineation on multilane,two-way highways and for channelization. Approach Line(New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from ow through movements,to separate high occupancy vehicle lanes from general purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. ow Lane Line(Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and an a 15-foot gap. Two Way Left Turn Line (Replacement) aw A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or"skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of the broken line in the direction of travel. Crosswalk Line(Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Stop Line(Replacement) r, A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. CAPMX\0utlookJTemp\20aNEW-Special Provs-2006-DCO2.doc1 98 Uff a 8-22.3(5) Installation Instructions .r Section 8-22.3(5)is revised as follows: A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: If no pay item is included in the contract for installation or for removal of temporary pavement ,r, markings then all costs associated with these items are considered incidental to other items in the contract or included under"Traffic Control," if that item is included as a bid item. arr END OF DIVISION 8 r t s �r ■r CAPMX\0utlookjTemp\20aNEW-Special Provs-2006-DCO2.doc1 99 r DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.3 Stream Gravel Section 9-03.3 is an added new section: (******) Stream gravel shall be clean, naturally occurring gravel material meeting the following gradation ,r. requirements; it is not recent and will not withstand substantial velocities: Screen Size Percent Passing by Weight 4" 100% 3" 90-95% 1.5" 65-80% 1.25" 45-60% U.S.No. 4 25-50% U.S.No. 200 0-2% (January 5,2004) 9-03.8(2) HMA Test Requirements Section 9-03.8(2) is supplemented with the following: ESALs: The number of ESALs for the design and acceptance of the HMA shall be *** $$I$$ *** million. 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: (******) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the +w constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial r Evaluation Evaluation Aggregate, percent passing ±6% ±8% 1", 3/4", 1/2", and 3/8" sieves U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 16 sieve ±4% ±6% U.S. No. 30 sieve ±4% ±6% r U.S. No. 50 sieve ±4% ±6% U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% "` Asphalt Binder ±0.5% ±0.7% VMA 1.5 percent below minimum value in 9-03.8(2) r. VFA Min. and max. as listed in 9-03.8(2) Va 2.5 percent minimum and 5.5% maximum r C:\PMX\0utlook1Temp\20a NEW-Special Provs-2006-DCO2.doc1 100 sr These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS M 9-05.16 Grate Inlets and Drop Inlets Section 9-05.16 is supplemented with the following: The provisions of this section, along with Section 9-06 shall apply to the structural carbon steel items used in the Outlet Structure. Steel piling are exempted from these requirements. All exposed structural carbon steel, grating and fasteners shall be galvanized. Products galvanized per the requirements of ASTM A-123 and A-153 shall be acceptable for use on this project. Delete the last paragraph of this section. 9-05.21 High Density Polyethylene Pipe (HDPE) (Project SWP-27-3375) DRISCOPLEXTm 4000 and DRISCOPLEXTm 4100 High-density Polyethylene Piping ■r 1 General Terms and Conditions 1.1 Scope - This specification covers requirements for DriscoPlexTm 4000 and DriscoPlexTm 4100 PE • 3408 high-density polyethylene piping. All work shall be performed in accordance with these specifications. s 1.2 Engineered and Approved Plans - Construction shall be performed in accordance with engineered construction plans for the work prepared under the direction of a Professional Engineer. 1.3 Referenced Standards - Where all or part of a Federal, ASTM, ANSI, AWWA, etc., standard .s specification is incorporated by reference in these Specifications, the reference standard shall be the latest edition and revision. 1.4 Licenses and Permits - A licensed and bonded Contractor shall perform all pipe construction work. The Contractor shall secure all necessary permits before commencing construction. rrr 1.5 Inspections - All work shall be inspected by an Authorized Representative of the Owner who shall have the authority to halt construction if, in his opinion, these specifications or standard construction practices are not being followed. Whenever any portion of these specifications is violated, the Project Engineer or his Authorized Representative, shall, by written notice, order further construction to cease until all deficiencies are corrected. .r 2 Polyethylene Pipe and Fittings 2.1 Qualifications of Manufacturers - The Manufacturer shall have manufacturing and quality assurance facilities capable of producing and assuring the quality of the pipe and fittings required by these Specifications. The Manufacturer's production facilities shall be open for inspection by the Owner or his Authorized Representative. The Project Engineer shall approve qualified Manufacturers. nr C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCv02.doc1 101 r 2.3 Materials - Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408 high density polyethylene meeting ASTM D 3350 cell classification 345464C and shall be Listed in the name of the pipe and fitting Manufacturer in PPI (Plastics Pipe Institute)TR-4 with a standard grade HDB rating of 1600 psi at 73°F. Color material, when used, shall be the same except "! for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for potable water in accordance with NSF Standard 61. When requested on the order, the Manufacturer shall certify that the materials used to manufacture pipe and fittings meet these requirements. 2.4 Interchangeability of Pipe and Fittings - The same Qualified and Approved Manufacturer shall produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub- ow contractors or distributors are prohibited. 2.9 Polyethylene Fittings & Custom Fabrications - Polyethylene fittings and custom fabrications shall be molded or fabricated by the Approved Pipe Manufacturer. All fittings and custom "` fabrications shall be pressure rated for the same internal pressure rating as the mating pipe. 2.10 Molded Fittings- Molded fittings shall be manufactured and tested in accordance with ASTM D ■. 3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906. 2.11 Fabricated Fittings - Fabricated fittings shall be made by heat fusion joining specially machined shapes cut from pipe, polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings shall be tested in accordance with AWWA C906. 2.12 Polyethylene Flange Adapters - Flange adapters shall be made with sufficient through-bore length to be clamped in a butt fusion joining machine without the use of a stub-end holder. The sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves ,,. (serrations)to promote gasketless sealing, or restrain the gasket against blowout. 2.13 Back-up Rings & Flange Bolts - Flange adapters shall be fitted with back-up rings that are pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to ' provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher. 2.14 MJ Adapters - MJ Adapters 4 inches through 16 inches may be provided with optional Stainless Steel Stiffener upon request. MJ Adapters 14 inches and above shall be provided with Heavy Duty Back- up Ring Kits. All MJ Adapters 18 inches and above must be provided with Stainless Steel stiffeners. 3 Joining 3.1 Heat Fusion Joining - Joints between plain end pipes and fittings shall be made by butt fusion. Joints between the main and saddle branch fittings shall be made using saddle fusion. The butt fusion and saddle fusion procedures used shall be procedures that are recommended by the pipe and fitting Manufacturer. The Contractor shall ensure that persons making heat fusion joints have receive training in the Manufacturer's recommended procedure. The Contractor shall maintain records of +•• trained personnel, and shall certify that training was received not more than 12 months before commencing construction. External and internal beads shall not be removed. 3.2 Joining by Other Means - Polyethylene pipe and fittings may be joined together or to other materials by means of(a) flanged connections (flange adapters and back-up rings), (b) mechanical couplings designed for joining polyethylene pipe or for joining polyethylene pipe to another material, (c) MJ Adapters or (d) electrofusion. When joining by other means, the installation instructions of the joining device manufacturer shall be observed. C:\PMX\Outlook1Temp\20aNEW-Special Provs-2006-DCO2.doc1 102 r. 4 Installation 4.1 General - When delivered, a receiving inspection shall be performed and any shipping damage shall be reported to the manufacturer within 7 days. Installation shall be in accordance with ASTM D2774, Manufacturer's recommendations and this specification. All necessary precautions shall be taken to ensure a safe working environment in accordance with all applicable safety codes and standards. 4.2 Excavation - Trench excavations shall conform to the plans and drawings, as authorized in writing by the Project Engineer or his Approved Representative and in accordance with all applicable codes. The Contractor shall remove excess groundwater. Where necessary, trench walls shall be shored or reinforced, and all necessary precautions shall be taken to ensure a safe working environment. 4.3 Large Diameter Fabricated Fittings - Not more than one plain-end connection of 16 inches IPS and larger fabricated directional fittings (elbows, tees, etc.) shall be butt fused to the end of a pipe length before placing the assembly into the trench. The remaining fitting connections shall be made in the trench using butt fusion,flange or other connection means in accordance with 3.2. Flange and other mechanical connections shall be assembled, and tightened in accordance with the connection manufacturer's instructions and 4.4. Handling, lifting, moving or lowering a 16" IPS or larger fabricated fitting that is connected to more than one pipe length is prohibited. The installing contractor at his expense shall correct fitting damage caused by such improper handling. 4.4 Mechanical Joint & Flange Installation - Mechanical joint and flange connections shall be installed in accordance with the Manufacturer's recommended procedure. MJ Adapters and flanges shall be centered and aligned to the mating component before assembling and tightening bolts. In no case shall MJ gland or flange bolts be used to draw the connection into alignment. Bolt threads shall be lubricated, and flat washers should be used under the nuts. Bolts shall be evenly tightened according to the tightening pattern and torque step recommendations of the Manufacturer. At least 1 hour after initial assembly, flange connections shall be re-tightened following the tightening pattern and torque step recommendations of the Manufacturer. The final tightening torque shall be as recommended by the Manufacturer. 4.6 Pipe Handling - When lifting with slings, only wide fabric choker slings capable of safely carrying the load shall be used to lift, move, or lower pipe and fittings. Wire rope and chain are prohibited. Slings shall be of sufficient capacity for the load, and shall be inspected before use. Worn or damaged equipment shall not be used. 4.7 Backfilling - Embedment material soil type and particle size shall be in accordance with ASTM D 2774. Embedment shall be placed and compacted tout least 90%Standard Proctor Density in 6" lifts to at least 6" above the pipe crown. During embedment placement and compaction, care shall be taken to ensure that the haunch areas below the pipe spring-line are completely filled and free of voids. 5 Testing 5.1 Fusion Quality - The Contractor shall ensure that field set-up and operation of the fusion equipment, and the fusion procedure used by the Contractor's fusion operator while on site. Upon request by the Owner, the Contractor shall verify field fusion quality by making and testing a trial fusion. The trial fusion shall be allowed to cool completely; then test straps shall be cut out and bent strap testing in accordance with ASTM D 2657. If the bent strap test of the trial fusion fails at the joint, the field fusions represented by the trial fusion shall be rejected. The Contractor at his expense shall make all necessary corrections to equipment, set-up, operation and fusion procedure, and shall re-make the rejected fusions. C:\PMX\0utlook1Temp\20a NEW-Special Provs-2006-13Cv02.doc1 103 9-06 STRUCTURAL STEEL AND RELATED MATERIALS 9-06.1 Structural Carbon Steel an Section 9-06.1 is replaced with the following: Structural steel shapes and plates shall conform to ASTM A992 or ASTM A36. so Steel piling are specified in section 6-05, and are not covered by this section. 9-06.4 Carbon Steel Bar Grating an Section 9-06.4 is an added new section: Carbon steel bar grating shall be manufacturer's standard with patterns, bar sizes, and bar spacings as �. shown on the drawings. Panel sizes and joints shall be as shown on the drawings and approved by shop drawing submittal. Cross bars shall be welded to the bearing bars at each crossing, swedged or crimped connections will not be allowed. All grating shall be galvanized, with serrated top surfaces. All perimeter edges of grating panels shall be banded with bars having the same dimensions as the bearing bars welded flush to the top and bottom surfaces of the grating. ir. Provide manufacturer's standard J-bolts, hold-down clips to prevent displacement of grating panels. The minimum connection shall consist of a minimum of 2 clips or bolts at each end or crossing of supports by the grating panel. 9-08 PAINTS 9-08.8 Manhole Coating System Products Section 9-08.8 is a new section and subsection: 9-08.8(1) Coating Systems Specification A. High Solids Urethane r Coating System: CI Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7(Sweep or brush off blast) r' Application: Shop/Field. The drying time between coats shall not exceed 24hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield high solids urethane (2.0 DFT) Finish: Two or more coats of Wasser MC-Aroshield (min. 4.0 DFT) Color: White 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2(1) Hydroseed Bid Item (Project SWP-27- ) Section 9-14.2(1) is an added new section: .� Description Contractor shall Hydroseed all areas disturbed as a result of the construction activities. C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc 1 104 ir. r Seed (addition) ., Seed mix for hydroseeding shall be as follows: Meadow Seed Mix Percent Percent Percent Weight Puri Germination Redtop or Oregon Bentgrass 40 92 85 Agrostis alba or Agrostis oregonensis Red Fescue 40 98 90 Festuca rubra .r White Dutch Clover 20 98 90 Trifolium repens r Seed shall be applied at the rate of 120 pounds per acre. Fertilizer (addition) A commercial fertilizer shall be furnished. All fertilizer shall be pre-mixed prior to bringing on the job. Fertilizer shall be 10-20-20 N-K-P slow release rate. Fertilizer shall be applied at the rate of 90 pounds per acre. .r, Mulch and Amendments (addition) Hydroseeded mulch shall be 100% wood fiber mulch manufactured by the defiberating process,from fir,hemlock, or alder. The mulch shall have a minimum of 77% of the total fiber exceeding 3.5 mm in length, and 60%of fibers 8.5mm or longer. Wood fiber mulch shall be uniform in weight with the unit weight displayed clearly on each package. Fiber shall be dyed green in color to provide visual metering of application. Tackifier shall be incorporated into the wood fiber in the drying process Mulch shall be applied at the rate of approx. 1,000-1,500 pounds per acre. r Soil Binder or Tacking Agent (addition) Tackifier shall be primarily composted of guar gum. Tackifier shall be incorporated into the wood no fiber in the drying process. Percentage of tackifier shall not be less than 2% or greater than 10%,with the percentage used clearly labeled on the outside of package. Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular wood fiber as mulch to provide tackifier rates equivalent to or greater than specified. Md Submittals Submit seed vendor's certification for required grass seed mixture, indicating percentage by weight, and percentages of purity, germination, and weed seed for each grass species. M9 A. Perform seeding work only after planting and other work affecting ground surface has been completed. B. Restrict all disturbances or other activities in seeded areas until grass is established. Erect signs 2d and barriers as required. C. Provide watering equipment as required. Ed CAPMX\0utlookJTemp\20a NEW-Special Provs-2006-DCO2.doc1 105 a Installation A. Perform seeding work only after planting and other work affecting ground surface has been completed. r B. Restrict all disturbances or other activities in seeded areas until grass is established. Erect signs and barriers as required. C. Provide watering equipment as required. D. Limit preparation to areas which will be immediately seeded. E. Loosen topsoil of areas to be seeded to minimum depth of 4 inches. F. Grade area to be seeded. Remove ridges and fill depressions as required to drain. G Seed immediately after preparation of bed. Spring seeding shall occur between April 1 and June 1 and fall seeding shall occur between August 15 and October 31 or at such other times acceptable to the City. H. Seed indicated areas within contract limits and areas adjoining contract limits disturbed as a result .. of construction operations. I. Perform seeding operations when the soil is dry and when winds do not exceed 5 miles per hour. Warranty Hydroseeding A. Hydroseeded areas will be inspected 1 week after germination to determine if coverage of seeding is acceptable. r B. A uniform stand of grass and wildflowers over 90 percent of seeded area shall be obtained by watering and maintaining until final acceptance. Areas which fail to provide a uniform stand of grass shall be reseeded. Areas reseeded will not be accepted until the coverage required herein is obtained. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES r 9-23.9 Fly Ash Section 9-23.9 is revised as follows: `w Fly ash shall not be used around water lines. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1(1) Ductile Iron Pipe Section 9-30.1(1) is revised as follows: r Ductile iron pipe shall be centrifugally cast and meet the requirements ofAWWA C151. Ductile iron pipe shall have a cement-mortar lining meeting the requirements of AWWA C 104. All other ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans. r 9-30.3(1) Gate Valves (3 inches to 16 inches) Section 9-30.3(1) is replaced with: r Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller Company No. A2380, Kennedy, or M&H. r Approval of valves other than models specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as required. All 12 inches diameter and larger gate valves shall be installed in a vault. See Water Standard Detail for 12-inch gate valve assembly vault and 1-inch bypass installation. r. CAPMX\0utlook1Temp\20a NEW-Special Provs-2006-DCO2.doc 1 106 s Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with _ bronze wedging device and O-ring stuffing box. Resilient Seated Gate Valves: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C-550 latest revision. Valves shall be provided with two (2) internal O-ring stems seals. The valves shall be .. equipped with one(1) anti-friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated gate Valves shall provide the City on request that the valve materials meet the City specifications. Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series 2370,Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required. All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.3(5) Valve Marker Posts Section 9-30.3(5)has been deleted and replaced with the following: The valve markers shall be fabricated and installed in conformance with the Standard Drawings. Valve markers shall be carsonite composite utility marker .375"x 6'-0" or approved equal with blue label"water." r 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7)has been supplemented as follows: 2-inch combination air release and vacuum release valves shall be APCO Valve and Primer Corp, "Heavy-Duty"combination air release valve, or equal. Installation shall be per the City of Renton Standard Detail, latest revision. "r Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the high point of the line. r END OF DIVISION 9 C:\PMX\0utlookJTemp\20a NEW-Special Provs-2006-DCv02.doc1 107 i - SURVEY CONTROL AND - MONUMENTS TABLE OF CONTENTS SECTION I SURVEY CONTROL NETWORK DESCRIPTION.................................. i SURVEYING STANDARDS ............................................................ 1-11-1 MONUMENT CASE & COVER STANDARD PLAN.......................H031 SECTION II MAPS,DESCRIPTIONS &VALUES LSection Index Map............................................................................... Index Section Township Range Page 13 T23N R4E WM..................................................................F2 14 T23N R4E WM ......................F1 ............................................ 24 T23N R4E WM..................................................................G2 25 T23N R4E WM..................................................................H2 36 T23N R4E WM...................................................................I2 5 T22N R5E WM...................................................................J4 6 T22N R5E WM...................................................................J5 3 T24N R5E WM..................................................................D6 4 T23N R5E WM..................................................................D5 ' 5 T23N R5E WM..................................................................D4 7 T23N R5E WM..................................................................E3 8 T23N R5E WM..................................................................E4 ' 9 T23N R5E WM..................................................................E5 10 T23N R5E WM..................................................................E6 11 T23N R5E WM..................................................................E7 14 T23N R5E WM..................................................................F7 15 T23N R5E WM..................................................................F6 ' 16 T23N R5E WM............................................ F5 17 T23N R5E WM..................................................................F4 18 T23N R5E WM..................................................................F3 19 T23N R5E WM..................................................................G3 20 T23N R5E WM..................................................................G4 21 T23N R5E WM..................................................................G5 ' 22 T23N R5E WM..................................................................G6 29 T23N R5E WM..................................................................H4 30 T23N R5E WM..................................................................H3 31 T23N R5E WM...................................................................I3 32 T23N R5E WM...................................................................I4 ' 29 T24N R5E WM..................................................................B4 31 T24N R5E WM..................................................................C3 32 T24N R5E WM..................................................................C4 TS_SERVER//SYS2\MAPS\83m\contro(1.scn.doc Table of Contents 2 May 2000 CITY OF RENTON SURVEY CONTROL NETWORK The City of Renton Survey Control Network is the result of a three year project by the Technical Services Section of the Planning & Technical Services Division of the Planning/Building/Public Works Department and several private surveying firms working ' for the city. The purpose of this network is to provide an accessible common datum for all public and private projects within the city. Thus facilitating city wide infrastructure management and analysis and assuring compatibility between the various utility systems ' and system projects. This project started in 1992 with the formation of a Horizontal and Vertical Control , Network Committee to prepare a plan for the development and maintenance of a Survey Control Network for the City. The committee members were: Robert Anderson PLS; Bush, Roed&Hitchings, Inc., Carrie Davis; Technical Services Section(Recorder), ' Abdoul Gafour; Utility Systems Division, Arneta Henninger; Plan Review Section, Development Services Division, Jae Lee; Transportation Systems Division, ' Robert Mac Onie; Technical Services Section(Chairman), Jon Warren PLS; Dodds Engineers, Inc., Dennis Wegenast; National Geodetic Survey. ' The committee developed the standards, specifications and phasing for all ensuing work. All survey work meets the requirements specified by the Federal Geodetic Control Committee in Standards and Specifications for Geodetic Control Networks dated September 1984. The project was split into three phases: 1) monument recovery, 2) horizontal control and 3) vertical control. The monument recovery project was performed by Dodds .r Engineers, Inc., under the direction of Jon Warren PLS in 1992 and early 1993. This project identified existing Public Land Survey System corner monuments and other monuments (NGS, C&GS, King County, City of Bellevue, major intersections and those • located near current and proposed capital improvement projects) important to the development of a survey control network. In most cases, street centerline monuments were selected for both horizontal and vertical control due to stability and maintenance considerations. The second and third phases ran concurrently during 1993 & 1994. The horizontal control phase was executed by Bush, Roed & Hitchings, under the direction of Robert Anderson PLS, using Global Positioning Systems (GPS) technology per the Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989. This phase established NAD 1983/1991, Washington us State Plane, 2nd Order, 1st Class, northing and easting values for 122 monuments in and 40 TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1 2 May 2000 to around the City. Four NAD 1983/1991 National Geodetic Survey (NGS) high precision geodetic network (HPGN) monuments (BROWN, PT B 1962, HAFF and MUD MTN) controlled the GPS survey. All coordinates show are "Washington Coordinate System of 1983/1991,North Zone." The vertical control phase was performed by Triad Associates, under the direction of Brad Freeman PLS, using a Wild NA2000 automatic auto reading level and Star*Lev adjustment software. This phase established NAVD 1988, 3rd Order, 1st Class, elevations on 190 monuments in and around the City with 70 of these being horizontal control monuments as well. The leveling project was divided into seven primary interdependent loops connected at a minimum of two points with common benchmarks. Additional legs were run across the primary loops tying into two benchmarks at both ends. A total of 15 NGS benchmarks were part of the network, four of which were held in the final adjustment (NGS Archive Numbers SY0232, SY0162, SY0163 and SY0617) and provided substantial agreement(less than or equal to 5mm)with 5 others. ' The City, in 1995, will have reference points set for all Survey Control Network street centerline monuments not currently referenced. Over the next several years monuments in need of upgrade will be reset as part of an ongoing maintenance program or where capital improvement projects would likely disturb them. As an adjunct to the Survey Control Network the city has developed the enclosed Surveying Standards. Al Hebrank of Hebrank & Associates developed the first draft of these standards which were modified to require the use of the Survey Control Network for all public and private development projects within the city and define the responsibilities of the surveyor in the establishment of new monuments and their associated records. The standards have been reviewed by at least ten licensed surveyors ' for completeness and suitability. The City of Renton and its urban growth area lie between latitudes 47° 25' North to the south and 47° 32' 30" North to the north. In most cases the combined scale factor (elevation and grid scale) throughout this area can be treated as equal to 1.0000000. Table 1. shows the grid scale factors for each minute of latitude in the Renton area identified above. Please note that the relative accuracy for the grid scale factors is approximately 1 in 60,000 at 470 25' N to the south and 1 in 111,000 at 47° 33' N to the north and thus for most survey work will have no impact on surveys covering less than 1.5 miles. TS_SERVER//SYS2\MAPS\83m\control\scn.doc ii 2 May 2000 TABLE 1. LAMBERT CONFORMAL CONIC PROJECTION TABLE Washington Coordinate System of 1983/1991,North Zone for Renton Tabular. Grid Latitude Radius Difference Scale for V of Lat. Factor 470 25' 5807452.516 30.88355 1.00001659 470 26' 5805599.504 30.88353 1.00001310 470 27' 5803746.492 30.88352 1.00000970 470 28' 5801893.480 30.88351 1.00000638 470 29' 5800040.470 30.88350 1.00000315 470 30' 5798187.460 30.88349 1.00000000 470 31' 5796334.450 30.88349 0.99999693 470 32' 5794481.441 30.88349 0.99999395 470 33' 5792628.431 30.88349 0.99999105 The range of elevation in Renton is between 0 and 200 meters (0 and 656 feet). Table 2 shows the scale factor due to elevation. , TABLE 2. SEA LEVEL REDUCTION TABLE Renton Elevation Sea Level Feet Factor Sea Level 1.0000000 500 0.9999761 1000 0.9999522 ' The worst case relative accuracy for an elevation of 650 feet with an interpolated scale factor of 0.99996893 is approximately 1 in 32,000. When combined with the worst case , grid scale factor of 0.99999195 it yields a combined factor of 0.99995998 for a relative accuracy of approximately 1 in 25,000. r It should be noted that Washington state uses the US survey foot and the conversion between feet and meters is 3937/1200 or 3.28083333 feet per meter. nr An analysis of the differences between NGVD 1929 and NAVD 1988 elevations in and around Renton yields a conversion factor of+1.092 meters going from NGVD 1929 to NAVD 1988. r The information in this document has been extensively reviewed but there is always the possibility that some particulars of the monument locations, descriptions or values are either misleading or incorrect. If any such errors are found please contact the City of Renton's Mapping Supervisor at 277-5569. This document will be updated on an ongoing basis as monuments are upgraded, added or as corrections are made. TS_SERVER//SYS2\MAPS\83m\control\scn.doc 111 2 May 2000 • i 1 City of Renton Surveying Standards City of Renton Standard Plans & Supplemental Specifications Section 1-11 Adopted December 16, 1996 Effective January,21, 1997 TS_SERVER//SYS2\M"S\83m\controi\scn.doc I-11-1 2 May 2000 I Vertical Datum of 1988, and tied to at least one 1-11 Renton Surveying Standards of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks 1-11.1(1) Responsibility for surveys(RC) within 3000 feet of the project site a tie to both All surveys and survey reports shall be prepared shall be made. The benchmark(s) used will be W under the direct supervision of a person shown on the drawing. If a City of Renton registered to practice land surveying under the benchmark does not exist within 3000 feet of a provisions of Chapter 18.43 RCW. project,one must be set on or near the project in All surveys and survey reports shall be prepared a permanent manner that will remain intact in accordance with the requirements established throughout the duration of the project. Source of by the Board of Registration for Professional elevations (benchmark) will be shown on the Engineers and Land Surveyors under the drawing, as well as a description of any bench ar provisions of Chapter 18.43 RCW. marks established. 1-11.1(2) Survey Datum and Precision 1-11.1(3) Subdivision Information(RC) (RC) Those surveys dependent on section subdivision The horizontal component of all surveys shall shall reveal the controlling monuments used and have as its coordinate base: The North the subdivision of the applicable quarter section. American Datum of 1983/91. Those surveys dependent on retracement of a All horizontal control for projects must be plat or short plat shall reveal the controlling referenced to or in conjunction with a minimum monuments, measurements, and methodology of two of the City of Renton's Survey Control used in that retracement. OW Network monuments. The source of the 1-11.1(4) Field Notes(RC) coordinate values used will be shown on the Field notes shall be kept in conventional format survey drawing per RCW 58.09.070. in a standard bound field book with waterproof r "The horizontal component of all surveys shall pages. In cases where an electronic data meet or exceed the closure requirements of collector is used field notes must also be kept WAC 332-130-060. The control base lines for with a sketch and a record of control and base all surveys shall meet or exceed the requirements line traverses describing station occupations and for a Class A survey revealed in Table 2 of the what measurements were made at each point. Minimum Standard Detail Requirements for Every point located or set shalt be identified by a ALTA/ACSM Land Title Surveys jointly number and a description. Point numbers shall established and adopted by ALTA and ACSM in be unique within a complete job. The preferred 1992 or comparable classification in future method of point numbering is field notebook, editions of said document. The angular and page and point set on that page. Example: The linear closure and precision ratio of traverses go first point set or found on page 16 of field book used for survey control shall be revealed on the 348 would be identified as Point No. 348.16.01, face of the survey drawing, as shall the method the second point would be 348.16.02,etc. of adjustment. Upon completion of a City of Renton project, The horizontal component of the control system either the field notebook(s)provided by the City for- surveys using global positioning system or the original field notebook(s) used by the methodology shall exhibit at least 1 part in surveyor will be given to the City. For all other ,n 50,000 precision in tine length dependent error work, surveyors will provide a copy of the notes analysis at a 95 percent confidence level and to the City upon request. In those cases where performed pursuant to Federal Geodetic Control an electronic data collector is used, a hard copy ' Subcommittee Standards for GPS control print out in ASCII text format will accompany surveys as defined in Geometric Geodetic the field notes. Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(5) Corners and Monuments(RC) r August 1, 1989 or comparable classification in Corner A point on a land boundary, at the future editions of said document.. juncture of two or more boundary lines. A The vertical component of all surveys shall be monument is usually set at such points to based on NAVD 1988, the North American arl TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-11-5 2 May 2000 physically reference a corner's location on the requirements of the project, the original will be ground. recorded with the King County Recorder. Monument Any physical object or structure of If recording is not required, the survey drawing record which marks or accurately references: shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof • A corner or other survey point established will be submitted to the City of Renton. by or under the supervision of an individual The survey drawings shall meet or exceed the per section 1-11.1(1) and any corner or requirements of WAC 332-130-050 and shall monument established by the General Land conform to the City of Renton's Drafting Office and its successor the Bureau of Land Standards. American Public Works Association Management including section subdivision symbols shall be used whenever possible, and a corners down to and including one-sixteenth legend shall identify 'all symbols used if each comers;and point marked by a symbol is not described at each use. • Any permanently monumented boundary, An electronic listing of all principal points right of way alignment, or horizontal and shown on the drawing shall be submitted with vertical control points established by any each drawing. The listing should include the governmental agency or private surveyor point number designation (corresponding with including street intersections but excluding that in the field notes), a brief description of the dependent interior lot corners. point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM 1-11.1(6) Control or Base Line Survey PC compatible media. (RC) Control or Base Line Surveys shall be 1-11.1(7) Precision Levels(RC) established for all construction projects that will Vertical Surveys for the establishment of bench create permanent structures such as roads, marks shall satisfy all applicable requirements of sidewalks,bridges,utility lines or appurtenances, section 1-05 and 1-11.1. signal or light poles, or any non-single family Vertical surveys for the establishment of bench building. Control or Base Line Surveys shall marks shall meet or exceed the standards, consist of such number of permanent monuments specifications and procedures of third order as are required such that every structure may be elevation accuracy established by the Federal observed for staking or "as-builting" while Geodetic Control Committee. occupying one such monument and sighting Bench marks must possess both permanence and another such monument. A minimum of two of vertical stability. Descriptions of bench marks these permanent monuments shall be existing must be complete to insure both recoverablilty monuments, recognized and on record with the and positive identification on recovery. City of Renton. The Control or Base Line 1-11.1(8) Radial and Station — Offset Survey shall occupy each monument in turn, and Topography(RC) shall satisfy all applicable requirements of Topographic surveys shall satisfy all applicable Section 1-11.1 herein. requirements of section 1-11.1 herein. The drawing depicting the survey shall be neat, All points occupied or back sighted in legible, and drawn to an appropriate scale. developing radial topography or establishing North orientation should be clearly presented baselines for station -- offset topography shall and the scale shown graphically as well as noted. meet the requirements of section 1-11.1 herein. The drawing must be of such quality that a The drawing and electronic listing requirements reduction thereof to one-half original scale set forth in section 1-11.1 herein shall be remains legible. observed for all topographic surveys. If recording of the survey with the King County Recorder is required, it will be prepared on 18 1-11.1(9) Radial Topography(RC) inch by 24 inch mylar and will comply with all Elevations for the points occupied or back provisions of Chapter 58.09 RCW. A sighted in a radial topographic survey shall be photographic mylar of the drawing will be determined either by 1) spirit leveling with submitted to the City of Renton and, upon their misclosure not to exceed 0.1 feet or Federal review and acceptance per the specific TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-11-5 2 May 2000 Geodetic Control Committee third order relationship between the witness monuments and elevation accuracy specifications, OR 2) their respective corners shall be shown or �r trigonometric leveling with elevation differences described on the face of the plat or survey of determined in at least two directions for each record, e.g., "Tacks in lead on the extension of point and with misclosure of the circuit not to the lot side lines have been set in the curbs on exceed 0.1 feet. the extension of said line with the curb." In all other cases the corner shall meet the 1-11.1(10) Station—Offset Topography requirements of section 1-11.2(1)herein. (RC) All non comer monuments, as defined in 1- r Elevations of the baseline and topographic points 11.1(5), shall meet the requirements of section shall be determined by spirit leveling and shall 1-11.2(2)herein. If the monument falls with in a satisfy Federal Geodetic Control Committee paved portion of a right of way or other area,the r specifications as to the turn points and shall not monument shall be set below the ground surface exceed 0.1 foot's error as to side shots. and contained within a lidded case kept separate 1-11.1(11) As-Built Survey(RC) from the monument and flush with the pavement All improvements required to be "as-built" (post surface,per section 1-11.2(3). construction survey) per City of Renton Codes, In the case of right of way centerline monuments TITLE 4 Building Regulations and TITLE 9 all points of curvature (PC), points of tangency r Public Ways and Property, must be located both (PT), street intersections, center points of cul de horizontally and vertically by a Radial survey or sacs shall be set. If the point of intersection, PI, by a Station offset survey. The "as-built" survey for the tangents of a curve fall within the paved must be based on the same base line or control portion of the right of way, a monument can be M survey used for the construction staking survey set at the PI instead of the PC and PT of the for the improvements being "as-built". The "as- curve. built" survey for all subsurface improvements For all non corner monuments set while under should occur prior to backfilling. Close contract to the City of Renton or as part of a City cooperation between the installing contractor and of Renton approved subdivision of property, a the"as-builting"surveyor is therefore required. City of Renton Monument Card (furnished by All "as-built" surveys shall satisfy the the city) identifying the monument; point of requirements of section 1-11.1(1) herein and intersection(PI),point of tangency(PT),point of shall be based upon control or base line surveys curvature (PC), one-sixteenth corner, Plat made in conformance with all of section 1-11.1 monument, street intersection, etc., complete and 1-11.3(1)herein. with a description of the monument, a minimum The field notes for "as-built" shall meet the of two reference points and NAD 83/91 ' requirements of section 1-11.1(4) herein and coordinates and NAVD 88 elevation shall be submitted with stamped and signed "as-built" filled out and filed with the city. drawings which includes a statement certifying , the accuracy of the"as built". 1-11.2 Materials The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be 1-11.2(1) Property/Lot Corners(RC) observed for all"as-built"surveys. Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter 1-11.1(12) Monument Setting and rebar 24 inches in length, durable metal plugs or Referencing(RC) caps, tack in lead, etc. and permanently marked ' All property or lot corners, as defined in 1- or tagged with the surveyor's identification 11.1(5), established or reestablished on a plat or number. The specific nature of the marker used other recorded survey shall be referenced by a can be determined by the surveyor at the time of ' permanent marker at the corner point per 1- installation. 11.2(1). In situations where such markers are 1-11.2(2) Monuments(RC) impractical or in danger of being destroyed, e.g., Monuments per 1-11.1(5) shall meet the , the front corners of lots, a witness marker shall requirements as set forth in City of Renton be set. In most cases, this will be the extension Standard Plans page H031 and permanently of the lot line to a tack in lead in the curb. The TS_SERVER//SYS2\NWS\83m\control\scn.doc 1-11-5 2 May 2000 �r marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover (RC) Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H031. I 1 r r r I 1 TS_SERVER//SYS2\MAPS\83m\control\.scn.doc 1-11-5 2 May 2000 a w N = --1 o m02A2=•O-q C.P+)zmpmmv> C n2C N f'l A z n CT2 I t C1 O - +--m-+ooD D 3 m-1m2 <N CD <m rn-�m-i o z 2 A 4L^'l m C) O N�)D O D 67 0 N C_- z -i AmCZO c \\ m c.�z D N w • C O N A S m N �• O ,` / A 1 m n D m mmzrD 3 om m w-c z Am ) zmnrn3 r n D m<n D p \ e'.... n rNmAm=z A �� ,• � ND D•-.n n •-�•.s I � v A D z z D £ > L'I C) n D r N c) 0 o -I N z 0 O 111 \ Z •-•---I O' N m noao -Di J n Cl o,•,<m m N. O a v •-r z m C) n O D v mzm� A O � G')n O 3 =Co Z z p --I n Jv , •' ^T O d , z a x o o t7 � � d C) ro x b a• y O C=7 C -o 0o z a C d < m 0 :o 00-� 2 48 le / _ / / / 25027++r 1 4 2776 t rr ,702 2.94 7 f _ 1834-1, --- ,2165/ - I r � �, ui C4 • 32 T24N R5E NW 1/4 LEGEND CITY OF RENTON 1111 ® Horizontal & vertical SURVEY CONTROL NETWORK 2222 tr MONUMENTS & BENCHMARKS ® Horizontal only TECHNICAL SERVICES 3333 PLANNINGB1UDWG/PUBLIC WORKS ® Vertical Only 02n4/00 Monument «. Renton Gry limit: B4 1:54w 29 T24N R5E SW 1/4 - TRAFFIC CONTROL - INFORMATION CITY OF RENTON TRANSPORTATION SYSTEMS-TRAFFIC OPERATIONS TRAFFIC CONTROL PLAN CONSTRUCTION COMPANY: APPL.DATE: ADDRESS: PERMIT#: PHONE#: CONSTRUCTION SUPERINTENDENT: MOB./CELL:# PROJECT NAME: FAX#: rrr PROJECT LOCATION: N/E/S/W/OF: WORK TIME: APPROVED BY: WORK DATE: APPROVAL DATE: NOTES: I. WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES(MUTCD). 2. CALL 911 (USING A LOCAL PHONE)OR 253-252-2121 (USING A CELL PHONE),FIRE AND POLICE DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY. 3. CALL METRO TRANSIT CONTROL CENTER AT 206-684-2732 AT LEAST TWENTY-FOUR(24) HOURS BEFORE ANY STREET OR LANE CLOSER AND 30 MINUTES BEFORE THE ACTUAL CLOSURE. 4. THIS PLAN MUST BE SUBMITTED AT LEAST THREE(3)WORKING DAYS PRIOR TO WORK. 5. APROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS. 6. ANY VEHICLE AND/OR EUQIPMENT TO BE USED FOR WORK WITHIN THE CITY RIGHT OF WAY MUST DISPLAY A COMPANY LOGO(ANY LEGALLY ACCEPTABLE SIGN SHOWING A COMPANY NAME,ADDRESS,AND TELEPHONE NUMBER)AT A CONSPITCUOUS PLACE ON THE VEHICLE OR EQUIPMENT. COMMENTS: SKETCH { I have been informed of my responsibilities for traffic control and OFFICE COPY T- agree to comply with all traffic regulations of the City of Renton. CONTRACTOR INSPECTOR K.KITTRICK/ SIGNATURE: DATE: POLICE FLOYD ELDRIDGE FIRE JIM GRAY/STA.#11 representing agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. I shall notify emergency services twenty-four(24)hours before any street or lane closures. I understand any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in my receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220,9A.36.050 Reckless Endangerment, and other applicable State and City codes. 1 I certify I am responsible for the project and the responsible party to be cited for violation of R.C.W. 47.3 6.200 through 47.3 6.220 or 9A.36.050 Reckless Endangerment, and other applicable State and City codes. NAME: D.O.B. SS#: xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx HOME ADDRESS: WORK ADDRESS: WORK PHONE: HOME PHONE: COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR: WASHINGTON STATE DRIVERS LICENSE NUMBER: datacenter/pw/trafcontrol/bh CITY OF RENTON DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS �rrt Rtu Rite ;rROAD CLOSED ROAD CLOSED TO TO TRAFFIC THRU TRAFFIC TYPE 111-1 TYPE IIHA TYPE 111-1 13 RIM Rt1-4 ROAj;g D ROAD CLOSED TO THRU THRU TRAFFIC DETOUR TYPE III-2 TYPE IIk2A TYPE III-2B R11-2 R114 ROAD ROAD ROAD CLOSED CLOSED CLOSED DETOUR Afh DETOUR M44= IA41004 TYPE 1113 TYPE III-3A TYPE 111-6 DETOUR DETOUR DETOUR IA4b(IJ mom MOM ROAD CLOSED R11-2 M4-8a APPROVED BY: TYPE III, R11-2, R11-4, M4-1 0 (R)/(L), M4-9 (R)/(L) DATE: 06=00 SHEET: 1.0 C:\Traffic Opo"wons\TCP\TYPE—NI Awp z 0 I . a) ::D ui LO fl: f"O OQ CN z -E C) co 0 C: a) a) P CO 0 n 0 c LLJ 0 0' < C: C: 0 C) 1.0 0 0 'U a) > 0 L) C) LD Cl) LL Co C: z 09 0 C: 60 0 ca I — a) (1) C) CIO a) ° o r.- -t= a) a 0 >(') 0 p 0 U x 04 x a) x a: 0 LLJ CN (1) C-4 CO a: CD LL- CO qt x 0 < < x LLJ X C) 006 b 0 0 = ::) dv _j < 600 Of 0 0 l;:T cz 0 LD 0 1-1 :2 a) x 0 ;z zo a) Coo JU a) < C: C: LU z 0 LL x C) 0 LD 11;3* (1) C-() LLI 04 0) o 00 U) () -- (", o zz a) C: cr) 0 0 L 0 X C) C: 0 LL CY) 'o X x ? -r o CD C: LU co` < cc) 0 0 0 ry a) < LL, co-,06� , z 0) �o a) C) 04 z b LU C) 0) O x� � q 0) c 2 U) oc) < C: X Q) 111 0 X > ui x o Q C: x a co 0 -0 c 0 0 co C: < 0 i zzt ao 6 LL 0 0 0 0 co co '0 -�.z f % z � a Kr r o'V' b o c p ho Waa w L E p R 5:O q o 4 -' ® Q� o y' off. o0 v o Z -w, <uA - y PL Oc- • o O �ep <V�n t P- CC-- 7 O 0 o-0 ry Lo V O E L V V o O- m c L > o .- 0 ° 't O� IL- Lvoia LP• J �/di Q O n °Q �LL � ' Y o _ 7 mm o tinow• h d v Q <7! Z a _ o a O P O U r u n n a 5 - O V O: k-V E O O C U- L~�mL 7 V o n �n R- C a V >C 6 of C K '� C- L >n m N O Y O. L 7d V Q O W • L V V L-- O EV ♦-d-aa C v E 0 L 'rti O O qr m m L LO t 7RL •t TL C L ,O t„ 13 n a d O N FP a > fm N EJ v m V L on!-� h C O m 70 o n P O L E r t l t 0 0 1i 9 -P R d O d 7 L O O aoo n >E O >R E =oLRC -u L m o(v ID L O -00- U 2 a 03 d 0 3LE P) O V 4 V O G da-PV CV o • V V t O> C d L C - L Y1 H 10. O a O N m O o-7 3 C V C 0 3 o L n o L Yl t00. PN V '� ~ h L V O O 3•-70 C-- ql f' O » 3t c Ot nC c o W m CO 3 L o0 C 7 V 00-x- �C o0 0 VCo. P L -O 0' D O. L •' O ¢o i - - V R G x On t.0 n 7 m o C- T V L L 10 C o V 0 O U O d 0 0 ` O d3 C O L P O O d L V L t J O r ul 4 .-.nv Vl V1-R105 NE W 0 1W O h v ui m D O O � o r 0 a } } m oot ono OS q U h Z O 6 O < Z S S a a a E 10 N Z S S O O ads N N c o v y Tc L q To >N _00, .�O`. u O O V ow QS l H � r u C U C P O U- V F c 0 C C ` O m _ O O C V O r L ° LLV O O 3 R d P > O L ,OS tJ a C d o � O L O NBd Wa O O O � V_ U aL V n Su C P nd N V O O q O C C O S n Z • t .00. � • ' CO -3 P - W • nt O -01 W C4 r lW 0 N _ 0 Z u QDJ Y z N 8 o z �aa r o Z W F Za Q r D w Z= ��G� °n �o° ZpF- J H m o F 2 W F� dC ti n� w Q 5 Z CL a ry c w o �Z o e i, =% z w 000 ° ° o a g ¢ O x w Z ° i ° °z ZW F o a co z _j U �+ o a o m o vi a a Z 2 a w(X W In OW a a J w ° wo W LL O N 3 n E¢ FVJ m cr m>- o� •Jya ► W u a¢ u J ¢ ins ww U. jJ J 2 a:..-. . ¢ W `C9 a ¢ UJ w c7 a -. 2 W S•--� Z O W W a r 0',• a F-2 OWx u �' G ¢ ^•2t- r �¢z� tly w z .--.x ¢O o S 4 w o ti� °o� °o° �g8 •w Oz VI W F- UOx -+Y W W U fo ¢¢ z0 O w y� 1-O > W M: Q w r N t w a N W OJ 0 •w u r N N 4- O O W ONO Q ¢ o D:O W> U0: a- u t OHE OQ oQ ��z pp5 W O Vl¢ W Z 0 Z m 0070 f,iJ v_i O(r li q w wx w (no U w> w i s ° o o m 0 °' = m o° o 0 o a Q °J O O Z -- N M v N N W u o ry _ o t 10 aT of a a € k O N O aW W >•" a N O= ry Q W w o 3 O O O X \ \ O Q W C)O Q CD p O N z U °d n+N- 0 9 w m n°n w Q V) L mayn3 ¢L t O • / S U [10N aW O 0 O c C N o �� Zmr¢ XP� a0 ¢ C V C C mdO tn ¢DO O O D h ul n o O W JZa O O Z R m a N d WV1JS O_¢ a az cr O na o zoz of w wZ Z ..W Z O PO O Z a \/Jy/\ o < OZOO v--• U i ~O V �Q W¢ N aO= (7 2J a W yf� 1 N o oLL uai .>>j o-, o a v tiU 0019 U � � ^O ON zQ U N4 N �A O Q: �U>- > WaS D v r a O v\1 v\i CO¢ tnOF- F- w awu ¢o z o u ZU O O J ¢ NaJ W 1-x-00 N m 3 Z O Z • 3 1` a W O z 0 o = ¢ a ° v 2 U W Z N + O 6db �,� �O u o x� m N "00 h" ' '\�'\\,, < a >LL o U s` G F- 1--- F- pp N WU N D3 \ SOW O ¢ .Z-. Vtn z wo O � W 00 \ ia J 00 C.7 W 0 Z a u F W vi W u E J ",3 X ¢ \\y OYa 3 J N FW- w a.�- w UZI- N 0 0 W 1 0 1 I i PERMITS INFORMATION (HPA PERMIT, SOIL MGT. REQ913, BNSF PERMIT) aw 1r DEPARTMENT OF THE ARMY SEATTLE DISTRICT,CORPS OF ENGINEERS P.O.BOX 3755 SEATTLE,WASHINGTON 98124-3755 .REPLY TO r4% ATTENTION OF ?'• �7aa DEC 2 8 20J7 Regulatory Branch DEC 3 Mr. Steve LeeTrt � � City of Renton Planning,Building, and Public Works Department City Hall,5`h Floor 1055 South Grady Way Renton, Washington 98055 Reference: NWS-2007-1987 City of Renton Dear Mr. Lee: The City of Renton will not need a Department of the Army(DA)permit to realign. and culvert currently daylighted portions of the Gypsy Creek drainage system near Ripley Lane,in Renton,Washington. For most of the last 2 years,we have been exerting regulatory jurisdiction over roadside drainage ditches in accordance with the Headwaters Inc.v. Talent Irrigation Distnat. t 243 F.3d:526(9th Cir. 200:1 court;case,,.which held:that ditches carrying water to ultimately.,1� navigable-,waters.were thernselves-"waters of the United:States." Jurisdictional matters in.. . the Talent.case have been superseded by=two-more>recentticases,Rapanos v U.S. and Carabell v:U1S.(12f.S. Ct. 2208 (2006)):. Guidance we received.on-June 5,2007, entitled Clean;W,atex,Act.Fut}isdictign:I 9M-Ring the U&.Supreme,Court'.t0ecision in Rapanos V. United,States and'Carabell v. Unite&States states "The agencies generally will not assert jurisdiction over the following features: "Swales or erosional features(e.g.,gullies, small washes characterized ` by low volume,infrequent,or short duration flow, s^� "Ditches (including roadside ditches)excavated wholly in and draining only uplands and that do not carry a relatively, permanent flow of water." This site falls under the second part of the above guidance. No DA permit is required to perfonn the work. If you have any questions about this letter,please call me at telephone(206)764-6907 or by e-mail at jack.kennedy��s02.usace.aimv.mil. Si cerely I ek Kennedy nsportation Liaison Team r: Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: February 11,2008 Control Number: 111269-1 Project Expiration Date: February 10, 2013 FPA/Public Notice#: N/A PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Renton Surface Water Division ATTENTION: Steve Lee 1055 South Grady Way 5th Floor Renton, WA 98055 425-430-7205 Project Name: Ripley Lane Gypsy Conveyance Improvements Project Description: Replace a 24 inch diameter culvert with four 36 inch diameter culverts under Ripley Lane and install a log weir fishway upstream of the culverts; location is Gyspy Subbasin Drainage west of 1-405 north of the NE 44th Street exit. PROVISIONS 1. Work below the ordinary high water line (OHWL) shall occur only between June 15 and September 30. 2. NOTIFICATION REQUIREMENT: The Area Habitat Biologist(AHB) listed below shall receive written notification (FAX to 425-427-0570 or e-mail fisheldf @dfw.wa.gov) from the person to whom this Hydraulic Project Approval (HPA) is issued (permittee) no less than three working days prior to start of work, and again within three days of completion of work to arrange for a compliance inspection. The notification shall include the permittee's name, project location, starting date for work or completion date of work, and the control number for this Hydraulic Project Approval (HPA). 3. Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife (WDFW) entitled, "RIPLEY LANE STORM IMPROVEMENTS" dated January 31, 2008, except as modified by this HPA. A copy of these plans shall be available on site during construction. 4. Installation of the project shall occur in the d or in isolation from the stream flow b the P J dry Y installation of a bypass flume or culvert, or by pumping the stream flow around the work area. 5. The permittee shall capture and safe) move food fish, game fish and other fish life from the old P Y g channel alignment and move them to an undisturbed reach of the stream prior to instream ■ construction. The permittee shall have fish capture and transportation equipment ready and on the job site. The permittee may request WDFW assist in capturing and safely moving fish life from the job site to free-flowing water, and assistance may be granted if personnel are available. 6. Any device used for diverting water from a fish-bearing stream shall be equipped with a fish guard to prevent passage of fish into the diversion device pursuant to RCW 77.57.010 and 77.57.070. The pump intake shall be screened with 1/8-inch mesh to prevent fish from entering the system. The screened intake shall consist of a facility with enough surface area to ensure that the velocity through the screen is less than 0.4 feet per second. Screen maintenance shall be Pagel of 5 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021 -Appeal pursuant to Chapter 34.05 Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: February 11,2008 Control Number: 111269-1 Project Expiration Date: February 10, 2013 FPA/Public Notice#: N/A adequate to prevent injury or entrapment to juvenile fish and the screen shall remain in place whenever water is withdrawn from the stream through the pump intake. 7. The project shall be installed to maintain structural integrity to the 100-year peak flow with consideration of the debris likely to be encountered. 8. The culverts and weirs constitute a fish passage structure and shall be installed and maintained by the City of Renton per RCW 77.57.030 to ensure continued, unimpeded fish passage. The project site shall be monitored during each significant storm event to ensure compliance with this provision. If a structure related to this project becomes a hindrance to fish passage, the City shall be responsible for obtaining an HPA and providing prompt correction. Financial responsibility for maintenance and repairs shall be that of the City. 9. Log weir elevations shall be installed with a maximum tolerance from design elevations of+/- 0.1 ft. 10. Disturbance of the streambed and banks and stream buffers shall be limited to that necessary to place the culvert and weir structure and any required channel modification associated with it. Affected bank and buffer areas shall be planted per approved landscape plan (Provision 3) by December 31 of the year of installation of the culverts and log weirs. Plantings shall be maintained as necessary for three years to ensure 80 percent survival of each species or a contingency species approved by the AHB. 11. Placement of bank protection material waterward of the OHWL shall be restricted to the minimum amount necessary to protect the culvert inlet and for installation of mitigation features approved by WDFW. 12. The toe shall be installed to protect the integrity of bank protection material. 13. Bank sloping shall be accomplished in a manner that avoids release of overburden material into the water. Overburden material resulting from the project shall be deposited so it will not re-enter r.. the water. 14. Bank protection material shall be clean, angular rock, and shall be installed to withstand 100- year peak flows. River gravels or other round cobbles shall not be used as exterior armor. 15. Equipment used for this project shall be free of external petroleum-based products while working around the stream and wetlands associated with the stream. Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment prior to its working below the OHWL. Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the stream and wetlands associated with the stream. w Page 2 of 5 1 Washington North Puget Sound Department of HYDRAULIC PROJECT APPROVAL 16018 Mill Creek Boulevard FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: February 11,2008 Control Number: 111269-1 Project Expiration Date: February 10, 2013 FPA/Public Notice#: N/A 16. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or water quality problems develop (including equipment leaks or spills), immediate notification shall be made to the Washington Emergency Management Division at 1-800-258-5990, and to the AHB. 17. Erosion control methods shall be used to prevent silt-laden water from entering the stream and wetlands associated with the stream. These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds, check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of exposed areas. 18. Prior to starting work, the selected erosion control methods (Provision 17) shall be installed. Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. 19. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of the OHWL to allow removal of fine sediment and other contaminants prior to being discharged to the stream or wetlands associated with the stream. 20. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of floodwater in an approved upland disposal site. 21. If high flow conditions that may cause siltation are encountered during this project, work shall stop until the flow subsides. 22. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream or wetlands associated with the stream. PROJECT LOCATIONS Location #1 Ripley Lane Gypsy Conveyance Improvement WORK START: February 11, 2008 WORK END: February 10, 2013 WRIA: Waterbody: Tributary to: 08.6007 Lake Washington Ship Canal 1/4 SEC: Section: Township: Range: Latitude: Longitude: County: SW 1/4 29 24 N 05 E N 47.53497 W 122.19676 King Location#1 Driving Directions Page 3 of 5 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard Nom:"FISH and RCW 77.55.021 -Appeal pursuant to Chapter 34.05 Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: February 11,2008 Control Number: 111269-1 Project Expiration Date: February 10, 2013 FPA/Public Notice#: N/A APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW(formerly RCW 77.20). Additional authorization from other public agencies may be necessary for this project. The person(s)to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies(local, state and/or federal)that may be necessary for this project. This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work. This Hydraulic Project Approval does not authorize trespass. The person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. All Hydraulic Project Approvals issued pursuant to RCW 77.55.021 (EXCEPT agricultural irrigation, stock watering or bank stabilization projects)or 77.55.141 are subject to additional restrictions, conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The person(s)to whom this Hydraulic Project Approval is issued has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All agricultural irrigation, stock watering or bank stabilization Hydraulic Project Approvals issued pursuant to RCW 77.55.021 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the person(s)to whom this Hydraulic Project Approval is issued: PROVIDED HOWEVER, that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.301. APPEALS INFORMATION If you wish to appeal the issuance or denial of, or conditions,provided in a Hydraulic Project Approval,there are informal and formal appeal processes available. A. INFORMAL APPEALS(WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021, 77.55.141, 77.55.181, and 77.55.291: A person who is aggrieved or adversely affected by the following Department actions may request an informal review of: (A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval; or (B)An order imposing civil penalties. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be RECEIVED by the Department within 30 days of the denial or issuance of a Hydraulic Project Approval or receipt of an order imposing civil penalties. If agreed to by the aggrieved party, and the aggrieved party is the Hydraulic Project Approval applicant, resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and his/her supervisor. If resolution is not reached, or the aggrieved party is not the Hydraulic Project Approval applicant, the Habitat Technical Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or his/her designee. If you are not satisfied with the results of this informal appeal, a formal appeal may be filed. B. FORMAL APPEALS(WAC 220-110-350)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (EXCEPT agricultural irrigation, stock watering or bank stabilization projects)or 77.55.291: A person who is aggrieved or adversely affected by the following Department actions may request a formal review of: (A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Page 4 of 5 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021 -Appeal pursuant to Chapter 34.05 Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: February 11,2008 Control Number: 111269-1 Project Expiration Date: February 10, 2013 FPA/Public Notice#: N/A Project Approval; (B)An order imposing civil penalties; or (C)Any other'agency action'for which an adjudicative proceeding is required under the Administrative Procedure Act, Chapter 34.05 RCW. A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, shall be plainly labeled as'REQUEST FOR FORMAL APPEAL'and shall be RECEIVED DURING OFFICE HOURS by the Department at 600 Capitol Way North, Olympia,Washington 98501-1091,within 30-days of the Department action that is being challenged. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal,the deadline for requesting a formal appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (agricultural irrigation, stock watering or bank stabilization only), 77.55.141, 77.55.181, or 77.55.241: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office, 4224 Sixth Avenue SE, Building Two- Rowe Six, Lacey,Washington 98504;telephone 360/459-6327. D. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43.21 L RCW: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The FORMAL APPEAL shall be in accordance with the provisions of Chapter 43.21 L RCW and Chapter 199-08 WAC. The request for FORMAL APPEAL shall be in WRITING to the Environmental and Land Use Hearings Board at Environmental Hearings Office, Environmental and Land Use Hearings Board,4224 Sixth Avenue SE, Building Two-Rowe Six, P.O. Box 40903, Lacey,Washington 98504;telephone 360/459-6327. E. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS results in forfeiture of all appeal rights. If there is no timely request for an appeal,the department action shall be final and unappealable. ENFORCEMENT: Sergeant Chandler (34) P2E Habitat Biologist ✓ for Director Larry Fisher 425-313-5683 WDFW CC: Page 5 of 5 MW Law Department Approved Tracking #07-35061 � , PIPELINE LICENSE THIS LICENSE ("License"), made as of the — day of February, 2008 ("Effective Date") 6 by and between BNSF RAILWAY COMPANY, a Delaware corporation ("Licensor") and CITY OF RENTON, a Washington corporation ("Licensee"). NOW THEREFORE, in consideration of the mutual covenants contained herein, the parties agree to the following: GENERAL fir► 1. Licensor hereby grants Licensee a non-exclusive license, subject to all rights, interests, and estates of third parties, including, without limitation, any leases, use rights, easements, liens, or other encumbrances, and upon the terms and conditions set forth below, to construct and maintain, in strict accordance with the drawings and specifications approved by Licensor as part of Licensee's application process (the "Drawings and Specifications"), One (1) Pipeline(s), Thirty-Six (36) inches in diameter inside a Forty-Five (45) inch STEEL casing ("PIPELINE"), across or along the rail corridor of Licensor at or near the station of Redmond, County of King, State of WA, Line Segment 0405, Mile Post 6.48, as shown on the attached Drawing No. 1-42518, dated November 19, 2007, attached hereto as Exhibit "A" and made a part hereof("Premises"). 2. Licensee shall not disturb any improvements of Licensor or Licehsor's existing lessees, - Licensees, easement beneficiaries or lien holders, if any, or interfere with the use of such improvements. 3. Licensee shall use the Premises solely for construction and maintenance of a PIPELINE in accordance with the Drawings and Specifications carrying STORM WATER. Licensee shall not use the PIPELINE to carry any other commodity or use the Premises for any other purpose. Licensee covenants that it will not handle or transport "hazardous waste" or "hazardous substances", as "hazardous waste" and "hazardous substances" may now or in the future be defined by any federal, state, or local governmental agency or body through the PIPELINE on Licensor's property. Licensee agrees periodically to furnish Licensor with proof, satisfactory to Licensor that Licensee is in such compliance. Should Licensee not comply fully with the above-stated obligations of this Section, notwithstanding anything contained in any other provision hereof, Licensor may, at its option, terminate this License by serving five (5) days' notice of termination upon Licensee. Upon termination, Licensee shall remove the PIPELINE and restore Licensor's property as herein elsewhere provided. 4. In case of the eviction of Licensee by anyone owning or claiming title to or any interest in the Premises, or by the abandonment by Licensor of the affected rail corridor, Licensor shall not be liable to refund Licensee any compensation paid hereunder, except for the pro-rata part of any recurring charge paid in advance, or for any damage Licensee sustains in connection therewith. 5. Any contractors or subcontractors performing work on the PIPELINE or entering the Premises on behalf of Licensee shall be deemed servants and agents of Licensee for purposes of this License. IForm 424; Rev.04/26/05 -1 - I � Law Department Approved Tracking#07-35061 TERM 6. This License shall commence on the Effective Date and shall continue for a period of twenty-five (25) years, subject to prior termination as hereinafter described. mr COMPENSATION 7. (a) Licensee shall pay Licensor, prior to the Effective Date, the sum of Two Thousand Five Hundred and No/100 Dollars ($2500) as compensation for the use of the Premises. .r (b) Licensee agrees to reimburse Licensor(within thirty (30) days after receipt of bills therefor) for all costs and expenses incurred by Licensor in connection with Licensee's use of the Premises or the presence, construction and maintenance of the PIPELINE, including but not limited to the furnishing of Licensor's Flagman and any vehicle rental costs incurred. The cost of flagger services provided by the Railway, when deemed necessary by the Railway's representative, will be borne by the Licensee. The estimated cost for one (1) flagger is $600.00 for an eight (8) hour basic day with time and one-half or double time for overtime, rest days and holidays. The estimated cost for each flagger includes vacation •• allowance, paid holidays, Railway and unemployment insurance, public liability and property damage insurance, health and welfare benefits, transportation, meals, lodging and supervision. Negotiations for Railway labor or collective rr bargaining agreements and rate changes authorized by appropriate Federal authorities may increase actual or estimated flagging rates. The flagging rate in effect at the time of performance by the Contractor hereunder will be used to calculate the actual costs of flagging pursuant to this paragraph. (c) All invoices are due thirty (30) days after the date of invoice. In the event that Licensee shall fail to pay any monies due to Licensor within thirty (30) days after the invoice date, then Licensee shall pay interest on such unpaid sum from thirty (30) days after its invoice date to the date of payment by Licensee at an annual rate equal to (i) the greater of (a) for the period January 1 through June 30, the "r prime rate last published in The Wall Street Journal in the preceding December plus two and one-half percent (2 1/2%), and for the period July 1 through December 31, the prime rate last .published in The Wall Street Journal in the preceding June plus two and one-half percent (2 1/2%), or (b) twelve percent (12%), or (ii) the maximum rate permitted by law, whichever is less. COMPLIANCE WITH LAWS 8. (a) Licensee shall observe and comply with any and all laws, statutes, regulations, ordinances, orders, covenants, restrictions, or decisions of any court of competent jurisdiction ("Legal Requirements") relating to the construction, maintenance, and use of the PIPELINE and the use of the Premises. (b) Prior to entering the Premises, Licensee shall and shall cause its contractor to comply with all Licensor's applicable safety rules and regulations. Prior to commencing any work on the Premises, Licensee shall complete and shall require its contractor to complete the safety-training program at the following Form 424;Rev. 04/26/05 -2- Law Department Approved Tracking #07-35061 Internet Website "http://www.contractororientation.com". This training must be completed no more than one year in advance of Licensee's entry on the Premises. DEFINITION OF COST AND EXPENSE 9. For the purpose of this License, "cost' or "costs" "expense" or"expenses" includes, but is not limited to, actual labor and material costs including all assignable additives, and material and supply costs at current value where used. RIGHT OF LICENSOR TO USE 10. Licensor excepts and reserves the right, to be exercised by Licensor and any other ,r parties who may obtain written permission or authority from Licensor: (a) to maintain, renew, use, operate, change, modify and relocate any existing pipe, power, communication lines and appurtenances and other facilities or structures of like character upon, over, under or across the Premises; (b) to construct, maintain, renew, use, operate, change, modify and relocate any tracks or additional facilities or structures upon, over, under or across the Premises; or c to use the Premises in an manner as the Licensor in its sole discretion deems O Y appropriate, provided Licensor uses all commercially reasonable efforts to avoid material interference with the use of the Premises by Licensee for the purpose specified in Section 3 above. LICENSEE'S OPERATIONS 11. (a) Licensee shall notify Licensor's Roadmaster at 2454 S Occidental Ave South Seattle, WA, (206) 625-6462, at least five (5) business days prior to installation of the PIPELINE and prior to entering the Premises for any subsequent maintenance thereon. (b) In performing the work described in Section 3, Licensee shall use only public roadways to cross from one side of Licensor's tracks to the other. 12. (a) Under no conditions shall Licensee be permitted to conduct any tests, investigations or any other activity using mechanized equipment and/or machinery, or place or store any mechanized equipment, tools or other materials, within twenty-five (25) feet of the centerline of any railroad track on the Premises unless Licensee has obtained prior written approval from Licensor. Licensee shall, at its sole cost and expense, perform all activities on and about the Premises in such a manner as not at any time to be a source of danger to or interference with the existence or use of present or future tracks, roadbed or property of Licensor, or the safe operation and activities of Licensor. If ordered to cease using the Premises at any time by Licensor's personnel due to any hazardous condition, Licensee shall immediately do so. Notwithstanding the foregoing right of Licensor, the parties agree that Licensor has no duty or obligation to monitor Licensee's use of the Premises to determine the safe nature Form 424; Rev. 04/26/05 -3 - Law Department Approved Tracking #07-35061 thereof, it being solely Licensee's responsibility to ensure that Licensee's use of the Premises is safe. Neither the exercise nor the failure by Licensor to exercise any rights granted in this Section will alter the liability allocation provided by this License. .r (b) Licensee shall, at its sole cost and expense, construct and maintain the PIPELINE in such a manner and of such material that it will not at any time be a source of danger to or interference with the existence or use of present or future .. tracks, roadbed or property of Licensor, or the safe operation and activities of Licensor. Licensor may direct one of its field engineers to observe or inspect the construction and/or maintenance of the PIPELINE at any time for compliance with the Drawings and Specifications. If ordered at any time to halt construction or maintenance of the PIPELINE by Licensor's personnel due to non-compliance with the same or any other hazardous condition, Licensee shall immediately do so. Notwithstanding the foregoing right of Licensor, the parties agree that Licensor has no duty or obligation to observe or inspect, onto halt work on, the PIPELINE, it being solely Licensee's responsibility to ensure that the PIPELINE is constructed in strict accordance with the Drawings and Specifications and in a r` safe and workmanlike manner in compliance with all terms hereof. Neither the exercise nor the failure by Licensor to exercise any right granted by this Section will alter in any way the liability allocation provided by this License. If at any time Licensee shall, in the sole judgment of Licensor, fail to properly perform its obligations under this Section, Licensor may, at its option and at Licensee's sole expense, arrange for the performance of such work as it deems necessary for err the safety of its operations and activities. Licensee shall promptly reimburse Licensor for all costs and expenses of such work, upon receipt of an invoice for the same. Licensor's failure to perform any obligations of Licensee shall not alter the liability allocation hereunder. 13. During the construction and any subsequent maintenance performed on the PIPELINE, s Licensee shall perform such work in a manner to preclude damage to the property of Licensor, and preclude interference with the operation of its railroad. The construction of the PIPELINE shall be completed within one (1) year of the Effective Date. Upon completion of the construction of the PIPELINE and after performing any subsequent maintenance thereon, Licensee shall, at Licensee's own cost and expense, restore Licensor's Premises to their former state as of the Effective Date of this License. 14. If at any time during the term of this License, Licensor shall desire the use of its rail corridor in such a manner as would, in Licensor's reasonable opinion, be interfered with by the PIPELINE, Licensee shall, at its sole expense, within thirty (30) days after receiving written notice from Licensor to such effect, make such changes in the PIPELINE as in the sole discretion of Licensor may be necessary to avoid interference with the proposed use of Licensor's rail corridor, including, without limitation, the relocation of the existing or the construction of a new PIPELINE(s). 15. (a) Prior to Licensee conducting any boring work on or about any portion of the Premises, Licensee shall explore the proposed location for such work with hand tools to a depth of at least three (3) feet below the surface of the ground to determine whether pipelines or other structures exist below the surface, provided, however, that in lieu of the foregoing, the Licensee shall have the right to use suitable detection equipment or other generally accepted industry practice Form 424; Rev.04/26/05 -4 - Law Department Approved Tracking#07-35061 (e.g., consulting with the Underground Services Association) to determine the existence or location of pipelines and other subsurface structures prior to drilling or excavating with mechanized equipment. Upon Licensee's written request, which shall be made thirty (30) business days in advance of Licensee's requested construction of the PIPELINE, Licensor will provide Licensee any information that Licensor has in the possession of its Engineering Department concerning the existence and approximate location of Licensor's underground utilities and pipelines at or near the vicinity of the proposed PIPELINE. Prior to conducting any such boring work, the Licensee will review all such material. Licensor does not warrant the accuracy or completeness of information relating to subsurface conditions and Licensee's operations will be subject at all times to the liability provisions herein. (b) For all bores greater than 26-inch diameter and at a depth less than 10.0 feet below bottom of rail, a soil investigation will need to be performed by the Licensee and reviewed by Licensor prior to construction. This study is to determine if granular material is present, and to prevent subsidence during the installation process. If the investigation determines in Licensor's reasonable opinion that granular material is present, Licensor may select a new location for Licensee's use, or may require Licensee to furnish for Licensor's review and approval, in its sole discretion a remedial plan to deal with the granular material. Once Licensor has approved any such remedial plan in writing, Licensee shall, at its sole cost and expense, carry out the approved plan in accordance with all terms thereof and hereof. 16. Any open hole, boring or well constructed on the Premises by Licensee shall be safely covered and secured at all times when Licensee is not working in the actual vicinity thereof. Following completion of that portion of the work, all holes or borings constructed on the Premises by Licensee shall be: (a) filled in to surrounding ground level with compacted bentonite grout; or (b) otherwise secured or retired in accordance with any applicable Legal Requirement. No excavated materials may remain on Licensor's property for more than ten (10) days, but must be properly disposed of by Licensee in accordance with applicable Legal Requirements. 17. Upon termination of this License, Licensee shall, at its sole cost and expense: (a) remove the PIPELINE and all appurtenances thereto, or, at the sole discretion of the Licensor, fill and cap or otherwise appropriately decommission the PIPELINE with a method satisfactory to Licensor; (b) report and restore any damage to the Premises arising from, growing out of, or connected with Licensee's use of the Premises; �a (c) remedy any unsafe conditions on the Premises created or aggravated by Licensee; and (d) leave the Premises in the condition which existed as of the Effective Date of this License. Form 424; Rev.04/26/05 -5 - Law Department Approved Tracking #07-35061 18. Licensee's on-site supervisions shall retain/maintain a fully executed copy of this License at all times while on the Premises. LIABILITY 19. (a) TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND .. AND HOLD HARMLESS LICENSOR AND LICENSOR'S AFFILIATED COMPANIES, PARTNERS, SUCCESSORS, ASSIGNS, LEGAL REPRESENTATIVES, OFFICERS, DIRECTORS, SHAREHOLDERS, EMPLOYEES AND AGENTS (COLLECTIVELY, "INDEMNITEES") FOR, FROM AND AGAINST ANY AND ALL CLAIMS, LIABILITIES, FINES, PENALTIES, COSTS, DAMAGES, LOSSES, LIENS, CAUSES OF ACTION, SUITS, N& DEMANDS, JUDGMENTS AND EXPENSES (INCLUDING, WITHOUT LIMITATION, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION, REMOVAL AND REMEDIATION AND GOVERNMENTAL OVERSIGHT COSTS) ENVIRONMENTAL OR OTHERWISE (COLLECTIVELY "LIABILITIES") OF ANY NATURE, KIND OR DESCRIPTION OF ANY PERSON OR ENTITY DIRECTLY OR INDIRECTLY ARISING OUT OF, RESULTING FROM OR RELATED TO (IN WHOLE OR IN PART): " (i) THIS LICENSE, INCLUDING, WITHOUT LIMITATION, ITS ENVIRONMENTAL PROVISIONS, .. (ii) ANY RIGHTS OR INTERESTS GRANTED PURSUANT TO THIS LICENSE, (iii) LICENSEE'S OCCUPATION AND USE OF THE PREMISES, (iv) THE ENVIRONMENTAL CONDITION AND STATUS OF THE PREMISES CAUSED BY OR CONTRIBUTED BY LICENSEE, OR (v) ANY ACT OR OMISSION OF LICENSEE OR LICENSEE'S '! OFFICERS, AGENTS, INVITEES, EMPLOYEES, OR CONTRACTORS, OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF THEM, OR ANYONE THEY CONTROL OR EXERCISE CONTROL OVER, EVEN IF SUCH LIABILITIES ARISE FROM OR ARE ATTRIBUTED TO, IN WHOLE OR IN PART, ANY NEGLIGENCE OF ANY INDEMNITEE. THE ONLY LIABILITIES WITH RESPECT TO WHICH LICENSEE'S OBLIGATION TO INDEMNIFY THE INDEMNITEES DOES NOT APPLY ARE LIABILITIES TO rr THE EXTENT PROXIMATELY CAUSED BY THE GROSS NEGLIGENCE OR WILLFUL MISCONDUCT OF AN INDEMNITEE. (b) FURTHER, TO THE FULLEST EXTENT PERMITTED BY LAW, dw NOTWITHSTANDING THE LIMITATION IN SECTION 19(a), LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, NOW AND FOREVER .w WAIVE ANY AND ALL CLAIMS, REGARDLESS WHETHER BASED ON THE STRICT LIABILITY, NEGLIGENCE OR OTHERWISE, THAT RAILROAD IS AN Form 424; Rev.04/26/05 -6 - Law Department Approved Tracking #07-35061 "OWNER", "OPERATOR", "ARRANGER", OR "TRANSPORTER" WITH RESPECT TO THE PIPELINE FOR THE PURPOSES OF CERCLA OR OTHER ENVIRONMENTAL LAWS. LICENSEE WILL INDEMNIFY, DEFEND AND HOLD THE INDEMNITEES HARMLESS FROM ANY AND ALL SUCH CLAIMS REGARDLESS OF THE NEGLIGENCE OF THE INDEMNITEES. LICENSEE FURTHER AGREES THAT THE USE OF THE PREMISES AS CONTEMPLATED BY THIS LICENSE SHALL NOT IN ANY WAY SUBJECT LICENSOR TO CLAIMS THAT LICENSOR IS OTHER THAN A COMMON CARRIER FOR PURPOSES OF ENVIRONMENTAL LAWS AND EXPRESSLY AGREES TO INDEMNIFY, DEFEND, AND HOLD THE INDEMNITEES HARMLESS FOR ANY AND ALL SUCH CLAIMS. IN NO EVENT SHALL LICENSOR BE RESPONSIBLE FOR THE ENVIRONMENTAL CONDITION OF THE PREMISES. (c) TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE FURTHER AGREES, AND SHALL CAUSE ITS CONTRACTOR TO AGREE, REGARDLESS OF ANY NEGLIGENCE OR ALLEGED NEGLIGENCE OF ANY INDEMNITEE, TO INDEMNIFY, AND HOLD HARMLESS THE INDEMNITEES AGAINST AND ASSUME THE DEFENSE OF ANY LIABILITIES ASSERTED AGAINST OR SUFFERED BY ANY INDEMNITEE UNDER OR RELATED TO THE FEDERAL EMPLOYERS' LIABILITY ACT ("FELA") WHENEVER EMPLOYEES OF LICENSEE OR ANY OF ITS AGENTS, INVITEES, OR CONTRACTORS CLAIM OR ALLEGE THAT THEY ARE EMPLOYEES OF ANY INDEMNITEE OR OTHERWISE. THIS INDEMNITY SHALL ALSO EXTEND, ON THE SAME BASIS, TO FELA CLAIMS BASED ON ACTUAL OR ALLEGED VIOLATIONS OF ANY FEDERAL, STATE OR LOCAL LAWS OR REGULATIONS, INCLUDING BUT NOT LIMITED TO THE SAFETY APPLIANCE ACT, THE BOILER INSPECTION ACT, THE OCCUPATIONAL HEALTH AND SAFETY ACT, THE RESOURCE CONSERVATION AND 1 RECOVERY ACT, AND ANY SIMILAR STATE OR FEDERAL STATUTE. (d) Upon written notice from Licensor, Licensee agrees to assume the defense of any lawsuit or other proceeding brought against any Indemnitee by any entity, relating to any matter covered by this License for which Licensee has an obligation to assume liability for and/or save and hold harmless any Indemnitee. Licensee shall pay all costs incident to such defense, including, but not limited to, attorneys' fees, investigators' fees, litigation and appeal expenses, settlement payments, and amounts paid in satisfaction of judgments. PERSONAL PROPERTY WAIVER 20. ALL PERSONAL PROPERTY, INCLUDING, BUT NOT LIMITED TO, FIXTURES, EQUIPMENT, OR RELATED MATERIALS UPON THE PREMISES WILL BE AT THE RISK OF LICENSEE ONLY, AND NO INDEMNITEE WILL BE LIABLE FOR ANY DAMAGE THERETO OR THEFT THEREOF, WHETHER OR NOT DUE IN WHOLE OR IN PART TO THE NEGLIGENCE OF ANY INDEMNITEE. INSURANCE 21- Licensee shall, at its sole cost and expense, procure and maintain during the life of this �j Agreement the following insurance coverage: `�' Form 424; Rev.04/26/05 Law Department Approved Tracking #07-35061 A. Commercial General Liability Insurance. This insurance shall contain broad form contractual liability with a combined single limit of a minimum of $5,000,000 each occurrence and an aggregate limit of at least $10,000,000. Coverage must be purchased on a post 1998 ISO occurrence or equivalent and include coverage for, but not limited to, the following: ♦ Bodily Injury and Property Damage ♦ Personal Injury and Advertising Injury ♦ Fire legal liability ♦ Products and completed operations This policy shall also contain the following endorsements, which shall be indicated on the certificate of insurance: ♦ The employee and workers compensation related exclusions in the above policy shall not apply with respect to claims related to railroad employees. ♦ The definition of insured contract shall be amended to remove any exclusion or other limitation for any work being done within 50 feet of railroad property. ♦ Any exclusions related to the explosion, collapse and underground hazards shall be removed. No other endorsements limiting coverage may be included on the policy. B. Business Automobile Insurance. This insurance shall contain a combined single limit of at least $1,000,000 per occurrence, and include coverage for, but not limited to the following: ♦ Bodily injury and property damage ♦ Any and all vehicles owned, used or hired C. Workers Compensation and Employers Liability Insurance. This insurance shall include coverage for, but not limited to: ♦ Licensee's statutory liability under the worker's compensation laws of the state(s) in which the work is to be performed. If optional under State law, the insurance must cover all employees anyway. ♦ Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. D. Railroad Protective Liability Insurance. This insurance shall name only the Licensor as the Insured with coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate. The coverage obtained under this policy shall only be effective during the initial installation and/or construction of the PIPELINE. THE CONSTRUCTION OF THE PIPELINE SHALL BE COMPLETED WITHIN ONE (1) YEAR OF THE EFFECTIVE DATE. If further maintenance of the PIPELINE is needed at a later date, an additional Railroad Protective Liability Insurance Policy shall be required. The policy shall be issued on a standard ISO form CG 00 35 10 93 and include the following: ♦ Endorsed to include the Pollution Exclusion Amendment (ISO form CG 28 31 10 93) ♦ Endorsed to include the Limited Seepage and Pollution Endorsement. ♦ Endorsed to include Evacuation Expense Coverage Endorsement. ♦ No other endorsements restricting coverage may be added. Form 424; Rev.04/26/05 -8 - Law Department Approved Tracking#07-35061 ♦ The original policy must be provided to the Licensor prior to performing any work or services under this Agreement. In lieu of providing a Railroad Protective Liability Policy, Licensee may participate in Licensor's Blanket Railroad Protective Liability Insurance Policy available to Licensee or its contractor. The limits of coverage are the same as above. The cost is $1000. ❑ I elect to participate in Licensor's Blanket Policy; ❑ I elect not to participate in Licensor's Blanket Policy. Where allowable by law, all policies (applying to coverage listed above) shall contain no exclusion for punitive damages and certificates of insurance shall reflect that no exclusion exists. Licensee agrees to waive its right of recovery against Licensor for all claims and suits against Licensor. In addition, its insurers, through policy endorsement, waive their right of subrogation against Licensor for all claims and suits. The certificate of insurance must reflect waiver of subrogation endorsement. Licensee further waives its right of recovery, and its insurers also waive their right of subrogation against Licensor for loss of its owned or leased property or property under its care, custody, or control. Licensee's insurance policies through policy endorsement must include wording which WF states that the policy shall be primary and non-contributing with respect to any insurance carried by Licensor. The certificate of insurance must reflect that the above wording is included in evidenced policies. r. All policy(ies) required above (excluding Workers Compensation, Contractor's Pollution Legal Liability and if applicable, Railroad Protective) shall include a severability of interest endorsement and shall name Licensor and Staubach Global Services - RR, Inc. as an additional insured with respect to work performed under this agreement. Severability of interest and naming Licensor and Staubach Global Services - RR, Inc. as additional insureds shall be indicated on the certificate of insurance. Licensee is not allowed to self-insure without the prior written consent of Licensor. If granted by Licensor, any deductible, self-insured retention or other financial responsibility for claims shall be covered directly by Licensee in lieu of insurance. Any and all Licensor liabilities that would otherwise, in accordance with the provisions of this Agreement, be covered by Licensee's insurance will be covered as if Licensee elected not to include a deductible, self-insured retention, or other financial responsibility for claims. Prior to commencing the Work, Licensee shall furnish to Licensor an acceptable certificate(s) of insurance including an original signature of the authorized representative evidencing the required coverage, endorsements, and amendments. The policy(ies) shall contain a provision that obligates the insurance company(ies) issuing such policy(ies) to notify Licensor in writing at least 30 days prior to any cancellation, non- renewal, substitution or material alteration. This cancellation provision shall be indicated on the certificate of insurance. In the event of a claim or lawsuit involving Railroad arising out of this agreement, Licensee will make available any required policy covering such claim or lawsuit. Form 424; Rev.04/26/05 Law Department Approved Tracking#07-35061 An insurance policy shall be written b a reputable insurance company acceptable to Y P Y Y P Licensor or with a current Best's Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the service is to be provided. Licensee represents that this License has been thoroughly reviewed by Licensee's insurance agent(s)/broker(s), who have been instructed by Licensee to procure the insurance coverage required by this Agreement. Allocated Loss Expense shall be in addition to all policy limits for coverages referenced above. Not more frequently than once every five years, Licensor may reasonably modify the required insurance coverage to reflect then-current risk management practices in the railroad industry and underwriting practices in the insurance industry. If any portion of the operation is to be subcontracted by Licensee, Licensee shall require `~ that the subcontractor shall provide and maintain insurance coverages as set forth herein, naming Licensor as an additional insured, and shall require that the subcontractor shall release, defend and indemnify Licensor to the same extent and under the same terms and conditions as Licensee is required to release, defend and indemnify Licensor herein. Mr Failure to provide evidence as required by this section shall entitle, but not require, Licensor to terminate this License immediately. Acceptance of a certificate that does not comply with this section shall not operate as a waiver of Licensee's obligations rt hereunder. The fact that insurance (including, without limitation, self-insurance) is obtained by Licensee shall not be deemed to release or diminish the liability of Licensee including, without limitation, liability under the indemnity provisions of this License. Damages recoverable by Licensor shall not be limited by the amount of the required insurance coverage. For purposes of this section, Licensor shall mean "Burlington Northern Santa Fe Corporation", "BNSF Railway Company" and the subsidiaries, successors, assigns and affiliates of each. ENVIRONMENTAL 22. (a) Licensee shall strictly comply with all federal, state and local environmental laws and regulations in its use of the Premises, including, but not limited to, the i Resource Conservation and Recovery Act, as amended (RCRA), the Clean Water Act, the Oil Pollution Act, the Hazardous Materials Transportation Act, CERCLA (collectively referred to as the "Environmental Laws"). Licensee shall not maintain a treatment, storage, transfer or disposal facility, or underground storage tank, as defined by Environmental Laws on the Premises. Licensee shall not release or suffer the release of oil or hazardous substances, as defined by Environmental Laws on or about the Premises. (b) Licensee shall give Licensor immediate notice to Licensor's Resource Operations Center at (800) 832-5452 of any release of hazardous substances on or from the Premises, violation of Environmental Laws, or inspection or inquiry by Form 424; Rev.04/26/05 _10 - Law Department Approved Tracking #07-35061 governmental authorities charged with enforcing Environmental Laws with respect to Licensee's use of the Premises. Licensee shall use the best efforts to promptly respond to any release on or from the Premises. Licensee also shall give Licensor immediate notice of all measures undertaken on behalf of Licensee to investigate, remediate, respond to or otherwise cure such release or violation. (c) In the event that Licensor has notice from Licensee or otherwise of a release or violation of Environmental Laws arising in any way with respect to the PIPELINE which occurred or may occur during the term of this License, Licensor may require Licensee, at Licensee's sole risk and expense, to take timely measures to investigate, remediate, respond to or otherwise cure such release or violation affecting the Premises or Licensor's right-of-way. (d) Licensee shall promptly report to Licensor in writing any conditions or activities upon the Premises known to Licensee which create a risk of harm to persons, property or the environment and shall take whatever action is necessary to prevent injury to persons or property arising out of such conditions or activities; provided, however, that Licensee's reporting to Licensor shall not relieve Licensee of any obligation whatsoever imposed on it by this License. Licensee shall promptly respond to Licensor's request for information regarding said conditions or activities. ALTERATIONS w. 23. Licensee may not make any alterations to the Premises or permanently affix anything to the Premises or any buildings or other structures adjacent to the Premises without w Licensor's prior written consent. NO WARRANTIES 24. LICENSOR'S DUTIES AND WARRANTIES ARE LIMITED TO THOSE EXPRESSLY STATED IN THIS LICENSE AND SHALL NOT INCLUDE ANY IMPLIED DUTIES OR IMPLIED WARRANTIES, NOW OR IN THE FUTURE. NO REPRESENTATIONS OR WARRANTIES HAVE BEEN MADE BY LICENSOR OTHER THAN THOSE CONTAINED IN THIS LICENSE. LICENSEE HEREBY WAIVES ANY AND ALL WARRANTIES, EXPRESS OR IMPLIED, WITH RESPECT TO THE PREMISES OR WHICH MAY EXIST BY OPERATION OF LAW OR IN EQUITY, INCLUDING, WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY, HABITABILITY -� OR FITNESS FOR A PARTICULAR PURPOSE. QUIET ENJOYMENT 25. LICENSOR DOES NOT WARRANT ITS TITLE TO THE PROPERTY NOR UNDERTAKE TO DEFEND LICENSEE IN THE PEACEABLE POSSESSION OR USE THEREOF. NO COVENANT OF QUIET ENJOYMENT IS MADE. DEFAULT 26. If default shall be made in any of the covenants or agreements of Licensee contained in this document, or in case of any assignment or transfer of this License by operation of law, Licensor may, at its option, terminate this License by serving five (5) days' notice in Form 424; Rev. 04/26/05 -11 - Law Department Approved Tracking #07-35061 writing upon Licensee. Any waiver by Licensor of any default or defaults shall not constitute a waiver of the right to terminate this License for any subsequent default or defaults, nor shall any such waiver in any way affect Licensor's ability to enforce any Section of this License. The remedy set forth in this Section 26 shall be in addition to, and not in limitation of, any other remedies that Licensor may have at law or in equity. LIENS AND CHARGES 27. Licensee shall promptly pay and discharge any and all liens arising out of any construction, alterations or repairs done, suffered or permitted to be done by Licensee on Premises. Licensor is hereby authorized to post any notices or take any other action W upon or with respect to Premises that is or may be permitted by law to prevent the attachment of an such liens to Premises provided, however, that failure of Licensor to Y take any such action shall not relieve Licensee of any obligation or liability under this Section 27 or any other Section of this License. Licensee shall pay when due any taxes, WO assessments or other charges (collectively, "Taxes") levied or assessed upon the Improvements by any governmental or quasi-governmental body or any Taxes levied or assessed against Licensor or the Premises that are attributable to the Improvements. 1W TERMINATION • 28. This License may be terminated by Licensor, at any time, by serving thirty (30) days' written notice of termination upon Licensee. This License may be terminated by Licensee upon execution of Licensor's Mutual Termination Letter Agreement then in ur effect. Upon expiration of the time specified in such notice, this License and all rights of Licensee shall absolutely cease. 29. If Licensee fails to surrender to Licensor the Premises, upon any termination of this License, all liabilities and obligations of Licensee hereunder shall continue in effect until the Premises are surrendered. Termination shall not release Licensee from any liability or obligation, whether of indemnity or otherwise, resulting from any events happening prior to the date of termination. ASSIGNMENT 30. Neither Licensee, nor the heirs, legal representatives, successors, or assigns of Licensee, nor any subsequent assignee, shall assign or transfer this License or any '■t interest herein, without the prior written consent and approval of Licensor, which may be withheld in Licensor's sole discretion. NOTICES 31. Any notice required or permitted to be given hereunder by one party to the other shall be in writing and the same shall be given and shall be deemed to have been served and given if (i) placed in the United States mail, certified, return receipt requested, or (ii) deposited into the custody of a nationally recognized overnight delivery service, addressed to the party to be notified at the address for such party specified below, or to such other address as the party to be notified may designate by giving the other party no less than thirty (30) days' advance written notice of such change in address. If to Licensor: Staubach Global Services - RR, Inc. Form 424;Rev. 04/26/05 -12 - Law Department Approved Tracking #07-35061 3017 Lou Menk Drive, Suite 100 Fort Worth, TX 76131-2800 Attn: Licenses/Permits with a copy to: BNSF Railway Company 2500 Lou Menk Dr. —A0133 Fort Worth, TX 76131 Attn: Manager— Land Revenue Management If to Licensee: City of Renton 1055 S. Grady Way Renton, Washington 98057 SURVIVAL 32. Neither termination nor expiration will release either party from any liability or obligation under this License, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination or expiration, or, if later, the date when the PIPELINE and improvements are removed and the Premises are restored to its condition as of the Effective Date. RECORDATION +� 33. It is understood and agreed that this License shall not be placed on public record. APPLICABLE LAW 34. All questions concerning the interpretation or application of provisions of this License shall be decided according to the substantive laws of the State of Texas without regard to conflicts of law provisions. SEVERABILITY 35. To the maximum extent possible, each provision of this License shall be interpreted in such manner as to be effective and valid under applicable law, but if any provision of this License shall be prohibited by, or held to be invalid under, applicable law, such provision shall be ineffective solely to the extent of such prohibition or invalidity, and this shall not invalidate the remainder of such provision or any other provision of this License. INTEGRATION 36. This License is the full and complete agreement between Licensor and Licensee with respect to all matters relating to Licensee's use of the Premises, and supersedes any and all other agreements between the parties hereto relating to Licensee's use of the Premises as described herein. However, nothing herein is intended to terminate any surviving obligation of Licensee or Licensee's obligation to defend and hold Licensor harmless in any prior written agreement between the parties. Form 424; Rev. 04/26/05 -13 - Law Department Approved Tracking#07-35061 MISCELLANEOUS 37. In the event that Licensee consists of two or more parties, all the covenants and agreements of Licensee herein contained shall be the joint and several covenants and agreements of such parties. 38. The waiver by Licensor of the breach of any provision herein by Licensee shall in no way impair the right of Licensor to enforce that provision for any subsequent breach thereof. Staubach Global Services — RR, Inc. is acting as representative for BNSF Railway Company. IN WITNESS WHEREOF, this License has been duly executed, in duplicate, by the parties hereto as of the day and year first above written. w BNSF RAILWAY COMPANY Staubach Global Services - RR, Inc., its Attorney in "' Fact 3017 Lou Menk Drive, Suite 100 Fort Worth, TX 76131-2800 •• By: Ed Darter ,■ Title: Vice President - National Accounts .r CITY OF RENTON 1055 S. Grady Way R nton, Washington 98057 By. .r Title: Pb i o ini trator Form 424; Rev.04/26/05 -14- TRACKING NO.07-35061 EXHIBIT "A" ATTACHED TO CONTRACT BETWEEN BNSF RAILWAY COMPANY AND co CITY OF RENTON co LL SCALE: 1 IN- = 100 FT. SECT ION: 29 NORTHWEST DIV. WA- 88A TOWNSHIP: 24E a WOODINVILLE SUBDIV. L.S. 0405 02 RANGE: 5E ME DATE 11/19/2007 MERIDIAN: WILLM REV. DATE 02/25/2008 ES 930.1 PROPERTY LINE —'--�-�- �--- -____-_...�----�---` _ •;_,._,._...WEST ' .0 l pHOMISH JCT. PROPERTY LINE DESCRIPTION OF PIPELINE PIPELINE SHOWN BOLD CARRIER CASING CARRIER CASING PIPE PIPE PIPE PIPE SIZE: 36" 45 " LENGTH ON R/W: 100' 55' CONTENTS: STORM WATER WORKING PRESSURE: GRAVITY PIPE MATERIAL: HDPE STEEL BURY: BASE/RAIL TO TOP OF CASING 13 . 5 ' SPECIFICATION / GRADE: DR-21 GR-8 BURY: NATURAL GROUND — / WALL THICKNESS: 1 . 714 " 0. 625 " BURY: ROADWAY DITCHES 3 ' COATING: N/A N/A CATHODIC PROTECTION N/A VENTS: NUMBER 0 SIZE — HEIGHT OF VENT ABOVE GROUND NOTE: CASING TO BE JACKED OR DRY BORED ONLY AT REDMOND COUNTY OF K I NG STATE OF WA KLC Soil Managements P[n. { Seahawks Headquarters an --Practice Facility — North and South Baxter Properties Renton, Washington Prepared by: , The RETEC Group, Inc, 1011 SW Klickitat Way, Suite 207 Seattle, Washington 98134'=1162 �. RETEC Project Number: V 958 5'1-0 r Prepared for: Football Northwest LLC 505 Fifth Avenue South Seattle, Washington, 961 October 2006 Soil (Management Plan Seahawks Headquarters and Practice Facility — North and South Baxter Properties Renton, Washington ® -'Pra d bye, a . � , The �T group, Inc. 1011 SW Klickitat Way, Suite 207 Seattle, Washington 98134-1162 RETEC Project Number: VULC1-19589-510 Prepared for: ' Football Northwest LLC 505 Fifth Avenue South Seattle, Washington 98104 Prepared b , Shashi M tige, re - gineer Reviewed by Grant Hainsworth, --E., o"e nag r October 2006 F:\PROJEC TW\Seahawks\EDR\Appendices\App J_Soil Mgmet PlanlApp J_Soil Mgmmt Plan.doc ~V� Table of Contents ~ . � | I Plan Scope and Purpose................................................ .....................................l � 2 Location of Contaminated Soil............................................................................l 3 [�unn - ' -2 ^~,.~^�._�^.^ _-,-------------------.--..—.--...-.---- 4 Notification Requirements..................................................................................2 .�� 5 Soil Procedures ..................................................................................3 5.1 Prior to Completing Work Activities.....................................................3 ! 5.2 During Work Activities-----.-_—.--------'--_—.-.—....3 � � 6 Decontamination' .--.-----.------.--------------.----.4 (ll Equipment.-----_-----------.-------------.4 62 Personnel................................................................................................5 �0 6.3 Water ...............................................----.---.--_-5 � �� 7 � - `-�--'_^_'--_`---r.—_--rr--r.- �--'c--. 8 References..........................................................................................................l } ! � . � . ` | ~ ' ~~ kYILC/ 19589'510 ! � ~~ List of Figures Figure 1 Site Vicinity Map Figure 2 Visual Indicator Layer Location Figure 3 Cap Locations Figure 4 Field Cap Section Figure 5 Asphalt Pavement Cap Section Figure 6 Concrete Slab Cap Section " Figure 7 Landscape Cap Section Figure 8 Membrane Cap Section List of Attachments Attachment A Letter from Ecology ' Attachment B Geotextile Attachment C Geomembrane Attachment D Drawing Attachment E Restrictive Covenants VULCI-19589-51 Q ii 1 Plan Scope and Purpose o p Soil at the J. H Baxter North and South Properties (Sites) located,in Renton, Washington(Figure 1)was the�subject of remediation activities in conjunction with development work at the Sites. The remediation work was conducted to satisfy the requirements"specified 'irr the Prospective Purchaser Consent Decrees (between Washington State Department of Ecology [Ecology] and Port Quendall` Company); form.Restrictive Covenants; and Cleanup Action 'Plans (CAPS) (ThermoRetec, 2000b'-9nd ThermoRetec, 2000c). As part of development activities for the Sites,'Football Northwest LLC (Owner), successor owner to the Port of Quendall Company, redeveloped the North and South Baxter properties as,the locatfon of the.Seattle Seahawks Headquarters and Training Facility. The riiorn r g cleanup activities (environmental capping and.institutional controls) were outlined in the Engineering Design Report (EDR; RETEC, 2006)' and were"''required 'to complete cleanup ' obligations in accordance with the Consent Decrees. Earlier cleanup activities were performed on the South Baxter.property,in 2002 and 2004 and certified as completed by a Partial..CertifiGate.off completion letter issued by Ecology on April 10,2006. ' This Soil lylanagexnent Plan(SNIP)addresses procedures associated with post- site-development penetration of the environmental cap and excavation of contaminated soil located below the environmental cap and the indicator layer. These SNIP procedures include health and safety'standards, soil stockpiling, analytical testing, and soil,reuse or disposal options at the Site as specified in xke.CAPs and form-Restrictive :Covenants ( prtl 4, 200Q), as approved in the attached letter from Ecology(Attachment A). In accordance with these-documents, soil must be handled and managed in a manner that is protective of human health and the._environment. Site maintenance staff and contractors -shall: follow the procedures outlined in this document during HE maintenance and construction activities-at.the-&tes: 2; Loc Montarminated Soil The ,Sites were, undeveloped until the.'mid-1950s, when 'a wood treating .facility was constructed on the Sites. Both....creosote and pentachlorophenol (PCP) treating solutions were used. Creosote was used to treat railroad ties and pilings and PCP solutions were used to treat utility poles.' Wood was treated and,stored predominantly on the South Property; although some treated .wood storage.may have occurred on, the North,Property. Wood treating operations;ceased in 1981. The North Property was then used on a limited basis for bark-mulch storage. Contamination is present within pre-development site soil throughout the Sites. The extent of contamination was described in the Feasibility Studies and CAPS prepared for the Sites, copies of which are ihAffitained by the ' YULCI-19589-510 1 Soil Management Plan-Seahawks Headquarters and Practice Facility—North and South Baxter Properties,Renton, Washington Owner(see References): "Sortie contaminated>sailwas regraded with Ecology pre-approval during site development, so previous maps may no longer be accurate or. fully.relevant. As a guide during maintenance and construction activities; a.visual indicator layer has•been placed above any,contaminated soil on the Sites. In most areas,the indicator layer is a woven geotextile, a sample ' of which is provided in Attachment B;: In a few areas, a 307mxl geomembrane was used a both.'the:physical barrier and ;the visual indicator, @L,. sample of which is provided,in Attachment,C Figure 2 illustrates the site areas where each of these visual' indicators were used to indicate> the :presence of underlying-contaminated soil. 3 Environmelntal Caps ' Environmental caps are present throughout the site, to within 25-feet of the Lake Washington shoreline or to the waterside edge of the wetland buffer. There are numerous types and sections,of environmental. caps that were ' developed to integ'r'ate protection of human health arid the environment with site development. Figure 3 provides a plan view illustration of the locations of the various cads ,Figures 4 through 8 provide section details for each of the various cap es.' 'Attachment`D provides alarge-size drawing'of both the cap locatioons and sections that can'be posted 'for maintenance staff and contractors: 4otifica :on Requirements As set out in the-,form .Restrictive. Covenants for: the Sites, most routine maintenance-arid construction:activities at the Sites that involve penetration of ' the environmental cap%and/or generation of contaminated soils from beneath the capping indicator-layer.:do not require notification of Ecology. Limited excavation, utility placement or repair, minor site grading, or other Ecology pre approved otrvities related .to coisttctior are permitted as long as appropriate health and safety profo�dois specified in this document are followed and a structure or cap,that provides protection from direct contact, as required by the CAP, is provided. Structure or cap maintenance is permitted ' without notice to Ecology as long as appropriate health and',safety protocols specified in this,document are followed: ' In the event that future construction activities are planned at the Sites that are beyond the"scope of activities described above, the Owner will notify Ecology prior to initiation of activities,and proceed in accord with the Restrictive ' Covenants negotiated for the Sites (see Attachment E). The notification will include a description of work to be performed and the procedures to be used including:,J)l) health and safety standards; 2) soil stockpiling and analytical t testing protocols, 3) soil reuse or disposal plans; 4) other methods to prevent VULCI-19589-510._. .. _ . 2 r Soil Management Plan-Seahawks Headquarters and Practice Facility—North and South Baxter ' Properties,Renton, Washington ated areas if necess • and 5 ' the spread of contaminated soils to uncontaminated necessary; ) materials and methods for replacing the environmental capping system. 5 Soil Handling Procedures The following minimum procedures shall be followed for handling any soil associated with future planning and construction;activities at the Sites. ■ 5.1 Prior to Completing Work Activities ■ 1) Determine location,nature, and anticipated depth of work activities and include the details on project specific figures. r 2) Identify stockpile locations for temporary storage of soil material. The location.of these stockpiles may be determined based on field activities,.and should take into consideration proximity to receptors �r (including the Lake Washington, storm drains, site traffic, and ecological receptors). All stockpiling of soil at the site shall follow sediment erosion and control best management.practices including runoff control and catch basin protection. .Stockpiles shall be managed to minimize groundwater infiltration; Stockpile locations shall be protective of sensitive areas (wetlands, storm drains and the Lake Washington). 5:2 During Work Activities •� Soil handled during construction shall be managed in accordance with the following procedures; 1) Follow,I appropriate health and safety procedures. Work in these areas shall' require that workers are '.appropriately trained in accordance with OSHA standards far worker protection. .r 2) If import fill is used for backfilling operations, the fill material shall be obtained from an ;approved source :and meet the r, requirements specified in the project specifications. 3) Soil removed from site areas as part of construction activities"that penetrate the environmental cap shall be. temporarily placed in the stockpile area(see 4,below,for stockpiling procedures). This,,soil maybe reused on site as long as it is laced beneath , a. h Y b p an environmental cap. b. Soil that cannot be reused on site beneath an environmental cap ' shall be characterized for shipment and disposal at an approved offsite facility. At a minimum, samples collected from the VULCI-19589-510 3 Soil Management Plan-Seahawks Headquarters and Practice Facility—North and South Baxter Properties, Renton, Nrashington excavated soil stockpile shall be analyzed for polynuclear aromatic-hydrocarbons(PAHs) and PCP by Method 8270. 4) The following soil stockpiling procedures shall be followed: Soil shall be covered with weighted plastic sheeting or tarp at the end' of each working day and during periods of precipitation: r. Contaminated,soil stockpiles shall be,placed on a continuous 20-mil (minimum thickness) liner that extends under the entire stockpile area. Stockpiles shall be constructed to prevent surface water that comes into contact with the soil` from running out of the r stockpile area. They shall also be constructed to prevent clean surface water from running onto the stockpile area. Transport of soil between excavation and stockpile areas shall be ' performed to minimize the, potential for spread of contamination. 'Any: soil spillage shall be immediately collected by sweeping of vacuuming. 5) For disposal of contaminated soil, the soil shall be managed in accordance with applicable state and federal regulations and based on the characterization sampling results. This; ;will include adherence to transportation requirements, receiving pre-approval ' from a disposal facility, manifesting record keeping, etc., as appropriate to the materi al. The disposal facility shall be a regulated licensed facility that.is authorized to receive the waste ' material. Copies of all approved soil profiles from the disposal facility and,weight tickets for each truckload of soil disposed shall be promptly obtained. 6 Decontamination 6.1 Equipment ment q p Any equipment working with contaminated soil shall be decontaminated prior to working with clean soil or leaving the Sites. Only those portions of the equipment contacting contaminated soil need to be decontaminated. Decontamination shall be accomplished by means of removing dry soil by ' brushing, or washing off of soil using water. All soil and water generated by this process shall be contained and managed as contaminated. VULCI-19589-510 4 Soil Management Plan-Seahawks Headquarters and Practice Facility-North and South Baxter ' Properties,Renton, Washington Approved methods for containment of decontaminated soil and water are: I 1) Holding the portion of the equipment that contacted contaminated soil (such as an excavator• bucket or drill augers) over an area of contaminated "soil, 'either in the excavation or in a truck, and brushing or rinsing that portion of the equipment so that the water and soil,fall onto the contaminated soil'below'(this method applies primarily to heavy equipment). 2) Establishment of a decontamination area at the boundary between contaminated and uncontaminated soil, consisting of an area graded to drain into water collection system, a minimum of two layers of 6'-mil or greater continuous plastic sheeting, and plywood go placed on equipment travel areas to prevent equipment from tearing the plastic sheeting; or 3) Pressure washing within equipment or a structure specifically 1W designed to contain the washed materials and waters and operated to prevent inadvertent release of these materials. rr 6.2 Personnel Personnel walking on contaminated soil and working with contaminated water should be protected through the use of appropriate personal protective equipment (PPE) and according to the procedures in the contractor health and ' safety plan. To prevent spreading of contaminated materials, personnel shall be decontaminated after walking on or working in contaminated soil, and prior to working with uncontaminated materials or leaving the facility. Work is ' typically anticipated to occur in Level D PPE, which normally consists of long pants, steel-toed boots, hard hat, safety glasses, and gloves when necessary. For decontamination of this level of PPE, visible soil or waters shall be ' removed from PPE. This may be accomplished by brushing or washing in an equipment decontamination area, or establishment of a separate personnel wash. An approved personnel wash consists of a plastic tub containing clean ' water and a boot brush in which the water is changed daily. Higher level of PPE may be required depending on site construction activities. 6.3 Water Management Water resulting from decontamination shall be containerized in labeled 55- gallon drums or other appropriate containers. At a minimum, water samples will be collected and analyzed for PAH and PCP by EPA Method 8270. r Water shall be handled in accordance with state and federal regulations based on the concentrations of contaminants found in the decontamination water. Likely disposal options, depending on concentrations include permitted ., discharge to a metro sanitary sewer or treatment at a licensed treatment facility. VULC1-19589-510 5 Soil Management Plan-Seahawks Headquarters and Practice Facility—North and South Baxter Properties,Renton, Washington 7 Health and Safety z Work shall be performed;consistent with.health and safety requirements. A health and safety,plan shall be developed to follow all local, state and federal guidelines for.health and safety standards.. and guidelines implemented through, but nQt limited to, the,Occupational,Safety nI d Health Act (OSHA), the National Institute for Occupational;Safety and,Health (NTOSH), the American Conference of Governmental Industrial Hygienists (ACGIH), and the United States:,Environmental Protection Agency,(USEPA). Workers trained:and monitored according,to the 1WWOPER,Requirements (OSHA 40-hour-trained),shall,be used at-the site during-soil handling activities. The appropriate level of personnel. training and:equipment for personnel shall consider OSHA Section 1910.120 e 3 i an such a determination. F . YULCI-19589-510 6 1 8 References Shannon and Wilson, 2006. Geotechnical Report, Seahawkr Headquarters and Practice Facility,Renton, Washington. Prepared for Football Northwest,LLC. September 13. The RETEC Group, Inc. (RETEC), 2002. Engineering Design Report: JH. Baxter .n South Property. Prepared for Port Quendall Company,May 2002. RETEC, 2005. Construction Completion Report: J.H. Baxter South Property. Prepared for Port Quendall Company, March 2005. RETEC, 2006. Engineering Design Report: Seahawks Headquarters and Practice Facility — North and South Baxter Properties. Prepared for Football Northwest LLC, October 2006. ThermoRetec Consulting Corporation (ThermoRetec), 2000a. Feasibility Study: J.H. Baxter South Property.Prepared for Port Quendall Company,April 2000. ThermoRetec,2000b. Cleanup Action Plan:J.H.Baxter South Property. Prepared for Port Quendall Company, April 2000. ThermoRetec, 2000c. Feasibility Study and Cleanup Action Plan: J.H. Baxter North Property.Prepared for Port Quendall Company, April 2000. Woodward-Clyde Consultants, 1990. Draft Remedial Investigation Report, JH Baxter, Renton, Washington. Prepared for J.H. Baxter Company. December 1990. r i 1 VULCI-19589-510 1 ■r 11r ,'� as d a 6 C.Pi �S{ 1"d F X Uft i"k I /7 C t{ r� - Y"� � "� Y t � F yy � t PaaJ{3�l� c��y. ,��.• ' ;��j� si 1 ��! t y� �e J. t. '"*}t S 1G y� v t£ 2 $Ae k� Ljc ,Y �. � ��, ? rf':. &�.w'��5y @4��� � :�s/'��� �} f� s�`� k .'� r'� c S •,` ill�. 3�..•�Q �' � 4 �}.{�3k�S� �3.�..�� ':F ��t���• �� f . � i` fi' lA'F if ,a f . I' r i s7�19'� i 11FS1 a a ✓.• 7 , 4+' r-� e M1" °s s sf�.sf'� / J fi- 1 •� ' '� Ir -'f".� �' � y r S�K ,"� �� y,f r°t•'hvc�-- �� .i' >1 .f�' )' l x� ZAcv� 2 3 Y'Y1 {X f r•' �'- �' r' 't 1 � �t} �z' ;J„ < r ' �`'� � cC i�.f%a .t a tH• 6"?' � ! W '� '� � 4 -r - a ,s �� ;,r ✓ .�t�55+�������� y4?1 � _. Ids. yyy 1 1000 0 2000 1"=2000' SEAHAWKS HEADQUARTERS AND TRAINING FACILITY SITE VICINITY MAP 4 1 VULCt-19589-510 DATE: 10/05/06 DRWN:E.N./SEA IFILE S. SITE—V-2 LAYOUT. FIGURE 1 FIGURE 1 ! ((rr N f 4 U 0: O � W } f. U J Q cn cs LO + F m w LO Q oa O H U w 0 O C7 � 1 aU w , I °a w a w r Y v S - r F ia. 9 a Ctf Ul f t' ZL OJ D ! G w m 3 �llr n 7 a .l I rt � w l T z W w U/—� J.s. a zi iv W U w ft� 0 xi X T V) O Cn �Ah6-90W'61"=a(/Miq'i Owl— —/I 8'6W 01,07 61'PWlk-IVA9-SN69661j69S61 I H WIJ as UO W r ¢ � g L_( U = W o - NF a 7 w Q Q U ix w U ¢ U m z p m N Z i7y* ' ' a : m 2 Z f y, N Z W d { h C9 a v < W U O FW 2 a r� W o' z m 0000000 W wa 00000000 :� Z a w 00000000 N a :D a 000000000 xw� I Wo �" <_ W 00000000 : ¢� �$ a ir -5 N o 00000000 ;; 1 oW ffi h Z ` nn a Lo 00000000 �`P: ao 00000000 i co ! 00000000 I as 00000000 00000 0 00000000 00000000 a 00000000 Afi` 00000000 00000000 0 0 0 0 0 0 0 0 � 0 0 0 0 0 0 izw A Y \ y o " a �ta" CD G� w m .a �� f,,_n } r � i , fu; .. Of LLJ V) H W LO U w 0 , T,/aX I✓n5'6'6-9L4AL'61''+^Y1 valiWd OWt'io`ua ias/1 F.78/1.1(1 dN'S Jnolnl 6+'l�BM7/1✓.111dEJ68S6! r r w W z r cr L w (L CO x KM LL V)} V p C) z O w a a = W O J J VI U U 0--,-- U z LL Ow w (.� _Z N _Zz O �c a O Z � t a aw 3 m p�l3 � mU c wao p W O z w ,� a J ma v Sao Z MIR la. m p sW Y OJ p O OW W r K Z m U X w O }j Q J (L O O 00 W Z N O 'y WO Vl laJ O {yZZ�J i x p z a � w U w Ln (n Z Z W> O O �j � N WN SUV U In—m0 0 O O a 4 UO�q_H y U' lid U U � jr m U Q r w 0 F- cr o ' vWi z D Q m a .r M co AL- O O W LLI 2 Z w 3 Q � O � c• C� O y/ o rl ;i3 0 3 t- ,!i O O Q N It' O C J ;;.F,: 2 w of I�I�f O Q :'_ LL. lA o 00 O (� , \ I _ i! GO of ;�; K•t -� ff1 ~ Q o 00 o "} s Z y OQ I O :5' ¢ J O k Q Q go Ln LQ n ao p o O rr M 0 Sj r 0 V 3 O W H W r a L W_j r r Z r ui w w 0 a 0 Q u. U r z w w na F„ J w W Li Q U �n o C� N o U Q LO U x - V)of U E V7K U K m� �O W m� 00 w < [or �o N U (n U (n J U En (n w m Cl)z (n W m � (n= N W m af aas Z)(n m o a Z)V) m o QQa �N m o r JN �aa D H to CQ --D U) �¢ D h UQ U0f? V1 V UQ Um (A U UQ Um (n U o Q Z Z Z r Z Q z C0 O LLJ O J o U U (n Q m U) Cnz p � Lo � p Q � F UF- wZ v r U W U U U Z > Z o; Q Y U U Z Q 0 rr 0:� U w N � � Fr-^ U > o o Q LLJ CL C' W w it G U y ) F- an -- -f�-` -- F- \' o' 3 10 W a R i _ F a u W . W x . U Z m _j J O L'i LO >.`. [L► U W W Q Q LL . J E O Z m Jw w 4Q U Lti (if s N O° U InVi U LJJ w U � U O p •.: kktt o :, I ' � •'/, l 0 } it z ' Q 0 I Q (- U d � umi I — W n 0 w � I Z I ,I I:— U Nii Ll.I T ry 4 0 11 I-"- l j co io d ( O N 64 b � , 0 �i J a W a , L r _.. ' z �r a is a r W L� ,. y ... • 7 -Irk`' tod� W }i;. ul CJ Qr t z 0 Q Y' _ z�lC(� w°w Q S" U ARI w" ` M) Q m t4J cf LL W = z v) VI I O � W W O < w Z N C � N E of ` U C� O u q# UW w aw 0^ = j mU w t w W �? J F o a o �< OM C) � W �¢¢ cn U QU O D= �`� U y a °z� O a W o ¢ ~ a z ZI 2 O •_ N O +� W 1 W�`� (D ...... LJ LJ rN M o o W LLI ffi o ti +: o cn LLJ ' a w uj r.. ,. LU O , w 'fit �,- i ii €I I ' 47. €!— I f F— L y: . 4t,o E.1 I� ,;f C1 = Z v CO b I( �" Q EfT1I ff W f�I--I�1=` Q w Q t .�.� �. . 1€i-€I I w 0. 1I=IIr LLJ j o x. 111=rII co:: -1 f l y€i E— w o' e _ q Q ZVI W W t v ' - GEOTECHNICAL - INFORMATION REPORT OF GEOTECHNICAL STUDY RIPLEY LANE STORM IMPROVEMENTS RENTON, WASHINGTON S&EE JOB NO. 726 DECEMBER 31, 2007 Oil 11� rr r 7-201-n S&EF l S&EE SOIL& ENVIRONMENTAL ENGINEERS, INC. 16625 Redmond Way Suite M 124 Redmond Washington 98052 (425) 868-5868 FAX (425) 868-7427 December 31,2007 Mr. David Sherrard, AICP Parametrix, Inc. 411 108 Ave NE, Suite 1800 Bellevue, WA 98004 Report Geotechnical Study ► Ripley Lane Storm Improvements Renton, WA Dear David: wr We are pleased to present herewith our Report of Geotechnical study for the referenced project. Our services were authorized by Ms. Joan Lee on July 24, 2007, and have been provided in accordance with our proposal dated March 11,2007. We appreciate the opportunity to provide our services. Should you have any questions regarding the contents of this report or require additional information,please contact the undersigned. GIENG Very truly yours, �o wAScs SOIL&ENVIRONMENTAL ENGINEERS, INC. � 28166 IpNAL C.J. Shin,Ph.D., P.E. r President � XPIRFS: /V o v. Zook" �r► CC: Mr. Rick Hennes r 726rpt S&EE ■► mr +re ar TABLE OF CONTENTS ENI'S Section Page 1.0 INTRODUCTION 2.0 SCOPE OF WORK.............................................................................................................................................2 3.0 SITE CONDITIONS............................................................................................................................................3 wr 3.1 SURFACE CONDITIONS................................................................................................................................ 3 3.2 GEOLOGY........................................................................................................................................................ 3 rr 3.3 SUBSURFACE CONDITIONS........................................................................................................................4 3.4 GROUNDWATER CONDITIONS.................................................................................................................. 5 4.0 CONCLUSIONS AND RECOMMENDATIONS........................... •••6 ................................................................ 4.1 GENERAL........................................................................................................................................:.................6 �1r 4.2 HDPE PIPE INSTALLATION..........................................................................................................................6 4.3 SHEET PILE WALL FOR EXCAVATION SHORING....................................................................................9 4.4 EAST HEAD WALL AND WEST PLUNGE POOL....................................................................................... 10 4.5 WING WALL SUPPORTS.............................................................................................................................. 14 me 4.6 PERMANENT SLOPES.................................................................................................................................. 14 4.7 EAST PLUNGE POOL.................................................................................................................................... 14 4.8 SEISMIC CONSIDERATIONS AND HAZARDS.......................................................................................... 15 4.9 ADDITIONAL SERVICES............................................................................................................................. 16 5.0 CLOSURE........................................................................................................................................................... 16 SITE VICINITY MAP .r FIGURE l: BORINGS B-1 AND B-2 LOCATIONS FIGURE 2: PLAN SHOWS OFFSITE BORING LOCATIONS .r. FIGURE 3: SOIL PROFILE A-A' FIGURE 4: LATERAL EARTH PRESSURES ON SHEET PILE WALL APPENDIX A: FIELD EXPLORATION AND LOGS OF BORINGS APPENDIX B: LOGS OF PREVIOUS EXPLORATIONS "� 7261pt S&EE REPORT OF GEOTECIINICAL STUDY RIPLEY LANE STORM IPROVEMENTS RENTON,WASHINGTON For IPARAM F,TRIX 1.0 INTRODUCTION This report summarizes the results of our geotecI in i ca I study for the proposed Ripley Lane Storm Improvement project. We understand that the purpose of this project is to remedy an existing surface- water flooding problem located within the Gypsy Creek drainage basin. The project location is about 800 feet north of the NE 44"' Street exit on Interstate 405 along the west side of the highway. (See vicinity map provided at the end of this report.) We further understand that the flooding problem during intermediate storm events and longer storm events backs up water and floods Ripley Lane N. The full street of Ripley Lane is sometimes flooded with 2.5 feet of water depth on the roadway during larger j storm events. During these larger storm events Ripley Lane is closed to traffic for extended hours. Parametrix has been retained by the city to provide design of the storm improvement. We understand ' that the system include an open-cut plunge pool at the east side of Ripley Lane. Storm water will be conveyed westward by HDPE pipes which will be installed under the road and railroad right-of-way. The pipe will then discharge storm water to a concrete box (west plunge pool). From there, the water will be conveyed further westward through an existing 60-inch diameter storm drain pipe. The geotechnical components of the system will include the followings: 1) The installation ofthe HDPE pipes. 2) Foundation support for the east head wall and west plunge pool. The head wall \N ill be located at the east side of Ripley Lane where HDPE pipes begin their crossing under the road. The \Nest plunge pool xN ill be located at the west side of site. At the time of this report. the project team is contemplating building the head wall with cast-in-place concrete. The \\all and its foundation will required an excavation of about 15 feet in depth. Excavation shoring will be required. The west pool construction tN ill require about 12 feet of excavation. Open cut may be considered. ' 726rpt S&E F. 3) Wing walls construction. The wing walls will be located at the north and south sides ofthc head wall. 4) East plunge pool construction. The pool bottom will be about 8 feet in width and 105 feet in length, and be constructed with permanent cut slopes at the north and south sides of the pool. Maximum depth of excavation will be about 6 to 8 feet. 2.0 SCOPE OF WORK The purpose of our study is to provide recommendations regard m, the geotechnical component of the proposed storm improvement system. Specifically,our services included the followings: 1. Investigate and review existing regional and local geologic information, reports,and studies relevant to the project design. Review past geotechnical reports. 2. Perform onsite geologic investigations to identify subsurface conditions that may affect project design and construction. A total of two(2)soil test borings were drilled in the project area. 3. Perform engineering evaluations and provide recommendations regarding type of structural support. 4. Evaluate subsurface soil and groundwater conditions and provide recommendations regarding dewatering, if needed. 5. Evaluate subsurface soil and groundwater conditions and provide recommendations regarding subgrade preparation and stabilization. 6. Generate recommendations regarding excavation shoring. 7. Generate geotechnical parameters regarding passive, active and at-rest earth pressures and coefficient of friction for the resistance of lateral loads. 4 8. Generate recommendations regarding site preparation, angles of temporal-) slopes, suitabilit} of onsite soils for use as fill, types of suitable imported fill, fill placement techniques, and compaction criteria. 9. Preparation of this written report documenting our findings and recommendations. 72brpt ? M E E 3.0 SITE CONDITIONS, 3.1 SURFACE CONDITIONS Currently, two storm drain pipes exist at the east side of the project site, and a creek exists at the north side of the proposed east plunge pool. The ground surface in this east plunge pool area is covered with tall grass. An existing 84-inch diameter sanitary sewer pipe is present along the west side of Ripley Lane. This pipe is supported by 12-inch diameter piles. The railroad (BNSF) embankment is present to the west of this pipe, and the top of the embankment is about feet above the road surface. The slope at the west side of the embankment is about 2H:1 V. From the toe of this embankment westward, the grade is relatively flat until it reaches the eastern boundary of the ongoing construction for the Seahawk Headquarter and Training Facility. 3.2 GEOLOGY 1 General j The project site lies in the middle portion of the Puget Lowland, an elongated topographic and structural depression filled with a complex sequence of glacial and non-glacial sediments that overlie Tertiary bedrock. Based on the field explorations at the Seahawk site, the depth to bedrock is about 45 feet in the area near the west plunge pool. The soils deposited during and after the most recent glaciation dominate the surface and subsurface geologic conditions in the project area. These soils are highly interwoven by repeated sequences of deposition and mass wasting such as erosion and land-sliding. Published geologic information (Generalized Geologic Map of Northwestern Kung C'owihy, Washington State Department of Natural Resources) indicates that the site area is underlain by undifferentiated sedimentary deposits (Qa). The materials include inter-fingered clay, silt, peat, sand and gravel. Detailed soil profiles in the project area are presented below. Seattle Fault The Seattle Fault is a collect]\e term for a series of four or more east-west-trending. south-dipping fault strands underl\ing the Seattle area. 'The southenunost mapped strand of the Seattle Fault is the closest known fault to the site. This thrust fault zone is approximately 2 to 4 miles wide (north-south) and extends From the Kitsap Peninsula near Bremerton im the west to the Sanunamish Plateau east of Lake ' Sammamish on the east. The four fault strands have been interpolated from over-water geoph}sical 726rpt 3 S&E E surveys (.Johnson, et al.,, 1999) and, consequently, the exact locations on land have yet to be determined or verified. Recent geologic evidence suggests that movement on this CaUlt /.one occurred about 1,100 years ago,and the earthquake it produced was on the order of magnitude 7.5. 3.3 SUBSURFACE CONDITIONS We have explored the subsurface soil conditions to the east of Ripley Lane by the drilling oftwo soil test borings, B-1 and B-2. The locations of these borings are shown on Figure 1 which is included at the end of this report. Details of the field exploration and logs of borings are included in Appendix A. Our knowledge of the soil conditions to the west of the BNSF right-of-way is obtained from the previous soil borings on the Seahawk site. The approximate locations of these borings are shown on Figure 2 which is also included at the end of this report. The logs of these borings (B-19 and HQ-2) are included in Appendix B. In general, the borings drilled to the east side of Ripley Lane and to west side of BNSF right-of-way show relatively consistent conditions, and the soils encountered are similar to materials described in the published geologic map. A soil profile along a cross-section A-A' is presented in Figure 3. From the " top down, the subsurface conditions include the following strata: 1) Fill and most recent sedimentary deposits The fill includes the embankment fill along the railroad and some surficial fill found at the Seahawk site. Based on the road and railroad grades, we anticipate about 10 and 3 feet of fill at the center of railroad embankment and under Ripley Lane, respectively. No fill was found at borings B-1 and B-2. The recent sediments found here are 5 feet in thickness and consists of either very loose silty sand or very soft silt. 11) Peat with lenses of loose sediments This layer is about 5 to 15 feet in thickness and consists of ver y soft peat and lenses of loose sand and soft silt. The peat Is fibrous and slightly decomposed. III) Older sedimentary deposits This layer is about 10 to 20 feet in thickness and consists of soft to eery soft silt, silt\ cla\ 726rrt 4 S&E E and silty sand. The materials include scattered peat and wood debris, and occasional pockets of medium dense sand (at B-2). IV) Glacial soils This layer is about 7 to 20 feet in thickness and consists of competent soils including dense i to very dense silty sand, medium stiff silt, and medium dense to very dense silty and sandy gravel r V) Bedrock Andesite was found underlying the glacial soils. The rock has a moderate to high strength and was slightly weathered (see log of HQ-2). Our boring B-1 was likely refused on the rock at a depth of 39 feet. 3.4 GROUNDWATER CONDITIONS At the time of our field exploration on November 15,2007 groundwater was encountered near the ground surface at B-1 and B-2 locations. The depths of groundwater at these boring locations were measured at 18 to 22 inches on November 16, 2007. At boring B-19 location, groundwater was measured at a depth of 2.3 feet on November 22, 1978. At boring HQ-2, groundwater was measured at about 2 feet at the time of drilling on May 23, 2006. This information indicates that shallow groundwater is almost always present in the site area. i S&EE ■ ?'_6rp1 � ■ 4.0 CONCLUSIONS AND RECOMMENDATIONS 4.1 GENERAL From the geotechnical standpoint, the proposed storm drain improvement system is feasible but should be planned carefully. The site soils are generally wet and soft from the ground surface to a depth of about 30 feet. Unstable excavation subgrades should be expected. Stabilization method such as use of geotextile and quarry spall are likely required. Dewatering will be difficult and time-consuming as the materials are fine-grained soils with low hydraulic conductivities. At least 20 feet of soft and compressible soils are expected below subgrades of the proposed structures. These soils include peat and soft organic soils. The peat is relatively young and fibrous. As such, it may swell upon unloading and continues its secondary consolidation upon reloading. The later is a unique characteristic of peat and organic soils. Due to creep-deformation of their skeletons, they exhibit relatively high volumetric change after primary consolidation. Therefore, future ground settlement should be expected for any open cut and backfill operation. 4.2 HDPE PIPE INSTALLATION Four 36-inch HDPE pipes are to be installed across Ripley Land and BNSF embankment, and be connected to the proposed west plunge pool. Each pipe will be cased in a 42-inch diameter steel casing. The top casing elevations will be about 21 to 22 feet, about 9 feet below Ripley Lane and 14 feet below the railroad. Two installation methods are considered: 1) bore and jack, and 2) open cut and backfill. Geotechnical aspects of the two are detailed below. (1) BORF. AND JACK The advancing casing of bore and jack will encounter mostly wet and soft soils. For estimating purposes, un-lubricated sidewall adhesions can range from 800 to 1,500 pounds per square feet (psf). The actual conditions may var}. The contractor should note that the geotechnical data across Ripley Lane and the railroad embankment are scarce. Therefore. they should perform additional exploration, if found necessar\. The operation VIII require the construction of a lacking port. Based on our meetin, with Messrs. David Sherrard and Rick Hermes. we envision that the jacking port will be constructed in the 726r4x 6 S&EE western portion of the road and on the east side of the 84-inch sanitary sewer line. A sheet pile wall should be constructed on the north. east and south side ofthe port. The west side should be an open cut so that the sewer line can be exposed. We believe that this cut can be achieved %vith temporary slopes of 1.51]:I V and 21 H V above and below groundwater seepage zone, respectively. Note that these cut angles are provided as a general guideline. Since the contractor will have the full control of schedule, manpower and equipment, they should be responsible for the safety of their personnel and equipment. The contractor should make modification to the above cut slopes if found necessary. Exposed slope should be protected with visqueen during wet weather to reduce erosion. Geotechnical parameters for sheet pile design are detailed in next section (5.3). II OPEN CUT AND BACKFILL Open cut will encounter shallow groundwater and unstable subgrade. The method is possible, however, the success will highly depend on the contractors' ability to handle unknowns and difficulties. The subsoils below the proposed system are highly compressible. Upon backfill, short term consolidation and long term (secondary) compression will occur under Ripley and Railroad embankment. The long term compression will require future maintenance. Temporary Slopes: We recommend that temporary slope above and below groundwater seepage zone be sloped at 1.5H:1 V, and 2H:1 V, respectively. Again, the contractor should be responsible for the stability of the slopes and make modification to the cut slopes if found necessary. The exposed slope should be protected with visqueen during wet weather to reduce erosion. Ground and Surface Water Control: We believe that groundwater seepage and rainwater can be , controlled by drainage ditches installed at mid-slopes and at bottom of the excavation. Pumping from sump holes may also be required at locations deemed necessary. Note that the demand for water control will change with precipitation and the contractor should prepare adequate Nays and means for such control Subgrade Stabilization: Wet and soft subgrade materials including peat, silt. silty clay and silty sand should be anticipated at the excavation suborade. We recommend that the subgrade be stabilized b) over-excavation of the soft soils for at least 24 inches. A non-\\oven geotextile having a minimum grab tensile strength oi'300 pounds should be placed at the over-excavated subgrade. The over-excavation should then be backfilled with quarry spalls having particle sizes 726rpt S&EE j 9 of 2 to 4 inches. Some form of compaction, such as tamping with the excavator's bucket should be applied. Pipe Bedding:l� We recommend that the pipe casing bedded with at least 4 inches bedding material that meets WSDOT aggregate specification 9-03.12(3). To avoid migration of bedding material into the quarry spall, a layer of non-woven geotextile having a nllnlnlunl grab tensile strength of 200 pounds should be placed below the bedding material. The out side edges of the geotextile should extend at least 12 inches beyond the casing's spring lines. Backfill: Structural fill should be used for backtill. Structural till materials should meet both the material and compaction requirements presented below. r. Material Requirements: Structural fill should be free of organic and frozen materials and should consist of hard durable particles, such as sand, gravel, or quarry-processed stone. In general, the on-site silty and clayey soils are not suitable for structural fill. Tile suitability of fill soils under the roadway and railroad embankment is unclear at this time and should be d confirm by a geotechnical engineer at the time of excavation. All structural fill material should be approved by the engineer prior to use. .Placement and Compaction Requirements: Structural fill should be placed in loose horizontal lifts not exceeding a thickness of 6 to 12 inches, depending on the material type, compaction equipment, and number of passes made by the equipment. The bottom portion of the structural fill should be compacted to at least 90% of the maximum dry density as j determined using the ASTM D-1557 test procedures. The fill in the upper 4 feet(from the subgrade) should be compacted to at least 95%. Ballast should be re-installed at rail road embankment. Short and Long Term Settlements: Depend on the proximity of the peaty soil from the excavation subgrade and the amount of disturbance at the subgrade, short term consolidation can result from the recompression of the disturbance zone. Base on our experience, the recompression can range from one to 10%. Hence, for a peat layer of 5 feet in thickness. the recompression can amount to 1%2 to 6 inches upon re-loading. The rate of the long term (secondary) consolidation of the peaty soils sloxvs xNith time. but is linear %Nhen plotted to a logarithmic time scale. For a 50 years time span. NNe estimate that ground settlements may range from 5 o 10 inches. Placing additional fill to rc-grade the settled area is a "tail-chasim,"exercise. as the weight of the ne\N fill \\ill triggers additional consolidation settlements, and the cycle 726rpu 8 M E E i continues anew with each and every till placement. Typically Ion`.!-term solutions t-or this situation include the use of light-weight till or EPS (Expanded Polystyrene). 4.3 SHEET PILE WALL FOR EXCAVATION SHORING Lateral Earth Pressure: The lateral earth pressures for the sheet pile design are presented in Figure 4 which is included at the end of this report. Due to the presence of soft soils and shallow groundwater, we recommend that (I) the sheet pile embedment depth (below dredge line) be 2 times the excavation depth, and (2) sheet pile wall be braced internally. We believe that tie-backs will be relatively ineffective due to the presence of peat and soft soils. Hydrostatic Pressure on Wall: We assume a groundwater depth of 2 feet below the ground surface. The design should include the hydrostatic pressure on the wall. Lateral Deflection: A soil reaction modulus of 15 pci (pounds per cubic inches) is recommended for the loose soil above a depth of 20 feet. Depending on the selected sheet pile section, relatively large deflection, on the order of a few inches may occur at the top of the pile. Brace installation should be planned accordingly. Groundwater Control: Using an estimated soil permeability of I*10-5 cm/sec(2*10-5 ft/min), and two-dimensional flow net analyses, we estimate that a relatively low flow rate, about 1/10 gallons per minute (about 150 gallons per day), may occur at the base of excavation. The exit gradient at the base is estimated to be 0.3. (A value of 1.0 would represent a quick condition). Based on the flow rate and exit gradient, we believe that the influx of groundwater can be handled by pumping from sump holes. l Please note that the onsite sedimentary deposits tend to have high variability both horizontally and vertically. As such, a contingency dewatering plan would be beneficial for the rare event that groundwater influx is greater than sump pumps can handle. Details of the dewatering plan should be prepared by a dewatering contractor. Sul�ade Stabilization: Like the open cut option. wet and sofit subgrade materials including peat. silt, silty clay and silty sand will be encauntered at the excavation subgrade. \A`e recommend that the subgrade be stabilized by over-excavation of the soft soils For at least 18 inches. A non- woven geotextile having a minimum grab tensile strength of 300 pounds should be placed at the 726q)t 9 M E E ,i over-exeavated subgrade. The over-excavation should then be backfilled with quarry spalls having particle sizes of 2 to 4 inches. Some form of compaction, such as tamping with the excavator's bucket should be applied. 11'a smooth subgrade is required for jack and bore operation, a concrete rat slab, about 6 to 12 inches in thickness over the quarry spill can be considered. 4.4 EAST HEAD WALL AND WEST PLUNGE POOL Excavation: Excavation shoring will be required for the construction of the east head wall and the west plunge pool. Geotechnical recommendations for the shoring design are presented above, and recommendation for foundation support are presented below. Foundation Support: Foundation support is required for the east head wall and west plunge pool. Due to the presence of compressible soils below the bases of these structures, we recommend that they are supported by light to medium-duty steel H piles. Based on our understanding of subsurface conditions at the project site, we anticipate that piles driven about 5 to 10 feet into the underlying dense soil could develop the following capacities. TABLE 1 ALLOWABLE PILE CAPACITY Pile Approximate Pile Allowable Allowable Size Elevation* Downward Upward Load (inches) (feet) Load(kips) (kips) 12 -10 70 12 *Note: Estimated pile length =40 to 45 feet The allowable load represents the total of all dead. live and seismic loads and includes a safety factor of about 2. Appropriate reduction for pile group efficiency has been included in the derivation of the above capacities. No further reduction is necessar}. 726ri,t 10 SSE E Lat_cral Pile C'racitics: Assuming that the pile heads arc not allowed to rotate(fixed-head condition), the reconunended allo\vablc lateral capacities of piles are presented in "FABLE 2. TABLE;2 ALLOWABLE LATERAL PILE CAPACITY Pile Sire(inches) Lateral Deflection (inches) Allowable Lateral Load (kips) 12 0.5 4.5 12 1.0 9.0 Allowable lateral capacity can be increased or decreased in direct proportion to the allowable lateral deflection, within the limits of 0.5 to 1.0 inch. Group effect for lateral capacity reduction should apply. That is, the capacity of the trailing pile should be reduced by 60% when spaced at 3 pile diameters, and no reduction for spacing at 7 pile diameters or greater. The reduction can be lineally interpreted in between. n e Response to Lateral Load: We have evaluated the responses of the pile subject d to a lateral load of 4.5 kips using the computer program COM624. These responses include the lateral deflection, shear and moment along the pile shaft. The results are shown in TABLE 1 below. s � 72orpt 1 1 S&E E TABLE I RESULT OF LATEW, ,'.,Y LOADED N T,., FIXED HEAD (:ONN TION Proposed R .p.l ry Line Storm lnip.rovc:mt:nl: S&EE Job No. 726 LATERAL LOAD AT PILE HEAD = .450E+05 LBS X DEFLECTION MOMENT TOTAL SHEAR SO 11, FLEXURAL STRESS RESIST RIGIDITY IN IN LBS-IN LBS/IN*`2 LBS LBS/IN LBS-IN:!:-"2 is:<�:: is :F X:<n:>�;:f:�::Y:L ::::::>�:�h�:::T::::< :<L::::F:::: :<ri::::< iF•r::::Y'n:<<:l:<'� :h::::,:: :: :.`•:.: :F:.•: 1;::r:::::::;:::C .00 .540E+01 -.571E+07 .736E+05 .450E+05 .000E+00 . 137E+11 12.00 .537E+01 -.571E+07 .736E+05 .450E+05 . 109E+02 . 137E+II 24.00 .529E+01 -.463E+07 .599E+05 .448E+05 .196E+02 . 137E+I1 36.00 .516E+01 -.409E+07 .531E+05 .445E+05 .258E+02 .137E+11 48.00 .498E+01 -.355E+07 .462E+05 .441E+05 .345E+02 .137E+11 60.00 .477E+01 -.302E+07 .395E+05 .436E+05 .486E+02 .137E+11 72.00 .452E+01 -.250E+07 .328E+05 .429E+05 .661E+02 .137E+11 84.00 .42-5E+01 -.198E+07 .263E+05 .420E+05 .862E+02 .137E+11 96.00 .396E+01 -.148E+07 . .199E+05 .409E+05 . 108E+03 .137E+11 108.00 .365E+01 -.988E+06 .136E+05 .395E+05 .121E+03 .137E+11 120.00 .333E+01 -.517E+06 .766E+04 .379E+05 . 135E+03 .137E+11 132.00 .301E+01 -.648E+05 .191E+04 .362E+05 .148E+03 .137E+11 144.00 .268E+01 .366E+06 .574E+04 .344E+05 .162E+03 .137E+11 156.00 .236E+01 .773E+06 .109E+05 .324E+05 . 175E+03 .137E+11 168.00 .205E+01 .116E+07 .158E+05 .302E+05u .188E+03 .137E+11 180.00 .175E+01 .151E+07 .203E+05 .278E+05 .202E+03 . 137E+I1 192.00 . 147E+01 .184E+07 .244E+05 .253E+05 .215E+03 .137E+II 204.00 .120E+01 .213E+07 .282E+05 .227E+05 .229E+03 .137E+11 216.00 .959E+00 .239E+07 .315E+05 .198E+0 5 .242E+03 . 137E+11 228.00 .742E+00 .261E+07 .343E+05 .141E+05 .714E+03 .137E+11 240.00 .552E+00 .274E+07 .359E+05 ,437E+04 .909E+03 .137E+11 252.00 .391E+00 .273E+07 .357E+05 -.717E+04 . 101E+04 . 137E+11 264.00 .258E+00 .257E+07 .338E+05 -. 188E+05 .921E+03 . 137E+11 276.00 .153E+00 .228E+07 .301E+05 -.291E+05 .796E+03 .137E+11 288.00 .714E-01 .188E+07 .249E+05 -.374E+05 .592E+03, . 137E+I1 300.00 .963E-02 . 138E+07 .187E+05 -.422E+05 .201E+03 . 137E+ll 312.00 -.375E-01 .865E+06 . 121E+05 -.402E+05 -.541E+03 . 137E+11 324.00 -.756E-01 .423E+06 .646E+04 -`.,12E+05 -.948E+03 . 137E+I1 Ncte: X = I?oi�nward distance fro:-: be%ttor of pile cap inchcF- 72Grpt I"? S&E E Pile Settlements_: Pile settlement will result from elastic compression of'tile piles and the supporting soils. to be less than 1/2 inches, and will occur rapidl essentially as the loads are The settlement is estimated rapidly. y applied. Pile Installation: The pile should have anti-corrosion coating and be driven with an appropriate hamlller and associated equipment. We recommend that the contractor submit a complete pile installation plan Which should be reviewed by the project design team for conformance with the structural and geotechnical requirements. The plan should identify the equipment to be used, including type of hammer, cushion and other necessary equipment. lateral earth pressure of 45 pounds per cubic feet cf) can be Lateral Earth Pressure on Wall: An active lat p p p (p used for the wall design. Additional lateral earth pressures will result from surcharge loads from traffic or parking located immediately adjacent to the walls. The surcharge-induced lateral earth pressures are uniform over the depth of the wall. These surcharge-induced lateral pressures are "at-rest" in nature and should be calculated using an at-rest earth pressure coefficient (Ko) of 0.5. Hence, for a typical traffic load of 200 psf,,the uniform load acting on the wall will be 100 psf. Backfill behind Head Wall: Select fill should be used for backfill behind the wall. The fill should be a free-draining granular soil that has a fines content less than 5%. The unit weight of the fill can be assumed to be 140 pcf. Drainage: Weep holes of 2-inch in diameter should be installed at the base of the wall. The holes should be spaced at 4 feet or less. to lateral loads will be available from passive soil pressure against Resistance to Lateral Loads: Resistance p p footings and the below-grade walls. Assuming that structural fill is used for the backfill, an equivalent fluid density of 200 pounds per cubic foot (pcf) may be used for design. This value includes a safety factor of 1.5. The criteria for the structural fill are presented in Section 5.2 of this report. Additional resistance may be available from adhesion along HDPE casings. If the casings are installed with open cut and backfill, an adhesion value of 1,000 psf can be considered. On the other hand, if the casinos are to be installed using bore and jack technique, a lower value should be used. This value will depend on the amount of sidewall lubrication needed during installation. For design purpose, a conservative value of 200 psf can be used. We recommend that this value be confirmed during casing installation. Adequate connection at the casings and walls will be required. Friction at the base of the pile-supported structures will not be reliable. We thus recommend that the ?26 p, 13 S&E E resistance be ignored. We do not foresee the need Ior additional lateral resistance (such as the use of dcad- man or tie-back anchors). However, we would be glad to provide design recommendations if necessary. 4.5 WING WALL SUPPORTS Wing walls on the north and south sides of the east head wall may be constructed of cast-in-place concrete or sheet pile walls. The former should be supported by piling. Geotechnical recommendations for the sheet pile walls and pile foundations are presented in Sections 4.3 and 4.4 above. Please note that permanent sheet piles should have adequate anti-corrosion coating. 4.6 PERMANENT SLOPES Permanent slopes can be 2H:IV for slope heights less or equal to 3 feet. For greater heights, the slope irr should be 3H:I V or flatter. The site should be graded so that surface runoff wilLnot flow over the slope. Also, all pennanent slopes should be seeded with the appropriate species of vegetation to reduce erosion and maintain the slope stability. 4.7 EAST PLUNGE POOL Excavation may encounter peat on side slopes or at bottom of pool. We recommend that the peat be over-excavated for 2 feet and the over-excavation be backfilled with quarry spalls of 2 to 4 inches in particle size. The quarry spalls should be compacted by an excavation bucket. Soil anchors may be needed to secure logs. The anchor can be a buried galvanized steel plate. The anchor capacity can be estimated using the buoyant weight of the soil column above the plate. For design purpose, a buoyant unit weight of 60 pcf can be used. 726rpt 14 S&E E i 4.8 SL-ISMIC CONSIUI:RAT IONS AND IALARDS The project site is situated within Seismic 'Lone 3. We recommend that Site Class D as defined in the 2006 IBC be considered for the seismic design. Two seismic hazards are identified and detailed below. LIQUEFACTION AND LATERAL SPREAD Liquefaction is a condition when vibration or shaking of the ground results in the excess pore pressures in saturated soils and subsequent loss of strength. Liquefaction can result in ground settlement or heaving. In general, soils which are susceptible to liquefaction include saturated, loose to medium dense sands. However, recent studies show that liquefaction can also occur in fine-grained (silty and clayey) soils during strong earthquakes. (Bray, J.D., et. al. 2004). It is our opinion that the soft subsoils at the r site have a low to moderate liquefaction potential. Impacts-on pile-supported structures will be minimal as the piles will be embedded below the liquefaction zone. However, moderate to severe distortion to the east plunge pool and its surrounding permanent slopes may occur. It is our opinion that the best option to cope with this hazard is to perform post-earthquake maintenance. Lateral spread is a phenomenon when lateral displacement of surficial blocks of soils results from liquefaction in a subsurface layer. Once liquefaction transforms the subsurface layer into a fluidized mass, gravity plus inertial forces that result from the earthquake cause the mass to move down-slope towards a cut slope or free face. Based on the distance of the site area to the water(Lake Washington), it is our opinion that the potential of lateral spread hazard at the site is low. 726rpi 15 M E E 4.9 AUDI"fIONAI. SERVICE'S Additional services will be required during the design and construction of the project. WC envision that these additional services may include the following: �r 1. Review of design plans to confirm that our geotechnical recommendations are properly implemented in the design. 2. Attendance of design meetings and provision of design support. 3. Construction monitoring services. The tasks of our monitoring service will include the followings: 3.1 Review contractor's submittals. 3.2 Monitor P ile installation. 3.3 Monitor HDPE pipes and casing installation. 3.4 Monitor excavation and subgrade stabilization. 3.5 Monitoring of placement and compaction of structural fill. Our representative will confirm the suitability of the fill materials,perform field density tests, and assist the contractor in meeting the compaction requirements. 4. Other geotechnical issues deemed necessary. 5.0 CLOSURE The recommendations presented in this report are provided for design purposes and are based on soil conditions disclosed by field observations and subsurface explorations. Subsurface information presented herein does not constitute a direct or implied warranty that the soil conditions bet,.veen exploration locations can-be directly interpolated or extrapolated or that subsurface conditions and soil variations different from those disclosed by the explorations will not be revealed. The recommendations outlined in this report are based on the assumption that the development plan is consistent with the description provided in this report. If the development plan is changed or subsurface conditions different from those disclosed b} the exploration are observed during construction, we should be advised at once so that we can review these conditions, and if necessary, reconsider our desi��n recommendations. 7261-11( 16 Sd E E Gypsy Creek Drainage Basin Ripley Lane Storm System Improvements fiQm k � t �+ ti 4 r ;Se 72nd St rl ` r T .Y''bf � � �y 4r xx nr94Y�Y ti.. 1sx' xl i i gr"r."�}'377 ,i t^a XWO �.. .� �is t a ale SOth Srs ti tY""i 4'� 1 * �.f,J �. (1f� ., Se t�?��T 7--�F'� ��'�,�F 'Y ...r'P S:, s'� `�i vl"`��' ;;p^}r' _ �'• 1�t�r�3f.:�3�ii �y`_._„-�ug "art 1 q- �,r v,: 1 R• r 4 1 S 43rd Sc Se 60th$¢ va K. 02006 NAVTE 24A6 Ma`Ques#-1nc; PROJECT LOCATION .r VICINITY MAP (NOT TO SCALE) a=i rn aEi O .. 2 0- ;rl � A ,^ Y JNVI A31dt2l p. CL r LB:9 i X L8-8 RB•8(2) DL CD C I x is z I kb=ti •� rn la-I w i Q J C \� y D N \\ W 3 Z a R8 °' j o 6-5 a€m 1 Q Q) FIB i13 .,LB-5 / C \ F,� L20. d RR-4 U F16 _ �,� i I/ ,1<\ .15ry lie-3�� ,8_{•,// .$ l� - F1 gg N 713 - o 1.8-2 �! N8-3. J / � ��•r ► Q) ,RB-2 J LB-1 `3 �01 J r i RB-4 F10 F09 F08 U6 F05 FG{ F?F05 ` r f _ C ...... M \ U C \ N E C ^s C it CD C _ C r Z m Q •" J a N ti W W 06 i (n N N O Q = p > rn c — O m m o o (D s N �- U) 0 m CL 0 0 0 J J 2 � N fC _ U X c O `° � c O Q N Q O 06 C O 11 c N c .4 R C N 0- A t) I s C; C O W O W m cn T C O c L) U O m U) y C .E cuC u Q O U � 3.Nl V l U ld i n W N m I � N w t W 06 ce Q .0 .3 Z) o U U J j O 0) O O O O „l �,s U?0) m I i fn N r U (Jaa;) Uoi}enaIA Q ML CD W Cd rn a� 0 0 a o Q m Q T a) CD > LO O it O O � II O N T m co O Zf °6 > c_n9 m ° o c � o I n o > _ c � I � I i a aa)i c c o Q) 8j I _Q- U > o W I L T f6 O � m T N C o ' g C O I T U C T I I CA - > (V r w. o CO O O c Cf) 6 Q Z N I I I (19,94) UoiJe W 06 i Surcharge Load = 200 psf(construction equipment)— 0 cr a 1 2 Q_ cra2 5 Sheet Pile 13' 10 15 gpi 2' (Ignore resistance at top 2 feet) 20 20' 0 25 18' — 30 Qa4 35 o-p3 o-p2 Qa3 —40 10' 45 Up3 (Not-To-Scale) o-a5 Passive Soil Pressures (psf): Active Soil Pressures (psf): crp1 = 90 ua1 = 100 crp2= 860 cra2 = 300 up3= 1,850 cra3 = 1,000 cr p4= 3,450 cra4 = 500 cra5 = 700 Notes: 1. Hydrostatic pressure should be added to the lateral load on the sheet pile wall. 2. All pressures in pounds per square feet (psf). 3. Passive pressures include a safety factor of 1.5. 4. Recommended sheet pile embedment depth (below mudline) = 2 times excavation depth Fizure 4 S&EE Soil Pressures un Sheet Pile Wall Job no.'20 Riple} Lane Sturm ement, Renton. WA w APPENDIX A FIELD EXPLORATION AND LOGS OF BORINGS The soil strata to the east of Ripley Lane were investigated with the drilling of two soil test borings, B-I and B-2 on November 15, 2007. The borings were advanced by mud rotary technique using a track- mounted drill rig. A representative from S&EE was present throughout the exploration to observe the drilling operations, log subsurface soil conditions, obtain soil samples, and to prepare descriptive geologic logs of the exploration. Soil samples were taken at a 5-foot interval in general accordance with ASTM D-1586, "Standard Method for Penetration Test and Split-Barrel Sampling of Soils". After the boring was terminated,the borehole was backfilled with bentonite chips. The boring logs are included in this appendix. A chart showing the Unified Soil Classification System is included at the end of this appendix. a 72hrpt SREE 9 _ BORING B-1 co in j Soil Description 0 SM Dark brown silty sand with gravel and grass roots(topsoil)(wet) i I sM Brown silty fine to medium sand with wood debris(very loose)(wet) 4 ' 18 20 2 —6 2 s ; , i I ML Gray silt with lenses of fine sand (soft)(wet) , 2 r 4 PT Dark brown and brown, fibrous peat with trace fine sand (ver soft)(wet) 1 10' 1 1a ' ML Gray silt with peat and lenses of fine sand (very soft)(wet) 1 ' 16 ; /• , I I 1 1e . 1 ' 9 1 I i 15 1 , 18 ' I I I -less peat below 15 feet �li it i 3 18 -few gravel and some wood debris at 17.5 feet 0 20 (Boring log continued on Figure 1b) Client: Parametrix Drilling Method: Mud Rotary Sampling Method SPT sampler driven by 140-lb auto hammer Drilling Date: November 15,2007 Drilling Contractor: Subterranean, Inc. Figure 1 a Ground Elevation: 27.5 feet SUE Ripley Lane Storm Improvement Job tlo.726 BORING B-1 ° (Continued) CL 3 cc U Q m :; r7 j Soil Description r! 20 1 is ML Gray silt with some peat(very soft)(wet) 1 CL Bluish gray silty clay (very soft)(wet) WV 25 .r +Mr 4 16 ML Inter-bedded, gray silt and silty fine sand, some blue clay,trace wood debris a 14 (wet)(medium stiff) r.r 30 r sM Gray silty fine sand with fine to medium gravel (wet)(very dense) 23 18 25 10 24 i 35 63 16 54! 14 4" Boring terminated at a depth of 39 feet. 40 Depth of groundwater was measured at 22 inches below ground surface. Measurement was taken about two hours after drilling. Client: Parametrix Drilling Method: Mud Rotary Sampling Method: SPT sampler driven by 140-lb auto hammer Drilling Date: November 15,2007 Drilling Contractor: Subterranean, Inc. Figure lb Ground Elevation: 27.5 feet S&EE Ripley Lane Storm Improvement Job No 726 _ BORING B-2 � z a r Q)Q) a U Soil Description 0 snn Dark brown silty sand with gravel and grass roots (topsoil)(wet) i I'i 1 MLI Brown sandy silt with wood debris(very soft)(wet) I _ I ' I , It ., I I 6 1 18 PT I Dark brown and brown, fibrous peat with trace brown silt(ver soft)(wet) 1 18 I I I , I I i 1 118 ' ,J; ML Gray sandy silt with peat(very soft)(wet) 10 1 4 18 , I z 1s I� � s i 1 1 I I I U 1 I IIJ , I I I I 7 ' 18 ;t sP i Gray fine to medium sand (medium dense)(wet) 12 12 17 �\ I I f'� I , I 15, z I 18 i 1 8 a MU Gray silt and silty sand (soft)(wet) t SP � I s ' 18 CIL Bluish gray silty clay with trace wood debris (soft)(wet) 2 16 li I Boring terminated at a depth of 19 feet. 20 Depth of groundwater was measured at 18 inches below ground surface. Measurement was taken about 24 hours after drilling. Client: Parametrix Drilling Method: Mud Rotary Sampling Method: SPT sampler driven by 140-lb auto hammer Drilling Date: November 15, 2007 Drilling Contractor: Subterranean, Inc. Figure 2 Ground Elevation: 27.5 feet SUE Ripley Lane Storm Improvement Job No 726 ar, UNIFIED SOIL CLASSIFICATION SYSTEM DESCRIPTION MAJOR DIVISIONS GW WELL-GRADED GRAVELS OR GRAVEL-SAND MIXTURES, CLEAN LITTLE OR NO FINES GRAVELS LL ay oo� w POORLY-GRADED GRAVELS OR GRAVEL-SAND MIXTURES, (LITTLE OR J �o Z w y J •. GP LITTLE OR NO FINES No FINEST > _ < O SILTY GRAVELS, GRAVEL-SAND-SILT GRAVELS Q �LL"6 a N GM MIXTURES WITH FINES U' ww0zh wt Z GC CLAYEY GRAVELS,GRAVEL-SAND-CLAY (APPRECIABLE O X w o g MIXTURES AMOUNT OF FINES) _ o WELL-GRADED SAND OR GRAVELLY SANDS, F (9 x z SW CLEAN LLN LITTLE OR NO FINES SANDS LLO z o E cn x SP POORLY-GRADED SANDS OR GRAVELLY SANDS, (LMLE FINE G=N o Q o o LITTLE OR NO FINES Z i LL a w O o g 0 a cr �� U hw SM SILTY SANDS,SAND-SILT MIXTURES SANDS Q W J ti o III WITH FINE S <t<J so SC CLAYEY SANDS,SAND-CLAY MIXTURES (APPRECIABLE 8 vii °w AMOUNT OF FINES) it m Lm ay INORGANIC SILTS,VERY FINE SANDS, ROCK FLOUR,SILTY OR <w ML CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY (n v,N H d tCSILTS & CLAYS p <N D` INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY,GRAVELLY a_ D. CLAYS,SANDY CLAYS,SILTY CLAYS, LEAN CLAYS LIQUID LIMIT LESS THAN 50 (n N 8 N ORGANIC SILTS AND ORGANIC SILT-CLAYS OF LOW 8 z° PLASTICITY Z 00 i 11 INORGANIC SILTS,MICACEOUS OR DIATOMACEOUS FINE Q a ~h SANDY OR SILTY SOILS,ELASTIC SILTS INORGANIC CLAYS OF HIGH PLASTICITY,FAT W W SILTS & CLAYS Z x CLAYS LIQUID LIMIT GREATER THAN 50 LL 0 N ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY,ORGANIC SILTS PEAT AND OTHER HIGHLY ORGANIC SOILS HIGHLY ORGANIC SOILS I KEY TO SAMPLES SZ DEPTH OF GROUNDWATER DURING DRILLING ® INDICATES DEPTH OF STANDARD PENETRATION TEST SOIL CLASSIFICATION CHART AND KEY TO BORING LOG S&EE APPLNDIX B LOGS OF PREVIOUS EXPLORATIONS 7, S&EE �; Total Depth: _ 50_ft_ Northing: _ Drilling Method: FISA and Mud Ro_tar_y_ Hole Diam.: _ 6 in. ti Top Elevation: =25.5 ft Easting: Drilling Company: GrF or Drilling Rod Type: ______---- Vert.Datum: _ __ Station: Drill Rig Equipment:_ Harnmer Type: Automatic Horiz.Datum: Offset: — Other Comments: SF corner of_[oposed building___—___ SOIL DESCRIPTION 1 l m ,7 � PENETRATION RESISTANCE (blowslfoot) n° I al m C r ♦ Hammer Wt.&Drop: 140lbs130inches Rcfrr to the report lest for a proper understanding of the o a p---'---- subsurface materials and drilling methods. The E ! m o stratification fines represent fhr approximate boundaries p U) D U beM-een material types,and the transition may be gradual 0 20 40 60 -\Topsoil. .. Loose, brown,slightly sandy,silly,round to �l y • ✓. ° 2T n ::. 351 subround GRAVEL, trace of organics;wet; T .� GM. 4= 0 10 I Very soft, light to dark brown,wood fibrous ✓ X68 PEAT with scattered silty,fine SAND s= layers;moist; PT. 20 w 20.0 7- Loose/soft,gray,stratified silty,fine to :: . 23.0 7= 98 medium SAND and fine sandy SILT;moist; ' SM/ML: w Soft,gray, silty CLAY,trace of organics, 30.0 a= 30 ..,... ......,................ moist;CL. \Medium stiff, gray,slightly clayey,fine I 35.0 1°7— sand SILT;wet;ML. / '•. Medium dense to very dense,gray, silty, r -\sandy GRAVEL;wet; GM. 44,o x x ('Z= ANDESITE: Moderate to high strength; x w+ gray;massive;fresh to slightly weathered. 50.0 1 50 ........_. .,..,..;.........;_:._........__......... ....:...:._.._,._,...,-- 6. BOTTOM OF BORING i COMPLETED 5/23/2006 ! =L: 60 I Note: Artesian water pressure was - encountered in gravel at about 40 feet. I I 70 i + ..1 .. . I I .. r ° i 80 .. a . ran 90 0 20 40 LEGEND Fines Sample No"Recovered Piez O % es(<0.07 ometer Screen and Sand Filter 0 % Fin of Content p — Standard Penetration Test v V Bentonite Cement Grout plastic Limit [--Ate' Liquid Limit ill Thin wall Sample . Benlonite ChipsrPellets Natural VVater Content G Bentonite Groin L -?_ Ground Water Levei ATD rr Seahawks Headquarters& Practice Facility `= Renton,Washington a C7 •• N01 ES LOG OF BORNG HQ-2 1.Refer to KEY for explanation of s�Tnbols,codes,abbreviations and definitions. w 2.Groundwater level,if indicated above,is for the date specified and may vary. July 2006 21-1-20525-001 ' 3.USCS desianabon is based on visual-manual classification and selected lab testing. tape SHANNON &WILSON, INC. qq w 4.The hole bcation was measured usar a cloth la from exrtina site features and I FlG. A',7 rn shou'd be ceriside:vd approximate. Geole�hni;a and E°viromm�n;a Cens.dtants al• vow r. UK ra r. SITE PHOTOS w r r r e� r r. } \ 4 i p .4y1. q t. 1 a c .t a a'dk xuF -' u '{ x } rt § d s ' r fIX r �^A d g a fig 'x"s 't a- e '�°•d € wy 'u _ t T to yl" 'parr ly, Ag4 er�``5 � Yl•00, i➢p<.�A 2 Y „Mg^�f �� `��'g�'•�d�d'#1�� <"x`_, ..ff.�� '�Y � `"y!, � k° �fit:.�Fm! # R,. a, � S•w p'mFi.?�I 4:4A`A`Y" ,. 3 E ; °' z . s z 1 � `` }' '2 f.� Y a P r l' '� .c• Ak ^ F t f. 1 AY 7"r} ` jkjts h "h��r„"�i `� � ��s �'i tA'x'�`t ^ fi �a � A' ''`�i' �,aN 1 1 r?_�w•-, n�� i 3z �' g rs '`4v'r Y s gnt .rr `� aro`i` Y r,'� t rPi �r '!t.v�"a�� `� � �, € '�2S "•a 4. g �r ar 4g1 P 7# -"J.'a;'� € r s '°4 IWO X55 &�� �� i� � �+�,�a� r ee x ,� �,,"�r ` x �,6 �s.�� x•'tR +fk.; ��� +f' er� � 'i4�Y + ! t�I^s` � 'L obi 57"' '1+• L �R '�u°(� z y T ✓4h" � *? €. 7�s`.ar * ye�,� w' tR�i�.¢�g�,`.: .�-- a7i;. a�W7 4, JA �€ / rnx : '� �Sy G ��. .� a, am"�ir f,•'r" Wf r Alit", rig �����1 y,' i y<,rc 4a A , !ar s J Fie+ ,p Alf- � F iry6' m y+b.°�t4 �i�• 1` §a`��� %c� � s"'� �, _r, rf mpr(Tr4 ( w'.�''�� �6' � s} • �,4{ �'- s��9{g �';�"r t9k� t L � Ala 5 FA ii a�as .� ,v x���` >l� �`'�'�` - ' t�'. r data i�''y"�tlV. �t�r• , p �'�� � { � °�^u✓�.- �� � >�'1' *� Geis i`�rly'A� ��'�y��F�r '� y� i a �� F ��. w fr s. STANDARD DETAILS CITY OF RENTON DEPARTMENT OF PLANNING, BUILDING&PUBLIC WORKS l J 2" N 4" - N -PROJECT NAME 2" O TER/STREEETT/ TC 4" a- \ 8" BY: CITY OF i GW61 II-TWY SYSTEM X- CRY C ACT: ( 3- coffm 3" SCFOU�E'- TO 3" 8" 4'-0"x8'-0"x1/2" EXTERIOR PJF) 12- 11 (SMOOTH BOTH SIDES, ABX) } 2"x4" DIAGONAL Q DOUGLAS FIR ST Z o BETTER � o 0 Iw 4"x4"x 14'-0" m VERTICAL POST TREATED (TYP.) t l 0 L7 7 M NOTES: 1. PAINTING. THE FACE AND EDGES OF THE 1/2 INCH PLYWOOD SIGN BOARD SHALL HAVE ONE PRIME COAT AND TWO COATS OF EXTERIOR ENAMEL THE POSTS. BRACES AND BACK OF SIGN BOARD SHALL HAVE ONE COAT OF PRIMER AND EXTERIOR r" ENAMEL THE BACKGROUND COLOR IS WHITE. ' 2- LETTER TYPES. THE LETTER TYPE SWILL BE SOLID HELVETICA MEDIUM EXCEPT THE LOGO WHICH WILL BE PROVIDED BY THE CITY. ALL LETTERS AND NUMBERS WILL BE BLACK. 3. LETTER SIZE. 4" LETTERS ARE 1/2" WIDE; 3" LETTERS ARE 3/8" WIDE; 2" LETTERS ARE 1/4" WIDE APPROVED BY: PROJECT SIGN DETAIL DATE: 04/10/06 1 ' SHEET: 1.0 J V) U) W w0 Q ~ w N S } 0 w U W Q U ~ N W Q m O w S F- W Z d W ~p Q C�Ld .] O O Wow z wN �Z < � O O Z � W 0 J g 0 W Z w 2 A Q- LLJ ~ L cno= = gym ¢ °m W cn Q Q S - Z~ O M p� V) O JJ z zo � m U Q =w Q0 2: >OJ WOS �" AZ ' S Z d N W a Q z 0 w(NI- = LLI NN U E.w aF w O COQ_ p � mw ZQU) a 0. 0 cc Z m<V) w Q wW Q a Q iQ , LLJ � J J mw � m 0 0_ ZO _JQ � O_ Y JOW JQ� A'. � J N Q OF- UIZ. U Jda -i W m Q Q } �� Z w LLI m> V) LL) U)< < 4 + fir Of > S -� w ¢ W O O z Oa w O � t- �00 mx U) -j w JJ F` o0 O0 O�Qw Qw UJU) 3: wzZ `�fjl ?0- �LLJ w V) ZO~ NN wOQ wX < O 0 Q O wo wQww Q UO_w U 0_ J = O S � w S O J w cn � tnw 0_~mo z ¢F=- Q ¢Qww wZ � � � z Om to ww w w FLwO~ �= W Z) Ow ow0� O✓F- CO- Z Q ' IL _� - W OJOF- ~W w> 0 wWOOw Q IL -5 X W X W 0000 W< F-2N F-F- O� FW- O(V! � J 2H �- NMFS- F=- O L�0S Lz < a. � m O 'Z N Ln Ln cD 2 U ' Z W U O O M N 1 Q M w} vi S w m - J U 0- N J Q m Of w O Z I W Q - Cp N z ' 30 �> mQ Q — x 00 LLJ o� O� �F-- w ' ca Z .0- �Q Q J(If O m: Q Q w N Of w m � U) ' <m m ----- I -=� N — O w cti w I = F- 0 cn a Of G w� I Q Ow Q CD a 0 I O z m ~ ti Q I W W Z cn U I x Q c� w o �` -F F-wm I Q > 0Z � J (� �? — cn w J N Q I U 0 J O w ' � Ow I m > w0 J:C Q-' m m > m m I No �moQ mQ O 'I _� mm 1 woU LL- wpz�� I W W J > T-Of O 1 �Q F- W= CN .„ o_ 3: -Z o F- , 0 I Ln 00 0 m i;_i 0 Q W Q N a 0 a w z z t° C- O 0, 0 � a Caw aN W a o CQ z aO A U O z O r4 Q 6 E- . c� o O Q F C Q 4. o LLi (D —4���0 N -0o� W Cl)�rJ+��� C 7 L o E u Eoo 0 � �oE QZ z o I (n C) 01 aE_ Q w a .a _0 0- U uai Q * oU 0� ( > o Q Li m . - oo dm Q U Qc� « W O C' Z '- N � 0 Z N Q O � > : D Q Q Q z 0 C,4 z Es 0 :E � W N W -d N OW= (n QQ -NO w m ova ~ O J o� 0 c f W_j 0 I 000 W > Mm inoom _co LO I I I w =W � a W�¢ � JfK M l l f 0 Ul� (n� Q U Q I Q� 0QL,0 0 mQ =co z U =m ZQ�of 00 Qop0 Ld W 0� <x �,Q- Q O N M(n U M D a O W Q W d Z a� o v > Q cn W r\j w °o > C) w —m w z I � CD _Z J ' W a d 0 O a_ U 1/2" THICK WEBS , 8 PLACES 1" DIA. LIFT HOLE (TYP) 3 PLACES SEWER OR DRAIN o ° 3/8" HIGH CLEATS AND LETTERS ' AS SPECIFIED O 3/4" x 3" BASE, 1/2" x 2 3/4" 3" RAISED LETTERS °Q° ° °O° TOP, 1/8" TAPER .a °000°o °o . � a Oo�o�o�°o LOCA11ON OF DOGS ON ° SEWER H 2 5/16" TYP LOCKING TYPE COVERS -0 i (120°) � cO000�o v � o 0 3/4" RIBS 6 PLACES COVER (BOTTOM VIEW) 27 3/4" *IN THREE SEGMENTS WHEN 26 1/2" 'LOCKING DOGS ARE USED 26 1/4" 4. CN g" —23 3/4" 5/8" "b 3/4" -- - d �— 1 117- — 6" LOCATION OF DOGS ON 5" LOCKING TYPE COVERS 24" 34" REFS` OF229 NOTES: • MATERIAL: FRAME; CAST IRON, ASTM A-48, OLYMPIC FOUNDRY, INC . CL 30, COVER; DUCTILE IRON, ASTM A-536, CL 80-55-06 • EVERETT DWG 607 24' x 6" MANHOLE FRAME AND COVER APPROX. WEIGHT: FRAME - 276 LBS., RATING - H2O PART NO. MH52 COVER — 191 LBS. N O R 0 1 'C� o d - d a s a d o m m z m mQn m h r w�yk C O E_ d 6 0 lag o z 0 E O t Sf 2C F O (V ° E G oEm° zS �i►' E = m� to jZWO n o Q oC f m =aQE m e m pm•_w�c Zi v H 8 d _ - `m c m� L E vOi3a a � o.� c� °Eontn� z mxN z m g m m C °[E Vl Q U N W ., p _ Z Wo r = h Q cai ry 3k P Z LL O Q N 03 m S Z mU J W {i W i{ Z h a w � U � 3 F=- z Y $ W o U c w w ow O U m Q E)(9© � O W r O== C7 O W� NW N >O W Z OU .1 W O W< ^ 30 z Ti 0 0 W Z W LLC �< a N QUO 0 �� QQm 1- Z mz O ZV J O V ' r(r O °z w 0 r 0 U S K O S K R' w ry w __________ __________ wQ W -XtM1Y i". O C ` 2U • W 1 O l d ll) OQ .Zl L N i xvw.az `; w IL 9 W z Y m c QS- oW F <Z d N O OLL 0 t �a J T V) ow z i 0) OL s •QZ� OY G' + E O - W J•-• C �' n i C x4 - p JVfY. ti W4 � L 0)i I ��� Q c . V co Cd axL o 0) J N N L --y v v XVW ,b 6 p � N O L E+- N L Ld F- ' O - LmD x 3 L) L U/ 0 Q O O -- La N jo X o . c 0 D x 4) m E O OL•- �n 4� .0 v 4- i+� W OO -+ m3 v 4) „Z[ CL CL L4-DL C C C'N m_O 4) -U Lt O 4) OO O104-O E - DO 4)+ Oa, O O L _ u UO a Ti- m N v v g `� • 4- m C - - g 0 L 4- 0)0 4- a .0 s U 4) m L O O O T� C+C C +- CL L0 •-+ 0 c 0)v 0- m O (n•- •- U in 0) U D )0 V) 0 0 L4- L.-.m+- - CD am vv 4) c v L 00 +V-c 0) T _ _ n v) a s u E Oa C) a E Q w � o v 0 o C + 2 N M v O W Z v NIW N m ID Z/£ ..'./i6 0 v Z Z v . L Q Z IX (/) m Q n _ H a i Q. Co 7 111 . _ s Z m „9 p V c ri ?1 W a ` Q L II I� LA Q. N I U 111 O L) NIW \\\ Q a Z/19 Z/6 N i 0 z p z .Z-. CL a J N O_ y F. N N -7 Z -•7 £ Q 9 V 2 � Q U N L d L t N C 0 d L O N N UUU L L O w N y L +2 F + w t O2. dNO wo Ot: - UUU O Up m .0 Q M O 4 L C O .- E f m +O ` 0 V7 ..ZI N 0 00 OQ Q 0 + m 3 m < m 0 (�`ff 0 a I `I c0 - CL ° — z C > > a � N tri u u c u od pa L Nm~ NOr U co u V V EDGE OF PAVEMENT, EDGE OF CURB & GUTTER LANE LINE STANDARD VEHICLE WHEEL PATH OR CENTER OF LANE LINE 7' 8' 3' 4.5' 3' MIN. 1 MIN. 1, MIN. MIN. MIN. 2" CLASS 'B' 6" CRUSHED SURFACING TOP COURSE ACP CLASS* I CRUSHED ROCK, FLOWABLE FILL OR AS REQUIRED BY ENGINEER 2" SAWCUT AND REMOVE OR GRIND, SEAL WITH AR4000W 2.5' —J MIN. *MINIMUM ACP CLASS 'E' or 'B' SHALL BE: PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS AND INDUSTRIAL ACCESS STREETS — 6" ACP CLASS 'E' or 'B' RESIDENTIAL ACCESS STREETS — 2" ACP CLASS 'E' or `B' ` LANE WIDTH OVERLAY FOR FLEXIBLE PAVEMENT 0 N LY (NTS) DWG NAME: HR-05 6.5' MIN. 1' 1' 2.5' 1' 1' MIN MIN MIN MIN MIN .............................. .............. 2" CLASS 'B' ACP CLASS* 6" CRUSHED SURFACING TOP COURSE , FOR MINIMUM STANDARDS SEE , DWG# HR-05, SP PAGE:H032A CRUSHED ROCK, PLOWABLE FILL OR AS REQUIRED BY ENGINEER DWG NAME: HR-23 (NTS) TYPICAL PATCH FOR FLEXIBLE PAVEMENT PERPENDICULAR TO ROAD CENTERLINE (NTS) 0) 00 CD En m .tea w a o c� 0 _N N W Q N L p ° 'a�LD7 O - -a a U _C C N L,a' N LO (n ° o�'DOO � vo Z oz z °\ 20 ;�o,-0 v° v ° �r� Clw Q yCc T7 V V E0 C 7.�'p O'U �'.0 av[w NE. [ cN co Z Qw 0 yDc O.T�0 yL.0 nN na a p G Q S---0.. an O C C p u,C 0 7� Q C1 O p'0 n'C N v�'O N U N 4i N 0 Q F 6 F a,a N o u o c c N p N «c p`�O O'C N-z u YO J O N I d m .vv. «nL�vt avNVE v° ca .W-7 N O o ao ti U LLJ E 7 o p D v o D H•o o. > g y p"fNN 0 N E° o a f��r va�o c°vO> co�o N n y av_i I Cam '0«« v ooOL V D `p '+J y z [ v O . r o . NSc L° "cN V .o ov cr o o C.O V- O y 7.-`.y V C y on ` o '?o ,7vo'�o cou' F` CZ� v a y or D ON^ mO Q c rL V 0,50 CLONO O � D a '0 C a C d L 0 0 OD 0 N�0 O oVOO=E. oo o�U° ff _ o C C v y O 0 7 y Q1p0' F" Q O " . 3.rn N N c 0. aD CN 00� N 0 a PO-O 0o � 3 m d d VC I Na-O y O`V ON 3 V"Dnn N VV1 . C N,G VT�O OC V3 N N E . _¢ 7 OO'0• O "C O O 0 _ O O L N a' D D C . QI CO L 00aLNv N I V)(A >aQ- Z 0 Iw `N �Ir N [ c a a0 Cl � o N c rn - W C O v L w= 0 00 « u VI.0 ll C N c N ^ W N W U ayl N v 0 L V OD V Q v c o�UM 3 M 7 7 c 1 N V W aoc OE NNV ^ \\ ' N (A ay M D ' l.E- M V N O - C— N U C* E ^ \ O 2 'a = �N ` UJ0a- T0yV0 ) OM V) V.O 0 ODc 0 : - - av «O o c (a 0-0 N CO a a D- M oN U �E V �'••UI- j D N 6 a N - - - v^L 7 v _0 0 0 'O N Lv 0 C' �0 �Q _ 41 M .- V) M «D N O-O O�O H p�,""o 0 Vai VI 6 N .I+ �0N 'C c v�nM Cl 3 3 N °Q a[i o J y E N� °� °y L 0 ='00 \\ vDOao a'pon N v,E-`w: E _a oo O D C,- V.0 D"NQ °� .L.. C.N UNN O' O UN�._y LLtN aC N V� 0... " c o I v u 0 0< o O C�.N.�Z N O aC'N eC'(�V 0 lX1 1' 7-.0 L L 0 0\ O C.y E E OD 1 Na NQ L '00 Oa OM .C. CM ONO LLa m «v v E_ (Y�MLQ�^mod wU [ a a \ O a 0 N O O v ui N N M co N TC T_ - N'- N O Oh O V UD � N M C NOD°- SQ2Q a°QQC O`•_ _O 0_ 0 H Va N N Ln r y a O- ~0~V"0 CaU)^ -U N O�j «>O~ O N O O o D� N c'�N o vM M x n [ o N O C) 0 0 0 0 M c0 00 v U v C'C\ 3 V 9 p 0 0 0 M O V) O ? co '� V) LNl UO' N0� n..f�O XLo �N -0O 7O'er `pVl O o N a0 O (O QI N N Ol W V _ M O N _ a W QD\E'!'F-N ..SQ j OUy J aQ t`Q 0- N M 00 - N M 7 V N O Ot y 0 a��cmw o v'n �UNiv >>,M. ova°; V7: V)L `O c V)y, v N VI v N °N Ul N O o U N p(n J 3.,QEa7 � QMQ ONO_ i=2Q fOUun ULQ -a� NNOOOOVOOV) OOOOO y O O O o N o N O o 0 o o CJ U7 M R t0 N O N O' 'O a0 CD N M M N Y � < li J' ~UJ aV X 0- N== J~N JDw -- S Q 3° JWw Z <m(r - z N ova x U z W o z m Zmm NCO W ten- Z c\v w q w p UNZ O Ww O fW" it a EW- U -> 1:a �ww W<~Z ° Q ao aQ a _ o �° �Id U > z wWm <Z, N qE. ca E/ N W, <Z Q-. Q' U N ..] o UW° W. 0- a '�"' Wwr H~YK U F' omw < �a < 5 C a p Z O W~ 2 W,-- 5a�� w O d '+ Z a<z oE�� J U C yl z U o {4 a ° °m a �° f 4t 3 W � mz0 FwmN AJ V U N O j J W Z ..... x J odd"'W N o d N Z a a W a o Z v ° N, ~ OmON W Z ~ a W J W~ O a a Z O UJOZ O m Y Q On< 4.22W K W a ... < N W J mi° m<m� < m Wo m Of"WFW- O�Jw W a N Z °o m w H W J x > 2 Q ~a N m W 1 WJU O<m= 2 Z WO 2 F-J<z �mEn C) ¢ZO<O Q F n U U W ��-V) WZw~ in a v d Z w()z- o<I— w M w O 6 Li Z Z - m NXm00 W OU O Q U F- Q 2WZp Z m dl Nr2-Z l xwo w < U Z U U O Z m} W v a J m w � �Wryl- WNQ a W m W W � �0 W U UF--�W �i\wo N N O > af Z Q Q m 6 Lf) a Z m I z Q co O U m \ cn U Z v O N v dl2jis ONUNdld v � w 0 Z M I Q o Of z CO m Q Z (� Q _Z w > (n Q C7 O Z x :�iZ Z>- N d W O O J \ _QQ � FO0 w Q x Of U Q Z Z a- U En O N cn Xx Q U \<\ UJ , w Z :2 r- 3 M ire� w W x m U C7 W Y \U Q < Q Q � J _Q Q Z m Z Q w 0 N U F Of t Q LLJ Z w w (!) O m FF-- Q Z 0 0 U z ~ x � -- cn � Qp N V w w Q x , I z x w Of '� Q _l W Q 3 \ N ?x� W� v \ \\ x O U \ r N N 0 \\ rw N Of I w \ n ¢ vi z 0 0° � W !--w Ja WF- W en =). wz ,.b z xQ =< WO Vm Ww O ♦ MO W= C�a v> - OZ o lu x w 0 rJ + Q� 1Y Z w T J Q] mIr i IQ-U w at 4 Z J CI] L U of-- „b-, Q= ° m Y m =W F-U 0a Ow a0 w W= _ °o MW �- n QU -^, I me ' m W in pU <W 1 F- '� ,o \n wZ �- 1 mF- C)M LA- F- '^ to c "U wz lY• .o �p z N ...Z JW ' C)Z o E „b CDC rt :N ZQ N i Ow p > a j ..9 .�1 pOU .. 9 U� • O C .. 1- I „9 I 1 U 0 w a x m a D U V w rn Z Z c 30 n A a T p • _ = NIW „81 J a w n N m o W Z U 0 w 0- 0+- U z Z ^ W om I U= t L U m 10 c+ < N E V h f- .••Z� Z U ua O < u 1 w� �: Mw o • d U� (r C° x JQ >- N0+ m pc Q[0 I u W ci o d o W w ca � E- a z :X w F- w z W Q 2 U o z� Q_ > z 0 W W a o a E- � Qo Li V) 0 W Q � F F w Q d v v) in z �D 46 L Li U Q C7 t� S Z 14C - rz Z LLJ C4 U �C fl U) w fJ * 44 0 w 0 z = o U r Q m ° CK CD a a O o m z m ' F ' U I- C� v Z w O Z u w b a. O z a I I I I I w I F- a z N I I Q � I I LL) I I z Q V) n I I w I I I I z z Q w w O Uv w O Ix --m N ( °Ljj J Cl) = J m W Q(n m(n Q(n 7:F Q1 .� Z(n( n L'i U Q U w J �UU Q [f to w Q_ (D � a rll�W M a' 4. Z3 c Eo CL W v co� n as lo o W O rr 5 E$ SE c wo W ooM OHO S m zzv 4 ' C C Ol m o� O K3� t _ O C� �Z y CN 3L JV N m m}y< 0 y yJj ZZJtb w:j= T— N3W v1 0� y y o 5 n OJz f F 0-5 05 � � ��� aQw ■■ O O F C ' Z N c7 P ap 1W uj n N r D❑ 3 Ix W MCI ° h C a aYi o z w r m a 3 ow }oDw< OO zr— Wpp< tw O z'EO Oo NoF w aS wm= r-z m,so U mew W z DLL �K LL Iwl LL LL LL LL LL LL LL � `B DUN �• w W = O F > o O k O O H H W W h �a N L2 U z U z0 o V Vl w V VUZ� W W OSao W V Q t o O Wwm o� w fw°w -- Ol¢ r po VdN I ° W7N of O ❑U I -1 W I < W I (�~J+w }a 7n. O o� _ < I- b 0, I x Z oa a O g iV WPop wU a =_ Ja I Ol J U o g � z_ Y b rl =a i. I �Jy4' o< W �o W W � I wn wU Q Qz �° I U m }Fo �' WG I fo �LL �LL O z 0o z. h Oa N-IVVM301S z� U 2 o0 m aW UN 0` V z W U X X & X / z Co \� z a a Z \ o \\ Till ii \\ � wawa o � i w ° a o <a Z Z A c Q \ \/ 00,Z x W X W d (n V V W 41 rUO ?� as U J o CL a E, O N W Ir N j} r CO Z O W ow N 0 p a 00 K a 0Z N> 0 ir Q V' Wx -ILI z \\ z z Z,a c r \ Np2 v in z° X \\\/ W N(A ; W W \ � J Li CK a \ O 3 r \% 'NIW z _ZL W O \ o Z \\ H / ry \\� Z o C) J / \\ W r ? 3 in p fit \\/ 0 U O a f ¢ v J U a y 00 WU `vQ Z Z \ N M N \ 0 U \\\� m W \\/ W 1Q- \ O 0 \/ N O .. \/ cr z x a \ °a T \\ f7 Z K W U J / • \ w 0O Z m o Vn 02 4 LLJ Zoe W -00 V) Li 41, VI) I r /.,�//� ( I v f a z i i §-0, v Ei r d v I z V 0 z --.m 6'. 1 i4----4-- 11 CD r W ' I o cw > 2 OWOWW 0 NIII .4 -1 .1 LLJ 'm Z-z z o �o 1� Jy 80 z z Lj 10 0 I -t m Z - CONSTRUCTION PLANS ° o � Y� aM $ va G LI J F- U W M a M a � Jf ° '' x ¢ W o� N 2 a- W Z O w N w O N Z > C,z �+O zo O O¢ p 0 U d dw �O wLi �N¢ N Lr N O¢ Z w J O N o Z L W LU z w U V N d d w O N N N ¢N N O oo0¢: z SO 3p zn¢w N N c0 C-) NNd HN¢ ¢ d OZ Z UQ 5 zz V o o ~o�oJZ�� ���nw000 z afxI - O JZU pONO mod' NSF-F-� O�U U F- moo¢aw��Q Z 00 W NI'JZw� 4. HH N N W r- NF-ZUZ� N[n�zpof of l U z ¢ o �N(~11 Z D O Z J O Jp,�OwI-Q ¢¢N�� �wZ Z Lli 00 K� 1-�- p}.O¢p Z a O w a U U U 1N N N Z N N w w W>w W C¢u-,N N O M�a Owu 00 p �J¢O1¢-a W >(,KF-F-C�OOZZ o N N Q U� W O w O¢O n x z o o ¢N¢w w w . OOON 0W O U ¢ }W J N a_ z 0 z Z V N M D _ .-NM'7 � W �NM r-F-F-1-r- fp (.�C7 V V (.� V V UU V U V U Z y 0 O O a F- J a > Z O W LU Z y �_W D O z J °z LIJ W z W O�NM Q W In cOrc00�O N > A i N M V' In lD I�CO OI O a AF� \ O d CL 3S Id Hli� \�\ \ Z IS Hies3N� Z uNC LN nv � N \ • \� �� ..� `�. hsb a *t < �\. A v \v\ z w �,. `, �A v�* �>t vvv v Q w o 3AV NOSY 2 Q C) L L y _ N % \ (n �6Nd£Jl �� v a Vz r Niy�M w LU O U z LLJ l o ¢ p` 4 6Y H ON�tt 1 i 1 p T � PUa / C r D t. I I \\ C G 1 1 I � N h p I 1 I 1 .J ✓�a tt 1 1 T.O j w mOZO � x>f 2,a' co rOj ' Q O V G m OJT T i Mv3d 4 R H O W R1 M G1 2 Nro W t1i W SL££-LZ-dMS L33roNd 1N3W3AONdW1 WMSAS WHOIS 'N 3NV-1 A3-IdIN 3WVN 13]r06d 3nvrv3lif dm� OWNWANO "moms womm 600000 OWN.-No o N Rl Nx O M Y j n F U W 0 LU w Q' cn a W Z � O W (� U w H ZQ~ Q (Q� W U LU LU (n V) m Z _ W Z} U ~ F- W Q O Z IL IL �w H 1i'I V7 x z -1 fJ- ~ >a UI,Zj Q O LU dQ W a0 �? y0 W W W O z U J Q Z Z O Z F= f.J W xa'µ�H >_ _ �2 Z z N z > a 0 Q Q z— �i z W W 01 'Q° zoo o z Q NN J wU 3�—° �� UQWO ZUww OWN a ° NQO � QO �WO aJ Oo V)V) >- ow F Vr Z W H J w J Z w F 0 0 .0 0� O 0W w U O NOW x K O w p M w U Z J~ T H W V)p y w a 3 J Z JXJ(7�a'p0 CJU�W W 1 W.- 1-O W O-a U O J�QZQ QZ W�NZ Q O Q�' z Q QU Y O 60�?O W60 a'W r SJJ W ZZ QJQ ZU Z0 w� M2�x:6 W Z UOF-�6w.�OF rOOJa YU W W V> ow�o 000af ,���a�� aWW xgo�caai;xxx? s� ���zzooaa ir����o�iiv~i �n�n�n �33 Q Q Q <:D m m U U U U U U U U O Ono 0 p W N m W V! U Z U > W V) O 2 a Z a V)1- W W aZZZm U a .�IIOa2 x U U JO 3 Q �Y O W m Ua�ZO UpJo00V) .ra-a�3 QQJO�/)O3 x J{{-� QZO�a°WU1...QSZ, OUOJfn OWW 00V)V)H Z a QQQmmC�UUUUUUU000OOW WwwwwwwWLL.G�UC�222--`.LJ����ZZOOaa�Ka'aaV)V1V)VINNVVVVlll7NHH 033 W J a 0 F— V) � u LZLJ a a a U) U� \ w U o Q m rn Z J > Z O _ �f o a N O W 0 , a H U x 0 w 2: V) O a of 0 p t0- O a LLI a & O V) U O V) U U ¢ V) U m :M ^7 IM 0 CL ? a U x Lou 0 s W a a a 0 W Z N 0 O z 0 w d N o w L a � z m w�w O ¢ 0 10 W 3W U U Y J V �Va� Z w O W J l�i W > Z � Z rl n z z z O W W O w lil Z U > rr W W > g x0 ° v W > d d z0 OZ d ° w OU Y O O 0 Z a m ~ J 0 > CrJ U a -' z0 QzQ m W m > K x x .1 Q Q a -1 U N K Z K \ O J a Lj m J U W W Z K V) 3 W W CW'l Z /- r o o O \ 0 0 Iw- a. H w z o Z Z W z o w m vo—i r c� a > > zd m N 00 it 3 a c� a m m w vai o0 v~i ¢ �Q 0 6 j N m CL p G � a zl U) I,�_ '' 2S �t Z (I-..I ., (S` O l D V W O Z W V) O a 0 a v w ° O Q a O O K i i cr O X W v W W .w.. ._. p U Y N W J O Q W (� p °^ J L 3 Q Y Y Y Y twE o v m O W o P A G W U O a Q C7 V) x x V) O J W 1 o Z x o z z < a v U Z ¢ Z N !K z x a x a' N W a a W u O O J ° W - LaL��,,�� O - w W V)z a-O OW v U a v v x ° W Z < � V) V) Q W Q v m H i U w O XVXl O W w x W W v v v 1v 3 F- Z Z a' j N W W U Z \ a O Q W .... W W < \ O O O w 0 Y, H ~ Fw- m ° O O 0 Y -, w Z W w w O Z 2 W W1- O1- O O 7 W FI ? = J U W W J W a Z Z Z Q ° z Z Z Z ~z L`'� O O 3 m mm a NQ 3 3 ZQ O LJ `J m Q � m U U OU 0 W Iw V) vi C=7 0 cwi U o 0 o Q IL W ' QiS U U (7 a a I I I ' 1 � I ❑ V I I I ( ' I � � I � F w ul i 1 I I I I j W 4 _ a x � E s iwm+ inl F6L££-LZ-dMS n3roHd 1N3MAOUdW1 W31SAS WHO1S 'N 3NV-1 A3-1dIH 3WVN 103f08d 6� m� soon" m� wommo mamma WOMAN som� moloom om� WOMAN low� monow gloom WON" NUNN 3rvbrv3lif LO py ' M CD 4 N C N o M z a n M z a Yo w o \� W z \ a J Q LLI ox ti„ v v O U �- y W uj r rn O o LO Of N \ \ r Y .. aa � \ \ \ 4! i vv` 0 IL a y 1� j y'' o =yy Nix \ °na \ N \ \ \ \ 0 v A \ \ \ cq Z N m w° wZ o oz os °z� woNwW w N �� u Z O Z mO Napr w� ox o� w uN ��wax�i w w y > m�a OF r= �� of Y O Q m 0 3 N J W N w x 0JJ Imm.0�-r O �¢ LL Ou) p Om LJ LL O l) a N Y w O K x O O w Y _ O � W y _ NN^Y m O J 3 ,M ...'.._.. OHO O W U 'J 3 Z N w Z Z Z O U Q + hJ O Ln Ux OD UJ Q W ^�► Z03 O} Win: z O Kx O� LO v w O � w Y Za Qp Y-W I....W 1-W Zug dwwa¢3C�z z U Z wrl d d d ill �' Z W N� N o= U z c� a z r N ov�nwW zz z zZ i! x x w wow¢ z oo v°-i€oax aow ¢ow ao ;ar a �L'j �D w r O cc)-m z°a z K wWZw wOrilwZZpp W W W ON HVQNj + c� N O~O Ow Z d'0 O J O)Z m �'d' +\ �'.✓.� { I '� I i w �z�o5aor� ao ao a oo I D UONN c�mc�3�o�� �'aa ?�'aa �'a ��-�rao0��� � .--� �`�,� ^w'�.Y'(— -- +- + --":- i w z�N rn N M O `3y \'�(R +l��I :+ LL wO JOO wj WrnW �'`� \ \�\ �' o,AAA OQa� + t ! �� r� stn w rn r E3z ozzoRa \ \'� J w M N N UOOjM ONZ� +IfrJ i f 7 W MMM i 1 LL M U1 O) ! -„ zLz m z N ° u°Di \\ .\i I �_ W cz dS -<a m w m mS lo n LLI ` \ \� 1 xz t3 8 i n v a s � � m fR aiDi esu trio u p m3, V Z rn rn rn H LU N N Q O O H z Z z Y Y g, 210 O < oN o E H x = p ? z z O O O �� `3m O W w O O O • w 2 t a m m p a o Nr SL££-LZ-dMS 103rOMd 1N3W3AOMdWI W31SAS WHO1S 'N 3NVI A31dIM 3NVN i33ro8d allow 3nd�3,l, ilfmm ■m ftw ammu� w.ws mmmmmw gloom *now nrrrrn w mmw wmowF MINIMUM rwU WAWMW MEN" 0 O O1v gC7 a n nc u H U W O m CL I- z O F- ? O 0 >¢ °� N z OUp �Wm1+UJ 2= Z O 5 rw WQ W Z I� z !r N U_F- o:m LU ° J S g W F-r d'm Jm O Z W O Omtr �U Z Z Z Q-> W W O N�Jam Z W X� ° U O O °l'' `� J W 2 W l i R Q O O ¢ Z 3 Q J �w O U O S Z a Z W w ( Q ¢� N Foo_ aN o� W (� caw rrrxw F ¢-o r ry zw -Q,2 wwa - ° Yd fi z zt= 3wuJm�o O o =o�zW¢ _ �mc5 a W U ow¢a� L„a wmo w�}mFx--mo cNWi a F- zo 3w 3 Zm aol--"� N¢ z zd r50=o� �o} °S _I u. wow JN �I'JWS zz N J�Q U �z ✓�r-�iim� °m v� Ox Z° m0 w~z l�mzFl-a°m '�'m �O a¢ W ~ w ZNO�J NJZ QQZ pJ3ma j0 m 2 D' °U y,�1�,�I} N pW(d(���F¢F- �� BOO Z¢ YO �_� r = Fd ¢YF¢¢ m� SO Wm JN dU N �J J� rJ WW WJQ2¢(n v)O w ZW�Z ON v�w U fA No�aa ��m NQ XNZO�� Nw rJ lz m¢ gOm�° Jz �a WW oo``4zoWomw c3� �' > W o 3 c�° CU Wz-x° x 1J tL z m m�J vJ >1j°¢xrz _ (j w UZW O mOUInU pZF- = 1 m ZOr�Q °za3W NW W}}tOONWH2 Ka OD: Q Q �U W H KZm OJ JN W d Z VJ N K W a' ~ �1_W'1 vJ W D:- W ZUO 2 W JaZ N W Z I- J W aF= a.0 K 3 ¢ M-'0 W W F-_X F-d' W VJ a U x2 01p m Q Z N MMN�Z a ¢w ��Z^Z NN Q d W ZWa' dFx--o0¢� UQW�=U Ft rWNZ°~~zaJ mw nC)N QF 3 aZZ0 Wam Ham. NVJVZ- �� F- W N ¢O°O}} w �to V3 1ZF-.�a.W}J� pp XxFE: �p7w tl'� = Z (n 0 W U¢W F- m W O W- OrY x2 O O zN W Q W W fnxpF�z0 (Y W W~g0(N wN> U WF-.F Z LL,Z a J2 U U�OZ� ari t•- N C 2a FF- 1Ji U OWZ °° 00 >pOm m� >2 KL W 0 �U-N W W JI”" O O Y OZ U� p w Ja W Sal`w vxma a°zd z�0�3 �o �Z o W Za- °?Opm z0��m�W OWO aZiEa�WWJ11. "~o coo z F- �mpZm J a dzR}OU Z¢ O� 3 H °°Q WmWa J UNI-w,- Uz ¢oaa���3a oy m J a ZU F¢--ZJ 3?�¢ Wm °OZFm tea' UQ? J Z aZO OoW°¢ WZS¢a �W zt Qf< uwowm OW ZNQ r LLJ CL V ° x W O U R. w K w m O d'�N N 2 W 2 2¢U ¢ �� O UF-¢a O W- J z W LL U ¢Z N O 3°W ¢ .h 2 U W Y F- m W w/¢-N S x F-a N Z U Z_ U ° d _° Z VI a¢ 2 m m? d V ? d a'N F-Z U.p Z w N-w C�W 2 Z O O Z m O N lwi O W Q.a it O J O�' Q Z W g w W Z dl O 0 W 2 '(5 O�W a' W Wa\Wz O_c�= 30� ¢m��Fo �3 UoU z �iJ �w°R mON=d �p�NUd z ¢x N pN�z�N ' WmO d mz o� �ok�`{c� W� °z JQOw °o => z mw o�W~� Z<M, o°OO w� m°a��wFOZN w�JVJi N J°p°}a >K ¢J F-O�.1- r'Z W W ° mO W J VJm Mm tT OO JZ W U n Q�N~° W�HU W> �N22 J W¢ a'z N 2 N r��Op �Y Z?OU WW aQ°�aUa x°p OU OSN Z Sm3�y maw=1 F. ;Not- Z m op �S ~ z � mW U z z N xNNW°z F-W a ~ m o . .wo J° 1a n ,.W W`- �..� 3 N a. m _ r a n li J O N F- Q W 2� N¢Oa ~' W~a'2F-U Z � 4. OUP JO 0m O wu7p z m:Z NQONO—Oww m°a J� In W W0m¢ Ml 2 Lz- W= L-n Ux > aim px��x 02 mw � �¢F iQU7drxzWa �W zoo �~ - W F- t-U w �¢F Zm OE- �m mF- Z WO O °' O UUO H zjU-li¢ W xa� NJ ~1¢-PW11�� =F SOU I—z Q W O w 0 z=Q 3 N Z Z U F m z z r O d C F J a J W W g? z W N V m 3<U ° N 0 1 F W m 0 p o Z W g N j W x~O p N w W w m¢ ¢ z a 1c w p a S a N m o =z O o z O w a° a U OwwO o Iz WNW t-zw Nw Op �W vJ wWUm� UCW �° U ��O a Z wZwxc� a� uj U a 3oN°v i� 3 omN °aQmN NZ mW >o W 0WW mFa�J° Qo�3IW-Z m poo �3°�im a-° Wvi w> tW a o~Q o 0 0=Q O ° N N 2 K W r w m w N a�J Z W M p w m r_ m z z Z W m¢Z J w -M S o as } YQ�OUrQV DU FOB 0>Zw J00 OU mW aW }}W mNN J .'p-(_/.JJ F-YOW�3 ��O ¢Z\aZr�Ow NQ� xZZ �� o Cllr ol.� =pvlZ O W WZw��UZ US JQa' �w a9 ° w LaJ-.UQ• af UU�?J¢pw fW/-J aOZOO 30Na Z� ZWO d p_x _ > F. 3 w ZO asa wz W W (� JJJZ< a Q p,p Z Z N= w °Ua wz O UQ W W W W�da~W U JJQQ� JJU Oz U{v/�J��z w ZQQM OO Z QNQQN°U �33m ¢°U8 ¢NQQ°U¢ U°U �'Oa Q? �NR mQ�O Om¢Z�d O QN°U ¢Q3mZQC�7 m� NM3 ZQ� Q N M d 117 10 I-: m O � � � � •�- � � 3tt� H yY p 5� Y S QQZ p °U SFW N O O 2 F O° 0 J U d=NQ=p d= t=. Z a. O� �jQ _j Z as W¢ O~Z�tr W a w W Z I.N.. zSpU zO J Z d o JZ Q ow DO o oNO�iWJWwa1- u07�?a ¢ � m3Zd� Z3 �� SLj< tZ x (n:2 U O Z W~N.-: Q O O N Z 4 l i N Z W WN a. W° W 1 ym c) ? l i Wg t-WO W W Z� ti 2w O OOOp w ¢ m > m .. L: ���Z°,:� OUVx U Z �t"� W J� °aOH OWO O °N° sc¢JVN°� Za�o z 1AU>° °wo N 4o Uo r°F � zz°o w g6wW- , 0 pF E z F U = � U � m W? z� � oUW � Z -� W a 1i° w wmw�iJ O W F.-O I 1,J�FM- ^m �U L,2z W Z W r3 m oW¢�m°gN w [.Jr J ° JJJ L`U�Q!�JO xNO V) rI? ¢0Omv� °g a 0 m U m N° O F-�U3 R W X 6 7 o ¢D K Q 0 W m o ZW �OU p�W�a °QU O Q LLJ V ,-<o K /W-xw W Z W a' rmw °2 ° SLwO a12- O J W~ F-QN W Ow J~ Q m W�' o VJ 2 W m m O m W F-U m N 3 Z O O O Z m W U' �- N (x/1J z �3Z�Swo JN aN a U a FwZ 3 mrZ� 3QDWZ ciao 0 Z QFO N LJ Q_ Ln wZ-z- 2a. O N �wJx ¢�p O NQ~ NN 2N d-mw m2V1. 0 WUWOO N F-02M XO W O>40 z a' U- a 0 HNWa Z Na°1,1 W°�W UW-jN� ali ? °. U0 U (W/lOm r Z�OW mQ� m°O m lam` On NOxF XNx Jw w° d r ¢d W mI}`-y Q �0 l.� J W oQ wZ~ C_n v°t?I" Wm W¢. a' n 0 vJ mil- Q -JQ'cx.3 V L OaL-o m �c°i wlw:5 °app m� w m m z° mzOm aZ °X?W xcm.7ro Naa LL m WJO Od �mJ 0 <0 OUz �- Kp N ¢�yJ CL in W Wd\ H m?!W;E X< m3 0N Nm J O En O2 m ZW > OWw wwW �J3 �W �3 0� p- N g=mJF 0� lww,x Qa IK3� OO w zw�� °wmzF ¢z Smm aW W vJ� 3 N N ° OJ °�� sNaO a- o W N m J(� z ¢ ¢ p� a1g ZOHJZ QO IN/I���ZNU7 NOV� I 1Eg O N maw 0, m NUW via Q �OdU NZ UaZ���� UUar WZ Z 0 Z Z�Ua aaUm dO W�� HI¢° (ate WZZN (I� N U W Z tr Z' ; x U w Z U ^a Z Z} N U O_ F- m a �W�¢ K H H} N Na.W ¢a 0 O W W U Q Z x W X W Z O 00¢ m fn U m N um a w° r N m w N W x W ~ z?>° ? na3w��F N�xw Z° °x zD w=aW a�JWOW spa N�° t-JFwLJDZ �a� Z �mx, ow aW-aaM°z arz=�' �Y �3xFp m�mJ acWi z ZSn°N H z�¢m m� za¢m 0 a0w3¢ �3 �Z ro O<,OoW J4a � p� No3 0 )0 oC a ¢ Oz p N F vi 3 N a wwz p U r3¢ F- WOW =� w°oz MOW oa°Z"UJ �— wo mF �3wF oo� o� �O° oY �Oo z NW r--t-wWwa r� aZ l m J z F W U¢ zUw o OF•- ¢ ¢ ¢vJZZ�r--° ¢mWOw I W �d o�> cg w ¢> J a> Ix a 3awo¢vJ1n 3�m�a wZ 0ao�_ U NW �� owoW x >z 3inm1- in ao3�1n ow o:W �iJ x{n wa W a xz �-- mO x�J� w¢= W JU¢W U J 1p W JZF-Uli a W Z N JUaF mC.! Z a' JZ a a H U r a- J(W W W m J 9 O U W W 3 0 O J X Q 0 N W O Z O m J Q a U p W X C Q ¢. Nm 3 ¢�om0�a. ¢._.z¢a ¢o U F_'F- ¢W �z ?mmw CJ ¢�¢ �?vJO ¢w3 N N N N N N N N O O W o O O Z U Z Z_Z ¢m °x N O V) 1D O W m m z;w 4W O OJ�1-W Z- F ZO WW Z NOV) f �T w O W Li W N ¢Z W Z0Zui ZaNz W �� ¢U �${ Z OZ aZ W I a m w O Q~°° O0 rn WON ¢mQtr Nxw"m WO �� VJ NxNQ a' U Z to V)W Z W U ~ c�go x~� ¢coo ¢ ° wa z wp n v>UO pwm x o�3 z 'J i I C-i W N Q y O ~N N Z H a ZZQO O.z x p¢ S F ¢z N Z_ w wF-°¢Z 00¢r wO� �ZFar Q�ZN3=NZS¢4. l'-� ��n'O �� ?SlZ W SBo 5 6. p M N Cl. o rJ3r3 JNp U ZZN ¢J� U °O ¢O W mNC�dO OQSKUO Wz W UOZ�Q4 W W Z N Z p V)F a 0 Z J p p Z X O O M O W 2 V I¢ O 2 Z M U U W Z a X g F- Z m W Y J Q p¢wzU UwW ¢z �r��rn WZI_Z-zNC)<z, -~� za o° H 3 > ¢m 3 ° x .Nw >Om 0=J�0 20tH qtr I �w ¢^- ¢ w X ¢ ¢ W a a a a �Z�Q� ~mKF- NQO WM0',wj c�VV Vm1wM�v�¢�'C Wm 3=_O °3\oa2z Z > a' JJ m� O > w q�Qi�l of O E WO FWW WWU ~0¢ O aU¢ WU�°UWwOa 30w N °Z I Np ZU =N Fw-O¢Z: w p O UU xp� OJU Uz Z m\ ari U2U W 1t) F Z p m 11t)x a¢Z ~~° a�N 2 a ¢¢ w �� zr° Woou7 mvax zx Lu W U)No r r a aZ U ¢ Z_W a_0 J -W 2W 1Q11U 6.WNS ° OIUZ_~ °~NZwm J°Qa 'wX 0N21�� V� ¢QZWN¢ Z U i 1 NO vl.sR mmm~ F-Km aUE¢U zO J-l4 Z�<\<2° mO3o dU^\~ a SZ OF Z J H z o NZ m U Z 0E'0 Z N� 3Q3 J�I.�J I �- Ma' W O U 0 1 1n O Co O W W W¢W N a =xy oZO Jz_zY XU= 62,--J61 t `fax \fit �OU3m °ono i¢?'�z z 3�YJ �iJ�am a O ¢ U I-O V) C W 0 0 00 _N W N¢ Z\-N O O S U U J O-w H a' p O vJ .6nw Nmm' d d W FQQ- \ �Or V)(�J aU j¢¢UJQ pUZJ x¢vO W�U OOY ¢WO�Y1�VJ o z Z Z �U�aF= r323 aQ QJ JJN W�p°1Ua QN 33_ZZ2 �m CpU��FS-¢ O SWZW¢N K F Z w m m w D 3 J w J ¢Z d r Q j U V U S U Z U U a z M H a' Q W N m¢Q� 3 t-?cr¢a WJ W W d C m W a U F N W Z °U F- W E%A Q W DOJO¢ mW �N°mom m¢3\ 20'z NmOa^0 m,a UU' W P W Qa W W 3 w W K Z ¢O m O Q U a Z O>W W ¢ W W•' d 3 N U M Z J U I I v0 Z K.-O J x JJ Z W O= N m N O w UU\Z�Q OUO Z=�¢ wY�O J¢ayW¢J�N¢�Q� wX W� �WZ J¢d V) am O¢ N U.. �Z¢VJW =dJW 3F-U ZUUOw =N�Fx-3QO(�N�JxxZ NowN a-O�'JZ�O- QZO LZ X= ww O Q U w 5 V o�Nz F_ U ad Z °2 ° J�¢Z a V)ZO ¢--�Q�N_N Om�J °Z a Q �� N N z wl-~ p~ W r W 1i�' W W W�0c) �¢ ¢ to H Spa w0>Ot�i w mod. w¢ x ¢ a J zm¢zz w=> z 3°a4 cox z1n 1nw�z_o mzvJO U j� vlww d a. \°WO WNF-Q W>� WO¢m3 Z�¢OQwp•-mrr pJ m J NJU 3> O p x Cl) z¢!r r !r 3 F_ f- w N 0 W 3 ' O Z U r0 l'.I ^W N ¢ Q O¢ 2 O O W N 3 Q Z-� F_� Z JOm U-1"" Ja' r0� K W W }a' Z Sp¢v N F- xN0 -Z W a O Z N W W N1+JO F~ U¢ ¢W m mm W m¢O F- O m V)OZ W U Z M K W - U_U > a'N F W W Z N O¢W < W F- Q W Z �Y � N m a' Z ¢ ..-H, J N QQ W�- Q U N Q m S 3 Z W Tor j U O Z Z U J--I O W°ZZ Z H°a V) w W J N f- m ? N -Jaa-m F O J 01n 1i F� �p¢�a0 \�UQ¢° °?� U�Q 31N..x3 NF N QC��\ aO Z W J N O z m f-w Z'-I W K 2 1 S: T 1--'�W W o' x D J c O N O W w w 0 2 W ¢Z�ZJ Zw Md.2 ~vJU F-OVr W02UOU\Zz a(n2 I NN m C 0JU xW3N 0 0m m O mD- U xOHO _ N (n U-J JUtW7_N¢O wuZ t- WO O W ZOO 3 > 0 Nzpz2 O:m�N am WgJZQa FQ3�N3Z p� U¢0 mOWV�1+�JJ) �ZZWN60d 2 wF�s O O JO J1yJ Z Z J WNW V J O d O W N a' a J S j W ¢ QZJ Q W f- J ZZ J J Q W O O N U Z m t-'V J W X Nr>3 O J a. W V Q 3 m O Q U W O Z U> I N S Q Q_ O J Q¢¢ 2 J Z QQ N a' Z li N m x Q N Q N 3 v W p W m d S W m Z p t _U 3 O > N¢ N W 1Fy-J W N S' N F N N K F. Hw°W O z W¢t-W K N Z N J O O Q Z 3 00 Z U M V)U > V)U O N W Z \U W a m Z 0 j w- w w ¢ x g 0m¢F NNp __U�J ZZZZOp--- q7� 1 � SS W rz�0a� m zma a-Jm°a Nr�j z J may~ a Y O Z_ UZ QQ�ZU WO FO I NG.Irn~QQ Z� O 1 FQJH N¢U D L� Z a(n i-w VJ W1-Z Op(r FO O¢¢ Z�wC�ON >OO[� aw4J Wm> U C4 N x N in ° �KJZ �C) W �3 Z�m X 00 FOOZN OZUK �¢JQ���..JJ�1i���..JJ�Z �UUJ Ov`Y pa N U pa H ?pXpj U O}}tl) N Fli O 03:0M0 °2 Z�J ��0 3�U°IU gig¢ ¢ m�¢S >Z¢a x2WMZ ON D: vQ?NN< 21n W 33 2; Nf7a 3F0�� O¢J F- OJSZ �aZ \1000 t-OF LLJ W O�cOZ NW l m O a p W .J LL,W LLI_ a W t].Q Z N`- v�Z W Z U�1-W W Z Q W O �a W UZw�m W~gZ -0-w �M O �� J W 30 F- ora xa. <o¢ <'-�m_ c8 ¢ z �3cJm rr¢ v v a �x ¢m J Q ¢OWm¢ F-a 0(N QUO QUV)aW 0 0¢000300m< [73vN L M_�O�t-- m N M L0 10 ri W Oi 5L££-LZ-dMS 1O3f021d 1NM3AOMMI W91SAS WHOlS 'N 3Nb-1 A3-ld[U 3NVN iO3M0Jd 3nvnnu allmow wa/ wm r "MEOW arrr vm� ANNER W womm UAllr mommr w..W MUNWANrl mummm Irrww wm r Ili Alro MME ro o u J a OZ W O lnLy w m o� z W o w >�a z �a°womN _2:Jj °'¢_ W °moa3 a sC� U w w N x Z} O m U r m W J U r U O W x O X J N Z n .. I(I^�I N w m Z S} w Z J S Y J a W O z 3 u Or r m¢ zm yaDz w �x 3x3o U, Uj JH m~ �Q 002 Q zmQ J O f/Q�m' W m }rmO za U 2wrmW x N F 3 J W r n' GJ UF2-_ w m Jm NQ Z 3 rt V m 4 I W N U J J W O W�z NrUO'O w W la�O W Q U Oar r �� mNJQ J- US¢ Zx I��QZO WWO 2 J W>rr NO�Z ZYd WmQ 3 Z}Q WQ I••' J a 3 \ z �.. o-o- z O z N ° wmv U w j O a L`Q V N 2 p °0 U' W m 2 U N } U' F w 3 Z Q° N O p-3 w O U Q_ W N Q o V O UmOmOJ mn'� pZ¢ °t�i �3Zp0 Jr JJ' Y WZ NpJQ In��mc) QO =h-�O 12-C� 88, 0}Ow° JmaNN N� �aaof m• �_ �gm omd o MWJ 3o�Om o ° am w>za °z°o° > F w2z ��oz�ma Naw 3oocWi� O Z m ¢xm¢V VpaN ow M �ramw NwNm 3 0 ono Q�UWii°m 3 _zap oz O-wmv zz� NmWzNO W a ZO mo r Q z 0 ?W N z Y w 2y x Q}m w r z W 2 W W S m m ^ U F Q J U 3 g_W r W SaU}O �FrO vxi�� m° rooQ mw3o �° iwow m rg o° Omcnw t�(NnZWU_Jx msm U00}zQ Om r V a 1_WQF_ zm r 3 �J mU2F_ W r N- pm m m0� N w J }-Z N O Zg O Z d pm o ww J 1+-Op W" L3z J rxoz ¢ p F_ r �j- as >on-z 7a'3C < W o z OmJo- 3 wwx °o_cW�Q�,.l Z 2 r�mm� xm Q w o°ro3 mwWz �J' w°¢ v2 Q¢wmacWi moo' WW�o ��c�a ° mw m°Q°3 0 Z u) H ° mwm w ws ° �- ZzNZ x a w 1- ww pmzwwz d.-�Saa03 � WJ� aN�z VN W fn z U) w2 mJ x ¢ vi z �� av�¢E-n �rW ao z>� mQ wo r 3J m NJ wm¢° �m > Q r N U 0 op Ns Q U J O N Z Zr ZQJN JO W m O>m' O 0 Z O Z WJN� r3pQ WO J2�mU 33� U, 6"_ Sm m JZ2liQN WI�U' F_OmI }WVWUJw 211 WOUNQ m0 O OW O w m w.ip mWO w3 ¢� n mo° N No oz41 c�i UJwN m 'zQO mr=mzcm>o �N° Qzn �� � 1 U a n: o Nw � xw (nnm w"a W o I-�2 JJ w Qn °WF- a W z F- m o o J O •m O N Q p 3 m 0 U 0 0¢ 2 F Q N W r,v)z J�.w r Q W O¢3 z W 2 V 2 N Q m 0°J Q =W f W U a N OOW NJ�J O-N z m0°2 Y Z z Z> WZxNx� Kx �i0 ZWWW mxx3mo� F'Z>SS pro lm1J J WOU- VZw=O�F----J zOMJ z^I �Q O 3UN Z�Y_O m U z�WQ OrrZ N 2UWmm2� �C QUQOJZW 3FK m� pN NUK (' dU °J °lzl> EJ}2 JN OS Uzi Np O�Or O m' 0 p7 W° °m W z W° Nm�N 3 W r3 W°J I W ZdO J�OIi r r W Q N w lL 5 xO Wm °3aN waN Z� �-Om QF Jm3(J� ° li F QNSU' h2-Sm3 ¢�ppZQ W a W r w3Na U_7N OOQ}�'-' OpN Z J !n V m N Z Z m Z Z Z N N O J w Z m F W U w W W N Z L J U.F-Qm Z O t i 0-8 W r W w 2 p= 2 m W�J m Q m Z m U^J� now } O O W W°w o ° z >m o J z�F F� m U op mzo O�'om- mF pNg r� >po o w �¢ a o02 G m ro_Na 6¢4 Nmro =o o¢W¢� 3mo w z mm wFr° U 3 rZ xF wm°� w N°pzF-U mNU m ci0o mXr fn r z apg mF_ JS m m° I N V W Z3 W J >ZO Z w� 0m NJ gZJC�m NQN U r W JO W Qz�V1 °gym J��OO. m 02 Z Q 0 J W w (If W:2 <LO pY� m w0N0lmn zC2�Up� J W} FF xz¢ F0F 3° Z-oH�ZZwz Qz ¢W xw Q W w ¢Q W.J �n'3 0 W '0 N m wa oW F_z_z z= m o m-' w N x�o m N ��-wz m m o3m ZWfnYQ w U pm0 ¢z ¢ r r Z U ~ OW } �mZ W m >Wm� n_mYU WW W F- Z JQN m Fw°¢ Il pr ON3o c� 'o z r S x �w }w mw ra o om JxU, Zo oti W VWN J o ZO Q J�oo�m 3p Q �dJZ Y��o zZ_o w ° zro z0m m �ozwr �dwz��3 OmzCi�cx.�C �OF N H O z Q Q_ ° F_N m �m n! J� - w O Z w z w W W W r ¢ Q N N °~mZU UZ 2 NZN W Ozr�` ZN Z W = � Fp p ° °¢w2 I VS mt¢imW mN w w0mm S W> }U Z `$ O W FmZOQv zw tLwj_ o0 3=wwom iox� °d N� o � °WOOz3 v=iC m�z�az opz��o_� on '0 of �m5 mzo W a' wN°who �mdm wm° wF_ ��w�zo wmwN° O wC mawQ °�m��3 wzoxirO� 3o3aNZm mrzo w F¢Y zm� J V w O Vpz m Or N-F o wad > O xw z ow r m zd-fir U �Nw� wrm� ° Z U Q W}} } p m W E d W U ¢W m p � 0 S F Q O N J °O O O_2 C�U W J m Y p W W°O W 3 N O r°N Y Q Z JSF-}2 UW O > : Z 3� F_W Z� !Q- mW Is' lmim¢mJ NW J zoo �N m> ° ¢ r-'m Oao F I } 0Z2 O w m rm J pNWJz o0 3 r dd 3 ¢vi W <L CL aZWOwwx pz°oa aza ma ?p�HQo ¢N°om N 3 w� r)tow0 w�mU<w O>�w°w¢ 1W.- �cmim ma=wp �Q~~ a O m¢ JF- li ONo 0 O 2 UM m z z n!-2 zUx ° WW JU �? Wm'UW p mm r o rm� 33 rj oouz N z Q w ° �� m°z�-' �� -gym w°o�oNx�j oxWZNOZ �w} Jo3mo m� Um'U1J Q° Wc3 - oJ� w Qzpm 1-°-m w o wp� r z o F- w Nx J oz Szd. wo VS proo° mz2wz �� WzV °SmNwJJ mwl wwYw �zawwxw rw ?NV�w N=3 Q mwoScn m-� Z FU' O m ZN U- W2 3N2 r �N Z m a o N =} �`-'� �r zc�� zw �`'{nomE p a � � Q`-� m �� �- �3� �z N Nd� V v/c�z vl vi w W 0 JXJ�U m0 �zpU 2li 3 r rti �w w O O wMRQa3 03o mmoczW� p �F .W�o UWmwz ¢ ? w> U rw mWwvriN 3p.-aZZQ �Y�m°U _ �dzrW wzdwo om F w !<; q w0!:iz m CEO w �Z � Np n2=�, m- 3�' OmQ =3 a OD "'O m �-a G�_.]m _.Z �. 2iN0 r m W ZwSQ O1i_oQU ZS 4 S r J Wz`W r ° O w3 .r wSmV yw o fnz �_ F--- � 6ip ¢ m-oS ° m D z°=WmO mr�� FJ[�W oQ o3=o�N z °o Om omox p3 m �N3 �Nmp zm�3�Mm� �giOm a�� Y vri �' 3 a dW F_JDF mmZ w Z m� F"'OrW¢W W o�Z W r� W m V J3U w°Z UZUO >Ci wlQi d'�WO 2 W�UaOU mIQ-�m NOW Fwx,.O �o W �- N2�mmU pm WNp z o- mJ�WWU H-wllmF-il-Q� Nw Y m0 03om QQ oON ptiz00wxw F_mw mU Uj�� > K w 2 Z (•� wW-J m JO• N mwr W E OQmJQZ ON1rw ZOO N W° n!w O OW U Jm'U ZW pzN �Qm3m m� F-W 1F-- W mNZ W 1~-Q Jr Z- r W mm3 we =c=!1H°Z Qmz mZ n-�v2Jln °FN"wW° Em N a o4mQ z�OW d'F DUUN2>od 0312n ZWr QWUw m0 m��1�.. �zz 7 N}J m m Z N N z Q o 2 (3 1 N W Vl O Z Z O m Z n' -o w J Ia w U W a N N 0 7 z li--m Z °W U W i5 S m W S w 'o O ¢m QO W am Qp Qmr-z ZOF_mO ZN O WW Um¢Z W m Q- (N� Zr-�OW r I YQ¢t/Z�W _ p� QUU pQ W N m 3^ w °J^ 6wC-'Jw°� O}W'� O3 Q r O�l''A� Q�mF-3° W Qm°UNp x m F WmW z tO Jp m W¢N ��r z_ ww Va o- < l.c r > wy m m Qm Q oN UJp z O f•_- 3Qy� o W Nm N r F-J U>W w O N N� m 0. UZU n:0 U=Oz 'rw2 > Q O OJZm OW WH 3 } W 3 �jUNZm O �J} J J WJx203J } } OW°Y0 NW rn V �QOmO°N mm0 FW Q z Wpv OSwO wwowk p4. w Zm z� 0(� 0 0�n N Wr6 r 6 ZmrF_Z(7m �a mU xU�QQ J c J r r QZ Z J m r U } O F r m O m 3 N Z° LJi W o�n ° U W Z 2 Z_F�o r U Z 2 S N W N O V�Z z W �W Or w z--m °W W O>W Q W 0 of-U 1mO- ZOO N Q N W �j U l-�1�F" OwU O 2Fx- W x>(N O W?U W �vi Z N-Rw H� O dN UU�J W � z �O W 3 m W ZO Ummrw S Umm N r W W O Li Ja p J�1Q_--W Z °J a U Z}m �J 3 Vim'WmW ?zZ a O Q m 0 Q O w � O m Y Y W 9 N W?¢Z W Q U O r F a-O 8 o J N W a W m J Z W o W m p Z Z a r o U F JO O m O m J J O Z°-m' 2 U' W m F- m 7d Z O o 0 w 0 0 }0 U W m i m W Z W Z Z m O Q W ° 2ndQO_m xa¢roo Qa_ o r rmQ`d E a zd zxl- a olio 2�oo d�wo2x ww~z O r w U m r N U U 3 m Z Q m Q m 2 N 3 0 Q m U O m L m pJ O nd 3 U x°U 0 a W r n:w U r z z N W r N N z w O V r M U U W m r N r W N W & $: Lri lei r-: ro of ° 3� o F- LJ V1 ° N J w N W= lL r° OO Z O 2 W W W _In FW-p a Q W W O O n J m Z z� z U Q W W -6 W W W F H m W O N m l'-Z O iy°j J d m p O U N Z° O 3 m O $ F w O 0 0 0 0 m 'Q a U N Z S m N a N W 3 U Q N N Cj J6J „ �z W yZ O z VI �Od rww WOm °Ym W z Q��U w Z N O ~°U JO p=m O to 'e3 NW �o Rt¢ w i.. 3oFQ-pn°.�mmO °° w3V �mvmz1W z Oo z zd zrz w �`' _ a z N F_xo Wro m4FCimo °�� �z I o�nZ Wmlx- - "- or �n mooO m OU0 �Z Zr�VU1N 00°z2°IW-�� O n'z LO, ul ° o- QOp v' IN m� o-n:mlzm NzpNO a6zn �F mm O�fn;Nwm r aw z or 3 0 ¢ ww - o wNZO-7 zVw �m z o w z m viNZ v wo m m oFm xoo xzx�o z J �anmwwCO m w om o w w 3 0 m �° wZ�J pQN r W HZrOU m 00 Q Jm m W l' z m W V M NO V mz°M w M p z f+C Q� o mpQ�oad ONpOOrm� °0w° ov)Wo 2 U WJ O mZa Q m Q chi pmp Q m LLI > a, ' z 2 N w m ¢ N° Q>m ml-W Z J Z N O O U Z J J>-W 3 z Z O Z 3°o o Z W w a 0 Y zp 0 N M N �ZN OFQn' FW-FW-J,2O 00�j pW M�O °mm? H ° W_ O vi 2 JV)Q z3 U W m om ' U J N O w O m O Z z W a d Z O z W a Q" U N m w N 7d"m Q�W w w 1N' V m w Y w 3 K�Z 1=--Z Q ° w X �i Liz om mZ DW8 OUawW °rZ aN ZNo -ww �Z � U �OWN�O d W m mW U OWN m'O w W O U d ZZ zp l.¢_Z aZa}°Um �1�1--NQpmZ°W zN oxm F-JJ p(n W m� N d Orm ¢ OF W Mfn Z Ow JJJ G ¢Z 0� OpKOQmJ FW-wm FQ-QPOwp SOW mr� U¢mNrm wQ W m OW n!� U W Q w U Z F M J U O r F-W Q YN}W O Z ZZ Q aa Wm WS Zp�yJ WN NO�O(n f2nOJa (Wn4U �W° UOC7m-0=H0 w Z U w O ZO ° mQU° °wz W N o li \ mUN UmWrUUZ \ZQ W �Zp O2 r- Q W2 OWZ m p .J o we F mr w rr O z a z m V Yr w ? a 3w m >r _ o? zaz�OZ� Z CX f ZJQa 1°-noo of D< aogo�zom wv F- c� r vn� oZC� oc�> o r Wp Va,w °ZWQN m ° zom1= Z 0� mwSUO m n'w�NO'm z°�.; 1Z- w �. z QJ ZOZ N -o K. ZMQ Y z �r- pw W U o-F-Z Q J W J,U j Z O W mO w O w N Q N a m C zt F °w~ W z v ° ¢ Z °0 W m m W 0 m W U) 2 mp W °o�p o5z wmF..<I.-- mrri Goo- ° r� Gr° cFimN W t oo F aolx- w0m - o W mr Qg \JWwF m Fda n t;wQw ow m °pJ zo j to W, ��z f/) z z ° z O oz Q zU m ° � n p 2 O ff` Z U��--Z U Z z tQ-W r O z N p la. w�(j JQ W M O F-p l+- O Z zo 3 O ° r ama 0 U° 2 J Q O m ~ o- °0w!¢-K90 zmwwzUwwmW N°o °z2 m0,j fnz-w zSU O F ° U z WW Jpw x 3°? = r W O p3 zd F rV w rw °Om .J N O z N o w (n m 1Q-Z Z Q �7N, ti OS � ZQUj p °Zr2W2(mn ° w (� O Z r 0 QV m� FNw ry arj r ¢ Z rcgoazzz o w-opQpp} >J g m= z= n p O p 3 zo Q o raw 3 l -� mW zJ w z�owo Wgmor mFN a�W WdwJO3ww J N J N o ma w Wx o0 3�zd =px ¢ w O �2 m U Mw O W U mw F N 2 6 F}W O m p W m z m W m 2 m m x > o O Z C J N U~ U W F_ F_ N o Q' NW �w orwmm'w.'z °�omz¢m�wOQa NQi Wr= oQ� Wn:�W o o Q µml _� �3 zm o c V z H om Vm Npo JJ°zw zQ wm v�o�rwz v �� xm Jam 2° 9 w ~ I N [i F�F-. m� oN � ° `�mN � � °~- z Z V r W J O m ¢p-m m Z Q W U-O W Z F m N 3 0 m 3 C N 2 Z W C� z N N N N m m U ° J O W o O N OQ W mn'SZwO zp O2U �ZZ� V'Q UI Utn' Q� 3F¢--o03s m F_ O m ¢wZ Z Z O °W O�Q J O JLj a.Z z NN �Z3 W¢FS-Z O W tw W xa wmz Q~� rF++2 }aNwmO wO O p Z 2 J 6 w Q W OZ W U r W-�nm Qpm Q N mr > Q t= m O Q N V \ O w F_ r w m Z U W F"' Qa N Z° J.(n W m O O m'Z v maw�ma�� Wz��mU2r}Z p�n! Z W ZUm,}U�° W w Q r ° WQ Q WOm rJ rU Um( >O mV,� m O Zm ° JZ JKwm U�+-1 o W W Z n:Jmr r(nU m Z N m'_m QFFF--..W JOG�z [Q ((QQQ(Q(Qnnnnn m� Qd QO�W Ud W �?vnW.3oOQ�z Q°U Wm' ONE zQN�O nn-Q Wm' Q w o u Z (.7 W oo 1¢` ww m (n UnU ro O aQ ce O W Y7 6 r.: Of W N M 4 n O n m T - - N z V W Z U °zu zz z o mm zo Paz J m 3 �o E LJ o�= Fo mz ° °a zd and J�°i,i oY o ow QZ� o Q p r ¢w d a Q ° O W H W o O m W N w a N Q m m°'Z m W�M F rN} wZm m vNn mmQQ F7d(/Qy3 rz ° rz wp W ¢mzrm N U N a m S D N Z W z Q m0 =U o�n N o m U 0 Q Q m 3 m= N p U Z 52,H I m w ° r}o z pF_ m -}n rNa: z wQ � ° w r� �Qr d'r 2w oo m 2mw O Z 0 z J O°w mzU Smw W O OJ 2CJ Z N r ri rQ U Wmz JF to m° Q °li°rz�(Ozoz m w Z m 2 mQ Z 3 m W Z o o Z z U W w 0 U m x O O m 3 U m m 0 w J = JJ\ N w p Y J N O 0 Z W W Z� J O a pow2 8-f w �Z mz0 m-Q �m� mgo 2awmu z a9 S� v °°m33za m ~m¢ o x U oao m m w3ZZmmo my 3_ p wwm}ow° m O m 0 3 w r m o w O O O m w-O p x m n m Z O w O QW wZ0 QWn: wm mZW N W N mpJF=o�wo v) wm mz ¢Wr w I - Q w z- w J rz Wm mwV rU r p W p O w 2 Q W 3 ¢ w O\ Q m w U N > ~ r Z N FF- }W QO ::,w U W dZ W F-UQm Ll m� F°K UwQZ N }Z °}N zw Nmw mQ NmQ QIx-N� W 2z W O °mOU W W N Um mm mm>O m mp FQ=QJ I QF2- (omw mw r, Od' al I la Zz pZ Sp QW n: QOp W Oz Wy(an �3-w w>¢> w00 O° Nm (rH 2li 'IOt�� F°F--= m 3.-. z000 mmrNQ N N GI o1 d }a Ho¢ oU QN Z o f OUm J�Z W mw mwr W<03:N W° V m N o' p F"UJo Z (� 1- Q O J w - w r J w`-' O }ZZ ¢ o A 4 a SZ S V UmZm r W W zUA`- Z� �J° QUO W Zw V COI u-Z Mo UZ Q fn O¢Z=K3 I FO 1_--'¢ WmW_J z m0 FJ U QN zmF..p-p• o¢ m F- v) m Qr0 Z °F 3a3 mn r o Q w ¢ z�w c�xY ooU °mN z go Q m0 zUr i ¢z �m mt�i F N z nn: mm°n ° �w pw uum z(} Jp Q W WUQ W m W w rr Z wm} p OW pW mNl"'F� z0 zm W p zZ mQ Jmrmp z m U z v Q Fx-�'W m N m N m H m>I- W w 3 r r m N U O 2m F-w 0 N N p w m O m m L" zm 3 w Wm �!FO N �� v;mm 3 I l mo Q z Nz wQ N mQ m O NUJ NXU la_zW w rwW r0 N -, m M0} °M°1- �sJ 3 m w= ��n°' OQF o�� wm oo��mQOmm 3~' �m mm wmwW=w °r mz~W WJ°w OZ W�2 z HE Jr'W n' JQ 2 SU m0 d\6\ I NUxOZ O J p QZ rU NDw mJ mWm O x, Z >U UQ Ups r��U N W E F-" NoW HE Up Wp3¢mNU �r U' } w¢ O^�O ZgrU-}W i I W 0W 6W N(nn� } ¢ z Nnm JW ZOZ �UQ Ow NK�mWmUmm �� pm 00 I I \ mwpYQmO S 5, 5. S. 0 z 0 Q m N°Jm m J W QXx J R3 m Q F2 NOm Owm J W=m W =0 zr wr mp�>N 0 W m R Q om w w 3N zZ w �FF--W FF--- N I °aJmrw w- rw o° ooY mw 3rpo S W mN0 U W O mw °0 Q NU ON} W^°ZO O° > F W '•YM U Q m_ Z Z H m N Z¢z z > 00 W _O Q W W O l¢i J°m sZ Z¢m 0=(n�b\m m f7 m w p(%i\\m wm p-lQ`p m U LJ F3 JQ3� �xg� mW N _OUm m>� L�ODUrVNO°F0 rw Nm OmzYY2 pNw}QN Us jo O OUmr m Om mom zJN �mO °OZdO? Z pu7 N� my OOOZ QWZU 3ZJ} �= N�J3_ W3°a a z'- \Qo FW1-< ma-a WnNmzoxv�°zQ z�- omJ z �mm- w ''¢7dwa¢a LU N zpmU F_ >W W z zm WS m m m UrW Qn: Jm UJ o- N p W Zw 0� QN00 N Ww Om N_ 01=w } Q p, OW Um QY W Jp Q Om 4-S2 mrxn!p8zQ a OUm UNZd wdY m� QN Z3� °ZZQOZ ZZ34" Z W Wm4.° N W Qli� O}wZZ Q �OQ W m F U U m m N J w °O Z r W pW m~ Q V F O Q w m U 2 W n' m m° W U m N Q n_4_J m m_°p N rc r z ¢ p wW ¢m wu. FOm Ww Q Q m W Z W r m w 2 3 m N 0 m w U 0 N U w U U W r J Z U W F_ O d Z N z W W w J 6 N n_O w0W O 2 zKJ n' Nm' m I I U V KZ � w vmjOrU d� �N NZ� zoN NOI=O Q.m�!-JWWQHUZ UQ °NZ wOoaNJ OUWJrw�wm a OF- U m m J Om mY ON -7Y 2F o U U lal mt0 mz Z W- Yz J ° 2>li 1-F' LL w 1s1 J W W W m o m U r m J z Z n: U U U W Lr�v'', W m' m W J U m J W W N z mm aNF2-o �aEa ¢z o3 amv av3 oavWiavmiJa� a�nm �i� oo°a �ww ��0`��3c}iloo till U) N M 4 to 16 I_� m m K k o � z` SL££-LZ-dMS iowOMd lN3W3AOMMI W31SAS WHOlS 'N 3NVI kBIdIM 3WVN iOAPOdd 3NVN3ll] ""NNW 0 O O E Ln U l J W aCO m w z p w Z w c9c~iZ > zao J - a Z M t w Z LL W W y %L fnU y Z p z O ¢ O U W w F 0 ~O N � 0 Z W to Z z 5 0 } W J M 0 iL z �� 3 Z ~W a' m LL c U o Z a O Z Y S Q 0 O US U Z :3 CL O ,`� � � U z � ~ x zz z �� } xx ZZa O (a•) WO NQzn ZN NM WZ NO ^w w Z O O ZZ CON, wx Wz 0 ��' w ° D Q' �2FwN ZQ�ocw�?0 zoW 3� z y zWOZO o La V'W� Ui_ Z �ZXC Y �tw V Q N mow Z rq JN NWW S° W 3� W u.' 8,' j W W Jt0 �i s^u!O O d 3W y O W O-Oz 0za:WWg Wi C-) O N 0 � � L �y a O Sl WU�O 1GJN xSw Z xI E- W ¢ cO� �Na V) w�cn Z� �C Nsw l � NZ41 1--Z m a w ¢ � wl �rlw Z cn° \uS am Fn H zz z3zzz� w o �„0 m z z �a (A Z ?�rnv�'ic°� ?d°a?c�i ir�vl'c~il ?o�cn' °o �'o 2j Fn it o a "f a a Z w w * 3 �n s z w cp a a. W d LL w M 0 m (.7 2 cr F O ° O g N °Z a W Z t Z �c2i ° En m� - w v ° N > lL ¢ W m d d% m OZ vn � W U p O aUr' m LLI C LL. IL z ° ° v) o z Za a h O Fr v w O °n tO En p Q W c°�� ;pm Fr ix wo o m cYZi wok U m Q �o� ZaY aaaw 9 W Z a 0 o O N � W Z �n°w N�CL W Z WZ O Y w0 v O W •• w0 O m N Sui �, .. bo as wz V O� �K 9 Wp 1+�. V) u) W " w i.i p 3 O o �o p W, � ¢ �v) �� w mw °z o W W ° \ W W Qa w m Q oo a ° m pO° z w w Oo rn U J �° °� a�x U J o� 31-- -L" �`) 0 i..i ° ��` WU�ti O O w � �p 3 z d Z J �o o w \ �Z Z Q .� o ° W> ow 5 3 0o Nz�LJJ US :2 o C ° to a p H -S s zZ o ono p F- �n C3 �� ° x n ran o IL > o Q � r.)° a Y J w = O N 0o 0 0 U l-, w w N go z�.= a �� a �`' ° u) _ QC� c� w W Z U o wo W Z �� �° O F O U U O f- U I Z O O N O U J Gi O SO J (/� C9 V U J O tO O Y U w p a Cl) a Ua oz z� z Z to a z w 3 aS Z �� d? z �� J M° � ? a �Nz z W �� o¢ f- ¢ w QQ o O Z3 z c� ° � o Ocy� ,r U z I imm W w FF W p, Z F- l.1 t0 O Z N W Vl I v� N U\ z W V)w N Q ~n -� N d M J a wa Q F M Z dW O O y Z O C W I m U !n N ZO w 2 U w ~ U U ° F- as ~ a O U r N NN V) O �U. U U U Z w o � 0 - -0 in 3 U �- I f- H J 0 U a F- I x F- �- w w W F c>�i �° ° > > o- a N w 3 =o d > N ° g oWow J J J3 �Z �N N 2 U N y. Q d'wp U Z K�� Fc0 U \ Q[-i (Y N� c3F c.)F°ir fn Q' �z ON � Ow O d W W f/) W W N RUC �jj V~w)W �j f/) W InK Oa NN �N �ZO 2 °�[wa � OW O � O ON WWU U) O ? ZQ U� Zo U.N.. U ,� U Z of w Z LL U� ? W U U ? X- ? Z ZU UU�n ZVI Z� ?7d' N ,LJcn U U� U d U Z 30 d Cl) .- CV M V L6 6 I� m 6 r U a CV )7 4 6 6 n 00 O) 0 a r N M Y h w 1l co of O- - .N- O Z Z ° �O Q Iw- Z Z Z U O F c�aFa U W M U°O °r li Qp(y O W KZ � fA w-�aa Z ZOZ O �F o A a a U SozzNw CL m 0 0 z I w5w o U >O F-z 0 0 0 O U Q 2 O J> W pa0Z¢O ZO M O °O a Q O 3 t7 C-) so W r Z a m U3 ¢ Z� a J� m w� Nooa�ON N° O V, U o U U S V) C �] Z OUCnUN a0� w OX 131c:-W Y y 3 U - J Zo IY6Z oW N W Nn N�ac3w aza z Z°JZCn °U LLI D-a-.o X UWOp0 U 0 0 � �, Q n o oh OW W Oy�3 0 L� CL Y <;" N •'•f`�I 4`'`�y y m i GM-LZ-dMS 103r0Md 1N3W3A0NdW1 W31SAS WHO1S 'N 3NVl A3ldlM 3WVN 103M0ld 3nvnnu WANOW ammom ummomw mumum mmums r" vmm� "MMON "Mmom VAWAMW along" LO P"l Z. �` C O Z O a 0 W r- z o° N Ln ao° wi<z w °7 p-O 0 3r ° a a LLJ z wa N w < mo Nwu3 ° � a m aj z� ZEN owow Q� 0 ll _j F= wz 3: . `n amz K aSUw ma =='o wa °o riso Lj U) a N J W J J P W W 0 a° J U 1 °N Z o��� N ¢o N Jt c6 -<cl Wv w QZ] RD_ xN z UW UL N¢�� ¢w W p, I—I �a3� zF 03?am���D5 �N O W Ix ..I owww �N a�UwO Uaz� v~ivwi f- N patio aw z�f�fF�n W W Z N w x U N J U Z Z K w Z xaaW �-F= xzo-w O¢O� OtM 111 H a°m d 3 W m N m N U m U O W N U L LU C7 ri ri a > O N F- 2 co N R Q N '0 0 ro � fD O Q� �� Z M o ° n Z a Z° g ww� N� � Z a oo W J w ° �mw a m U w- C) xN O N 7 O? (Y W Q Z WON MCJ ZO 133HS 33S O',+Z V-18 3NIl"OiVW �- -- - N - 00 3 Z - f"JSN9 -- — .. rn a JsNe —— - —� z Z w Lou .-..— ..... ..... ..... __. a , �z u� p�a°Nwm SS b10 48i 3 p v m .:.. 3lld''0'N 9£0+l�+VIIS o a NpW �° Zv�a¢ N =000aY N a z zd I �w� cT�l 1..... .. ......._._... _...... _....J ...__ `� n N-U N - W a W I ....= J:N O : OQ I m d n�aZN° _._._._w ._._... .. m - ° �. _..JO_ ~ OiOZ i m=w a ;} co .LX. L)- O m ° O _ O in NI c �M °wax _ w -__ am N _ o° j_ z= Q zv J a° I F 3r o a N - ao w f--� o z_._._ ............ W ® l;-Dw m_ ____ xN LOI N z> I ¢Z - -M .. M~ W 'I; O Yy: ol Q J I o W - - I ...... m W I .r� °es m .._ ..._ .I' a aH,JSNe?. I� _. Z o + I _. N. _ _ ...f7 Z.N a 4 1 ._ —w I I o N N ,, - iii v> > a N °w I a U t" a pr ..__._ ._. I _of °d-`U W N m U -' ° 0 4_ w N cv ° Z z o wi N � 3 � ��3 a N N _II w alrn - apNW ..._. ..._ NW WNW d ° ° -Nl NOI° �o Nlm° a^ O N1- �,_ I �.-1n-"- m- w Nwlw w!w xlOw (ZZ II ! '': d O> N of !-N W o OIJ� -IT w w x FF, _........__.__14. O Z W� a� N Fn a0 I O o v.o° j - o ....- __......._._. ___-. ! II in _... ....fi„ZL - I ! _ o -x- x r - :. .... __. L L JMO 33S _ o _...o + I 3 1 96+0 n V1�Srt - 4 - _.. xp OS„9£ X3 .. ___ ;-A ail y + z and SNM /� /M �oNO xl w + ��� i i `` / ? °N II M N K I F! / ma x N p I W ° li /7 _ r U O ....__1 ! ' I i j i+ µ +o °W W U W f' Ix N N rn a �f__ I I{.-..y i I , i Vj Q- IO'1 N�Z�r I'I_........ �. ..._... :......w ° j mw 1 I /i I W rn 1 jj�� FF p I > N (/7 Lj Z 3 N D QS m it ,QOw w J NZwj W / -c, x�x co I O I ' I X p O I ii x O O r w' I a wI LlJ W I it _ ..... _........ .;... _... _. 5 W N w d w J a a% zo ° I <�oC* xi 1; o 1 roNwU op� 2 mR� o�.� iii 11 co I xlo}w i ���.+zoom i Z3 W OOw zprrn° ii I li �w� i J° ___.__N e r c i r z . w U N II I I w w� s , z v)wzw i rK VSZN x w I -- _I I c N i I � ij i t I i I tll % LO O I = I I r _._._ O i lC1 ,i I - _._. N C SL££-LZ-dMS 103f OUd 1N3W3AOMdW1 W31SAS WHO1S 'N 3NV I A31dIN 3NVN 103r08d 3rvrn3llf oalNow wAmem saftwo ONOWN wows” swumm musum emunow wmwAmm Immumm Nowww" Imummw U plr� W ° O z 7 Z W N O z � Q�0 W Z° m d 03 N n�d ow O F a o �0 U V) =w mo ? mrn Mz z� N zw N M 00 z w a� z o Z wF v3o p w ri -� l JJ rm tc~ta)11� a oa =W mzd x v° cn:D aN 6 u CO a l J �z FL ° ?W� U NV)b ° i t�a .� 03° F Z OW Z 2 f!1 Z � NZ ZZ K t,-'p z Z Zwo a00 to 2 0��� N QO 03 tai)U m Zm0 � >w W °Z�� ��� w t aZZW to F �J C7 J F a aQN Qa'� W MF a' UO�+1N Sp w� WW mH OW U a� W CL X O zSW U O NU ° zz m Q w U � w w W W� O r- m Ja3� wW z� J7d' < D F- cn Z Ci W Cr z pr., U b w Ox w° a z W o U F- w o Jb N c��'c�W �'n Fo z0 xU Q p z U d W OZw w U mw o m W wz a-i-i ''r� c�a 7dcpi Q� �� �n LLI °�n W W WOS cc 0 ow z w a¢w CL o xU ° a Z fn ix L) O a0� w� a ° Z �a°m a3 Jad Ua WooW� pwzd�S W cn O � O O 00 N M ,t z � V) 0 F_ U) Ix Q O p f N z M 0 0 0 o Z 0 N of N i S'9E LU IL /. Y1 r I I i y FI I — r I Y w U .n, -, - M M_ 0 aV- Z N N xt -- _ ! 4 .. °U z C3 rn M \ d W NI, z W o Z° 1 __..__ \ O Cj N r{ .I. I .._ ...... }............ ... I� o m tz w zo ON W I I c U 00 FX z M L)J //. M 3no Z lfl z w �n w}a� d d ° I I s 'ar�M001 - s £IViS o Y g 3 I L£ "....._ U Q .._.. 9 x O CL Z F of s E9+£ V�S o ,J 9 i ' NI 4YOI O m �O Z N 1 I r I� h ! w Q CL to 1 i I 1 a Q 3 Ol M N b y I , J Z �I __i.._.. ............... . -CO + MCI _ I ' I a zwdiil U d j B 1813M DOI o n L�IOw n o ❑ ' V) 9£+£ V1S o +W b'�N7�I I b < ! f0 - M3rnroiG7rn m p ! of ! I m G��wu w I d LLI I I �^ u 9 w j u. l£ °' N ........ s Z o03 0 �; o K iZ+£ VjS O = I It-') C) ! m }w 'nWm ;:❑ '£ 3.0 1.' o;w�,°n°!no\ Wc'r� v' ! �^ j M3.:�tO�.O�aO 'I + Mb� MEO CA� r I Z J r O^/.'J J ❑ M W } 11 O^ill l+�j I O N cn W 1 Z N J Z.L1 W u4 W n.0 N - O fnJ zW WW N13M OOl 6 90+£IV1S i£ I ° p , _ / I w o z Ir s'-Z ,+i O I I d 1 I ! CL d IT vis Uri.-'W W z ! W Obi C-) /L a Z ! l O b O W..Z.vC W O Y 3`l I Jz ZW I •,, U I I I II 'II uj- ai _ I/ w ! a I �� pw N Z uj 1- =o Lu W W f7 M N / , J w I I to a a U +O •-I O N dp N QJ `XX� 1 M ^ MI M NZUUnO a O .� ? W I M M rn M 1 ! to.- _ i mrnazw - - - - 1 p j 83MOd 1 a ._.... _ I I _ { _... 1 ..... _ -- - rdaa no — + iS SS Z di a ab I r� ✓ r U __ . ... I I oe a°A J \^ ...... Z.. .._ �. !ZS+ZI is 1 N 1 I I U n n p I e' + J a IN I 'n . 5 Z N r wi U I 11 1 O Z d u] - - C', =�wo .� Ua r � o� 3NV1 A3ldRJ N _ Q ^ l._........ ...... n._.._.__. ....... I .. ..... r m�doa.zw 1 I 1 3N`dlA3ldRl � + �nzw j m m� in d03 1 1 i1 0£+Z V1S '1 1 1 1 O 1 a31MOd , i0V3H�3A I • _ I I -- 1 ! I 3SN8 43 133H 33S U+Z V1S 3NIl H31VW w b N M N r tm z a- 0 a Owe Z n Y S U z m z C-9 �UZ a' G- p o W pwo w2� 5L£E-LZ-dMS loaf oUd 1N3W3A021dW1 W31SAS WHOIS 'N 3NVI UldlU 3WVN i33PO8d :3nvnnu irlr Gomm" wmmmw woolow eammow Immmoo 111rwo GNOMON anown @OWN" tom� ammum Lc) Q O 0 \ M b O Me J5 Q J U OQ W O , N g , as z° ago a SW_° z = c x° JQ o n °� wwQZ w W J r N g� LJ J �N aN ciao 0 3� ° aQ a U 5 3 a Q) �z vxz W,x v , 'oz UWa Z o o Ci N W fn =° z: �wQ Q mo c�i,wpo woo j ZO W �W OW aJ(� ?° YZmN OLd (J � N d W O wz 3�a �amz W y \ a N X In m O w mQ 4,:, �o o (A 3 w \ a to Z w0 Zo vxiuw� awe ° JQQUQ¢Q 1'- � 3 �N N F- 0 v, OOU omFX5 N a° w J� a vi Z D ° d J N ° ° Z ILLI F_ F- �o 00 °w� xo o3Z� coo �� � U N a a �� 0 m > N () �I- of Zxw U Z^- ON O a i0 M V CL M aa- Waf m J owww xw Q wz UaZof J ° N J rl) 04 oW � J per, 9 O Q F_ mow^ u)oz � 0Q<° wx >w Jm0 �� m W a a a Wo ° y fn Zh oz:s w��cn d� c�cn-JU zWFc fns _� N W o0 505 m: xzo-w oQow w w a Ozpm ova Z I-d°m a3 wmcn�cn OmOo O O Z_ ? ? 3� ? W O V N 0 .- N M 11 LL. N M 4 In (6 } � O N N W c of n N 3 Q .—.,.N 0 W W N ° Z Q co NxO� I x Q U I Z Z Qv) �M I Cl) N W ° } Z % NZOM x -- w U)x 0 B' 9 =-31 (N-).-n 99'lZ=31 (SZL 9 FVN!S�, X3 SZ+Z VIS SS; - - --- - �- a J a O o � 3 a I J I_LI II , i a' .x II j N II o�0 m �, III I tiI 'I Wv3 I ! _ ° I o° N w �I O w c Wdw ° W N N N J-1 p I III I I I � _ i I I � I r 'I ol �$ I N I I w < x fl n Wj o Do _ lo, �� � iNII N � �I I I` �I o o XO ' = I� x t0xx N� I I II I ! N I 1 yy III I O I Ix" ON- En 1 N I" I I I I I II I I I to W I of=W L£'OZ=31 N.Zl = 1 V9 iHWSS X3 3AOV 38 w r q- 19tl ;LS SS = l I a I w i t w x; I' I MO I I N / W � wl o a ! _ 1I J I % I M .. z l i 4 cn � z �-g- -- '+ a cwi n x ?° Io �z o� I N w _.-0 I o w x x ¢ co I ( :n o z z Q 1- _ p ! m z0 3 W I °H Z I I. O O Z M W I t W Q M \\ OD ° xzF� N m I z3 I � ^ m Z +F W ~ I ` Z I ..1 Q OUZO m ! N O Ix V j I a op Z I X -u W Q_ w cn U °W= :U: o � n ON I ! ° I O M . W w w H i W'Qd'N I C9 x I : ' N N W Y � � It Z w o / - �-• -1 O ° w ll+l vis SS SO+I MILS SS I T� ? I OS 09 I I I I Z i 66+0 iS SS -....__ I ...t. Z L. � - W� It, £ £ d a _ L S£6+08 d1S„9£ I W N w SS„ti I - OS - SS 1. N = u LO 9M0 33S 0S,9 2103 w L' J — -- SS g 9Z'1Z=31 N.ZI 31 T _ q 8I n ° 9'LZ=13 WRl N M SLOB V ILOO NVId (31S 33S NNOO 40210 301SIO0 IM ' In v) _ .8 -d9 HWSS M3N I�Ix o:' o 80t1 BLS OS n + w. ---r S£8+0_d.1S SS I N Li . Rs1' 1 I I I li lo ~ H• , H M �yQZ NpZO 00 1� I9I II cnej\per.- i r of Ci I I cnz3ozw IN I 1 (,Z I ! I , i -.....__ z i i , I ol �I f I I I m I I I o II L1' a I; X w 11 � I i v � l III i I LO °2oDM rn �v x irnroi �F'�oc+ (n W z W r J m ik9B =31 N.Zl erg$ LV3 31 S).Z I I m w L HWSS '/ I 00+0 vis SS o f Hwy o �3 0 0 0 0 a n N 5L££-LZ-dMS 103f021d 1N3W3A011dW1 W31SAS WUMS 'N 3Mdl A3ldlN 3WVN 103rO d two” snow" 3rvtl„3llf mmmINIIIIIIIIIIII z CD O U O � o W() w LLI U zow w z pa z �° �c �w N aM f O �y 2 0 W O w O N r U �' } r : p O a Q Z U) w J a' Z °¢O w > V O ¢2 fn V W Y > V) 3 J Z F Z N H r m C U W O J Z m = �...a O ate° a N�r� z o LLI J N� ?pc.> �wa W N� �� c2i zN3?3 mz?z ¢z Qwm N U ,..-0,N a' 32¢O W p W V?2 2N�� >a.OU J= X a Y p Z Z W O O W W d° ° -1°W W U W O C a a- W W O I � SN W-d' ¢(n W y i ¢� 7 O wwoz ¢°wa 5 Z Z m�� p�?zp� QrQ ar}n> Wz � c�w��GJaz pD rwr�w ° ¢w3 O Yl °a.WQ ¢ m� -w UO Wow °d'U O Q ZO0Z a3)p0 (.7Z wOZWmO O�Z w� oppWZm � °N3pW mU wawa a l / a� z r-x rnwo 0 c ¢z m F _FFaa m Q cn � Z � rw rw w pp�z J V p Y Z m V) 0 mW w a' U G Z F 7d 3 N>W Z N U N W I C.5 w ZO K 3 W Z-R Q O=J p w Q ¢Z3 Z° J Z 9 Z a 0 z JFZN WZ 32¢ N a Z a0 pN p wJ°ZZ Zxp�2 NZ FOp N V W NU6O W 3 W JLJ¢tn ¢ OQ 2 _ S S m Q ¢°W c n p r X W a = X U¢ w N J Z r V)O W a' f n Z p S O V) a'r m Z W qz Uw 2 a p woo W o NmZ z_ m ww� rz ¢� z�� zx F� z )n z 3 O U F J aZ Oa Y. w O>Jp I U U�sc J JI�W w O Vi W r WWNw UZ a wv° LU N J W -� Q r til w O Q pZ �U> U O ~ ~ W Z°O w r m 2 ^¢r p l w N O ¢w Q m J>Y p z ¢w>,_.I r¢ T°2 fn M K U ¢p r N Q O z r ¢M M Z^W p a 2 Q 2 Z p N mQj O NJQ Q 2 UVI K N (.'JWa'p U' OQ Op W �> ZpNWr¢ V I U3Z>r =4.,.... O f- O> O to J U Z Z W O Q Z t O + r a (n Z-_W N wW W L a 00 UO HZ I r Z NO Ul N Z O ZW In W 4.0 O UoOw U {n O V)z O Wp O pZ ZN m w V,2 }O m p W fnOY 0' Z o QVpWfn 20 o3ZZ Ur a'i, C) 2 ZO w Ua r )o z,G:O - g1w UW Q¢ Q YZln W Z UU two af WW d W Q 2'ZSW U- z^-g O ON(.7� xaZ V Oa.Wfn }Z w O ZJ M p wp ZU 2 W F¢-Z JZZ FS-r O °Z � r r¢32 zr 03 m r�.zU a O U U z_o m-Wp 6., Z zzW �_ w0 3 JQ z r Ww F -mmz UJ5S lJ.l a I wW> rp^m V -¢OOQ Z OOJ o (n rVipO O W W K ¢ Z Q a' W J Z J J-'O N O N W fn 2 J (n 2 w S Z Ti N N W W Q ¢ O V w rN > V w0 9a�?r a'NJ m aZ I O> > W V> W S Ja'fn I YN I (n0 a'(n -YN °O ���U 1_ O F- Ww?¢� V) 0 ZMP :D N aQ�a I 3a3 0�' KUZ -a UN ¢¢F?3c�Wwaa wcri w�il� UZ r ww o R' °o x��dw a- xzO�w oaom zxo x¢W S .�,pO�C., w�>°O �., wNw gZ X¢�oJoJZa I �w �w��.i° iaz° O¢gww } + W room a3 wmLOM c��c>o wwc� O 0 ?In3O c�zmaz m>:r z �.-O a� w3OHMa�o aln aF-c�zmp Zaw UMm� CID o U' Ci ri O a U- ri ri v 6 m P-: eo a' F- N ~ Q co Z W g J x I J I I � / 01 l x f J1 1 i1 I I OZ o .y at I I Y M N + O U) 3 I i N I 1 I _ _._ _—_—__. >--z W d Q,1 I � 2 .3 w m' C6+0 V1S M r1a2l I pj d J 0p a q J M.Z L X3 NO 4 A „Z l llV1SNI Q} x N , u(10) M;,Z l X3 1f10¢ m w Q 1N3W30V1d3N m s N - Z M Zt ON3 o N x ' I I a `! O 49+0 V1S M.m N p tr }W I U I la.l m = z2J g I 2 W�KJ ;I NM p,l �xb Iwl Z LL �_._ 00 jR, x zpI v cAl N J Z p I ! ¢ w oWN 1 � I ��� � Wd p h l In Z w .�' z n J I �I iw I Ovj�p o Y - �oQp 2 tG 0 o 0 I - � l 3ZwKU) �l Z tj 0 I I W O I N I a 3 a I i x # 31.Z L,L,w o OX x x z 3 m \ (m) ONB �i(ZZ -,Zl og Li W z I _....... \ r B+0 V1S M m \\..... Y I w \ ^� ° \ � I \ I wo m W w at o S 95+0:V1S OD \\v\ y� z 3 Ii tea° \\\\� 0'£Z=31Zt•LLJ a w r I w v m \\\ (m ON8 .0z -Zt _ N fn N I I `T Z N \ \\ 9"£9+0 VLS M , I , Y 2 J W I y g'OS+O V1S M \\\� u°+o 0 I � I .n - W I W a - \-- _ 9t 81-319 ... +. -- �L - Z z o \ _ \ N Z => O i - YIU In \ OZ i f ° ZI \\ L ._J I - m<N \N CN Z N \ w'w J \\\ l'9 31 9£ 6Z+0 V1S M Nlli a wwn \\\\ =4t+t vls OS w V) \ \ 1i ¢O� W. VAV 0'£Z=31 Z t I I°3 of \\\\ �f NB Z+OZVIS M s W) 0 I I orn 3 m \\\ I I zd \ 7( ° 1 w \ \ III I °�N wQQ Z N IN 91 1+0 V1S I +Ina,p \K O \ ' s6t-31,Zt N I O m o n J�i °OO o \\ (M) ON8 .ZAZZ -21' i ' I (n o- 3 ie tilt M I 5, >, is > iF9 N W J O .Y m m m R1 ILL 1 w J U �r v�l 3zw?cn dram Q p Z n� � O j i I I Gal I I I 3? N a ri1 p2 _...__ II w 0 V1S ¢ p Z �O �to p WI LO En I CI I^ I ' I ! o wl 00+0 v1S M a I , I x i u X 5L££-LZ-dMS 103mMd 1N31MAOUdW11 W31SAS WHOIS 'N 3Mdl JlMMM 3WVN i33' Jd m�.�, yy00900 mmodow IMANN" uy 3rvvrv3ilf 00001W MONO LO 90 133HS 33S M11 HDIVIN Ln 0 177 77 C4 Ln C4 L) Sz if CIO CL m w V) III I z LLI W F- z w ow � I I I :. ( � � I O Q W ZUZD w C)z V) 0 V)o z C'4 0 If i U) 011 2i U) z w 0 Lo W 0 C14 0 0) LLJ —z .............. 0 0 uj __� fi �ll I. ,, I I � I � I v I a ,I ( o 3:z o Li 61 0 3: -w v) < J l- C)z Z, w 0 C) ON o z'o -00< it 21 in C,Lo 0 c)0 am iw�f a- S x LL, :c < C) W 0 1: !� 1 1 tt-, L M, pr- 4 �L z IIf f 1, HIM 1 z '09 001 .............. . ........ j 1 J z V) Li L) 000 F=l,o 00 n M w 1-z z 0 Oa En C>w V) j WE 5L££-LZ-dMS 103rOMd 1N3W3AOMdW1 W31SAS WHOIS 'N 3NVI A31d1M 3V`lVN n3road awmaw mumo 116101111111111� "MONO "Nollm 41902W avmmw twommo 11IM11111111101111110 71MONO 1111111111111=1111110 '110111111111100 MIS Q \ U �n1 � '' �/` I I N aM sry Ll l L/)z I �. N v V II I � w 0pw I j I —._ 1 O =w I '� i I w V)0 1 11 1 �� 1 a m w� :t I - I I'. '� Z U C)3 Y � I I I I � ' � � .,\\ 4\,� w c�wi � w > L) g :I I I I I I \'' I I J a z w ZZ� I — °�° �V I I� I /' o W j I Z m U)- I w in P I I 11 \ O zo w w N o L)I QtfOd MIS)..lm F�doS�, I , I' { I I I ti W w IIII I I o—�J Z I I ! I I aN I O Q g I S' N N i t w °z aJ U) zo II�.,111,1 11 I III I �:++� ( 3� � j m I I'I 'I IIII II' I ' l I I li I�I I I I ( / I _z y O a l- v r ° Jz` o 0w � co UOI La I I t I91I T 1 IF, N I l i w a d x I I ;� r11C1 1 ' in ui U Y: W 1n Z IA R$ oax' i 7 Ix t' i l04 7do w3U §' I 1 �; II I ' II' ll ! I I �I�'I °N U3 ' sfw ri I �jI +i (� a I Y I I ma moo WoJ� I II{ w� %H an d II II Q O a N I I �': 1 III I I I I'r ¢ O o }I w r-0 r I 1 1 i Q I III I ' -S. Z Q � � I'. € I I I J 1 o`-' I l i ill r� r v I I I� v w w•y � ,I Z0-Tr o^ �v / wm 1koZ �y a m : I)f cn 7 d �Z T d V) <w E:N-D�-II uj G I IZ rJ+2! �I� II ! � � �� m I o�O; I } { I 'OIw UZ I j IIi Ii I O t~JiC 3v'S ll m g ;:ai- w x I I it iK- Q I I 1 Y `' D U x� 3 � 0 Ilryl III + I Ilr t ' �� I O \ -� < i ! X: ..% I I I M Lj ILL) w W �I II I I I ' I,/� I I ❑--❑�❑ 1-V) o Ir w I it I ' ' it t, T � r k ' I 1 1'. I 1 I : I / I R I , ,,II I - I -- I i 7 r V i I I I VfI r I C) -- i IIII I I _ I I I xl f � I Yw w ZZ< r` I �.i II I LI N Ii..J 4 O i- �5 s :C ~ 0 lit O W I fN/1 av~w I I 1 Q ' v w ZLL; ( II I a ILL wo3 II Z I I !. {I I I' I II ,,.I z w CD CO z Z m I 111' J'I J I :I , o m a m Q w N xz J a o z o. II: z o aa N � I I I ''o 3 0 I I II MI I'( I N m I I 9 c 'I I' I I N I III i wV LI _ I I I LL' „I I I � v -I v N � I 1 €''.0 I I I '' i l I I I�i� li s II• i, �'! I' ' I It IIII 101 1 1 is I II, ( I I I III IIIIII I I 1 ' I l l IIII I I o I I I I II� wwm'm ' o z '' III III I I I i ''I I I 111 III 0 o l rn I x i I I I j (IIII i, i N I o f I II N it o i I I J� I O I I 53133HS 33S 314I1 HD1dW N� _ s` >� E r ° ' ;m F t 5L££-LZ-dMS 103roUd 1N3W3AOHdWl W31SAS WMOIS 'N 3NVI A31dIM INVN 1311•08d 3rvm3IU ftwwwo Ln m - M C) n CV N vw 0 V) a ~ N z N w w > U o Q a z o O L zN z O w O �r Z O U I (I ) N Z W Wa g � 'US I I I J, < w � J lm a tia � O m U o v U j LL i .3 5 a1 I a K Ori J U 0 3 �! 0 1 u W Q �I W W Z 3Q J Q x W J U a� g O � K N 1 Q Z O a' O L) N I.•.. Q a J N O L, 0 = U O N N 3 U N � Z tw/ rn T c N N x �I _ t r ILL u k: I o Q LU o ° q W N I I _ y OJT II W v o IIgj z ial c 11 Z W 11 4 I N ! Yy K a a a w a ° r m 1 } z w 10 J Y O Z O z } W It O X Z I I F ~ C I:• 4 �. =O d U w II K o x o Z M N 4* S ,� x_... W < 3 9 p + �N t 4- Z W as > Z Y °� v d'N Z N J F- N N It Q a J m W O a O < N Z n .l — N O �f"�{I �`• Q OU m j O I YjI N w O W rn d O N K U N O I i q 1 111 U I W W W N i i 4 W W j 1(t t 1X 0 4 1 I w51 5.1 m51 'I III 0 I '�1 I I 4 Orn 1 W fp Of Z a II i s 51££-LZ-dMS 103rOUd 1N3W3AOUdW1 W31SAS MO1S 'N 3NVI A31diH 3VVVN IAPOLld arvvn3w ummoo waxwmm mosor upwom one" foommum rsaw ommum vwm� ammow "am" "Nommo own" moor C9 y l_UUly �a ot zp JN N ��� ?W{/� W V C f LI �o _j z wJ Mqq5$� V) vai�v ac��vain N w Cy 'mg mya rn� GfQ �y 3 O bz0 �p a � 3 � & z^ n'OZ E �� � a Cy oj2z Za Qyb 6.f �tn�g D0 K Fa 0.� Z icw a z CL as J 37z �a ° p° gC-4 6 Qz O 00 RA ZF�P wW � �a " 4�Q w O J U F< a I a }�i �^ ao°? NC004 gyp 05 Cw mI I aria $r mmr° �Uz Szc�m wz oo x o 2 zjo o�Z Sc a� o a° - z zo 8 c� ° FW- a o w �n ° w 0 °? woo �> z �� � Q � �. � w 3v g�a > V yowz ���?� N= z~N Ja �z e< vu °Z'u.o + <z ffla 0§ g D ��� � g� 4� �Q m � �1 _ zo zvzai z ° cU>&6�ca O g Inn�o ��LS °2LLO Fiom� _U o�w" �xy7 p'°d Fi-°= -d w s ��QG(�_� p"`(]s 30 °�jr pp <u• O < rm J� y OCCQ B �Oz Z t�/nfWW 7Y� C�� OR �J Z ? fna C'O]a2 (!!< fnw Oz-V' Z° 2 zz J w O N� w uJ Z IL 0 ¢z zF -_ m '� __° °° g Y3� Ic a& a� p b'� b �_ 8� q. N &w� rroz? �Oe� 2ROO Z ? � w U .ca a O� oe Q q� y N_ _ H a°vS o_j c�}N z aw F �8 pqi; �x N W �y j my a °o= € z'iZF � I��a Iie ° w 8 00 G S zo Owy Q U�' Qa Z�i3 >- \ z o �� F ° Fb c~i Z ya mc� wQZ z tvgn�tyi :t 2SP'� o gx ~ w S �.7 ° w `z "a z=' ° qy��>: ~ zOp W C15� ag ° ( °cn m di Iau 4 ° €_ U zWxQ Z��=N 87� abF� a lom zd cna a a33 F5 a c� 3 0p v�� �� 3 o Z v;��s�� O. Cl Ni w vi �ri r� m of z ~W a' g � Cl- a ZO 133HS 33S££+Z d1S 3NIl HO1WW 5 I 'c uj z _._ a' Y L. — { - --- ar°� zoo 0 rr a - _..__ w w => b -- Z m S 0 Z _ �. a - __ __ l_ '°p z Q� o ¢ Q ° o a - 2 K� d 0 9M�m a� Td � Z F z Li -�z0 0 _ moo °� ° ��do 7o,c in a v°i co>tn z6 0 " w Z y 0Uj a� "qzz` �Q z &� Z - u &z s z a F J a w m � 0 O 0 0' L O 0 fmsn e s °A.- Nid3a 0 Q 0 O t MSS1W 0 � 0© 0 0 0 o _j (� a b Z � ' 000 0 0 0 'O O O c 12 O O O y �.� N°y p = 0 0 I 0 00 0001 1 O O 00 0 O 0 O t � 0 0 1 0 O 10 OHO? i �� = o G G P E Lu r, O b 0 Oi CS r O O O O'I �i. O OHO �O 0 oz i 0 0 LO O 0 O _ t tSi� O • M ;-� I 0O OO z Swm� 00 � ° CL 00 00O/ J M 0 O O w gN O __ I OOO xz� c> z iz E2 CL -- -- -- o _ 3 /-� = - .. -.. >> z try a --- V -- --------------------- - - - - I -- ------ - -- - -- ------ z -- - i, >1 m o � z 3Nd'1 A31dla x — --- -- — I -— rvel00a'9 _ -- -- — --------------------- _ - 91££-1Z-dMS Loaro 1d 1N3W3AOIIdW1 W31SAS WHOIS 'N 3MV1 ATMIN 3MVN 103rMJd 3YIVN311J o Ln O _ N NI g 9D � M I L n W M 10 3 f I I O f- W M l J O z W llllll� 1 �z a 1-0 ao U MW NO U) z / W Z Z � _j J O : a o N O rn 2L z I I p, LL Z N g W J 0 1\ a a 0 •°m q U II to o w W a0 <o 0 O �M— U) M N O�® L_Lz y Luj ao m0 _ w) ® w�jj3 U� 3 ul,w Lj L) i of //\\ c°� °�3 U LLJ m °m °ate v mm Z o - 3 11 } - ®� pi oI o m W m a to n � iNl a0 o y -- --I `° < t6 4 N I I w N 0 Ul O Q Gl w Z ao O c 3 w � a N � C-4 � O n� w a in t0 M M U' p U Z �aW ----- I =r ----- 1 - --� ---- uwi - ------I ------ fir` I I o I„ I q I o 3 l 04 I r _ 47, J It II i i wo I v - 00 - � I c� N to :3 r+--- ---00------ � Ha- :5� j �n t---------------t� I - J I I m I I I N I Z ,p-,� L�-------=------t� I J i i M d OQ I I I N M I r I N M ; i m a i i L ---------------t — a f3 fi I I fn In I 7a g I r7 A o°a° o N O O s I I � I� I 5� I I iii dAi .9� --I I w U p co o f to ------�� I � n- m m m ro L -----------t� i o - I rtOi� \ -in— -\ r I iB WE - L I o I p lip `i i.ii 1 t io in I in q I I I I -- -- ---------- I K,-- -----------------J R .6 .6 r .9 .0-,Z .0-,9 .0-,Z 9F- - - - - .0-,OL - - - - - - c .0-.0 l a� m LL �-SLMLZ-dMS 103f021d 1N3W3AOMdW1 W31SAS WHOIS 'N 3NV-1 A3ldiN 3VWN iOlrO21d ]NVN3111 ammom om� mm� wommma almomf Mxmuw mommom fammow ftoma WANnow loww/ mommme r/wMA wow" owns" Nowum wommo ""NNW rmmow � o O hl \ N b W 0 �S G� Ln —zoo 0-1 Z O°UU £� F w ° 4/£l ti/£l W -~4 0 v/omJ �0 z l l ------- a l J Z,g� o0 W Q�3 m N? Y FrW In > to vi z uj Q Ix O _ � IL maw = �� � a F Uc~i W 0� it pw ui rn z w v o � w Z Z O J Q ~p a ° W O w w 3 a Z W K J O U N U Q N Nr° W O N W W-m W Z m Z p O 2 J Q Z O Z IY J J 0 �w J Q fnJ Owow OmJ O Q U F 0� sot ° n n¢ w° =z z W N to wln3 rw 'r °z Z J z Z Z0 O W z wz U g JO 0 O w0 Z Jr O W z az ¢ a J 4/Sl °� 4/4l z¢o a Zd� w En L0 n (rn=O Uzi m N N O 4l w it a _z w sl o o1 o I o m 00 z N 3 � a r F W ZJ5 �z ti Sl N ��p oaJZ L1 a J J Uxwzo cW=iN=� U� \ N N >W U Lu 0 O W J J m Z�o Ioz NOJtn A ix OUZ¢ aOtn z a z x a Zwmw O— Z & K a¢oo am o m Z U 4 £� F yet p Y� 3yi?p O Jpyy Vt Q h w O M z Z w p o Q N N d m Q Z a K F mZW Enn0 Z .. W n- o°m Oz O J Wes ' T n J = a ° ° a5 Z 6 a w M E— N a 1 X 0 .10 3 r 0 0 uj Z a N W Z QU tw U p Q W N Q KQ Z LU W ? m w Z W �w� Z m on W? WInW> wC4 O (rn LJ?W t,_U�0 O m w a- m w N w Z jr. N O O J w d O J K N \QM N 1rD. N Q W N 3 v>> w tO o M I I � W 1 ^ t00 W Zao W N O a j� �/ I I w w =a w m � O� a EE I I I I I • • — � II I •r W IS f � I I I I °L° z (n ' pia J oW 'n w I wa° _ _ Q o "o 1w, I I it I �'Zo m F--3 W Wa' ( y 1 1 1 V)w< I N Y Y Z ::o r K ® I Z ° O q 0 V. )4m 0 .1 C) I 1 U F- I I1 I 1 ' i Lu N m W OD = X w 1 M 1 1 V C.D 1 t \ M >°-ZO � I � I l �p � I m5`wmw I .. I � Za �/ \ \\ d U �Z • u • 1100 r4— - \ �o I � I � 1 1 I O N z N~ xNN ® O' -------------------- — "' J ® _ .SON $�j W 0 O X/�/i t00 XL 1p. w n 3 J W 51££-LZ-dMS 103roUd iN3W3AOUdWl W31SAS WUOIS 'N 3NV-1 A3ldIU 3nVN 103rOHd anvrv3ve wm� *MEMO rmm M/ ri murm OPONOW Immomw vmIr "Ou"M "mum" 'Mmm"m Imo Ipmomw MPMOMO WWA" wwwo i/I � a Q 0 \ � C all U \ 4 I�n i { cf 1 Uzi �N �O C7 w O w wt� z o ° ro jo WZ'lO U` M It OK U W m F-O \ X m vaai �w ¢�O )+-aU 2 Z V)N Z W Z Nww� JMZ 17 N�d `K W cn N W J W �Q� �' Z U Wo LL, moo oa �v�i3 v d O �M11 c�Na Y W L) Z N m W 0 U ( QZ } O y U g J 0 Q n O N U p Q \ J Z O _ LLJ Za LU o W I 0 o W f ° J w H II w N? N �° V ,I a_ L) N z oW I N oJ2 O W a' Z N 4x U I N U U r N n N o x _:z z J U 3 o Z a _ D w w o U o pJ.N.. Ir!)Z a Lj U a ° m 0 c_ pp W K O �I U U Z N a N Q w O a p UFO & ? :5 o- U a m m y ao O - Y U- Z O M w a ® Z w)n 3: o pQ UU N �p m V W V) z J Q w z a ro N L-,£ M oo v�r Jo H1d30 NIW ,Z m ` Q _� O JrZM W J_ Y rL c�i o 1 p Sri = °w z ,Z A. o M I y F c�� °ciz �� a N Z o Z J J oO O� ` m rn I Q O I Q 6 r ¢ I o m o a Lu ° 1- 3 v) o" :>t r 0 r.01 r X W �\ W o ❑ z oo�m ° �� m Lj 42 p L I I W \ _j -��� Z qNISSO O 03NOVP /03x08 N1038 I o N o^ J U 9£+l V1S w w ^I V o n m 30 N z 1 Z_ QQ � J ul N �R O 0 Y ° K w aUa°� Z .{ O m W z^ rQ N J Q r O :,c j W ww m J G z U O U v U w Q J Or �z °O a °- x Op 0 Q Z°W )-Q(N Q o 3 J U Z m O o J Z 3 aco�z a V) Nm d'ON J W z Q U_ "D V) o K Ww. r O Q o u) �3a Ljzd z U m o m NIW ,S Llj `mod W C.7 U o cl:0 0 C7 o D 0 O J O 3 J aa - N m m W zQMU °Q 03 x= K U u) in W° O U O Z p M W W� o. J fit rz W r,N x w F. U ° O r V) W i t Lo L M 2 W M =LL J O 0 o J w w O z M Z i w °O o Z a J z J_ W m x m o w Q w i+�Z Q -I Q Z W Q U OU p zNw� Z M N W II c=> m o �'MOI� 0 W N zo o °�o� ° ' o Q 0 Cl \ p d OJ ❑ z 20 3 o io °U w QQ U r U i Yu�� I Qo zd Z m w m'w° w Z `�z Q`) U U y fi�o 0 Ci W o z N U W V) W II zLa I c� � z_ Q w O m j W °¢ W U M W J of 9- d U r d V) v W - °x aWoWg t)° � �° rim o aZ�Qa mo o Giaw W tp ZO UmU N=0J v) Q N W W a u :J p'r s ooJ¢LL'a 5 N °co oa o mwJ 0 mN �omo� ZQ3Ni� xII z�aDU wW ipK Il in moo° O o W a °�Zd o wy�°� asmC rn r� a 3� n �zWwwm Na¢SOriz H SL££-LZ-dMS 103ro8d 1N3W3AO8dW1 W31SAS W21OlS 'N 3NV-1 k3-ldlM 3NlVN 103rOad 3nVN311] vlmm� lammom ownlow Ismomw OUNWAO "moo" vAmnow ammoom Iowa" mommom lommow =mom" "now" onow m o W d y n no Q J J 3 w G ILn m 0 L Q x F \ ~ U m z W \ / O O U r7z m M) no a J I N ~ <M0 w 0 W U w �QZ W U w �z O I uJ OwE a 0 CD CL w Z w W O w 1 } U UJ w 11 O U v Iw,_ 1 z i z w 1 W z w � v g 1 0 > I J LU I I a ON 00 ^ I o m 1 _ m p Z °° ( cN 1 ° �a I pz n I I 00 V) v �a v � I z w a (n U < I U(l z w O l Z w i o LLJ OU N I OU U) I m of I i N I a I I I I x I 1 I I I I I I z I I I = v I �7 I I I I I N I J I .NJ a I < f ¢ o M} ' M r cc I M I I M ' €m I N I N N I d 1 I I a I I I I I I I (Jn I J m U I J Q J U U m ------- z 1 w n z I w N z I w `) o= i o o l 03o o Icy r 0 I I F X I O d J Z O W I O '�'� d J Z p W I O l d W Z O �� �_ _ ° N z0 �I - ' O z0 �j — _ A T z0 _i II bA N = W •� I N = W s� I y lg N LLl � I U IA U U dA1 ,5'£ I d)LL ,S'£ S I d11 , '£ ` o I I � I i J I J I I I (n QCs J LU ui I o I w I � o •°'; � j c� i c� I c'w N I I I I 1 I 1 1 I 1 1 1 ' J 1 w i „€ 1 M I J I Ow I 1 I o I 1 I I I 1 1 1 d d d d I I 1 P P P A I \ I I N i I I U) I I o 1 1 I o I N 1 / LA I I I i I 1 I 1 1 I \ I \ I \ I I 5 � N I I 5L££-LZ-dMS 103rOUd 1N3W3AOUdW1 W31SAS WUOiS 'N 3NVI A31dlU 3NVN 1�3 0Jd 3W.r3,, vwmm 1 r M Mr arm asm"" rr.r ww OWAMW Ommung MwrM %wow* vmm� ammmo Immerw wwm I WAVINONS NOMMMI ■rW ir�ll w p CL In < O Ill °: � c� Z—Ow z 00 E � S � Ln fZN 7g�. aZa °w U / xF 0 c W w� o m oZ wW a CLL)U CL \ W W " O O ° 3 w CL ~ Qa pw?- a Um a W o Ja D Z U✓I i0-1L c�i 'o U F- .I LU m ?o Qol O O J ¢ Q mw- 0 g �z m> t o W ¢ W N Z' -� Q U d W W a�cQTW pWw o to 0 z O H I-- o� W O F V) �d� N >_ ti w Z j�UZ°-m-m > Z Q x ��w w Z w 2 W J UQ~W N W Qm OHN z �� (,� �. Z z d / 0 F O U O_ o Z W O 11_7 y W 0 O 3 Z U� 3 ° p F ` QSow� m �pU NW�Z m rn �mW w�l�l/n�i4 w Z Q m Z Q N a Q O Q w DFOw 5a� o. a� �wWa- lnpa�w a e w g p5 pF- W q8q8 O m m QW: I r W�} r j N f W Z 0- H O W d'C:O UI �¢ aF z�2z°z � zoovnwmz o 000::�g n z r ' z z am� -UOo p p0 w:2y H QY ZW 1-N mQ'QQ� W WO UXUa�}W -� Ulr NOmma. m 0 N Z CL 'it W Nw d i W a •�f?` 4 7y; Z p v p Q T1� W CD w p CL?p f'f rya a - U z v W ° o U' Z Z o �Y. w �w w '•~?1;, Li r.t<. Y LL O _I Q 3 Q p - a 0 3� H mmp p QW Q >3.a_ Om FU W-LU N o Q z ao >t a a U C/1 M U) Z a H Q yR:Yil'df tD t� O M S U Ll w O CL U rn Z M d EE CK I o O O O w w I N z Z O mS ^ Ii U O¢ gZ i 02O VOa Z O } HJ ° Z. Jw I �� Z Na m � �. I 2N OJ W w mZ V) O d'm I d ZY Y {/Qtn m = W O Q U Jo w mmm �� I � � N J ..•j' co \ o m W W N� I a- I Z O ::. I I_I F� °M Ea- N Y N Q :;J: I' v a�'+ y I I K _ 2 + 2 C7 + W W V i i I v W --(w l WoZ o a � Z o ~''% -1 yuwiZ o ° I x _O i * N z 0 I '`s'`" 1- Y a O_ W O 'm w 0 ~ II N a Q ~ II ; f'•. I 'S U t- II T a 11 uj CL w oa Qa N r...F ll w� � \ I z :r o- In im wmmw I a g )L I m w '+ W O .0 d ui Z ll I I-I J e Im o ,o��w� _t I ^ L I = N E Zwio\. 4+s 3 $1 j �� pmz^rmxpl aw csi� ' iF mo ny I l=W ~ZQ 9:4Z}N Z m Q J W pd'-F-U QD ir w OW w N�Z Q M N O 5L££-LZ-dMS 103('0Nd 1N3W3A0MdW1 W31SAS WHO1S <N 3NV-I A3"IdlU 3WVN 103road 3nrn3�if m o n0I x \ � � l V 40 0 X M U z F O vai 0 a l l \ My o L l J a Z a ' r�. z \. •\`\\ N Z G, o 040.0 < W LLJ _ //•/ Noy ,zE' N a �i O a co LLJ tf a1 Y U �YI Cj F 36 N W as o... o zz <d 0 g O Cl) E 0 4 W gl 2 > <'^ it �• W Uoa rL= z J a o 0 3 �+ z 'NIW.11 yl O u a at \ 3 ¢y \\ s 2 p m \� d � g K v 3 4�4ppYy9� a y � a urc ro M J ti LLJ 5 G> Ic Cc; lo n o rit Ld I' A T G- I is C)m — O gi ui uj U�Jb•m ✓1�f� �'� Q z?'� L Q 4 y� i I i i • $'iW Cn� m T. � Y 1 I i J x # J o { m 'NIr1 'Nxt W A o A W O i ' n �; ¢� ��O N N N ♦ V t� � C O. •D ID .O .D py ce ♦': p o in io o io i } r Z • :- :- � N CI tl U O ~ ZO z o o w w o CL �I m �V�YU� x� i1 N rl"i 2j2 iusiry B+ �6 -01Z u'&'a LLm7 JI �o - rs—L i:—L Z-dMS 103rmd 1N3W3AONdWI W31SAS WHO1S 'N 3Mdl ATMI l 3WVN 133f021d 3nVV3lit