Loading...
HomeMy WebLinkAboutContract Award Date: Auc �z 1 -�_$,--200 --___-_ CAG 08-133 _ Awarded To:—_-R.L . _ Al is Qom-Dany---`_-. 107 Williams Avenue South Renton, WA 98055 $474,771 City of Renton Bidding Requirements, Forms, Contract Forms, Conditions of + the Contract, Plans and Specifications y Pi Tity of Renton CARR ROAD - PANTHER CREED EMERGENCY CULVERT REPAIR PROJECT PROJECT NO. SWP-27-3440 City of Renton 1055 S Grady Way Renton, WA 98057 Surface Water Contact: Allen Quynn (425)430-7247 Primed on Recyc!cd Paper as ma CITY OF RENTON RENTON, WASHINGTON �. am CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF aw CARR ROAD—PANTHER CREEK EMERGENCY CULVERT REPAIR PROJECT No PROJECT NO. SWP-27-3440 Iva AUGUST 2008 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT • SPECIFICATIONS PLANS s w SS/ONALEN EXPIRES 10/18/12 009 aw CITY OF RENTON SURFACE WATER UTILITY 1055 S Grady Way Renton, WA 98057 ® Printed on Recycled Paper ar 40 R cot Aha Companq GENERAL CONTRACTORS PUMPING STATIONS ar 107 WILLIAMS AVENUE SOUTH ROAD CONSTRUCTION RENTON, WA 98055 E-MAIL ADDRESS: GJPANK @RLALIA.COM CONCRETE STRUCTURES (425) 226-8100 OFFICE UNDERGROUND UTILITIES (425) 226-8649 FAX LARGE DEWATERING EQUIPMENT August 28, 2008 City of Renton 1055 South Grady Way Renton, WA 98057 r Re: Carr Road—Panther Creek Emergency Culvert Repair Project Emergency Contact List .. Following is our list of emergency contacts for this project: Richard L. Alia - 107 Williams Ave S. Renton, WA 98057 206.423.3590 Cell 206.982.7624 Pager +� 425.430.9870 Home .. Robert Waddilove - 107 Williams Ave S. Renton, WA 98057 206.679.5075 Bill Brunelle - 107 Williams Ave S. Renton, WA 98057 206.870.2291 Home 206.794.3810 Cell Tom Douglass - 107 Williams Ave S. Renton, WA 98057 425.379.0976 Home 425.328.4707 Cell .. Bonding Agent Carl Newman c/o Parker, Smith &Feek 2233 112TH Ave NE Bellevue, WA 98004 425.709.3600 CONTRACTOR'S LICENSE NUMBER RL-AL-IC' 104PT +rr r I I I t � o C) 0) -1 FCNH 0 o W • ocn a Q q moo Z W WHH rn air 0 � N f:� W ko Win t a, Z H W � o Ln u] L7 E-A U H ts, 00 '� p H � Q 0 r W Q� O rl � �C r [ � cf) P L O H co r-i W H Q �7z o Q W 0 L W , F3 15 s f I � O O v1 Iz. I cl� cn N C � '� � 4-y O T— Gj N O �� O y=+ M a U v cd > U V: 3 � _ CL co D Cd LU m 0o 'L3 c,3 U a - m (1) 6 . w+ CD W (D C/) y N rA W cd U L1a p 3 c7j .fir UJ It cn W Z ii _ M_M Z Z c4 UJ ti 1.L LO c _0 O O OZ) .- (3 0) � � LLJ jj L LO CD `O > O Q C Q - U Q ¢ 0Q� J V iL ° � Q) -i ¢ _0 cz J + z J O LLJ O O m ° ry rr ow iyr - ilr ., CITY OF RENTON SWP-27-3440 M. Carr Road—Panther Creek Emergency Culvert Repair Project CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disabilities Act Policy r Scope of Work Vicinity/Location Maps Combined Affidavit&Certificate Form: Non-Collusion, Anti-Trust Claims,Minimum Wage Form Proposal 40 Schedule of Prices Subcontractors List Bond to the City of Renton to Fair Practices Policy Affidavit of Compliance Contract Agreement(Contracts other than Federal-Aid FHWA) City of Renton Insurance Information Form Im Insurance Information and Requirements Prevailing Minimum Hourly Wage Rates(New job classifications) Statement of Intent to Pay Prevailing Wages to Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Environmental Regulations Listing w WSDOT Amendments Special Provisions Appendix A(Geotechnical Report) Appendix B (Hydraulic Project Approval/Corps Permits) Appendix C(Traffic Control Information) City Survey Control Network, Survey Standards and Monuments Standard Details Construction Plans w 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 ow corporation minutes establishing this authority must be attached to the bid document. CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington, 98057 w w.� wr 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: 4W (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 rrr not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. �r Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. �r. CITY OF RENTON: RENTON CITY COUNCIL: + Mayor Council President Attest: arr City Clerl 1W •rr 03 SUMRY.DOC\ 1rr CITY OF RENTON SVAB4ARYOFAMF_RICANS WITH DISABILITIESACTPOLICY ADOPTED BYR.ESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and Iocal laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and m accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fitly with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON RENTON CITY COUNCIL: <--i" - - ",- Mayor ouncil President Attest: -P City Clerk IV CITY OF RENTON Carr Road— Panther Creek Emergency Culvert Repair Project SWP-27-3440 SCOPE OF WORK The work involved under the terms of this contract 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: • Install permanent soldier pile wall including installation of 17 H piles with depths ranging 24-40 feet in depth, wr • Remove a 32 foot damaged section of 78-inch diameter culvert and replace with boulder cascade open channel including placement of salvaged woody debris, • Repair remaining 120 feet of 75-inch x 68-inch structural steel plate culvert with epoxy bonding agent and concrete liner along bottom of culvert, • Retrofit culvert with stainless steel weir plates welded to culvert and secured with concrete, a. • Installation of stream bypass pipe,cofferdam and erosion and sediment control, • Final cleanup and restoration The project is subject to the requirements of Hydraulic Project Approval, and Nationwide Permit 33. The estimated project cost is$350,000 to$450,000. A total of 43 working days will be allowed for the completion of this project r 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. wrr � Y Q Cd Cd Cd 4 i'j ff P�g..� :w 5,' ��'4`-..�;a S'Y�� `r 3 m � •r-I =yyl < a • Cd Cfi All I < � ��,nib: � � Y #•.« �� .,.��. j.� i h }1 y, J CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that ri. such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. irr 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 Carr Road—Panther Creek Emer2ency Culvert Repair Protect Name of Project R.L.Alia Company Name of Bidder's Firm Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this `200 day of AAasr , 2008f. rAR F� Notary Public in and for the State of Washingt n .r Notary (Print) 6 My appointment expires: I/ err A CITY OF RENTON SWP-27-3440 Carr Road —Panther Creek Emergency Culvert Repair Project PROPOSAL 11W 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 ite l extensions,and total amount of bid should be s wn. S ow unit prices both in writing and in figures.) Signature Address: /0'7 VVjLC-,1,4191 4tl,-r- S es of Members of Partnership: err OR .. Name of President of Corporation 11/C E D Z-, AL i A Name of Secretary of Corporation Corporation Organized under the laws off/i,y� rr. ,/,� With Main Office in State of Washington at /�p �1/, Wit ■r CITY OF RENTON - Carr Road - Panther Creek Emergency Culvert Repair Project �• SCHEDULE OF PRICES (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. err ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) 1 Mobilization 1. Lump Sum $ 1 Temporary ater Pollution/Erosion Control rr 2. Lump Sum $ 1 Temporary Creek Bypass nr 3. Lump Sum $ —]'O gV FtVe I—AW-CAiVO NJ/' C $ 3s,ow " $ 35.oCu 1 Traffic Cont y'61 4. Lump Sum $ / $ 5Z)o $ 5c* .r 1 Contractor Supplied Surveying 5. Lump Sum 1 Removal of Structures and Obstructions 6. Lump Sum $ _ 1 Clearing, Grubbing,and Roadside Cleanup wr 7. Lump Sum $ 1 Temporary Construction Access and Restoration 8. Lump Sum $ �- ,�IJ St)C)JJcb +++ / t tie ! uS,4�u11 �' $ $ 1 Dewatering 9. Lump Sum $ �/ No �, f friNQ/uW $ 3300 $ 3.3vv 1 Supplement 6l Dewatering 10. Lump Sum $ — - .A2 NME�J �FrY f% $ �fS� $ J 1 Structure Excavation, Class A. incl. aul 11. Lump Sum $ _ TWg _�Vti 7�1d f Fg-vt 4NQR.W f NO� $ 2 .Soo 80 Sand and bravel 40 12. Ton $ �ibN7�V � N)/W $ $ / vwo 160 Boulder Cascade am 13. Ton $ ►0Fit) 2'7y 1 Soldier P'a Walls 14. Lump Sum $ 'i wv 4bJNb1ZC Six7y FiVF 77k✓SAV0 $2Q 705- $2L5.9bS /VrNE CD SI XW Ft t/E /`/-Y- 88 Chain Link Fence,Type 6 15. Lineal Foot $ FTy Ua/F Nv/ $ 51— 1 Culvert Co ete Rehabilitation and Baffle Weir Placement 16. Lump Sum $ /, $ 1,11/E �thr �0 g/ F Fry A1 '/7�-�- $-� vyr� 1 Woody D bris Salvage and Placement +� 17. Lump Sum $ r ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) 40 Live Willow Stake 18. Each $ y- '7c1 $ $ 7800 Hydroseeding 19. Square Foot $ /,/ 1 3�f $ �v $ 23*0 670 Erosion Control Blanket 20. Square Yard $ $ /O $ c,7u0 1 Trench Excavation Safety Systems 21. Lump Sum $ S $ . oa $ Goo 1 Final Restoration and Cleanup 22. Lump Sum $ C _ .. (Sales Tax Rule 171 Applies To This Project) Total $ SUBCONTRACTOR LIST +rr SWP-27-3440 Carr Road —Panther Creek Emergency Culvert Repair Project 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 10 percent of the contract price. .rr If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered non-responsive and,therefore,void. Al kAt-F J >o G-5 Nu7 4�12EEP Complete one of the following for con acts that exceed $1,000,000: A/,rx:XO, UCp ' &I M- A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the contract price. Name: Title: Signature: B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list subcontractor and bid item) Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No Bid Item(s) irr Subcontractor Name Address Phone No. State Contractor's License No .. Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No Bid Item(s) Subcontractor Name , wr Address Phone No. State Contractor's License No BOND TO THE CITY OF RENTON Bond No. 52BCSEY8559 KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned R.L. Alia Compaq as principal, andHartford Casualty Insurance Company corporation organized and existing under the laws of the State of Indiana as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ 493,441.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City of Renton. Dated at , Washington,this 5` day of--'� ' 20 0� Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- S'I33 providing for construction of: Carr Road-Panther Creek Emergency Culvert Repair Project trr (project name) the principal is required to furnish a bond for the faithful performance of the contract; and ,,. WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; r. NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material, men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. R.L. Alia Compan Hartford Casualty Insurance Company Principal Surety Signature tgnature Ph651 r Deanna M. Meyer, Attorney-in-Fact _ Title Title Approved by Larry Warren 2/14/92 r ow Direct lnquirie /Claims to: TE POWER OF ATTORNEY p,O.Box 2103 690 AS�ORDENUE HARTFORD,CONNECTICUT 06115 call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 52-815037 Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, ip to the amount of unlimited: Charles A. Szopa, Barbara R.Johnson, Marie I. Matetich, David L. Eckroth, Karen A. Hunt of Anchorage,AK, Peter H. Hammett, Carl Newman, Karen P. Dever, Deanna M. Meyer, Jill A. Boyle, Stuart A. O'Farrell, Susan B. Larson,April L. Champagne, Scott Fisher, Stephen J. Wachter of Bellevue, WA heir true and lawful Alto rney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as 'TJelineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and ;xecuting or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. oss9E)?^..art\°.rr..rr:,:97,�,cv*,� 1 9 = 1..,..:fy4�e ''RJR lcC9V 'a laa J • 1" "'Mr�e1ew:,SiP.+' •otree• ""�:':U�,,.>� i Paul A.Bergenholtz,Assistant Secretary David T.Akers,Assistant Vice President STATE OF CONNECTICUT I ss. Hartford COUNTY OF HARTFORD On this 4th day of August, 2004, before me personally came David T.Akers,to me known,who being by me duly sworn,did depose and Say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that lac knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals;that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. aL : ate e Scott E.Paseka Notary Public CERTIFICATE My Commission Expires October 31,2007 I,the undersigned,Assistant Vice President of the Companies, 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 still in full force effective as of 9 , Signed and sealed at the City of Hartford. �r Y t 0��.• •.�rb � !SJ S�JfE ti�"f�-••105 ,I'y c °r°Ye "A ;':�cwo•ie.rrri: i 1�iOT trt gq a,eppp�. a 3 � -J arotor':.s TX,hceaeowt ��- . � 9 1997 ,^, ~ • g 'soil "Fa�=�z c�� � _. / f axe„ncrfo” • haunt► 1=" Z979 }�` °ti,,y1970 ° 1 79 r T �4;q`9�' �'uert°�� '+r.9' YaD+ +J • =''�s,'�'uno 5:,,.+'c '�.,ep,--''�4, 9 , t Gary W.Stumper,Assistant Vice President "POA 2005 CITY OF RENTON + FAIR PRACTICES POLICY � AFFIDAVIT OF COMPLIANCE ALt A L mI°my hereby confirms and declares that (Name of contractor/subcontractor/consultant) I. It is the policy of i?-L . A L A (0 in 61 Z to offer equal (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. - L• �L iA rr mlv y complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. I1I. When applicable, Yl L l A (o(Y)f�A AY will seek out and Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. 91 WAPP Print Agent/Representative's Name &44A" L . 4t I4/,t,�&w r Print Agent/Represent a ' e's itle AgeRTMe--presentativets Signature Date Signed r. r� wr HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3440 Carr Road-Panther Creek Emergency Culvert Repair Project\1101 Design\Spec Document\affid_fair.DOC\ CONTRACTS OTHER THAN FEDERAL-AID FHWA l/ THIS AGREEMENT,made and entered into this day of J , 200 J by and between THE CITY OF RENTON, Washington, a mum al corporation of the State of to Washington, hereinafter referred to as "CITY" and /?. L. KIA 6: /i , hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 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 r_ 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-27-3440 for improvement by construction and installation of: Carr Road—Panther Creek Emergency Culvert Repair Project Work as described in "Scope of Work"dated August 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 s; the approval of the City's Public Works Director as being in such conformity with the plans, lrr specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. is 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 he s benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's rir 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, 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 fnr 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. HAFile Sys\SWP- Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3440 Carr Road-Panther Creek Emergency Culvert Repair Project\1101 Design\Spec Document\061708 contract.doc iw 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 43 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 there from 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. �r 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 6 miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. HAFile Sys\SWP - Surface Water Projects\SWP-27 -Surface Water Projects (CIP)\27-3440 Can Road-Panther Creek Emergency Culvert Repair Project\1101 Design\Spec Document\061708 contract.doc L 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, r ,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 L1 -7 q 1 771 / umbers �ur h�►��r S�v�nf� Fit,- f�lausc,rvf Ua� �M-Ye/rel SPyP,� is written words I n ct uail .. -Washington State Sales Tax. Payments will be made to Contractor as specified in the J "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. 6 CO OR ITY OF ON VM President/Partser/ RIc�MJU L 4LIA Mayor Denis Law ATTEST Secretary kl'i 14.4" 1- L,,4 Bonnie I . Walton, City Clerk dba /4� L - IL(A C orr►AfWY Firm Name check one ❑ Individual ❑ Partnership S3 Corporation Incorporated in AS141AJ(-IO t/ 6 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. L HAFile Sys\SWP -Surface Water Projects\SWP-27 -Surface Water Projects (CIP)\27-3440 Carr Road-Panther Creek Emergency Culvert Repair Project\1101 Design\Spec Document\061708 contract.doc L R cto Aha Company GENERAL CONTRACTORS PUMPING STATIONS 107 WILLIAMS AVENUE SOUTH ROAD CONSTRUCTION RENTON, WA 98055 E-MAILADDRESS: GJPANK @RLALIA.COM CONCRETE STRUCTURES (425)226-8100 OFFICE UNDERGROUND UTILITIES (425)226-8649 FAX LARGE DEWATERING EQUIPMENT Resolution of Board of Directors A special meeting of the directors was held on August 28, 2008 at the Corporate Offices at 107 Williams Ave S, Renton, WA. All directors were present. Chairman Richard L. Alia presided over the meeting. R. L. Alia Company was authorized to enter into contract with City of Renton if our bid is accepted for construction of Carr Road—Panther Creek Emergency Culvert Repair Project for City of Renton. RESOLVED: �. 1) R. L. Alia Company shall enter into a contract with City of Renton to construct said project if agreement is reached between R. L. Alia Company and City of .. Renton. 2) Persons authorized to sign the contract ange orders on behalf of R. L. Alia Company include: Richard L. Alia .. Gary J Pankiewicz *• There being no further business, the meeting was adjourned. AGREED AND CONSENTED TO: R. L. Alia Company e:r. Richard L. Alia Date President, Chairman and Sole Shareholder r. CONTRACTOR'S LICENSE NUMBER RL-AL-IC' 104PT r Client#: 570 ALIACOMP ACORU. CERTIFICATE OF LIABILITY INSURANCE DATE(MM PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Parker Smith&Feek,Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Bellevue Office HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 2233 112th Avenue NE Bellevue,WA 98004 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA: Alaska National Ins.Co. R.L.Alia Company INSURER B: Alaska National Ins.Co. 107 Williams Ave.S. INSURER c: Great American Ins.Co. Renton,WA 98055 INSURER D: Alaska National Ins.Co. INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I POLICY EFFECTIVE POLICY EXPIRATION LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY LIMITS A X GENERAL LIABILITY 07JPS31945 10/01/07 10101108 EACH OCCURRENCE $1,000,000 AG E X I COMMERCIAL GENERAL LIABILITY PREM GETO RENTED nte $300,000 CLAIMS MADE 51 OCCUR MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2,000,000 POLICY X PRO-LOC JECT B AUTOMOBILE LIABILITY 07JAS31945 10/01/07 10101/08 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY $ 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 OTHER THAN EA ACC $ AUTO ONLY: AGG $ C EXCESS/UMBRELLA LIABILITY TUU279164500 10/01/07 10/01108 EACH OCCURRENCE $SEE LIMITS X OCCUR FI CLAIMS MADE AGGREGATE $BELOW DEDUCTIBLE $ X RETENTION $10,000 $ D WORKERS COMPENSATION AND 07JPS31945 10/01/07 10/01/08 WC STM X O R EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE WA STOP GAP E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Carr Road-Panther Creek Culvert Repair.City of Renton,their elected or appointed officers, officials,employees,subconsultants,and volunteers and R.W.Beck are included as Additional Insureds per Endorsement ANIC GL 703, Edition Date 07/01 attached and coverage is (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Ten Day Notice for Non-Payment of Premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF RENTON DATE THEREOF,THE ISSUING INSURER WILL R9t>aF>IMRX4t MAIL 4_ DAYS WRITTEN 1055 South Grady Way NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,7�xXR9akUE3�QiAA49AC�tx9cx Renton,WA 98057 >�x�taxresas[xraxxx�axaaxx>��axxxl�aax>e�axxec�cecxxRxaa�cx�cxx RR9fiF;�ADCEECiR�E jY.X AUTHORIZED REPRESENTATIVE ACORD 25(2001/08)1 of 3 #M79064 KMG00 O ACORD CORPORATION 1988 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. ACORD 25-S(2001/08) 2 of 3 #M79064 DESCRIPTIONS (Continued from Page 1) Primary and Non-Contributory per policy coverage form.Waiver of Subrogation is included per Endorsement ANIC GL 702,Edition Date 05/95 attached.Severability of Interest applies. UMBRELLA LIMIT IS AS FOLLOW: $1,000,000(Occ)1$1,000,000(Agg). CANCELS&REPLACES PREVIOUS CERTIFICATE ISSUED. AMS 25.3(2001/08) 3 of 3 #M79064 Alaska National INSURANCE COMPANY BLANKET ADDITIONAL INSURED ENDORSEMENT r THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: arr COMMERCIAL GENERAL LIABILITY COVERAGE PART WHO IS AN INSURED(Section ll)is amended to include as an 2. The insurance provided to the additional insured rr insured any person or organization (herein referred to as an does not apply to"bodily injury","property damage",or additional insured), but only if you are required to add that "personal and advertising injury"arising out of an person or organization as an insured to this policy by a written architect's, engineer's, or surveyor's rendering of or contract that is in effect prior to the"bodily injury", "property failure to render any professional services including: damage", or"personal and advertising injury". The insurance provided to the additional insured is limited as a. the preparing, approving, or failing to prepare or follows: approve maps, drawings, opinions, reports, surveys, change orders, design or 1. That person or organization is only an additional insured for specifications; and its vicarious liability for your acts or omissions in the performance of"your work". b. supervisory, inspection,or engineering services. as err yr This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. The information below is required only when this endorsement is issued subsequent to preparation of the policy. rr Endorsement Effective 10/01/2007-2008 Policy No. 07JPS31945 u� Insured: R.L.Alia Company Endorsement No. Countersigned By ANIC GL 703 07 01 rr ALIACOMPICERT07(BLU AI) r IV Alaska National INSURANCE COMPANY BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART We waive any right of recovery we may have against The waiver applies only to the person or organization any person or organization because of payments we you contracted with and then only if the contract make for injury or damage arising out of "your work" requires you to obtain this agreement from us. done under a written contract with that person or organization. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. The information below is required only when this endorsement is issued subsequent to preparation of the policy. Endorsement Effective 10/01/2007 Policy No. 07JPS31945 Insured R.L.Alia Company Endorsement No. Countersigned by ANIC GL 702 05 95 Producer Copy ALIAC0MMCERT07(BLKT WAIVER) rr Y o� City of Renton E. Human Resources & Risk Management Department Insurance Information Form FOR: Cater �p� - V.�.�l�s Cr�c la, CwI VW� ✓�«r� PROJECT NUMBER: STAFF CONTACT: Certificate of Insurance indicates the coverages/limits specified in Yes ❑ No contract? Are the following coverages and/or conditions in effect? � Yes ❑ No �r■, The Commercial General Liability policy form is an ISO 1993 Yes ❑ No Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* Yes No General Aggregate provided on a"per project basis(CG2503)?* Yes ❑ No ur Additional Insured wording provided?* Yes ❑ No Coverage on a primary basis and non-contributing basis?* 0Yes ❑ No Waiver of Subrogation Clause applies?* Yes ❑ No Severability of Interest Clause(Cross Liability)applies? Yes ❑ No re Notice of Cancellation/Non-Renewal [� Yes ❑ No amended to 45 days per RCW 48.18.290?* *To be shown on certificate of insurance* AM BEST'S RATING FOR CARRIER .. GL A "� Auto � � Umb � ��j Professional 0/4 r This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. aw Agency/Broker Completed By(T Name) _1� AUL ll 2Z 31) 1 l Z Address / Completed By(Signature) �0,, G ( 47-5--- 7109 3GL-1 Name of person to conta t Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE rr rw r INSURANCE INFORMATION AND REQUIREMENTS to ■r 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) ' Requirements unique to the City of Renton: • Name the City of Renton as a Primary and Non-contributory Additional �+ Insured on the policy • Provide the endorsement page(s) from the policy(ies), evidencing Primary & Non-contributory coverage •• • Modify the cancellation clause to state: "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 45 days written +■. notice to the certificate holder to the left." • Put descriptive text of the project in the "Description of Operations"box • The certificate holder must read: �r City of Renton ATTN: {City project manager name/dept provided by your insured} {Address provided by your insured} City, State, Zip} +rr rr ACORD TM CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YY) PRODUCER FAX THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED INSURER A: INSURER B: INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENTS,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY LIMITED GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 50,000 CLAIMS MADE X❑ OCCUR MED EXP(Any one person) $ 5.000 PERSONAL&ADV INJURY $ 1,000,000 GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 ❑ POLICY ❑PROJECT ❑LOC PRODUCTS-COMP/OP AGG $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS HIRED AUTOS (Per person) $ NON-OWNED AUTOS BODILY INJURY $ (Per accident) PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ❑ ANY AUTO N/A OTHER THAN EA ACC AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ _ ❑OCCUR ❑CLAIMS MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS'LIABILITY TORY_LIMITS 1 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 [91 ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE 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 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. `W Coverages (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: +�r • 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 "r (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. r (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 nr the course of operations under this Contract. (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves y.r pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. aw 16-Insurance Fonns.doc\ LIMITS REQUIRED The(CONTRACTOR)shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 ow Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 4W *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability Bodily Injury/Property Damage $ 1,000,000 (Each Accident) irr 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 w Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 rrr (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) Pollution Liabili (If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 40 err IMP 16-Insurance Forms.doc\ go ADDITIONAL REQUIREMENTS r (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 wr 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. wr 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 prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate err of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for rrr two(2)years after completion of the project. .rr r 16-Insurance Forms.doc\ Ylilt PREVAILING IMUM HOURLY WAGE RATES State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY EFFECTIVE 08/31/2008 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $38.06 1H 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $45.05 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $46.32 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $46.16 1M 5D CARPENTER $46.16 1M 5D CREOSOTED MATERIAL $46.25 1M 5D DRYWALL APPLICATOR $46.42 1M 5D FLOOR FINISHER $45.98 1M 5D FLOOR LAYER $45.98 1M 5D FLOOR SANDER $45.98 IM 5D MILLWRIGHT AND MACHINE ERECTORS $47.16 1M 5D PILEDRIVERS,DRIVING, PULLING,PLACING COLLARS AND WELDING $46.36 1M 5D SAWFILER $45,98 1M 5D SHINGLER $45.98 1M 5D STATIONARY POWER SAW OPERATOR $45.98 1M 5D STATIONARY WOODWORKING TOOLS $45.98 1M 5D CEMENT MASONS JOURNEY LEVEL $46.81 1M 5D DIVERS&TENDERS DIVER $92.31 1M 5D 8A DIVER TENDER $49.84 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $47.09 1T 5D 8L ASSISTANT MATE(DECKHAND) $46.58 1T 5D 8L BOATMEN $47.09 1T 5D 8L ENGINEER WELDER $47.14 1T 5D 8L LEVERMAN, HYDRAULIC $48.71 1T 5D 8L MAINTENANCE $46.58 1T 5D 8L MATES $47.09 1T 5D 8L OILER $46.71 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $46.04 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 KING COUNTY 1 EFFECTIVE 08/31/2008 , (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $58.34 1 E 5A CABLE SPLICER(TUNNEL) $62.86 1E 5A CERTIFIED WELDER $56.29 1E 5A CERTIFIED WELDER(TUNNEL) $60.60 1E 5A CONSTRUCTION STOCK PERSON $28.83 1E 5A JOURNEY LEVEL $54.25 1E 5A JOURNEY LEVEL(TUNNEL) $58.48 1E 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 $39.19 4A 5A 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 60 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 $32.41 1H 5D GLAZIERS JOURNEY LEVEL $45.20 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $47.58 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $39.25 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 08/31/2008 (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 $46.16 1M 5D IRONWORKERS JOURNEY LEVEL $50.77 10 5A LABORERS ASPHALT RAKER $38,77 1H 5D BALLAST REGULATOR MACHINE $38.06 1H 5D BATCH WEIGHMAN $32.41 1H 5D BRUSH CUTTER $38.06 1H 5D BRUSH HOG FEEDER $38.06 1H 5D BURNERS $38,06 1H 5D CARPENTER TENDER $38.06 1H 5D CASSION WORKER $39.25 1H 5D CEMENT DUMPER/PAVING $38.77 1H 5D CEMENT FINISHER TENDER $38.06 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $38.06 1H 5D CHIPPING GUN(OVER 30 LBS) $38,77 1H 5D CHIPPING GUN(UNDER 30 LBS) $38.06 1H 5D CHOKER SETTER $38.06 1H 5D CHUCKTENDER $38.06 1H 5D CLEAN-UP LABORER $38.06 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $38,77 1H 5D CONCRETE FORM STRIPPER $38.06 1H 5D CONCRETE SAW OPERATOR $38.77 1H 5D CRUSHER FEEDER $32.41 1H 5D CURING LABORER $38.06 1H 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $38.06 1H 5D DITCH DIGGER $38.06 1H 5D DIVER $39.25 1H 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $38.77 1H 5D DRILL OPERATOR,AIRTRAC $39.25 1 H 5D DUMPMAN $38.06 1H 5D EPDXY TECHNICIAN $38.06 1H 5D EROSION CONTROL WORKER $38.06 1H 5D FALLER/BUCKER,CHAIN SAW $38.77 1H 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $29.59 1H 5D construction debris cleanup) FINE GRADERS $38.06 1H 5D FIRE WATCH $32.41 1H 5D FORM SETTER $38.06 1 H 5D GABION BASKET BUILDER $38.06 1H 5D GENERAL LABORER $38.06 1H 5D GRADE CHECKER&TRANSIT PERSON $38.77 1H 5D GRINDERS $38.06 1H 5D GROUT MACHINE TENDER $38.06 1H 5D Page 3 KING COUNTY EFFECTIVE 08/31/2008 ' (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $38.06 1H 5D HAZARDOUS WASTE WORKER LEVEL A $39.25 1 H 5D HAZARDOUS WASTE WORKER LEVEL B $38.77 1 H 5D HAZARDOUS WASTE WORKER LEVEL C $38.06 1 H 5D HIGH SCALER $39.25 1H 51D HOD CARRIER/MORTARMAN $38.77 1H 5D JACKHAMMER $38.77 1H 5D LASER BEAM OPERATOR $38.77 1 H 5D MANHOLE BUILDER-MUDMAN $38,77 1H 5D MATERIAL YARDMAN $38.06 1H 5D MINER $39,25 1 H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $38.77 1H 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $38,77 1H 5D PILOT CAR $32.41 1H 5D PIPE POT TENDER $38.77 1H 5D PIPE RELINER(NOT INSERT TYPE) $38.77 1H 5D PIPELAYER&CAULKER $38,77 1 H 5D PIPELAYER&CAULKER(LEAD) $39.25 1 H 5D PIPEWRAPPER $38.77 1H 5D POT TENDER $38.06 1 H 5D POWDERMAN $39.25 1H 5D POWDERMAN HELPER $38.06 1H 5D , POWERJACKS $38.77 1H 5D RAILROAD SPIKE PULLER(POWER) $38.77 1H 51D RE-TIMBERMAN $39.25 1H 5D RIPRAP MAN $38.06 1H 5D RODDER $38.77 1H 5D SCAFFOLD ERECTOR $38.06 1H 5D SCALE PERSON $38.06 1 H 5D SIGNALMAN $38.06 1H 5D SLOPER(OVER 20") $38.77 1H 5D SLOPER SPRAYMAN $38.06 1 H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $38.77 1 H 5D SPREADER(CONCRETE) $38.77 1H 5D STAKE HOPPER $38.06 1H 5D STOCKPILER $38.06 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $38.77 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $38.77 1H 5D TOOLROOM MAN(AT JOB SITE) $38.06 1H 5D TOPPER-TAILER $38.06 1H 5D TRACK LABORER $38.06 1H 5D TRACK LINER(POWER) $38,77 1H 5D TRUCK SPOTTER $38.06 1H 5D TUGGER OPERATOR $38.77 1H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $38.06 1H 5D VIBRATOR $38,77 1H 5D VINYL SEAMER $38.06 1H 5D WELDER $38.06 1H 5D WELL-POINT LABORER $38.77 1H 51D Page 4 KING COUNTY EFFECTIVE 08/31/2008 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $38.06 1 H 5D PIPE LAYER $38.77 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28,17 1 LANDSCAPING OR PLANTING LABORERS $17.87 1 LATHERS JOURNEY LEVEL $46.42 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 JOURNEYLEVEL $44.83 1R 5B PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8,42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $59.24 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44.64 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $47.42 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $47.91 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $48.46 IT 5D 8L BACKHOES, (75 HP&UNDER) $47.00 IT 5D 8L BACKHOES, (OVER 75 HP) $47.42 IT 5D 8L BARRIER MACHINE(ZIPPER) $47.42 IT 5D 8L BATCH PLANT OPERATOR,CONCRETE $47.42 IT 5D 8L BELT LOADERS(ELEVATING TYPE) $47.00 IT 5D 8L BOBCAT(SKID STEER) $44.64 IT 5D 8L BROOMS $44.64 IT 5D 8L BUMP CUTTER $47.42 IT 5D 8L CABLEWAYS $47.91 IT 5D 8L CHIPPER $47.42 IT 5D 8L COMPRESSORS $44.64 IT 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $44.64 IT 5D 8L CONCRETE PUMPS $47.00 IT 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $47.42 IT 5D 8L CONVEYORS $47.00 IT 5D 8L Page 5 KING COUNTY EFFECTIVE 08/3112008 ' (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $47.00 IT 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $47.42 IT 5D 8L ' CRANES, 45 TONS-99 TONS, UNDER 150 FT OF BOOM(INCLUDING JIB $47.91 IT 5D 8L WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $48.46 IT 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $47.03 IT 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $44.64 IT 5D 8L CRANES,A-FRAME,OVER 10 TON $47.00 IT 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) $47.42 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $47.91 IT 5D 8L , CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $48.46 IT 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $48.46 IT 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $47.03 IT 5D 8L CRUSHERS $47.42 IT 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $47.42 IT 5D 8L DERRICK,BUILDING $47.91 IT 5D 8L DOZERS,D-9&UNDER $47.00 IT 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $47.00 IT 5D 8L DRILLING MACHINE $47.42 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $44.64 IT 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $47.00 IT 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $47.42 IT 5D 8L FORK LIFTS,(3000 LBS AND OVER) $47.00 IT 5D 8L FORK LIFTS,(UNDER 3000 LBS) $44.64 IT 5D 8L GRADE ENGINEER $47.00 IT 5D 8L GRADECHECKER AND STAKEMAN $44.64 IT 5D 8L GUARDRAIL PUNCH $47.42 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $47.00 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $47.00 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $47.42 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $44.64 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $47.00 IT 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $47.91 IT 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $48.46 IT 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $47.42 IT 5D 8L LOCOMOTIVES,ALL $47.42 IT 5D 8L MECHANICS,ALL $47.91 IT 5D 8L MIXERS,ASPHALT PLANT $47.42 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $47.42 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $47.00 IT 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $47.91 IT 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $44.64 IT 5D 8L OPERATOR PAVEMENT BREAKER $44.64 IT 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $47.42 IT 5D 8L PLANT OILER(ASPHALT,CRUSHER) $47.00 IT 5D 8L POSTHOLE DIGGER,MECHANICAL $44.64 IT 5D 8L POWER PLANT $44.64 IT 5D 8L PUMPS,WATER $44.64 IT 5D 8L Page 6 KING COUNTY EFFECTIVE 08/31/2008 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $47.91 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47.91 IT 5D 8L EQUIP RIGGER AND BELLMAN $44.64 IT 5D 8L ROLLAGON $47.91 IT 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $44.64 IT 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $47.00 IT 5D 8L ROTO-MILL, ROTO-GRINDER $47.42 IT 5D 8L SAWS,CONCRETE $47.00 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $47.42 IT 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $47.91 IT 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS, CONCRETE AND CARRYALL $47.00 IT 5D 8L SCREED MAN $47.42 IT 5D 8L SHOTCRETE GUNITE $44.64 IT 5D 8L SLIPFORM PAVERS $47.91 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $47.42 IT 5D 8L SUBGRADE TRIMMER $47.42 IT 5D 8L TOWER BUCKET ELEVATORS $47.00 IT 5D 8L TRACTORS, (75 HP&UNDER) $47.00 IT 5D 8L TRACTORS, (OVER 75 HP) $47.42 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $47.42 IT 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $47.91 IT 5D 8L TRENCHING MACHINES $47.00 IT 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $47.00 IT 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $47.42 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $47.42 IT 5D 8L WHEEL TRACTORS,FARMALL TYPE $44.64 IT 5D 8L YO YO PAY DOZER $47.42 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 $33.69 4A 5A TREE TRIMMER GROUNDPERSON $25.43 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $56.21 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 $46.04 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $31.99 1H 5G Page 7 KING COUNTY EFFECTIVE 08/31/2008 , (See Benefit Code Key) Over PREVAILING Time Holiday Note , Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 , RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEYLEVEL $18.36 1 , RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEYLEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEYLEVEL $56.21 1G 5A ' RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $37.08 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $31.01 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEYLEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEYLEVEL $43.61 1M 5A ' ROOFERS JOURNEY LEVEL $38.28 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $41.28 1R 5A SHEET METAL WORKERS ' JOURNEY LEVEL(FIELD OR SHOP) $54.07 1 E 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $32.56 1H 6W CARPENTER $30.91 1B 6X ELECTRICIAN $30.34 1B 6X HEAT&FROST INSULATOR $47.58 1S 5J LABORER $29.24 1 B 6X MACHINIST $30.27 1B 6X OPERATOR $32.66 1B 6X PAINTER $30.27 1B 6X PIPEFITTER $30.30 1B 6X RIGGER $30.17 1B 6X SANDBLASTER $29.24 1B 6X SHEET METAL $28.90 1B 6X SHIPFITTER $30.32 113 6X TRUCKER $30.13 1B 6X WAREHOUSE $30.19 1B 6X WELDER/BURNER $30.32 1 B 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 JOURNEYLEVEL $37.08 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S Page 8 KING COUNTY EFFECTIVE 08/31/2008 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SPRINKLER FITTERS(FIRE PROTECTION) JOURNEYLEVEL $57.29 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEYLEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $31.46 26 5A HOLE DIGGER/GROUND PERSON $17.58 2B 5A INSTALLER(REPAIRER) $30.17 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $29.26 2B 5A SPECIAL APPARATUS INSTALLER 1 $31.46 2B 5A SPECIAL APPARATUS INSTALLER II $30.82 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $31.46 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $29.26 2B 5A TELEVISION GROUND PERSON $16.67 26 5A TELEVISION LINEPERSON/INSTALLER $22.19 2B 5A TELEVISION SYSTEM TECHNICIAN $26.42 2B 5A TELEVISION TECHNICIAN $23.76 2B 5A TREE TRIMMER $29.26 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEYLEVEL $43.61 1M 5A TILE, MARBLE&TERRAZZO FINISHERS FINISHER $37.44 1B 5A TRAFFIC CONTROL STRIPERS JOURNEYLEVEL $37.90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $43.45 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $44.25 IT 5D 8L DUMP TRUCK $43.45 IT 5D 8L DUMP TRUCK&TRAILER $44.25 IT 5D 8L OTHER TRUCKS $44.25 IT 5D 81- 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 BENEFIT CODE KEY-EFFECTIVE 08-31-08 ' 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. L ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE ' AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO(2)HOURS BEFORE OR AFTER A FIVE-EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN(10) i 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. 0. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY ' THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS ' SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 08-31-08 -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 08-31-08 -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. L 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. 0. 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. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE 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). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND ' CHRISTMAS DAY(6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). BENEFIT CODE KEY-EFFECTIVE 08-31-08 —4- K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY (9)• L. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). } M. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY(9). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). Q. PAID.HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(71/2). j 5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). i 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 a AFTER CHRISTMAS(10). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(8). 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 u 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). E. 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,AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). 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). BENEFIT CODE KEY-EFFECTIVE 08-31-08 -5- G. PAID 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, CHRISTMAS DAY,AND CHRISTMAS EVE DAY(11). H. PAID HOLIDAYS: NEW YEAR'S DAY,NEW YEAR'S EVE DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, , THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY AFTER CHRISTMAS,AND A FLOATING HOLIDAY(10). L PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING , DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). J. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY(9). ' 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, t LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, ' INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10): X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEES BIRTHDAY(11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET , OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED e FOR 250 FEET V 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. err► �1 BENEFIT CODE KEY-EFFECTIVE 08-31-08 -6- 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 �j �r Department of Labor and Industries Prevailing Wage STATEMENT OF INTENT TO , STAI[r e� o (360)902-5335 Y PAY PREVAILING WAGES www.lni.wa.gov//TradesLicensing/PrevailingWage T „�? Public Works Contract $25.00 Filing Fee Required t • This form must be typed or printed in ink. Project Name Contract# • Large,bold numbers match instructions on back of form. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once approved your form will be posted online at the above website. APPROVED FORM WILL BE MAILED TO THIS ADDRESS Address Contractor,company or agency name,address,city,state&ZIP+4 ' City State ZIP+4 Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Will all work be subcontracted? Do you intend to use subcontractors? ❑ Yes ❑ No ❑ Yes ❑ No t Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices? ❑ Yes ❑ No , Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe Indicate number of owners expected to perform work. of workers hourly pay benefits Company name Indicate total dollar amount of your contract t or time and materials if applicable. T$ 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 , i Industrial Insurance Account Number Email address Phone number For L&I Use Only rr Check Number: ❑ $25 or $ For L&I Use Only Issued By: APPROVED: Department of Labor and Industries 1W 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. Date work completed Missing or a date in the future. .rr Date Intent Filed Missing-An affidavit cannot be approved without the Statement of Intent to Pay Prevailing Wages being filed. so Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work was performed by owners/partners, state "Owner/Operator"under the"Craft"section,and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30%of the company are not considered to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work was performed by subcontractors, check 110 the appropriate box on the form. Number of workers each trade Missing + Total number of hours worked each trade Missing Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits, as defined by RCW 39.12.010, that you actually provided to the workers. The amount listed for"Rate of Hourly Pay" plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. Apprentices" Missing information or apprentice not registered". List each apprentice by name, registration number, trade, stage of progression, beginning and ending dates of work performed on the protect(m/d/y to m/d/y), and rate of hourly pay and fringe r benefits. Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials"). Orr 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). go Signature Missing—Affidavit must be signed by an authorized representative. * Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid Prevailing journey level wages for the time preceding the date of registration Call (360) 902-5323 to verify registration. NOTE: *a Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the +� top of each form"Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted. Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. �r L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your records. Prevailing wage rates are available on the Internet at http://www.Ini.wa.gov/TradesLicensinq,'PrevailingWage Submit both copies (white and canary) and the $25.00 filing fee to: 1� MANAGEMENT SERVICES Please fold in thirds so the address .r DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA, WASHINGTON 98504-4835 For questions call (360) 902-5335 1�1 P7on-0()7-10()affidavit of qua -ha k_ 1)-Al Department of Labor and Industries �sTATe Prevailing Wage AFFIDAVIT OF WAGES PAID �� •^ (360)902-5335 Public Works Contract http://www.Ini.wa.gov/TradesLicensing/PrevailingWage ���,889 Nay°� $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract# • Fill in all blanks or form will be returned for correction(see back). • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once approved,your form will be posted online at the website above. 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) Date work completed (mm/dd/yy) Date Intent filed (mm/dd/yy) Was all work subcontracted? Did you intend to use subcontractors? Prime contractor(has contract with the public agency) Contractor Registration No. ❑ Yes ❑ No ❑ Yes ❑ No Job start date(mm/dd/yy) Craft/trade/occupation and apprentices(For apprentices,give name,registration#, Number Total#of hours Rate of Rate of Hourly trade,dates of work on project,stage of progression,wage and fringe) of Workers worked-ea.trade Hourly Pay Fringe Benefits Indicate number of owners that performed work. l 1 Company name Indicate total dollar amount of your contract I or time and materials if applicable. I 1P 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: ❑ $25 or $ For L&1 Use Only Issued By: - raw APPROVED: Department of Labor and Industries By rry Industrial Statistician F700-007-000 affidavit of wages 12-04 After APPROVAL,send white copv to Awardint=AQencv. Canary copy-L&I How to expedite the processing of your form: Im REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. rr Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. Date work completed Missing or a date in the future. Date Intent Filed Missing-An affidavit cannot be approved without the Statement of Intent to Pay Prevailing Wages being filed. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work was performed by owners/partners, state "Owner/Operator"under the"Craft"section,and the wage and fringe need not be to completed. Do list the number of owners on the job. (Individuals who own less than 30%of the company are not considered to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work was performed by subcontractors, check No the appropriate box on the form. Number of workers each trade Missing WA Total number of hours worked each trade Missing Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits, as defined by RCW 39.12.010, that you actually provided ON 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. 'o Apprentices* Missing information or apprentice not registered*. List each apprentice by name, registration number,trade, stage of progression, beginning and ending dates of work performed on the project(m/d/y to m/d/y), and rate of hourly pay and fringe ON benefits. Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials"). ir► 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). d, Signature Missing—Affidavit must be signed by an authorized representative. * Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid prevailing lourney level wages for the time preceding the date of registration Call (360) 902-5323 to verify registration. NOTE: wo Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the rr top of each form"Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted. Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your records. Prevailing wage rates are available on the Internet at.http://,,vww.Ini.wa.gov/7radesLicensing/PrevailingInage 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 wo P700-007-000 affi`ia6t -h—L", I?-OA ENVIRONMENTAL REGULATIONS REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND Oft PRESERVATION OF PUBLIC NATURAL RESOURCES In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contract or shall or secure any permits or licenses required by, and comply fully with all provisions of the following laws, ordinances, and resolutions: #0 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 40 project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. 40 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. w Review by Division of Solid Waste. Puget Sound Air Pollution Control Agency Regulation 1: 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 alr emissions, periodically report to the State information concerning these emissions from his operations, and to make such inforrnation available to the public. See Puget Sound Pollution Control Agency Regulation 1. R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water Of the State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is err 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 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. wr H:\DIVISION.S\UTILFM.S\WATER\R1CK\Springbrook Springs\BIDSPEC.DOGbh aw REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or agricultural operations. R.C_W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. R. C. W. 7844: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and burning. U.S.ARMY CORPS OF ENGINEERS Section I 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 Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3 1899• Provides that discharge of refuse 1 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: I KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No 25789 requires an unclassified use permit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for Iand 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.S\UTIL n'IE.S\wATER\RICK\Springbrook Springs\BIDSPEC.DOGbh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND Im PRESERVATION OF PUBLIC NATURAL RESOURCES WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME dw Chapter 112 Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) err WASHINGTON STATE DEPARTMENT OF ECOLOGY ar 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. of 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). are W.A.C. 508-12-100: Requires permit to use surface water. W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. W.A.C. 508-12-220: Requires permit to use ground water. W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. W.A.C. 508-12-280: Requires permit to construct storage dam. W.A_C. 508-60: Requires permit to construct in State flood control zone. King County Public Works secures one for design. Contractor secures one for his operation (false work design, etc.) WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires buming 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. ar R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. +r• R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. ar 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 it bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain.) H:\DNISION.S\UTILTIIE.S\WATER\R1CK\Springbrook SpringslBIDSPEC.DOGbh ar REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES FIRE PROTECTION DISTRICT R.C.W. 52.28.010 52.28.020 52.28.030 52.28.040 52.28.050: Provides authority for, requirements of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3, 1899, General Bridge Act of March 23, 1906, and General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on navigable waters (King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation 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. Ms All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. trr All permits will be available at construction site. r wrr H:\DIVI SIGN.S\UTII.rfTF.SIWATER\RICK\Springbrook Springs\BIDSPEC.DOGbh 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. rs 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 ++ 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 INTRODUCTION �. 16 The following Amendments and Special Provisions shall be used in conjunction with the 17 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 18 19 This project is designed in metric units. Among the Special Provisions contained in this 20 project are revisions to sections within Divisions 1, 6, 7 and 9 that provide conversion 21 methods and charts needed to administer this project utilizing the 2004 Standard 22 Specifications. 23 24 AMENDMENTS TO THE STANDARD SPECIFICATIONS • 25 26 The following Amendments to the Standard Specifications are made a part of this contract 27 and supersede any conflicting provisions of the Standard Specifications. For informational 28 purposes, the date following each Amendment title indicates the implementation date of the 29 Amendment or the latest date of revision. 30 31 Each Amendment contains all current revisions to the applicable section of the Standard 32 Specifications and may include references which do not apply to this particular project. 33 34 SECTION 1-04, SCOPE OF THE WORK 35 April 3, 2006 36 1-04.6 Variation in Estimated Quantities 37 The third paragraph beginning with "If the adjusted final quantity of any items", is revised to 38 read: 39 40 If the adjusted final quantity of any item does not vary from the quantity shown in the 41 proposal by more than 25%, then the Contractor and the Contracting Agency agree that 42 all work under that item will be performed at the original contract unit price. 43 44 SECTION 1-06, CONTROL OF MATERIAL 45 April 3, 2006 46 1-06.1 Approval of Materials Prior To Use 47 The second sentence in the first paragraph is revised to read: TEST2 1 wr 1 j 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 nr 15 The following new sub-section is inserted to follow 1-06.1(2). 16 17 1-06.1(3) Aggregate Source Approval(ASA) Database 18 The ASA is a database containing the results of WSDOT preliminary testing of 19 aggregate sources_ This database is used by the Contracting Agency to indicate the 20 approval status of these aggregate sources for applications that require preliminary 21 testing as defined in the contract. The ASA 'Aggregate Source Approval Report' 22 identifies the currently approved applications for each aggregate source listed. The 23 acceptance and use of these aggregates is contingent upon additional job sampling 24 and/or documentation. 25 26 Aggregates approved for applications on the ASA `Aggregate Source Approval Report' 27 not conforming to the specifications, not fulfilling the acceptance requirements, or 28 improperly handled or installed, shall be replaced at the Contractor's expense. 29 30 For questions regarding the approval status of an aggregate source, contact the 31 WSDOT Regional Materials Engineer for the Region the source is located in. The 32 Contracting Agency reserves the right to make revisions to the ASA database at 33 anytime. 34 35 If there is a conflict between the ASA database and the contract, then the contract shall 36 take precedence over the ASA database in accordance with Section 1-04.2. The ASA 37 database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA 38 TEST2 2 1 1-06.2(2)D Quality Level Analysis 2 Item 9 under the first paragraph is revised to read: 3 4 9_ Determine the Composite Pay Factor(CPF) for each lot. 5 6 7 CPF = f1(PF1) + f2(PF2) +-.-+ fi(PFi) .� Y f 8 +w 9 i = 1toj 10 11 where: fi = price adjustment factor listed in these 12 Specifications for the applicable material 13 14 j = number of constituents being evaluated 15 16 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 17 August 7, 2006 18 1-07.9(1) General 19 The fifth paragraph is revised to read: 20 21 If employing labor in a class not listed in the contract provisions on state funded projects 22 only, the Contractor shall request a determination of the correct wage and benefits rate 23 for that class and locality from the Industrial Statistician, Washington State Department 24 of Labor and Industries (State L&I), and provide a copy of those determinations to the 25 Engineer. 26 27 The fifth paragraph is supplemented with the following new paragraph: 28 29 If employing labor in a class not listed in the contract provisions on federally funded 30 projects, the Contractor shall request a determination of the correct wage and benefits 31 for that class and locality from the U. S. Secretary of Labor through the project 32 engineer's office. Generally, the contractor initiates the request by preparing standard •+ 33 form 1444 and submitting it to the project engineers' office for further action. 34 35 1-07.10 Worker's Benefits 36 The fourth paragraph is revised to read: 37 38 The Public Works Contract Division of the Washington State Department of Labor and 39 Industries will provide the Contractor with applicable industrial insurance and medical 40 aid classification and premium rates. After receipt of Revenue Release from the 41 Washington State Department of Revenue, the contracting agency will verify through the 42 Department of Labor and Industries that the Contractor is current with respect to the 43 payments of industrial insurance and medical aid premiums. 44 45 1-07.15 Temporary Water Pollution/Erosion Control 46 The first paragraph is revised to read: 47 w TEST2 3 r 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 W 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 at 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 to go TEST2 4 us 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 ,,• 25 agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of 26 which format used, the schedule shall identify the critical path. The Engineer 28 will evaluate the Type A Progress Schedule and approve or return the schedule 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 .r 49 Milestone Description 50 Activity Duration 51 Predecessor Activities 52 Successor Activities TEST2 5 err 1 Early Start (ES) and Early Finish (EF) for each activity 2 Late Start (LS) and Late Finish (LF) for each activity 3 Total Float (TF) and Free Float (FF) for each activity 4 Physical Completion Date 5 Data Date 6 7 The Engineer will evaluate the Type B Progress Schedule and approve or 8 return the schedule for corrections within 15 calendar days of receiving the 9 submittal. 10 11 1-08.3(2)C Vacant 12 13 1-08.3(2)D Weekly Look-Ahead Schedule 14 Each week that work will be performed, the Contractor shall submit a Weekly 15 Look-Ahead Schedule showing the Contractor's and all subcontractors' 16 proposed work activities for the next two weeks. The Weekly Look-Ahead 17 Schedule shall include the description, duration and sequence of work, along 18 with the planned hours of work. This schedule may be a network schedule, 19 bar chart, or other standard schedule format. The Weekly Look-Ahead 20 Schedule shall be submitted to the Engineer by the midpoint of the week 21 preceding the scheduled work or some other mutually agreed upon submittal 22 time. 23 24 1-08.3(3) Schedule Updates 25 The Engineer may request a Schedule Update when any of the following events 26 occur: 27 28 1. The project has experienced a change that affects the critical path. 29 30 2. The sequence of work is changed from that in the approved schedule. 31 32 3. The project is significantly delayed. 33 34 4. Upon receiving an extension of contract time. 35 36 The Contractor shall submit five copies of a Type A or Type B Schedule Update 37 within 15 calendar days of receiving a written request, or when an update is 38 required by any other provision of the contract. A "significant" delay in time is 39 defined as 10 working days or 10 percent of the original contract time, whichever is 40 greater. 41 42 In addition to the other requirements of this Section, Schedule Updates shall reflect 43 the following information: 44 45 1. The actual duration and sequence of as-constructed work activities, 46 including changed work. 47 48 2. Approved time extensions. 49 50 3. Any construction delays or other conditions that affect the progress of the 51 work. 52 ar TEST2 g i 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 �r 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. .r 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 err 9 An unworkable day is defined as a half or whole day the Engineer declares to be 10 unworkable because of weather or conditions caused by the weather that prevents 11 satisfactory and timely performance of the work shown on the critical path of the 12 Contractor's approved progress schedule. Other conditions beyond the control of the 13 Contractor may qualify for an extension of time in accordance with Section 1-08.8. 14 15 Contract time shall begin on the first working day following the 21 st 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 vi 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 At 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: ot 50 51 a. Certified Payrolls (Federal-aid Projects) 52 b. Material Acceptance Certification Documents r TEST2 g ow 1 c. Annual Report of Amounts Paid as MBE/VVBE 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 34 the Engineer had not already declared the time to be unworkable and the 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 +r 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 so 15 provisions does not make specific provisions regarding unpurchased 16 right of way. 17 18 h. In Section 1-08.6 if the performance of the work is suspended, 19 delayed, or interrupted for an unreasonable period of time that proves 20 to be the responsibility of the Contracting Agency. 21 22 i. In Section 1-09.11 if a dispute or claim also involves a delay in 23 completing the contract and the dispute or claim proves to be valid. 24 25 j. In Section 1-09.6 for work performed on a force account basis. 26 27 6. If the actual quantity of work performed for a bid item was more than the 28 original plan quantity and increased the duration of a critical activity. 29 Extensions of time will be limited to only that quantity exceeding the original 30 plan quantity. 31 32 7. Exceptional causes not specifically identified in items 1 through 6, provided the 33 request letter proves the Contractor had no control over the cause of the delay is 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: ■r TEST2 10 1 2 Failure to obtain all materials and workers unless the failure was the result of 3 exceptional causes as provided above in subsection 7; 4 5 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; irr 8 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 +r 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. Aw 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 rr TEST2 r 1 Contracting Agency sufficient to pay the cost of foreclosing on claims and to 2 cover attorney's fees. 3 4 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 5 August 7, 2006 6 2-03.3(2) Rock Cuts 7 This section is revised to read: 8 9 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break 10 down, loosen, or damage the rock under the subgrade line, except as provided by 11 Section 2-03.3(3). Normally cuts will be made from the top, lift by lift, to protect the 12 rock bench that will remain. The Contractor shall be responsible for methods used 13 and for any damage caused to the roadbed, regardless of any previous approvals 14 by the Engineer. 15 16 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the 17 Contractor shall scale and dress them, removing all loose fragments and rocks not 18 firmly fastened to the rock slope. The Contractor shall also remove any 19 overhanging rock the Engineer sees as a hazard to roadway users. 20 21 If the Engineer requires it, the Contractor shall remove loose fragments and rocks 22 lying outside the slope stakes. Payment for such extra work shall be by force 23 account as provided in Section 1-09.6. The Contracting Agency will pay for loading 24 and hauling these materials at the unit contract prices that apply or as provided in 25 Section 1-04.4, 26 27 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and 28 blasting operations or at any time the Contractor proposes to change the drilling 29 and blasting methods, the Contractor shall submit a blasting plan to the Engineer 30 for review. The blasting plan shall contain the full details of the drilling and blasting 31 patterns and controls the Contractor proposes to use for both the controlled and 32 production blasting. The blasting plan submittal is required for all blasting 33 operations and shall contain the following minimum information: 34 35 a) Station limits of proposed shot. 36 I 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 rri 39 height, and subdrill depth. 40 41 c) Loading diagram showing type and amount of explosives, primers, At 42 initiators, and location and depth of stemming. 43 44 d) Initiation sequence of blast holes including delay times and delay system. mi 45 46 e) Manufacturer's data sheets for all explosives, primers, and initiators to be 47 employed. As 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. me TEST2 12 1 2 When blasting to establish slopes '12 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 err 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 33 3 inches in diameter. 34 35 d) The Contractor shall control drilling operations by the use of the proper 36 equipment and technique to ensure that no hole shall deviate from the 37 plane of the planned slope by more than 9 inches either parallel or normal 38 to the slope. Drill holes exceeding these limits shall not be paid for unless 39 satisfactory slopes are being obtained. 40 41 e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits 42 of the production holes to be detonated, or to the end of the cut as 43 applicable. 44 45 f) The length of controlled blast holes for any individual lift shall not exceed 46 20 feet unless the Contractor can demonstrate to the Engineer the ability 47 to stay within the above tolerances and produce a uniform slope. If 48 greater than 5 percent of the presplit holes are misaligned in any one lift, .r 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 r 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 r 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 7 SECTION 2-09, STRUCTURE EXCAVATION 8 January 3, 2006 9 2-09.3(1)E Backfilling r. 10 Item 1 of the first paragraph under Compaction is revised to read: 11 12 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill 13 providing lateral support for noise barrier wall foundations, luminaire poles, traffic 14 signal standards, and roadside and overhead sign structure foundations — placed 15 in horizontal layers no more than 6 inches thick with each layer compacted to 16 95 percent of the maximum density determined by the Compaction Control Test, 17 Section 2-03.3(14)D. 18 19 SECTION 2-12 CONSTRUCTION GEOTEXTILE 20 August 7, 2006 21 The section title is revised to read: 22 23 CONSTRUCTION GEOSYNTHETIC 24 25 2-12 CONSTRUCTION GEOTEXTILE 26 This heading is revised to read: 27 28 2-12 CONSTRUCTION GEOSYNTHETIC 29 30 2-12.1 Description 31 The word geotextile is revised to geosynthetic. 32 33 2-12.2 Materials 34 In the first and second paragraphs geotextile is revised to geosynthetic. 35 36 2-12.3 Construction Requirements 37 In the first, second, and third paragraphs geotextile is revised to geosynthetic. 38 �• 39 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES 40 August 7, 2006 41 3-01.4(1) Acquisition and Development 42 The first paragraph is revised to read: 43 r 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 00 TEST2 15 im 1 shall ensure the quantity of suitable material is available. Preliminary samples shall be i 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. dw 39 40 5-01.3(10) Pavement Smoothness 41 This section is revised to read: 42 43 Perform the work described in Section 5-05.3(12), and the following: 44 45 Where the pavement is ground, calculation of the profile index shall exclude dips 46 and depressions in the existing roadway. The profilograph generated reports shall 47 be provided to the Engineer prior to payment. 48 49 5-01.5 Payment 50 This section is revised to read: 51 TEST2 16 1 In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete "Cement 2 Concrete Pavement Grinding", per square yard. 3 4 At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per 5 square yard. 6 7 The second sentence in the 16th paragraph is revised to read: .. 8 9 The costs of any additional pavement grinding and profiling required to complete 10 the work as specified is also included in this payment. 11 12 The 18th paragraph for Replace Uncompactable Material is supplemented with the 13 following- 14 14 W 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. ■r 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 r 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. "w 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 ..r 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. 1 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 W 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 P ounds per cubic 26 yard of concrete. 27 28 The following new sentence is inserted after the first sentence in the fourth paragraph. 29 +r' 30 An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also 31 be used. 32 so 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. w 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 go 1 2. Independent evaluation certified by a Professional Engineer using NRMCA No 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 40 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- No 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. V, 14 15 3. Inspection conducted by the Plant Manager, defined as the person directly 16 responsible for the daily plant operation, using the NRMCA Plant Certification 17 checklist. The Plant Manager certification shall be done prior to the start of a 18 project, and every six months throughout the life of the project, and meet the 19 following requirements: 20 "" 21 a. The Agreement to Regularly Check Scales and Volumetric Batching 22 Dispensers page in the NRMCA Plant Certification checklist shall be 23 signed by the Plant Manager and notarized. 24 25 b. The signed and notarized Agreement to Regularly Check Scales and 26 Volumetric Batching Dispensers page and a copy of the NRMCA .. 27 Plant Certification checklist cover page showing the plant designation, 28 address and Company operating plant shall all be submitted to the 29 Project Engineer with the concrete mix design (WSDOT Form 350- ,,, 30 040), along with copies of the truck list, batch plant scale certification, 31 admixture dispensing certification, and volumetric water batching 32 devices (including water meters) verification. 33 34 c. The NRMCA Plant Certification checklists shall be maintained by the 35 Plant Manager and are subject to review at any time by the 36 Contracting Agency, 37 38 e. Volumetric water batching devices (including water meters) shall be 39 verified every 90 days. 40 41 6-02.3(5)C Conformance to Mix Design 42 Item 2 under the first paragraph is revised to read: 43 44 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of 45 that specified in the mix design. 46 47 6-02.3(5)H Sampling and Testing for Compressive Strength 48 This section including title is revised to read: + 49 TEST2 19 1 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial 2 Curing 3 Acceptance testing for compressive strength shall be conducted at the same frequency , 4 as the acceptance tests for temperature, consistency, and air content. 5 6 The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. 7 The Contractor shall also provide, maintain and operate all necessary power sources 8 and connections needed to operate the curing box. Concrete cylinders shall be cured in 9 a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall 10 maintain a temperature between 60°F and 80°F for concrete with specified strengths ' 11 less than 6000 psi and between 68°F and 78°F for concrete with specified strengths of 12 6000 psi and higher. A minimum/maximum thermometer shall be installed to measure 13 the internal temperature of the cure box. The thermometer shall be readable from 14 outside of the box and be capable of recording the high and low temperatures in a 24- 15 hour period. The cure boxes shall create an environment that prevents moisture loss 16 from the concrete specimens. The top shall have a working lock and the interior shall be ' 17 rustproof. A moisture-proof seal shall be provided between the lid and the box. The cure 18 box shall be the appropriate size to accommodate the number of concrete acceptance 19 cylinders necessary or the Contractor shall provide additional cure boxes. Once 20 concrete cylinders are placed in the cure box, the cure box shall not be moved until the 21 cylinders have been cured in accordance with these specifications. When concrete is 22 placed at more than one location simultaneously, multiple cure boxes shall be provided. 23 24 The Contractor shall protect concrete cylinders in cure boxes from excessive vibration 25 and shock waves during the curing period in accordance with Section 6-02.3(6)D. 26 27 6-02.3(6)D Protection Against Vibration 'o 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 ated 36 impact tools, pavement breakers, and other large pieces of equipment. r 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 r 43 other surface waters. 44 45 6-02.3(16) Plans for Falsework and Formwork 11r, 46 The address for FEDEX delivery following the fourth paragraph is revised to read: 47 48 Washington State Department of Transportation s 49 Bridge and Structures Engineer 50 7345 Linderson Way SW 51 Tumwater, WA 98501-6504 52 as TEST2 20 1111 I 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans r. 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 +r 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 �r 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 2'/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 Yrr 36 1'/2-inches between: Main bars and the surface of concrete not exposed to 37 earth or weather. Slab bars and the top of the slab 38 (except roadway slabs). Barrier and curb bars and the 39 surface of the concrete. Stirrups and ties and the 40 surface of the concrete exposed to earth or weather. 41 �.► 42 1-inch between: Slab bars and the bottom of the slab. Stirrups and ties 43 and the surface of the concrete not exposed to earth or 44 weather. 45 46 6-02.3(26)A Shop Drawings 47 The address for FEDEX delivery under Item 1 in the first paragraph is revised to read- 48 48 49 Washington State Department of Transportation 50 Bridge and Structures Engineer 51 7345 Linderson Way SW 52 Tumwater, WA 98501-6504 rw TEST2 21 wn 1 ' 2 6-02.3(28)A Shop Drawings 3 The first paragraph is revised to read: , 4 5 Before casting the structural elements, the Contractor shall submit: 6 7 1. Seven sets of shop drawings for approval by the Department of Transportation 8 Bridge and Structures Engineer, Construction Support, addressed as follows: 9 10 US Postal Service ' 11 P. O. Box 47340 12 Olympia, WA 98504-7340 13 ,14 FedEx 15 7345 Linderson Way SW 16 Tumwater, WA 98501-6504; and 17 18 2. Two sets of shop drawings to the Project Engineer. 19 20 6-02.4 Measurement 21 This section is supplemented with the following: 22 23 No specific unit of measure will apply to the lump sum item for cure box. 24 25 6-02.5 Payment j 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: .r 42 43 US Postal Service 44 P. O. Box 47340 45 Olympia, WA 98504-7340 46 47 FedEx 48 7345 Linderson Way SW 49 Tumwater, WA 98501-6504 50 sir TEST2 22 1 6-03.3(21)A Web Plates am 2 This section is revised to read- 3 go 4 If web plates are spliced, gaps between plate ends shall be set at shop assembly to 5 measure 1/4-inch, and shall not exceed 3/8-inch. 6 7 6-03.3(33) Bolted Connections 8 The first sentence in the second paragraph is revised to read: 9 10 All bolted connections are slip critical. 11 12 SECTION 6-05, PILING 13 August 7, 2006 14 6-05.3(11)H Pile Driving From or Near Adjacent Structures 15 The second paragraph is revised to read: +. 16 17 Freshly placed concrete in the vicinity of the pile driving operation shall be protected 18 against vibration in accordance with Section 6-02.3(6)D. 19 20 The third paragraph is deleted. 21 22 6-05.5 Payment 23 The paragraph following "Furnishing St. Piling", per linear foot is revised to read: 24 25 The unit contract price per linear foot for "Furnishing (type) Piling (--J" 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: r TEST2 23 +rr 1 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. 1 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 .rr 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 .6 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 err 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 I 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 err 14 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the 15 following information shall be submitted to the Engineer for approval in accordance with 16 Sections 6-01.9 and 6-02.3(28)A: 17 18 1. Working drawings for fabrication of the wall stem panels, showing dimensions, 19 steel reinforcing bars, joint and joint filler details, surface finish details, lifting 20 devices with the manufacturer's recommended safe working capacity, and 21 material specifications. 22 23 2. Working drawings and design calculations for the erection of the wall stem 24 panels showing dimensions, support points, support footing sizes, erection 25 blockouts, member sizes, connections, and material specifications. 26 27 3. Design calculations for the precast wall stem panels, the connection between 28 the precast panels and the cast-in-place footing, and all modifications to the 29 cast-in-place footing details as shown in the Plans or Standard Plans. r 30 31 The Contractor shall not begin excavation and construction operations for the retaining 32 walls until receiving the Engineer's approval of the above submittals. rrr 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 r 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 r TEST2 25 r 1 2. For all wind loads - AASHTO Guide Specifications for Structural Design of ' 2 Sound Barriers, latest edition and current interims. 3 4 The precast concrete wall stem panels shall be fabricated in accordance with the , 5 dimensions and details shown in the Plans, except as modified in the shop drawings as 6 approved by the Engineer. 7 , 8 The precast concrete wall stem panels shall be fabricated full height, and shall be 9 fabricated in widths of 8 feet, 16 feet, and 24 feet. 10 11 The construction tolerances for the precast concrete wall stem panels shall be as 12 follows: 13 '14 Height ±1/4 inch 15 Width ±1/4 inch 16 Thickness ±1/4 inch 17 -1/8 inch 18 Concrete cover for steel reinforcing bar ±3/8 inch 19 -1/8 inch 20 Width of precast concrete wall stem panel joints ±1/4 inch 21 Offset of precast concrete wall stem panels ±1/4 inch 22 (Deviation from a straight line extending 5 feet on each side of the panel joint) 23 24 The precast concrete wall stem panels shall be constructed with a mating shear key 25 between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 26 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5- 27 1/2 inches maximum. The shear key shall be continuous and shall be of uniform width 28 over the entire height of the wall stem. 29 30 The Contractor shall provide the specified surface finish as noted, and to the limits 31 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved 32 with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the 33 Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall 34 stem panels shall be cast in a vertical position if the Plans call for a form liner texture on 35 both sides of the wall stem panel. 36 ,0 37 The precast concrete wall stem panel shall be rigidly held in place during placement and 38 curing of the footing concrete. 39 to 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 go TEST2 26 to r 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 so 5 The soil bearing pressure beneath the falsework supports g p 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 wr 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. .r 33 34 Cement concrete gutter shall be constructed as shown in the Standard Plans. 35 36 6-11.3(6) Traffic Barrier and Pedestrian Barrier 37 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in 38 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans „ 39 and Standard Plans. 40 41 6-11.4 Measurement 42 Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4. 43 44 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for r 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: rrr 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. rw 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 at 30 December 4, 2006 31 6-13.3(2) Submittals go 32 The fifth paragraph is revised to read: 33 34 The design calculation and working drawing submittal shall include detailed design so 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 M 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". to TEST2 28 do w 1 2 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier 3 This Section is revised to read: 4 5 The Contractor, in conjunction with the structural earth wall manufacturer, shall design 6 and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with 7 Section 6-13.3(2) and the above ground geometry details shown in the Plans. The 8 barrier working drawings and supporting calculations shall include, but not be limited to, 9 the following: 10 •` 11 1. Complete details of barrier cross section geometry, including the portion below 12 ground, and accommodations necessary for bridge approach slabs, PCCP, 13 drainage facilities, underground utilities, and sign support, luminaire pole, 14 traffic signal standard, and other barrier attachments. 15 16 2. Details of the steel reinforcement of the barrier, including a bar list and bending 17 diagram in accordance with Section 6-02.3(24), and including additional 18 reinforcement required at sign support, luminaire pole, traffic signal standard, 19 and other barrier attachment locations. 20 21 3. Details of the interface of, and the interaction between, the barrier and the top 22 layers of structural earth wall reinforcement and facing. 23 24 4. When the Plans specify placement of conduit pipes through the barrier, details 25 of conduit pipe and junction box placement. 26 27 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with 28 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural 29 earth wall working drawings as approved by the Engineer. +. 30 31 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS 32 December 4, 2006 33 6-14.3(2) Submittals 34 Item 2 is revised to read: 35 36 2. The Contractor's proposed wall construction method, including proposed forming 37 systems, types of equipment to be used, proposed erection sequence and details 38 of how the backfill will be retained during each stage of construction. 39 40 6-14.3(4) Erection and Backfill 41 The first sentence in the eighth paragraph is revised to read: 42 43 The Contractor shall place and compact the wall backfill in accordance with the wall 44 construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C, r 45 except as follows: 46 Aw 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 we 51 The first three paragraphs are revised to read: fr TEST2 29 an 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 t 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 w 28 6-15.3(8) Soil Nail Testing and Acceptance 29 The first sentence in the fourth paragraph is revised to read: .r 30 31 The pressure gauge shall be graduated in increments ments 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 11ri rwr 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 r" 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 26 pumpable lean concrete is completely set. The bottom of the excavation in front of the 27 wall shall be level. Excavation shall conform to Section 2-03. 28 29 SECTION 6-17, PERMANENT GROUND ANCHORS ,�. 30 August 7, 2006 31 6-17.3(8) Testing and Stressing +� 32 The first sentence in the third paragraph is revised to read: 33 34 The pressure gauge shall be graduated in increments of either 100 psi or two percent of 35 the maximum test load, whichever is less. 36 37 SECTION 7-01, DRAINS 38 August 7, 2006 39 7-01.3 Construction Requirements 40 This section is revised to read: 41 42 A trench of the dimensions shown in the Plans or as specified by the Engineer shall be 43 excavated to the grade and line given by the Engineer. 44 45 Section 7-01.3 is supplemented with the following new sub-sections: 46 47 7-09.3(9) 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 �r 50 drain pipe shall be laid with the bell or larger end upstream. PVC drain pipe shall be r TEST2 31 .r 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 7-09.3(2) Underdrain Pipe 7 When underdrain pipe is being installed as a means of intercepting ground or surface 8 water, the trench shall be fine-graded in the existing soil 3 inches below the grade of the 9 pipe as shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill 10 shall be placed to the depth shown in the Plans or as designated by the Engineer. All 11 backfill shall be placed in 12-inch maximum layers and be thoroughly compacted with 12 three passes of a vibratory compactor for each layer. The Contractor shall use care in 13 placing the gravel backfill material to prevent its contamination. 14 15 Class 2 perforations shall be used unless otherwise specified. When Class 1 16 perforations are specified the perforated pipe shall be laid with the perforations down. 17 Upon final acceptance of the work, all drain pipes shall be open, clean, and free 18 draining. Perforated pipe does not require a watertight joint. PVC underdrain pipe shall 19 be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or 20 solvent cement as described in Section 9-04.9, at the option of the Contractor unless , 21 otherwise specified in the Plans. The bell shall be laid upstream. PE drainage tubing 22 underdrain pipe shall be jointed with snap-on, screw-on, bell and spigot, or wraparound 23 coupling bands, as recommended by the manufacturer of the tubing. 24 25 SECTION 7-02, CULVERTS 26 January 3, 2006 27 7-02.2 Materials 28 The fifth and seventh paragraphs are deleted: 29 30 SECTION 7-04, STORM SEWERS 31 January 3, 2006 WA 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 +,ww TEST2 32 W 1 `r` 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 rr 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. wr 30 The Erosion and Sediment Control Inspection Form (Form Number 220-030 EF) shall 31 be completed for each inspection and a copy shall be submitted to the Engineer no later 32 than the end of the next working day following the inspection. 33 34 8-01.3(2)E Tacking Agent and Soil Binders 35 The third paragraph, (PAM) is revised to read: 36 37 Soil Binding Using Polyacrylamide (PAM) 38 The PAM shall be applied on bare soil completely dissolved and mixed in water or �. 39 applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 40 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of 41 cellulose fiber mulch treated with a non-toxic dye shall be applied with the dissolved 42 PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held 43 fertilizer spreader or a tractor-mounted spreader. 44 45 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 46 The second paragraph under East of the summit of the Cascade Range, beginning with "The 47 Contractor will be responsible", is deleted. 48 49 8-01.3(9)A Silt Fence 50 The fifth paragraph is revised to read: 51 ow TEST2 33 r 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 .r 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) Prunin g, Stakin g, 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 .n 45 December 4, 2006 46 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters r 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 we 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. an 11 12 SECTION 8-08, RUMBLE STRIPS 13 April 3, 2006 14 8-08.1 Description 15 The first sentence is revised to read: 16 17 This work consists of constructing centerline and shoulder rumble strips by grinding hot 18 mix asphalt. 19 20 8-08.3 Construction Requirements 21 The first sentence in the first paragraph is revised to read: 22 23 The equipment shall have a rotary type cutting head or series of cutting heads capable 24 of grinding one or more recesses in the hot mix asphalt as detailed in the Standard 25 Plans. 26 27 The third sentence in the third paragraph is revised to read: 28 29 All cuttings and other debris shall become the property of the Contractor and be 30 disposed of outside the project limits. 31 32 SECTION 8-09, RAISED PAVEMENT MARKERS 33 April 3, 2006 34 8-09.3(5) Recessed Pavement Marker 35 This section is revised to read: 36 .. 37 Construct recesses for pavement markers by grinding the pavement in accordance with 38 the dimensions shown in the Standard Plans. This work shall include cleanup and 39 disposal of cuttings and other resultant debris. Prepare the surface in accordance with 40 Section 8-09.3(1). Install Type 2 markers in the recess in accordance with the Standard 41 Plans and Section 8-09.3(4). 42 .. 43 SECTION 8-11, GUARDRAIL 44 April 3, 2006 45 8-11.3(4) Removing Guardrail 46 This section including title is revised to read: 47 r TEST2 35 r 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 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: 4W 41 42 Both forms and ground which will be in contact with the concrete shall be thoroughly 43 moistened before placing concrete; however, excess water in the foundation excavation 44 will not be permitted. Foundations shall have set at least 72 hours prior to the removal 45 of the forms. All forms shall be removed, except when the Plans or Special Provisions 46 specifically allow or require the forms or casing to remain. 47 48 8-20.3(9) Bonding, Grounding 49 The first, second, and fourth paragraphs are revised to read: TEST2 36 2 All metallic appurtenances containing electrical conductors (luminaires, light standards, 3 cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to 4 form continuous systems, that shall be effectively grounded. 5 6 Where conduit is installed, the installation shall include an equipment ground conductor, 7 in addition to the conductors noted in the contract. Bonding jumpers and equipment 8 grounding conductors shall be installed in accordance with Section 9-29.3 and NEC. 9 Where existing conduits are used for the installation of new circuits, an equipment- 10 grounding conductor shall be installed unless an existing equipment ground conductor, ar 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 r 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 .r• 30 lighting or flashing beacons the supplemental grounding conductor shall be a non- 31 insulated 6 AWG stranded copper conductor. 32 r. 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- ■r 48 09.3(1)E. 49 50 The fifth paragraph is revised to read: 51 TEST2 37 err 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. ri 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 w TEST2 38 1 Centerlines on two lane highways with skip patterns, paint or plastic, shall be applied in 2 the increasing mile post direction so they are in cycle with existing skip pattern lines at 3 the beginning of the project. Skip patterns applied to multi-lane or divided roadways 4 shall be applied in cycle in the direction of travel. �. 5 6 Where paint is applied on centerline on two-way roads with bituminous surface 7 treatment or centerline rumble strips, the second paint application shall be applied in the da 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: rr 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 tir [Type A-with profiles extruded 90 90 120 Type A- embossed extruded 160 160 160 Type A-embossed with profiles extruded 160 160 160 01 Type 8-flat/transverse & symbofsl heat fused 1 125 1 125 1 125 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 .s 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 24 Type D— inset/long line extruded 230 1 230 230 dw .. ww TEST2 39 r 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 w TEST2 40 1 be swept or blown off the line prior to application of each successive application. 2 Successive applications shall be applied squarely on top of the preceding application. 3 4 8-22.3(5) Installation Instructions 5 This section including title is revised to read: 6 7 8-22.3(5) Plastic Installation Instructions 8 Installation instructions for plastic markings shall be provided for the Engineer. All 9 materials including glass beads shall be installed according to the manufacturer's 10 recommendations. A manufacturer's technical representative shall be present at the 11 initial installation of plastic material to approve the installation procedure or the material 12 manufacturer shall certify that the Contractor will install the plastic material in 13 accordance with their recommended procedure. 14 15 8-22.4 Measurement 16 The following is inserted after the fifth paragraph: 17 18 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking 19 stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and 20 pattern shown in the Standard Plans. These lines will be measured as painted or plastic 21 line or wide line by the linear foot of line installed. Crosswalk line will be measured by 22 the square foot of marking installed. 23 24 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad 25 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 26 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be 27 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, 28 regardless of the number of arrow heads. 29 30 The last paragraph is revised to read: 31 32 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane 33 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial 34 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed 35 bump symbol will be measured per each. Removal of crosswalk lines will be measured .. 36 by the square foot of lines removed. 37 38 8-22.5 Payment ,r. 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 r.�c 1 W 2 SECTION 9-02, BITUMINOUS MATERIALS 3 January 3, 2006 am 4 9-02.1(4) Asphalt Binders 5 This section including title is revised to read: 6 so 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 9-02.9(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: i 29 AASHTO Test Specifications Method Minimum Maximum Viscosity @122°F, SFS T 59 100 400 Storage Stability 1 day % T 59 --- 1 Demulsibility 35 ml. 0.8% Dioctyl T 59 40 --- Sodium Sulfosuccinate Particle Charge T59 positive --- Sieve Test % T 59 --- 0.30 Distillation .r Oil distillate by vol. of emulsion % T 59note 1 0 3 Residue T 59 note 1 65 --- Test on the Residue From Distillation Not Penetration @770F T49 100 250 Torsional Recovery % note 2 18 --- TEST2 42 to or oughness/Tenacity in-lbs note 3 50/25 --- 1 2 note 1Distillation 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 '/a 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 rrr 19 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe 20 This section including title is revised to read: V 21 A 22 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch) 23 Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type 24 C (corrugated both inside and outside) or type S (corrugated outer wall and smooth " 25 inner liner). The maximum size pipe shall be 10 inches in diameter. 26 27 9-05.1(7) Corrugated Polyethylene Drain Pipe 28 This section including title is revised to read: 29 30 9-05.1(7) Corrugated Polyethylene Drain Pipe (12-inch through 60-inch) 31 Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum, shall 32 meet the minimum requirements of AASHTO M 294 Type S or 12-inch through 24 inch 33 diameter maximum shall meet the minimum requirements of AASHTO M 294 Type C. 34 35 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain 36 Pipe "" 37 This section including title is revised to read: 38 39 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10- '�` 40 inch) 41 Perforated corrugated polyethylene underdrain pipe shall meet the requirements of 42 AASHTO M252, Type 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 yr 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 (92-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 st 34 9-05.15(1) Manhole Ring and Cover 35 This section is revised to read: 36 at 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 "Dl." The producing foundry and material identification shall be TEST2 44 I adjacent to each other and shall be minimum % inch to maximum 1 inch high letters, 2 recessed to be flush with the adjacent surfaces. 3 4 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets 5 The first and second paragraphs are revised to read: 6 7 Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or �. 8 ductile iron, and as shown in the Standard Plans. 9 10 Castings for grates and solid metal covers for catch basins and inlets shall be cast steel 11 or ductile iron and as shown in the Standard Plans. Additionally, leveling pads are 12 allowed on grates and solid metal covers with a height not to exceed 1/8 inch. The 13 producing foundry's name and material designation shall be embossed on the top of the 14 grate. The material shall be identified by the following: "CS" for cast steel or "DUC" or 15 "DI" for ductile iron and shall be located near the producing foundry's name. 16 17 9-05.15(3) Cast Metal Inlets 18 The first sentence is revised to read: 19 20 The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the 21 Standard Plans. 22 23 9-05.19 Corrugated Polyethylene Culvert Pipe 24 The first paragraph is revised to read: 25 26 Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 UW 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 rr 1 SECTION 9-07, REINFORCING STEEL 2 December 4, 2006 3 9-07.2 Deformed Steel Bars 4 The first sentence in the first paragraph is revised to read: 5 6 Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 7 Grade 60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast- 8 in-place components of bridge structures (excluding sidewalks and barriers but including 9 shafts and concrete piles), and for precast substructure components of bridge 10 structures, shall conform to ASTM A 706 only. 11 12 SECTION 9-09, TIMBER AND LUMBER 13 August 7, 2006 ! 14 9-09.2(3) Inspection 15 This section is revised to read: 16 17 Timber and lumber requiring a grade stamp shall be marked with a certified lumber 18 grade stamp provided by one of the following agencies: 19 20 West Coast Lumber Inspection Bureau (WCLIB) 21 Western Wood Products Association (WWPA) 22 Pacific Lumber Inspection Bureau (PLIB) 23 Any lumber grading bureau certified by the American Lumber Standards Committee 24 25 Timber and Lumber requiring a grading certificate shall have a certificate that was 26 issued by either the grading bureau whose stamp is shown on the material, or by the 27 lumber mill, which must be under the supervision of one of the grading bureaus listed 28 above. The certificate shall include the following: 29 30 Name of the mill performing the grading 31 The grading rules being used 32 Name of the person doing the grading with current certification 33 Signature of a responsible mill official 34 Date the lumber was graded at the mill 35 Grade, dimensions, and quantity of the timber or lumber 36 37 For Structures: 38 All material delivered to the project shall bear a grade stamp and have a grading 39 certificate. The grade stamp and grading certificate shall not constitute final acceptance 40 of the material. The Engineer may reject any or all of the timber or lumber that does not 41 comply with the specifications or has been damaged during shipping or upon delivery. 42 43 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and 44 Mailbox Posts: 45 Material delivered to the project shall either bear a grade stamp on each piece or have a 46 grading certificate. The grade stamp or grading certificate shall not constitute final 47 acceptance of the material. The Engineer may reject any or all of the timber or lumber 48 that does not comply with the specifications or has been damaged during shipping or 49 upon delivery. 50 at 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. r 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)6. 30 31 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 32 August 7, 2006 33 9-14.2 Seed 34 This section is revised to read: 35 36 Grasses, legumes, or cover crop seed of the type specified shall conform to the 37 standards for "Certified" grade seed or better as outlined by the State of Washington 38 Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be 39 furnished in standard containers on which shall be shown the following information: 40 41 (1) Common and botanical names of seed, 42 (2) Lot number, 43 (3) Net weight, 44 (4) Pure live seed 45 46 All seed installers and vendors must have a business license issued by the Washington �. 47 State Department of Licensing with a "seed dealer" endorsement. Upon request, the TEST2 47 r 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. to 9 10 9-14.4(1) Straw 11 This section is revised to read: ,o 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 to 15 spreading with mulch blower equipment. 16 17 9-14.4(3) Bark or Wood Chips at 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 1 Percent passing %" 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 '/" 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"_ .w 14 15 1 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 W 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 .r 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.composting council.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 rr 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. Vi 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 0 12 Standards for Solid Waste Handling). 13 14 3. The supplier shall verify in writing, and provide lab analyses that the material 46 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 lbs/cf or greater. rrr 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 wrr 11 inch openings. 12 13 Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a v 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 '/Z to 46 1 % 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 w TEST2 51 ctrl 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 at 9 This section is revised to read: 10 11 All plant material furnished shall meet the grades established by the latest edition of the 12 American Standard for Nursery Stock, (ASNS)ANSI Z60.1 shall conform to the size and 13 acceptable conditions as listed in the contract, and shall be free of all foreign plant 14 material. 15 16 All plant material shall comply with State and Federal laws with respect to inspection for 17 plant diseases and insect infestation. , 18 19 All plant material shall be purchased from a nursery licensed to sell plants in 20 Washington State. 21 22 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall 23 be vigorous, well formed, with well developed fibrous root systems, free from dead 24 branches, and from damage caused by an absence or an excess of heat or moisture, 25 insects, disease, mechanical or other causes detrimental to good plant development. 26 Evergreen plants shall be well foliated and of good color. Deciduous trees that have 27 solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees 28 shall have only one leader (growing apex) and one terminal bud, and shall not be 29 sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y- 30 crotches shall be rejected. 31 32 Root balls of plant materials shall be solidly held together by a fibrous root system and 33 shall be composed only of the soil in which the plant has been actually growing. Balled 34 and burlapped rootballs shall be securely wrapped with jute burlap or other packing 35 material not injurious to the plant life. Root balls shall be free of weed or foreign plant 36 growth. 37 38 Plant materials shall be nursery grown stock. Plant material, with the exception of 39 cuttings, gathered from native stands shall be held under nursery conditions for a 40 minimum of one full growing season, shall be free of all foreign plant material, and meet 41 all of the requirements of these Specifications, the Plans, and the Special Provisions. 42 43 Container grown plants must be plants transplanted into a container and grown in that 44 container sufficiently long for new fibrous roots to have developed so that the root mass 45 will retain its shape and hold together when removed from the container, without having 46 roots that circle the pot. Plant material which is root bound, as determined by the 47 Engineer, shall be rejected. Container plants shall be free of weed or foreign plant 48 growth. 49 50 Container sizes for plant material of a larger grade than provided for in the container 51 grown specifications of the ASNS shall be determined by the volume of the root ball 52 specified in the ASNS for the same size plant material. w TEST2 52 r/ 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 +r• 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 rrr 30 The second paragraph is revised to read: 31 32 Container or balled and burlapped plant material may be substituted for bare root plant 33 material. Container grown plant material may be substituted for balled and burlapped 34 plant materials. When substitution is allowed, use current ASNS standards to determine 35 the correct rootball volume (container or balled and burlapped) of the substituted 36 material that corresponds to that of the specified material. These substitutions shall be 37 approved by the Engineer and be at no cost to the Contracting Agency. 38 39 9-14.6(7) Temporary Storage 40 The third paragraph is revised to read: 41 42 Cuttings shall continually be shaded and protected from wind. Cuttings must be 43 protected from drying at all times and shall be heeled into moist soil or other insulating 44 material or placed in water if not installed within 8 hours of cutting.Cuttings to be stored 45 for later installation shall be bundled, laid horizontally, and completely buried under 46 6 inches of water, moist soil or placed in cold storage at a temperature of 34 F and 90% 47 humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in 48 water for 24 hours prior to planting. Cuttings taken when the temperature is higher than +. 49 50°F shall not be stored for later use. Cuttings that already have developed roots shall 50 not be used. 51 +r 52 The fourth paragraph is deleted. TEST2 53 1 so 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 at 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 so No TEST2 54 No I 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 �r 5 presence of the Engineer. 6 7 This section is supplemented with the following new subsections: err 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 err 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 wr TEST2 55 ■r 1 coated with anti-seize compound and recessed into the cover. The tapped holes JW 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 rri 5 9-29.2(1)6 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. err 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 A 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 r 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 ow 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. 60 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. w 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 finch 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. �r 37 5. Spalling of the concrete. 38 39 Testing for the Standard Duty non-concrete Junction Boxes 40 Non-concrete Junction Boxes shall be tested to a minimum of 22,500 Ibs as defined 41 in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall 42 provide a Manufacture Certificate of Compliance for each non-concrete junction 43 box installed. 44 45 Testing for Heavy Duty Junction Boxes �► 46 Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load 47 shall be applied vertically through a 10-inch x 20-inch x 1-inch steel plate centered 48 on the lid with an orientation both on the long axis and the short axis of the junction +�. 49 box. The test load shall be applied and released ten times on each axis. The 50 deflection at the test load and released state shall be recorded for each interval. At 51 each interval the test box shall be inspected for lid deformation, failure of the lid or 52 frame welds, vertical and horizontal displacement of the lid frame, cracks, and r TEST2 57 +iw 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 .r 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. rrr 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. vi 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 j 37 defined in this specification, shall be performed once in the presence of the Engineer. j 38 39 This section is supplemented with the following new sections: 40 41 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 42 Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load 43 rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete 44 Standard Duty Junction Boxes. 45 46 Concrete for standard duty cable vaults and pull boxes shall have a minimum 47 compressive strength of 4000 psi. The frame shall be anchored to the vault/box by 48 welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, 49 as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the 50 studs and frame with standard tie practices. The vault/box shall contain ten studs 51 located near the centerline of the frame and wall. Studs shall be placed one anchor in 52 each corner, one at the middle of each width and two equally spaced on each length of TEST2 58 1 the vault/box. The steel frame, lid support, and lid shall be painted with a black paint 2 containing rust inhibiters or painted with a shop applied, inorganic zinc primer in 3 accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. 4 5 Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: 6 7 Concrete Section 6-02 8 Reinforcing Steel Section 9-07 9 Lid ASTM A786 diamond plate steel 10 Frame ASTM A786 diamond plate steel or ,., 11 ASTM A36 flat steel 12 Lid Support & Handle ASTM A36 steel 13 Anchors (studs) Section 9-06.15 .� 14 Bolts, Nuts, Washers ASTM F593 or A 193, type 304 or 316 15 16 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes 17 Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a 18 minimum compressive strength of 4000 psi, and have a minimum vertical load rating of 19 46,000 pounds without permanent deformation and 60,000 pounds without failure when 20 tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes. 21 22 Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: 23 24 Concrete Section 6-02 25 Reinforcing Steel Section 9-07 26 Cover Section 9-05.15(1) •• 27 Ring Section 9-05.15(1) 28 Anchors (studs) Section 9-06.15 29 Bolts, Nuts, Washers ASTM F593 or Al 93, type 304 or 316 30 31 9-29.2(4) Cover Markings 32 The first sentence of the first paragraph is revised to read: �. 33 34 Junction boxes, cable vaults, and pull boxes with metallic lids shall be 35 marked with the appropriate legend in accordance with the bead weld details 36 in the Standard Plans. Non-metallic lids shall be embossed with the 37 appropriate legend and a non-skid surface. Legends for metallic lids and 38 non-metallic lids shall be 1-inch nominal height. +• 39 40 The first sentence of the second paragraph is revised to read: 41 42 Junction boxes, cable vaults and pull boxes shall be marked or embossed 43 for use in accordance with the plans and following schedule: 44 45 9-29.6(2) Slip Base Hardware 46 The last sentence in the first paragraph is revised to read: +rr 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 irr TEST2 59 Ow 1 9-29.6(5) Foundation Hardware 2 The second and third paragraphs are revised to read: 3 4 Anchor bolts, and associated nuts and washers, for Type CCTV, II, III, IV, and V signal 5 standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods 6 conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A 7 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for 8 embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or " 9 greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is 10 less than five times the nominal bolt diameter). 11 12 All foundation hardware shall be 100% hot-dipped galvanized in accordance with 13 AASHTO M 111 and AASHTO M 232. 14 15 SECTION 9-30, WATER DISTRIBUTION MATERIALS 16 August 7, 2006 ' 17 9-30.6(3)A Copper Tubing 18 This section is revised to read: ' 19 20 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 21 ASTM B 88, Type K rating. , 22 23 SECTION 9-33, CONSTRUCTION GEOTEXTILE 24 August 7, 2006 25 Section 9-33 including title is revised in its entirety to read: 26 27 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 28 29 9-33.1 Geosynthetic Material Requirements ' 30 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and 31 prefabricated drainage mats. 32 33 Geotextiles, including geotextiles attached to prefabricated drainage core to form a 34 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns 35 formed into a stable network such that the fibers or yarns retain their position relative to 36 each other during handling, placement, and design service life. At least 95 percent by 37 weight of the material shall be polyolefins or polyesters. The material shall be free from 38 defects or tears. The geotextile shall also be free of any treatment or coating which 39 might adversely alter its hydraulic or physical properties after installation. 40 41 Geogrids shall consist of a regular network of integrally connected polymer tensile 42 elements with an aperture geometry sufficient to permit mechanical interlock with the 43 surrounding backfill. The long chain polymers in the geogrid tensile elements, not 46 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 r 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 s 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 a� 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 MethodZ Survivability Survivability Geotextile Property Woven Nonwoven Woven Nonwoven rr r TEST2 61 wr 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 i x-machine direction Seam —5-4—63- 4632 160 lb 100 lb min. 220 lb 140 lb min. so Breaking min. min. Strength Puncture D 6241 370 lb 220 lb min. 495 lb 310 Ib min. no 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 A Ultraviolet D 4355 50% strength retained min., (UV) after 500 hours in a xenon arc device ' Radiation Stability 1 2 Table 2: Geotextile for underground drainage filtration properties. 3 Geotextile Property ASTM Geotextile Property Requirements Test Class A Class B Class C Method2 AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 80 max. max. max. Water Permittivity D 4491 0.5 sec min. 0.4 sec- min. 0.3 sec min. 4 5 Table 3: Geotextile for separation or soil stabilization. 6 Geotextile ASTM Geotextile Property Requirements Property Test Separation Soil Stabilization Method2 Woven Nonwoven Woven 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 Ib min. 160 Ib min. 315 Ib 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 Ib min. TEST2 62 ` Stren th 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 Ib min. rr in machine and x-machine direction Ultraviolet(UV) D 4355 50% strength retained min., Radiation after 500 hours in xenon arc device Stability w" 1 2 Table 4: Geotextile for permanent erosion control and ditch lining. 3 7AOS ASTM Geotextile Property Requirements Test Permanent Erosion Control Ditch Linin Method Moderate High n Survivability Survivability Woven Non- Woven Non- Woven Non- woven woven woven wo D 4751 See Table 5 See Table 5 U.S. No. 30 max. D 4491 See Table 5 See Table 5 0.02 sec min. Grab D 4632 250 lb 160 lb 315 lb 200 lb 250 Ib 160 lb 10 Tensile min. min. min. min. min. min. Strength, in machine wo and x-machine direction Grab D 4632 15% - > 50% 15% - > 50% < 50% > 50% 40 Failure 50% 50% Strain, in machine 62 and x-machine direction 10 Seam D 4632 220 lb 140 lb 270 lb 180 lb 220 lb 140 Ib Breaking min. min. min. min. min. min. Strength VO Puncture D 6241 495 lb 310 lb 620 lb 430 lb 495 lb 310 Ib Resistance min. min. min. min. min. min. Tear D 4533 80 Ib 50 lb 112 lb 79 lb 80 lb 50 lb Strength, min. min. min. min. min. min. to in machine and x-machine rr direction Ultraviolet D 4355 70% strength retained min., (UV) after 500 hours in xenon arc device to Radiation Stability 4 ru 5 Table 5: Filtration properties for geotextile for permanent erosion control. to TEST2 63 UW 1 ASTM Geotextile Property Requirements' Geotextile Test Property Method Class A Class B Class C AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 70 max. max. max. Water D 4491 0.7 sec' min. 0.4 sec' min. 0.2 sec' min. Permittivity 2 3 Table 6: Geotextile for temporary silt fence. 4 Geotextile Property ASTM Geotextile Propert y Requirements' Test Unsupported Supported Between Method Between Posts Posts with Wire or 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, in machine and 100 lb min. x-machine direction in x-machine ' direction Grab Failure Strain, D 4632 30% max. at 180 lb in machine and or more ' x-machine direction Ultraviolet(UV) D 4355 70% strength retained min., Radiation Stability after 500 hours in xenon arc device , 5 6 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes 7 Table 7: Minimum properties required for geotextile reinforcement used in 8 geosynthetic reinforced slopes and retaining walls. 9 Geotextile Property ASTM Geotextile Property Requirements' Test Woven Nonwoven Method AOS D 4751 U.S. No. 20 max. Water Permittivit D 4491 0.02 sec' min. Grab Tensile D 4632 200 lb min. 120 lb min. Strength, in machine and x-machine direction Grab Failure Strain, D 4632 < 50% > 501/0 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 +err 7Radiation direction t(UV) D 4355 70% (for polypropylene and polyethylene) Stability and wr 50% (for polyester) Strength Retained min., after 500 hours in a xenon arc device 1 2 9-33.2(3) Prefabricated Drainage Mat 3 Prefabricated drainage mat shall have a single or double dimpled polymeric core 4 with a geotextile attached and shall meet the following requirements: 5 6 Table 8: Minimum properties required for prefabricated drainage mats. 7 Geotextile Property ASTM Geotextile Property Requirements' Test Method AOS D 4751 U.S. No. 60 max. Water Permittivit 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. i` 20 21 3With seam located in the center of 8-inch long specimen oriented parallel to 22 grip faces. r 23 24 4Applies only to seams perpendicular to the wall face. 25 26 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile 27 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the 28 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control 29 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). TEST2 65 low 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 40 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 so 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 sq. 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 WIN 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 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 T"It 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, rr TEST2 67 Ow 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 rrr 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." .r 36 37 9-34.3 Plastic 38 This section is revised to read: . 39 r 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 "r 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." ••` r 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 +�r 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 +�w err r �r. TEST2 69 law SPECIAL PROVISIONS \ . SPECIAL PROVISIONS *AS x » z m&*1 ) EXPIRES tz � §— Lo Af �� \ / \ Dm Road—Panther Creek Emergency Culvert Repair aim . \ err TABLE OF CONTENTS On SPECIAL PROVISIONS......................... ........................................7 ............................................. 1-01 DEFINITIONS AND TERMS.............................................................................................7 rir 1-01.1 General............................................................................................................................... 7 1-01.2 Abbreviations..................................................................................................................... 7 1-01.2(2)Items of Work and Units of Measurement.................................................................... 7 1-01.3 Definitions......................................................................................................................... 8 1-02 BID PROCEDURES AND CONDITIONS...................................................................... 10 wr 1-02.4(2) Subsurface Information............................................................................................ 10 1-02.6 Preparation of Proposal...................................................................................................11 1-02.6(1) Proprietary Information............................................................................................11 1-03 AWARD AND EXECUTION OF CONTRACT...............................................................11 ww1-03.2 Award of Contract............................................................................................................11 1-03.3 Execution of Contract.....................................................................................................11 1-04 SCOPE OF WORK........................................................................................................... 12 wr 1-04.2 Coordination of Contract Documents......................................................................... 12 1-04.3 Contractor-Discovered Discrepancies.......................................................................... 12 1-04.4 Changes........................................................................................................................... 13 1-04.8 Progress Estimates and Payments................................................................................ 13 �r 1-04.11 Final Cleanup................................................................................................................ 13 1-05 CONTROL OF WORK.................................................................................................... 13 1-05.4 Conformity With and Deviation from Plans and Stakes ............................................ 13 1-05.4(3) Contractor Supplied Surveying............................................................................... 14 1-05.4(4) Contractor Provided As-Built Information.............................................................. 15 1-05.6 Inspection of Work and Materials................................................................................ 15 1-05.7 Removal of Defective and Unauthorized Work........................................................... 16 r. 1-05.10 Guarantees.................................................................................................................... 16 1-05.11 Final Inspection............................................................................................................ 17 aw 1-05.11(1) Substantial Completion Date................................................................................. 17 1-05.11(2) Final Inspection Date............................................................................................ 17 1-05.11(3) Operational Testing................................................................................................ 18 1-05.12 Final Acceptance........................................................................................................... 18 1-05.14 Cooperation with Other Contractors......................................................................... 18 irr � 1 qW 1-05.16 Contractor's Daily Diary............................................................................................. 18 1-05.19 Special Safety Provisions............................................................................................. 19 1-05.19(1) Contractor Responsibility...................................................................................... 20 1-05.19(2) Construction Safety Plan................................................................................... 20 1-05.20 Construction Plan.........................................................................................................21 1-06 CONTROL OF MATERIAL............................................................................................21 1-06.1 Approval of Materials Prior to Use...............................................................................21 1-062(1) Samples and Tests for Acceptance.......................................................................... 21 1-062(2) Statistical Evaluation of Materials for Acceptance................................................. 21 1-06.7 Shop Drawings and Submittals.....................................................................................22 1-06.7(1) General.................................................................................................................... 22 1-06.7(2) Required Information.............................................................................................. 22 wo 1-06.7(3) Review Schedule...................................................................................................... 23 1-06.7(4) Substitutions............................................................................................................ 23 1-06.7(4)A After Contract Execution....................................................................................... 23 1-06.7(5) Submittal Requirements........................................................................................... 23 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................24 1-07.1 Laws to be Observed......................................................................................................24 1-07.6 Permits and Licenses......................................................................................................25 rtr 1-07.9(5) Required Documents................................................................................................ 25 1-07.11(11) City of Renton Affidavit of Compliance................................................................ 25 rrr 1-07.12 Federal Agency Inspection ..........................................................................................25 1-07.13(1) General.................................................................................................................. 26 1-07.15 Temporary Water Pollution/Erosion Control............................................................26 1-07.16(1) Private/Public Property......................................................................................... 29 1-07.17 Utilities and Similar Facilities.....................................................................................30 rr 1-07.17(1) Interruption of Services......................................................................................... 32 RCW 19.122 UNDERGROUND UTILITIES......................................................................33 19.122.010 Intent.................................................................................................................. 33 19.122.020 Definitions......................................................................................................... 33 19.122.030 Notice of Excavation to Owners of Underground Facilities; One-Number Locator Service; Time for Notice;Marking of Underground Facilities; Costs......................... 34 19.122.040 Underground Facilities Identified In Bid Or Contract;Excavator's Duty Of OA Reasonable Care;Liability For Damages;Attorney's Fees...................................................... 35 19.122.050 Damage to Underground Facility;Notification By Excavator;Repairs or Relocationof Facility................................................................................................................ 36 at 2 r rtU �w 19.122.060 Exemption from Notice and Marking Requirements for Property Owners........ 36 19.122.070 Civil Penalties; Treble Damages;Existing Remedies Not Affected................... 36 19.122.080 Waiver of Notification and Marking Requirements........................................... 36 19.122.900 Severability- 1984 c 144................................................................................... 37 1-07.18 Public Liability and Property Damage Insurance.....................................................37 1-07.18(1) General.................................................................................................................. 37 1-07.18(2) Coverages.............................................................................................................. 37 wr 1-07.18(3) Limits..................................................................................................................... 39 1-07.18(4) Evidence of Insurance:.......................................................................................... 40 1-07.22 Use of Explosives.......................................................................................................... 40 1-07.23(1) Construction Under Traffic.................................................................................... 40 +rr 1-07.24 Rights of Way................................................................................................................41 1-08 PROSECUTION AND PROGRESS ............................................................................... 42 1-08.0 Preliminary Matters.......................................................................................................42 it 1-08.0(1) Preconstruction Conference.................................................................................... 42 1-08.1 Subcontracting...............................................................................................................43 w1-08.1(3) Hours of Work.......................................................................................................... 43 1-08.2 Assignment......................................................................................................................44 w1-08.3 Progress Schedule........................................................................................................... 44 1-08.4 Notice to Proceed and Prosecution of the Work..........................................................45 1-08.5 Time For Completion..................................................................................................... 46 rrr 1-08.6 Suspension of Work........................................................................................................ 47 1-08.9 Liquidated Damages......................................................................................................47 r� 1-08.11 Contractor's Plant and Equipment............................................................................. 48 1-08.12 Attention to Work.........................................................................................................48 r. 1-09 MEASUREMENT AND PAYMENT............................................................................... 48 1-09.1 Measurement of Quantities...........................................................................................48 �r 1-09.3 Scope of Payment........................................................................................................... 50 1-09.7 Mobilization.................................................................................................................... 50 1-09.9 Payments......................................................................................................................... 50 1-09.9(1) Retainage................................................................................................................. 51 1-09.9(2) Contracting Agency Right to Withhold and Disburse Certain Amounts............... 51 +rr 1-09.9(3) Final Payment...................................................................... ........... 52 ........................ 1-09.11(2) Claims.................................................................................................................... 53 r,r 1-09.11(3) Time Limitations and Jurisdiction......................................................................... 53 3 rrr 1-09.13(3)B Procedures to Pursue Arbitration....................................................................... 54 1-09.14(1) Basic Bid(New Section).................................................................................... 54 1-10 TEMPORARY TRAFFIC CONTROL........................................................................... 59 1-10.1 General............................................................................................................................59 1-10.2(1)B Traffic Control Supervisor..................................................................................... 61 1-10.2(2) Traffic Control Plans............................................................................................... 61 1-10.3 Flagging,Signs,and All Other Traffic Control Devices.............................................. 61 1-10.3(3) Construction Signs................................................................................................... 61 1-11 RENTON SURVEYING STANDARDS.......................................................................... 62 1-11.1(1) Responsibility for surveys........................................................................................ 62 1-11.1(2) Survey Datum and Precision................................................................................... 62 1-11.1(3) Subdivision Information..............................................._........................................... 62 1 1-11.1(4) Field Notes.............................................................................................................. . 63 1-11.1(5) Corners and Monuments.......................................................................................... 63 1-11.1(6) Control or Base Line Survey.................................................................................... 63 1-11.1(7) Precision Levels....................................................................................................... 64 1-11.1(8) Radial and Station--Offset Topography................................................................. 64 1-11.1(9) Radial Topography................................................................................................... 64 1-11.1(10) Station--Offset Topography.................................................................................... 64 , 1-11.1(11) As-Built Survey...................................................................................I.................... 64 1-11.1(12) Monument Setting and Referencing....................................................................... 65 1-11.2 Materials.........................................................................................................................65 1-11.2(1) Property/Lot Corners............................................................................................... 65 1-11.2(2) Monuments............................................................................................................... 65 W 1-11.2(3) Monument Case and Cover...................................................................................... 66 2-01 CLEARING,GRUBBING,AND ROADSIDE CLEANUP............................................66 2-01.1 Description...................................................................................................................... 66 2-01.2 Disposal of Usable Material and Debris.......................................................................66 r 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS .............................................. 66 2-02.1 Description........................................................................................................................ 66 so 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs.......................................................... 66 2-03 ROADWAY EXCAVATION AND EMBANKMENT..................................................... 67 2-03.3(14)C Compacting Earth Embankments.................................................................. 67 NO 2-09 STRUCTURE EXCAVATION......................................................................................... 67 2-09.1 Description...................................................................................................................... 67 4 aw 2-09.3(1) General Requirements....................................... 2-09.3(3) Construction Requirements, Structure Excavation Class A..................................... 68 ir. 2-13 DEWATERING................................................................................................................69 2-13.1 Description...................................................................................................................... 69 rrr2-13.2 Materials.........................................................................................................................69 2-13.2(1) Quality Assurance................................................................................................... 69 2-13.3 Construction Requirements.......................................................................................... 70 to 2-13.3(1) Submittals................................................................................................................ 70 2-13.3(2) Design Requirements............................................................................................... 70 to2-13.3(3) General.................................................................................................................... 70 2-13.3(4) Dewatering Discharge............................................................................................. 71 2-13.3 5 Sums ................................................................................................ 71 2-13.3(6) Electrical Service..................................................................................................... 71 2-13.3(7) System Protection.................................................................................................... 71 2W 2-13.3(8) Soil Protection......................................................................................................... 71 2-13.3(9) Backup Equipment................................................................................................... 71 "■" 5-04 ASPHALT CONCRETE PAVEMENT............................................................................ 72 5-04.3(7)A Mix Design............................................................................................................ 72 ,i 5-04.3(8)A Acceptance Sampling and Testing-HMA Mixture................................................ 72 5-04.6 Trench Restoration and Street Overlay Requirements............................................... 72 6-02 CONCRETE STRUCTURES......................................................................................... 76 6-02.1 Description...................................................................................................................... 76 6-02.2 Materials......................................................................................................................... 76 aw 6-02.6(2) Submittals................................................................ ................ 76 ................................ 6-02.6(5) Construction Requirements..................................................................................... 77 r. 6-02.6(6) Construction Tolerances......................................................................................... 77 6-16 SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS........................................ 77 .r 6-12.2 Materials......................................................................................................................... 77 6-163(1) Quality Assurance.................................................................................................... 77 6-163(3) Shaft Excavation...................................................................................................... 78 rr 6-16.3(6) Miscellaneous Requirements (New Section)............................................................ 78 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL............................... 78 rrr8-01.1 Description...................................................................................................................... 78 8-02 ROADSIDE RESTORATION.......................................................................................... 78 ,rr 8-02.1 Description...................................................................................................................... 78 wr 5 aw 8-02.2 Materials.........................................................................................................................78 8-13 MONUMENT CASES...................................................................................................... 79 8-13.3 Construction Requirements.......................................................................................... 79 8-30 STREAM ENHANCEMENT...........................................................................................79 8-30.1 Description......................................................................................................................79 8-30.1(1) Permit Compliance.................................................................................................. 79 8-30.1(2) Quality Assurance.................................................................................................... 79 8-30.2 Materials......................................................................................................................... 80 8-30.3 Construction Requirements..........................................................................................80 8-30.3(1) Placement of Boulder Cascade................................................................................ 80 8-30.3(2)Salvage and Placement of Large Woody Debris (L WD)............................................ 80 9-14 EROSION CONTROLAND ROADSIDE PLANTING................................................ 80 9-14.2 Seed..................................................................................................................................80 9-14.2(1) Hydroseed................................................................................................................ 80 9-14.2(2) Hand Seed................................................................................................................ 81 9-14.6 Plant Materials...............................................................................................................81 9-14.6(1) Description.............................................................................................................. 81 9-36.1 Sand and Gravel............................................................................................................. 81 9-36.2 Boulder Cascade............................................................................................................. 82 sit 1w w 6 ar we SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2006 Standard Specifications for Road, Bridge and Municipal Construction (English) and the American Public Works Association General Special Provisions (APWA GSPs) hereinafter referred to as the"Standard Specifications". Also incorporated into these Specifications by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD), current edition, ar Standard Plans for Road, Bridge and Municipal Construction, as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition, �r American Water Works Association Standards,current edition, City of Renton Standard Details. a. DESCRIPTION OF WORK The Carr Road — Panther Creek Emergency Culvert Repair Project to be performed under this contract includes furnishing all equipment, labor, and materials necessary to provide for the installation of a permanent soldier pile wall, removal of a 32 foot damaged section of 78-inch �r diameter culvert and repair of the remaining 120 feet of 75-inch x 68-inch structural steel plate culvert. The major work elements include but are not limited to: erosion and sedimentation control measures; clearing and grubbing; traffic control; demolition; temporary bypass (stream diversion); rrr installation of a soldier pile headwall; shoring; excavation and backfill; removal of damaged culvert section; repair of the invert of the remaining culvert; retrofit of the remaining culvert for fish passage; installation of chain link fence; dewatering; construction of a boulder cascade; and placement of stream materials including streambed gravel, woody debris, and planting, restoration, seeding and cleanup. Clearing and work area is limited. This work includes all other work in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS AND TERMS .w 1-01.1 General Section 1-01.1 is supplemented with: Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. 1-01.2 Abbreviations r. 1-01.2(2)Items of Work and Units of Measurement �w Section 1-01.2(2) is supplemented with: CPEP Corrugated High Density Polyethylene Pipe rr 7 err CMP Corrugated Metal Pipe Conn. Connection DI Ductile Iron DOH Seattle-King County Department of Health E East Ex,Exist Existing G Gas at GV Gate Valve ID Inside Diameter Inv Invert IE Invert Elevation MON Monument N North No. Number OD Outside Diameter P Power PC Point of Curve PT Point of Tangency PI Point of Intersection PCC Portland Cement Concrete RCP Reinforced Concrete Pipe RCW Revised Code of Washington R/W Right-of-Way S South SS Sanitary Sewer or Side Sewer S.ST. Stainless Steel T Telephone W West 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: Act of God ad "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the i general locality of the work, shall not be construed as an act of God. Consulting Engineer i The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. The Consulting Engineer for this project is R. W. Beck, Inc. 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. 8 at Dates Award Date: The date of the formal decision of the Contracting Agency to accept the selected Contractor. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract time begins. Contract Completion Date: The date by which the work is contractually required to be completed. Final Acceptance Date: The date the Contracting Agency accepts the work as complete per the contract requirements. Yra Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm (R.W. Beck, Inc.) retained by Owner for the construction engineering of a specific public works project. Inspector frr Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. Or Equal ar 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. urr The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. nrr Owner The City of Renton or its authorized representative also referred to as Contracting Agency. MW Performance and Payment Bond Same as "Contract Bond"defined in the Standard Specifications. Plans The contract plans and/or standard plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either ir. be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. rrr 9 r Points Wherever reference is made to Engineer's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal and vertical control of the work. Provide Means"furnish and install" as specified and shown in the Plans. Secretary, Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Planning/Building/Public Works Administrator. Shop Drawings Same as"Working Drawings"defined in the Standard Specifications. Special Provisions Modifications to the standard specifications and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. at Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables,pipelines, conduits, ducts, sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.4(2) Subsurface Information Section 1-02.4(2) is supplemented with the following: A geotechnical study for the Carr Road — Panther Creek Emergency Culvert Repair Project was conducted by HWA GeoSciences, Inc. The findings and recommendations of HWA GeoSciences, 01 Inc. are summarized in a report contained in Appendix A. art 10 1-02.6 Preparation of Proposal The third paragraph is revised as follows: All prices shall be in legible figures and words written in ink or typed. The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words; where a conflict arises the written words shall prevail. 1-02.6(1) Proprietary Information 1-02.6(1) is a new section. ys Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW IN 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. aw Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt., 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.2 Award of Contract ars Section 1-03.2 is supplemented with the following: The contract, bond form, and all other forms requiring execution, together with a list of all other +� forms or documents required to be submitted by the successful contractor, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: 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 .s under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. �r 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. ,r 11 aw L l If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date,the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license to be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents,Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence(e.g., 1 presiding over 2,2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, NK 4. Contract Plans, 5. City of Renton Standard Plans/Details in Contract 7. Amendments to the Standard Specifications, 9. WSDOT/APWA Standard Specifications for Road,Bridge and Municipal Construction 10. Contracting Agency's Standard Plans(if any) 11. WSDOT/APWA Standard Plans for Road,Bridge and Municipal Construction This section is also supplemented with the following: It shall be the responsibility of the Contractor to coordinate all work to be performed under this contract, including the ordering and acquisition of all equipment and materials. This coordination shall encompass all work to be performed by the Contractor, their Subcontractor, the City and any public utilities which may be involved. 1-04.3 Contractor-Discovered Discrepancies Section 1-04.3 is a new section: 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 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 12 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 w immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. 1-04.11 Final Cleanup ► Section 1-04.11 is supplemented as follows: All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all work, equipment and materials required to perform final cleanup. If this pay item does not appear in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK off 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: For this project the Contractor shall provide all required survey work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 and elsewhere in these specifications as being provided by the Engineer. All costs for this survey work shall be included in "Contractor Supplied Surveying," per lump sum. irr 13 rr The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes,marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey work performed by the Contractor's surveyor in establishing line,grade and slopes for the construction work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey work provided by the Contractor does not meet the standards of the Engineer,then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey work and the survey work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. I-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 14 surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. 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." Section 1-05.4(4) is a new section: I-05.4(4) Contractor Provided As-Built Information It shall be the Contractor's responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities 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, piles, walls, and Electrical Cabinets. After the completion of the work covered by this contract, the contractors surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. �. All costs for as-built work shall be included in the contract item "Contractor Supplied Surveying," lump sum. 1-05.6 Inspection of Work and Materials Section 1-05.6 is supplemented with the following: ,p 15 The Contractor shall provide access to the work for the representatives of the City of Renton and other agencies for inspection of the progress of the work, methods of construction, and for inspection. This shall include within the pre-cast concrete manufacturer facilities. 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with the intent of the Contract and without expense to Owner, and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If Contractor does not remove such condemned work and materials and commence re-execution of the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in the Standard Specifications. In that case, Owner may store removed material. If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds otherwise due Contractor. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered,the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, of if such Work has been rejected by the Engineer, remove it from the Project Site and replace 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 Work, or if an emergency exists, the Contracting Agency reserves the right to have . defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.8 "Owners Right to Correct Defective and/or Unauthorized.Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the tight of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 16 1-05.11 Final Inspection Section 1-05.11 is supplemented with the following: 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete,the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction of repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use,the Engineer will,by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable,the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for Final Inspection. 1-05.11(2) Finallnspection Date When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final Inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection revels the Work incomplete of unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, 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. 17 1 3) Operational erational Testin ( P g Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer'a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: wit The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. err 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: Contractor shall afford Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work and shall properly connect and coordinate Contractor's work with theirs. Contractor shall notify utility companies a minimum of 2 weeks in advance of relocation or as required by the public and private utilities. Other utilities,districts, agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy(gas and electric) 2. AT&T Broadband 3. QWest Communications 4. City of Renton(water, sewer, transportation) 5. Soos Creek Sewer and Water District 6. Private contractors employed by adjacent property owners The Contractor is advised that City of Renton has coordinated with private franchise utilities for the specific temporary relocation of their overhead utility lines to provide access to the work area where noted on the Drawings. The City anticipates that these utility lines will be relocated by approximately August 28, 2008. The Contractor shall coordinate with the City to ensure no existing utilities in the project area will impede construction. 1-05.16 Contractor's Daily Diary Section 1-05.16 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. 18 r. "n 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 M taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by Contractor for future installation, to include the manner of storage and protection of the same. n" 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by Owner or other party during each day. 11. Entries to verify the daily (including non-work days) inspection and maintenance of law traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the rm nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. ++� 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated,and labeled with project name and number. rr It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1-05.19 Special Safety Provisions Section 1-05.19 is a new section: AN 19 60 ift 1-05.19(1) Contractor Responsibility The Contractor shall comply with health and safety rules, regulations, ordinances promulgated by the Local, State, and Federal government, the various construction permits, and other sections of the contract documents. The Contractor shall be responsible for special safety precautions and conform to the special safety provisions herein. The Contractor shall be responsible for informing its employees and subcontractor(s) and their employees of the types of utilities present on or near the project site and the potential danger in working close to them. The Contractor shall do whatever work is necessary for safety and be solely and completely responsible for conditions of the job site, including safety of all persons (including employees of the Owner and Engineer) and property during the Contract period. This requirement shall apply continuously and not be limited to normal working hours. .The Engineer's review of the Contractor's Safety Program and performance is not intended to include an approval of the adequacy of the safety program or any safety measures taken on or near the construction site. 1-05.19(2) Construction Safety Plan The Contractor shall submit a written construction safety plan within 5 days after receiving a Notice to Proceed. At least one copy of the plan shall be maintained at the work site. Preparation of the written safety plan is the Contractor's responsibility and no statement made in these provisions shall relieve the Contractor of responsibility for information included in and implementation of the safety plan. The plan shall include,but not be limited to: 1. Proposed construction sequence and methods for completion of the work, including coordination with and construction around existing utilities (e.g. hand digging, shoring, and support of exposed utilities). 2. An emergency evacuation plan for immediate removal to a hospital or a doctor's care any person who may be injured on the job site. The emergency evacuation plan shall include routes to medical treatment, and emergency telephone numbers including hospital, ambulance,fire, sheriff/police, poison control, and others as deemed necessary. 3. An emergency response plan for immediate action to assure that sediment, debris, petroleum products, chemicals, or other contaminants will not enter existing drainage facilities and channels, nor threaten water quality. See Section 1-07.15 for materials to be on the job site to handle spills. 4. A list of safety equipment at the job site and locations where equipment is stored or expected to be maintained. 5. Procedures for disposal of potentially contaminated materials, including a list of potential legal disposal sites. The Contractor shall provide a person who will be designated as the Safety Program Supervisor. This person shall be thoroughly trained in rescue procedures and the use of safety equipment. This person shall be present at all times during working hours and shall implement the written Safety Plan. 20 +iw 1-05.20 Construction Plan Section 1-05.20 is a new section: Contractor shall submit a construction plan for the work to be performed in accordance with the Plans and Specifications and in accordance with the submittal schedule shown in 1-06.7(5). The err construction plan shall clearly describe the work plan and include but not be limited to the following: • Construction sequencing • Diversion and cofferdams • Dewatering • Sheeting and shoring • Protection and temporary support of existing utilities uw. • Construction Schedule 1-06 CONTROL OF MATERIAL ■" 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 Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by Engineer does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials 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. 21 t`r 1-06.7 Shop Drawings and Submittals (New Section) 1-06.7(1) General Shop drawing and submittal review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the Contract Documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. By approving shop drawings,submittals,and any samples,the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog ' numbers, and similar data, and that he has checked and coordinated each shop drawing with the requirements of the work and of the Contract Documents. Shop drawing and submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by the Contractor by withholding the appropriate amounts from each payment estimate. Shop drawing and submittal items that have been installed in the work but have not been approved through the review process shall be removed and an approved product shall be furnished, all at the Contractor's expense. The Contractor shall review each submittal and provide approval in writing or by stamping with a statement indicating that the submittal has been approved and the Contractor has verified dimensional information, confirmed that specified criteria has been met, and acknowledges that the product,method,or information will function as intended. 1-06.7(2) Required Information ' Submit five copies of each submittal to the Engineer. Shop drawings and submittals shall be submitted on 8'/z x 11 inch, 11 x 17 inch, or 22 x 34 inch sheets and shall contain the following information: 1. Project 2. Contractor 3. Engineer 4. Owner 5. Applicable specification and drawings reference 6. A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability 7. A place for the Engineer to place a 3 x 4 inch review stamp 8. Shop or equipment drawings, dimensions, and weights 9. Catalog information 10. Manufacturer's specifications 11. Special handling instructions 12. Maintenance requirements 13. Wiring and control diagrams 14. List of contract exceptions 22 15. Other information as required by the Engineer 1-06.7(3) Review Schedule Shop drawings and submittals will be reviewed as promptly as possible, and transmitted to Contractor not later than 10 working days after receipt by the Engineer. The Contractor shall revise and resubmit as necessary to obtain approval. Delays caused by the need for resubmittal may not be a basis for an extension of contract time or delay damages at the discretion of the Owner. At least one set of shop drawings will be returned to the Contractor after review. Additional sets will be returned to the Contractor, if remaining. 1-06.7(4) Substitutions Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. Owner reserves the right to have Contractor pay for the costs incurred by the Owner for review of substitutions and such costs shall be paid by withholding the appropriate amounts from payments to the Contractor. 1-06.7(4)A After Contract Execution Within 10 days after the date of the contract execution, Owner will consider formal requests from Contractor for substitution of products in place of those specified. Submit two copies of request for substitution. Data shall include the necessary change in construction methods, including a detailed description of proposed method and related drawings illustrating methods. An itemized comparison of proposed substitution with product or method specified shall be provided. In making a request for substitution, Contractor represents that he has personally investigated proposed product or method and has determined that it is equal or superior to, in all respects, the product specified. Contractor shall coordinate installation of accepted substitutions into the work, making changes that may be required for work to be completed. Contractor waives all claims for additional costs related to substitutions which consequently become apparent. 1-06.7(5) Submittal Requirements The following submittal items shall be provided to the Engineer by the Contractor. Additional submittal information shall be provided to the Engineer by the Contractor if required by the Engineer. Section Description Required Submittal Date 1-05.19(2) Construction Safety Plan 5 days after receiving Notice to Proceed 1-05.20 Construction Sequencing Plan By the Preconstruction Conference 1-05.20 Diversion and Cofferdams(as part of By the Preconstruction Conference T WPECP) 1-05.20 Protection of Existing Utilities Plan By the Preconstruction Conference 1-06.7(4) Substitutions 10 days after Contract Execution 1-07.15 Temporary Water Pollution/Erosion By the Preconstruction Conference Control Plan 1-07.15 Storm Water Pollution Prevention Plan By the Preconstruction Conference 23 Section Description Required Submittal Date 1-08.3 Progress Schedule 7 days prior to Preconstruction Conference 1-10.2(2) Traffic Control Plans 3 days prior to Work 2-09.3(3)D Shoring Plan By the Preconstruction Conference 2-13.3 Dewatering Design,Plan and Details By the Preconstruction Conference 6-02 Concrete Data and Installation Methods Prior to fabrication 6-16.3(3) Soldier Pile And Soldier Pile Tieback 2 weeks prior to installation Walls 8-02.3(2) Roadside Work Plan(including Erosion 1 weeks prior to installation Control Matting,Plant Material and Source) 9-14.2 Seed 2 weeks prior to installation 9-33 Prefabricated Drainage Mat 2 weeks prior to installation 9-36.1 Sand and Gravel 2 weeks prior to installation 9-36.2 Boulder Cascade 2 weeks prior to installation 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: wri Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. Contractor Registration: RCW 39.06010 prohibits the Contracting Agency from entering into a contract with a Contractor unless that Contractor has met the registration and bonding requirements for a general or specialty Contractor under RCW Chapter 18.27. (Note, this requirement is in addition to and not related to the Performance and Payment Bond and the Bid Proposal deposit requirements for municipal contracts.) Unemployment Compensation/Industrial Insurance: The Contractor and all Subcontractors shall , comply with all requirements and regulations of RCW Title 50 pertaining to unemployment compensation and to RCW Title 51 relating to Industrial Insurance, sometimes referred to as workers' compensation. go 24 •r 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: The Owner has obtained the following permits which are included in Appendix B of these specifications: ow • Hydraulic Project Approval • Army Corps of Engineers Nationwide Permit The Contractor shall be fully responsible for ensuring that all construction materials, means, and methods comply with all provisions included in the aforementioned permits. The permits, easements, and right of entry documents that have been acquired are available for inspection and review. Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner and Consulting Engineer 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. Contractor shall obtain a WDFW Scientific Collecting Permit prior to removing fish associated with the creek bypass. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. If Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be aw charged against Contractor and deducted from any funds otherwise due Contractor. 1-07.9(5) Required Documents to Delete the first sentence of the third paragraph, and replace it with the following: Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and to lower tier subcontractors,regardless of project's funding source. 1-07.11(11) City of Renton Affidavit of Compliance to Section 1-07.11(11) is new: M 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. No 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions w 25 wr �w t i 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 i lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto,the applicable wage rates, and this Special Provision. 1-07.13(1) General ' Section 1-07.13(1) is supplemented as follows: During unfavorable weather and other conditions,the Contractor shall pursue only such portions of i the work as shall not be damaged thereby. No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable i 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. If the Contractor abandons the work for any cause other than failure of the Contracting Agency to i make monthly progress payments or refuses to comply with the provisions of the Plans and Specifications, the Contracting Agency has the right to notify the Contractors surety and require said surety to complete the work in accordance with the Plans and Specifications. ' Should the Contractor abandon the work, fail or refuse to complete the work embraced in this Contract, or fail to pay just claims for labor and materials, the Contracting Agency reserves the right to charge against the Contractor all extra legal, engineering, or other costs caused by such i abandonment, failure, or refusal. The legal costs will also include all attorneys' fees and other cost to the Contracting Agency in defending or prosecuting any suits in connection with such abandonment, failure, or refusal and nonpayment of claims wherein the Contracting Agency is made a co-defender and the Contractor agrees to pay all such costs. i 1-07.15 Temporary Water Pollution/Erosion Control Section 1-07.15 is replaced 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 j 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. i The Contract Drawings provide a preliminary Temporary Water Pollution/Erosion Control Plan that was developed to obtain environmental permits. The plan includes the following: 1 26 ' 1. Bypassing Panther Creek flows around the construction area using a minimum temporary 24- /36-inch diameter pipe and cofferdams. Height of cofferdams shall be minimum shown on the drawings. Note that this diversion sizing is the minimum to be used. Contractor is ultimately responsible for sizing and layout of the diversion system to provide adequate protection of the construction area. Any failure of the Contractor's diversion system during summer storm event to protect construction area and resulting damages will be at Contractor's own expense. 2. Temporary extension/modifying existing stormdrains to divert stormwater around work area. xx 3. Baker Tank(s) or pumping to vegetated areas for treating dewatering water and stormwater runoff within the construction area. 4. Lined sumps, pumping to tanks. Haul off-site and legal disposal of any contaminated water from concrete and sand blasting and other Contractor operations. 5. Temporary silt fencing. 6. Temporary cover of exposed soils and stockpiles. The Contractor shall prepare a final Temporary Water Pollution/Erosion Control Plan (TWPECP) and a final S WPPP. The TWPECP and SWPPP shall be developed in accordance with the erosion control standards contained in the 2005 Stormwater Management Manual for Western Washington by the Washington State Department of Ecology. In addition, the TWPECP measures must meet the requirements of the Hydraulic Project Approval, contained in Appendix B. The plan shall include any assumptions, detailed calculations, sketches and sequencing. The plan shall be signed and stamped by a Washington State Professional Engineer. A TESC supervisor shall be designated by the Contractor, whose name and phone number shall be given to the Engineer at the Preconstruction Conference. The plan shall be submitted for approval to the City by the Preconstruction Conference. The TWPECP shall include the various configurations that may be necessary to adequately control s erosion and sediment at the site during the various stages of construction. Design of dewatering, water control, bypass systems, and temporary erosion and sediment control during construction shall be the responsibility of the Contractor. Impending weather conditions and water levels in Panther Creek shall be monitored and appropriate action taken during construction so as to prevent any overflows of bypass system into work area. The temporary pipe bypass for Panther Creek must be sized to convey 35 cfs plus 0.5 foot of freeboard. Specific details shall be provided for the cofferdam bypass. Cofferdam bypass must be designed for.5 foot of freeboard and be able to withstand overtopping. At a minimum, the plan shall contain: 1. Manufacturer's data and detailed plans for the erosion control products specified in the plan. 2. Plan for temporary pipe system diversions. This shall include a description of when the piping will be used, pipe material, locations, elevations, plan and profile views, inlet and outlet protection, hydraulic capacity, and details of important design features. 3. Plan for collecting, pumping and piping surface stormwater runoff, dewatering discharge, and seepage from the source to the Baker Tank or vegetated area for filtering. The plan shall be shown in phases to coincide with the phases of construction. The plan shall include: 27 a. Layout and details of system. b. Diversion systems manufacturer's data and material submittals. C. Pump and pipe types, sizes, manufacturer's data, and design criteria for pump sizing. d. Flow calculations for stormwater, seepage, and dewatering pump discharge. Schedule and sketch of location for dewatering systems. Pumps shall be sized to pump stormwater runoff for the tributary area plus an allowance for groundwater, surface seepage, and anticipated seepage through cofferdams. , Each pump area location shall be equipped with two pumps meeting the capacity requirement, in case one is non-operational. e. Source of power for pumps, description of schedule and fueling requirements, storage location, and methods. f. Also see Dewatering submittal requirements, Section 2-13. 4. Manufacturer's literature and test results (certificates) on the temporary silt fence, erosion control matting,and any other necessary erosion control materials. 5. Planned installation and maintenance schedule for temporary erosion and sedimentation control facilities. Indicate locations and outlets of dewatering systems. The Contractor shall also prepare a SWPPP. The SWPPP must be in compliance with the provisions of the Washington Water Pollution Control Law Chapter 90.48 Revised Code of Washington and the Federal Water Pollution Control (the Clean Water Act) Title 33 United States Code. Section 1251 et seq. The Contractor shall: , • Furnish, install, operate, and maintain necessary machinery, appurtenances, and equipment to keep excavations free of water during construction; • Dewater and dispose of water in a manner that will not cause injury to public and private ' property, as well as keep sediment-laden water from entering the City surface water system or violate applicable water standards; • Keep sufficient pumping equipment and machinery on hand at all times for emergencies, including electric power failures; • Keep on hand the ability to increase the height of the bypass coffer dam during emergency storm event; • Keep experienced personnel available at all times to operate pumping equipment, machinery and appliances; • Not shut down dewatering systems between shifts, on holidays and weekends, nor during work stoppages; • Control groundwater to prevent softening of bottoms of excavations, or formation of"quick" ' conditions or"boils"; • Design and operate dewatering system that will not remove natural soils; • Keep excavations free of water during excavation, installation of boulder cascade, and placing and curing of concrete; and • Control surface water runoff to prevent entry and collection in excavation or culvert. 28 I As construction progresses and unexpected or seasonal conditions dictate, the Contractor shall anticipate that more water pollution/erosion control measures will be necessary. It shall be the obligation and responsibility of the Contractor to revise or supplement the pollution/erosion control measures as may be needed to protect the work, adjacent properties, storm drains, streams, and other water bodies. At all times, there must be material on the job site to handle any spills caused by the Contractor, such as tack, oils,diesel,etc. Materials would include, but not be limited to,oil absorbent pads and "kitty litter." The Contractor must supply said materials at his expense and, in the event of a spill, r= be responsible for cleanup and disposal of contaminated materials. I-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the 29 7& 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 condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work shall be done to the satisfaction of the property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways)used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs,the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works , Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. i 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 I 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 E 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 i telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. 30 I 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. L Call Before You Dig The 48 Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by Contractor for locations. Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone,power,gas,water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before Contractor begins work, or may be performed in conjunction with the contract work. Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to Contractor m 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. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. The contents of Chapter 19.122 RCW are provided at the end of this Section. L-511, The following includes a preliminary listing of private utilities in the project vicinity and associated Contacts. The list is preliminary and provided for Contractor's convenience. Contractor is ultimately responsible for making contact with private utilities. 3 31 west 23315 66`h Ave. S. Kent, WA 98032 Contact: Tiffany Kuhn (253)372-5445 (PSE) P.O.Box 97034 EST-11W , Bellevue, WA 98009-9734 Contact: Cathy Johnson (425)462-3381 , Metro King County , 201 South Jackson Street,MS KSC NR-050 Seattle, WA Contact:Eric Davidson (206)684-1707 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, j and elsewhere in the Contract Documents. Payment "Resolution of Utility Conflicts,"Force Account t 1-0717(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 t utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by Contractor at no cost to Owner. Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and lump sum items of the Contract; no separate payment will be made. 32 r RCW 19.122 UNDERGROUND UTILITIES .. 19.122.010 Intent It is the intent of the legislature in enacting this chapter to assign responsibilities for locating and keeping accurate records of utility locations,protecting and repairing damage to existing underground facilities, and protecting the public health and safety from interruption in utility services caused by damage to existing underground utility facilities(1984 c 144 1.) 19.122.020 Definitions +ir Unless the context clearly requires otherwise, the definitions in this Section apply throughout this chapter: A. "Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. B. "Damage" includes the substantial weakening of structural or lateral support of an rr underground facility, penetration, impairment, or destruction of any underground protective coating, housing, or other protective device, or the severance, partial or complete, of any underground facility to the extent that the project owner or the affected utility owner r determines that repairs are required. C. "Emergency"means any condition constituting a clear and present danger to life or property, or a customer service outage. an D. "Excavation" means any operation in which earth, rock, or other material on or below the ground is moved or otherwise displaced by any means, except the tilling of soil less than twelve inches in depth for agricultural purposes, or road and ditch maintenance that does not N, change the original road grade or ditch flow line. E. "Excavation confirmation code" means a code or ticket issued by the one-number locator service for the site where an excavation is planned. The code must be accompanied by the date and time it was issued. F. "Excavator"means any person who engages directly in excavation. G. "Gas" means natural gas, flammable gas, or toxic or corrosive gas. "Hazardous liquid" means: (a) Petroleum, petroleum products, or anhydrous ammonia as those terms are defined in 49 C.F.R. Part 195 as in effect on March 1, 1998;and (b) carbon dioxide. The utilities and transportation commission may by rule incorporate by reference other substances designated to as hazardous by the secretary of transportation. H. "Identified facility"means any underground facility which is indicated in the project Plans as being located within the area of proposed excavation. irr I. "Identified but un-locatable underground facility" means an underground facility which has been identified but cannot be located with reasonable accuracy. so J. "Locatable underground facility" means an underground facility which can be field-marked with reasonable accuracy. K. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field location of underground facilities, in accordance with the current color code standard of the American Public Works Association. Markings shall include identification letters indicating the specific type of the underground facility. 33 err rrr L. "Notice"or"notify"means contact in person or by telephone or other electronic methods that results in the receipt of valid excavation confirmation code. M. "One-number locator service"means a service through which a person can notify utilities and request field-marking of underground facilities. N. "Operator"means the individual conducting the excavation. franchise holder, association, corporation, a state, O. "Person"means an individual,partnership, a city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or legal representatives. P. "Pipeline" or "pipeline system" means all or parts of a pipeline facility through which hazardous liquid or gas moves in transportation, including, but not limited to, line pipe, valves, and other appurtenances connected to line pipe, pumping units, fabricated assemblies associated with pumping units, metering and delivery stations and fabricated assemblies therein, and breakout tanks. "Pipeline" or "pipeline system" does not include process or transfer pipelines as defined in RCW 81.88.010. , Q. "Pipeline Company" means a person or entity constructing, owning, or operating a pipeline for transporting hazardous liquid or gas. A pipeline company does not include: (a) Distribution systems owned and operated under franchise for the sale, delivery, or distribution of natural gas at retail; or (b) excavation contractors or other contractors that contract with a pipeline company. R. "Reasonable accuracy" means location within twenty-four inches of the outside dimensions of both sides of an underground facility. S. "Transmission pipeline" means a pipeline that transports hazardous liquid or gas within a storage field, or transports hazardous liquid or gas from an interstate pipeline or storage , facility to a distribution main or a large volume hazardous liquid or gas user, or operates at a hoop stress of twenty percent or more of the specified minimum yield strength. T. "Underground facility"means any item buried or placed below for use in connection with the storage or conveyance of water, sewage, electronic, telephonic or telegraphic communications, cablevision, electronic energy, petroleum products, gas, gaseous vapors, hazardous liquid, or other substances and including but not limited to pipes, sewers, conduits, , cables, valves, lines, wires, manholes, attachments,and those parts of poles or anchors below ground. 19.122.030 Notice of Excavation to Owners of Underground Facilities; One Number Locator Service; Time for Notice;Marking of Underground Facilities; Costs Before commencing any excavation, the excavator shall provide notice of the scheduled commencement of excavation to all owners of underground facilities through a one-number locator ' service. All owners of underground facilities within a one-number locator service area shall subscribe to the service. One number locator service rates for cable television companies will be based on the amount , of their underground facilities. If no one-number locator service is available, notice shall be provided individually to those owners of underground facilities known to or suspected of having underground facilities within the area of proposed excavation. The notice shall be communicated to the owners of ' underground facilities not less than two business days or more than ten business days before the scheduled date for commencement of excavation,unless otherwise agreed by the parties. 34 L Upon receipt of the notice provided for in this section, the owner of the underground facility shall provide the excavator with reasonably accurate information as to its locatable underground facilities by surface-marking the location of the facilities. If there are identified but un-locatable underground facilities, the owner of such facilities shall provide the excavator with the best available information as to their locations. The owner of the underground facility providing the information shall respond no later than two business days after the receipt of the notice or before the excavation time, at the option of the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all know facilities have been marked. Once marked by the owner of the underground facility, the excavator is responsible for maintaining the markings. Excavators shall have the right to receive compensation from the owner of the underground facility for costs incurred if the owner of the underground facility does not locate its facilities in accordance with this section. The owner of the underground facility shall have the right to receive compensation for costs incurred in responding to excavation notices given less than two business days prior to the excavation from the excavator. An owner of underground facilities is not required to indicate the presence of existing service laterals or appurtenances if the presence of existing service laterals or appurtenances on the site of the construction project can be determined from the presence of other visible facilities,such as buildings, manholes, or meter and junction boxes on or adjacent to the construction site. Emergency excavations are exempt from the time requirements for notification provided in this section. If the excavator, while performing the contract, discovers underground facilities which are not identified, the excavator shall cease excavating in the vicinity of the facility and immediately notify the owner or operator of such facilities, or the one-number locator service. (1988 c99 1; 1984 c 144 3.) 19.122040 Underground Facilities Identified In Bid Or Contract;Excavator's Duty Of Reasonable Care;Liability For Damages,Attorney's Fees A. Project owners shall indicate in bid or contract documents the existence of underground facilities known by the project owner to be located within the proposed area of excavation. The following shall be deemed changed or differing site conditions: I. An underground facility not identified as required by this chapter or other provision of law; and 2. An underground facility not located, as required by this chapter or other provision of law, by the project owner or excavator if the project owner or excavator is also a utility. B. An excavator shall use reasonable care to avoid damaging underground facilities. An excavator shall: 1. Determine the precise location of underground facilities which have been marked; 2. Plan the excavation to avoid damage to or minimize interference with underground facilities in and near the excavation area;and 3. Provide such support for underground facilities in and near the construction area, including during backfill operations, as may be reasonably necessary for the protection of such facilities. C. If an underground facility is damaged and such damage is the consequence of the failure to fulfill an obligation under this chapter, the party failing to perform that obligation shall be 35 liable for any damages. Any clause in an excavation contract which attempts to allocate liability,or requires indemnification to shift the economic consequences of liability, different from the provisions of the chapter is against public policy and unenforceable. Nothing in this chapter prevents the parties to an excavation contract from contracting with respect to the allocation of risk for changed or differing site conditions. D. In any action brought under this section, the prevailing party is entitled to reasonable attorney's fees. (1984 c 144 4.) 19.122.050 Damage to Underground Facility;Notification By Excavator;Repairs or Relocation of Facility A. An excavator who, in the course of excavation, contacts or damages an underground facility shall notify the utility owning or operating such facility and the one-number locator service. If the damage causes an emergency condition, the excavator causing the damage shall also alert the appropriate local public safety agencies and take all appropriate steps to ensure the public safety. No damaged underground facility may be buried until it is repaired or relocated. B. The owner of the underground facilities damaged shall arrange for repairs or relocation as soon as is practical or may permit the excavator to do necessary repairs or relocation at a, mutually acceptable price. (1984 c 144 5). 19.122.060 Exemption from Notice and Marking Requirements for Property Owners An excavation of less than twelve inches in vertical depth on private non-commercial property shall be exempt from the requirements of RCW 19.122.030, if the excavation is being performed by the person or an employee of the person who owns or occupies the property on which the excavation is being performed. (1984 c 144 6.) 19.122.070 Civil Penalties; Treble Damages;Existing Remedies Not Affected A. Any person who violates any provision of this chapter not amounting to a violation of RCW 19.122.055, and which violation results in damage to underground facilities, is subject to a civil penalty of not more than one thousand dollars for each violation. All penalties recovered in such actions shall be deposited in the general fund. B. Any excavator who willfully or maliciously damages a field-marked underground facility shall be liable for treble the costs incurred in repairing or relocating the facility. In those cases in which an excavator fails to notify known underground facility owners or the one- number locator service, any damage to the underground facility shall be deemed willful and malicious and shall be subject to treble damages for costs incurred in repairing or relocating the facility. C. The chapter does not affect any civil remedies for personal injury or for property damage, including that to underground facilities, nor does this chapter create any new civil remedies for such damage. (2005 c 448 4; 1984 c 144 7.) ' 19.122.080 Waiver of Notification and Marking Requirements The notification and marking provisions of this chapter may be waived for one or more designated persons by an underground facility owner with respect to all or part of that underground facility owner's own underground facilities(1984 c 144 9.) 36 19.122.900 Severability-1984 c 144 If any provision of this act or its application to any person or circumstance is held invalid, the remainder of the act or the application of the provision to other persons or circumstances is not affected. (1984 c 144 9.) 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. 1-07.18(2) Coverages As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII(A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. 37 The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability-ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable). • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers' Compensation • Statutory Benefits(Coverage A)- Show Washington Labor& Industries Number D. Umbrella Liability(when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, (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, volunteers, and R. W. Beck Inc. as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of 38 go r Due to the emergency nature of the project the Contractor is authorized to work up to a 10-hour period, 6 days per week. If the Contractor wishes to perform work beyond 10 hours per day, 6 days per week, the Contractor shall apply in writing to the Engineer for permission to work such times. No Permission to work longer than a 10-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 wir 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 Sunday, holidays of other than the agreed upon normal straight time working hours Monday through Saturday 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; considering the Work performed on Saturday and holiday as working day with regards to the Contract Time; and considering multiple work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such work necessitates their presence. 1-08.2 Assignment 0 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 40 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 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 rr complete and functional project are considered. There shall be no less than 70 activities. In addition, 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. 2. 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. 3. Procurement of material and equipment. �r 44 err t 4. . Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 5. Work to be performed by a subcontractor, agent,or any third party. 6. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 7. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. i Engineer may request Contractor to alter the progress schedule when deemed necessary in the , opinion of Engineer—in the interest of public safety and welfare or of Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. Contractor shall promptly report to Engineer any conditions which Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be followed by Contractor. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth specific work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects,apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof,shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is supplemented as follows: (******) I 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 by the Contractor without prior approval of the Engineer. Such approval shall 45 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 r shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1)the number of working days charged against the Contract Time for the preceding week; (2)the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. The Contractor shall perform all instream work between the period of June 15,2008 to October 15, 2008 in accordance with the Hydraulic Project Approval (HPA)conditions. 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, t 46 lighting standards, and signal standards required for the physical completion of the contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of work which can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, Engineer may suspend the work upon request of Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. Contractor will be entitled to only one such suspension of time during the performance of the work and during such suspension shall not perform any additional work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the written notice from Owner to Contractor to do so. Contractor shall not suspend work under the Contract without the written order of Owner. If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's ' diligently pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: ,r 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. M 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. It is imperative that the instream work be completed by October 15, 2008 to satisfy HPA requirements. If the Contractor fails to meet this schedule, the project instream work may be shut down by the Washington State Department of Fish and Wildlife. This would result in suspension of construction until the following summer. In the event the construction of the culvert must be suspended due to the Contractor's failure to complete the instream work by October 15, 2008, the Contractor shall be responsible for all costs that could result due to the suspension of work which may include, but is not limited to, the following costs: • Demobilization/remobilization • Project management City/Consultant Staff for a 1-year period Ili • Site maintenance and erosion control • Complete removal and reinstallation of the creek bypass system 47 • Any other costs incurred by the City due to the suspension of work The City has established additional liquidated damages for failing to meet the instream construction irr schedule of October 15,2008 at$20,000 per day,not to exceed the actual costs incurred by the City or the Contractor. If the Contractor completes all of the instream work by October 15, 2008, but fails to complete w remaining portions of the contract work within the number of working days specified in the Contract, Liquidated Damages shall be calculated in accordance with the Standard Specifications. 1-08.11 Contractor's Plant and Equipment The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. AW 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, ira 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 r 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. wir 48 rr Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Quantity and type of material delivered in cubic yards 3. Drivers name, date and time of delivery 4. Location of delivery, by street and stationing on each street 5. Place for Engineer to acknowledge receipt 6. Pay item number 7. Contract number and/or name It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. , Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector 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. M 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 Aw 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) rrC 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street so 7. Place for Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name so Mi 49 at at 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 'k not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would be required to complete the intent of the Contract per Section 1-04.1,then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Payment for Bid Items listed or referenced in the"Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work,may be made on monthly estimates to the extent allowed. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site;the establishment of an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Owner. This item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. 1-09.9 Payments Section 1-09.9 is supplemented as follows: 50 Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of Contractor's right to payment as Engineer may direct. Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule(see Section 1-08.3). 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor. In the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy any claims by Owner against Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold. progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities which the Contractor is obligated to pay. 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the Work(Section 1-05.6) 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by City personnel per Section 1-08.1(4) 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or 51 b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be complete within the Contract Time. When calculating an anticipated time overrun,the Engineer will make allowances for weather delays, approved unavoidable delays,and suspensions of the Work. The amount withheld under this subparagraph will be base upon the liquidated dames amount per day se forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the contract, including but not limited to: a. Failure of the Contractor to perform any of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized work (Section 1- 05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor of subcontractor an=of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-calendar day period, 1. no legal action has commenced to resolve the validity of the claims, and 2. the Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment make under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment make in good faith. 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; 52 2. for all things done or furnished in connection with the Work; 3. for every act and neglect by the Contracting Agency; and 4. for all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties,or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (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 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). 1-09.11(2) Claims Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. t 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: ...such claims or causes of action shall be brought in the Superior Court of the county where the l work is performed. 53 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: AW 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof, 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the to 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. +o 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 6W board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-09.14(1) Basic Bid(New Section) Carr Road, SWR27-3440 A. Bid item method of measurement and payment described in this section shall supersede bid item measurement and payment described in the Standard Specifications. B. 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 appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, wr including Safety and Health Administration of the US Department of Labor(OSHA). C. The Owner shall not pay for material quantities that exceed the actual measured amount used and approved by the Engineer. +�+ D. 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. E. Work and material not specifically listed in the proposal but required in the plans, 1° specifications, and general construction practice, shall be considered incidental to the construction of the project and the Contractor shall include the cost within the unit bid prices. No separate payment will be made for these incidental items. Bid Item 1: Mobilization (Lump Sum) Payment for mobilization shall be made at contract lump sum price and in accordance with Section +Wr 1-09.7. Mobilization will not be considered as work in fulfilling the contract requirement for commencement of work. The Contractor shall prepare a Work Plan which shall show the proposed construction sequence of the project as described in 1-08.3. The Work Plan shall include a mobilization plan which shall 54 +mss show the location for storage of all equipment and material proposed to be located at construction site to be obtained by the Contractor. Bid Item 2: Temporary Water Pollution/Erosion Control (Lump Sum) Payment for temporary water pollution/erosion control shall be made at contract lump sum price and shall constitute full compensation for all material,equipment,tools, labor and all else necessary for and incidental to prevent, control, and stop water pollution or erosion within the project in accordance with Section 1-07.15 of the specifications. The work includes, but not limited to, development of the final Temporary Water Pollution/Erosion Control Plan (TWPECP), development of the Stormwater Pollution Prevention Plan (SWPPP), all work necessary to implement the provisions of the TWPECP and SWPPP,including filter fabric fencing,placement of plastic sheets over soil, having spill control material on-site, maintenance, lined sumps and temporary pumping, haul off —site and disposal of any contaminated seepage from the culvert rehabilitation work, modification and/or temporary extension of storm drains. The Contractor is also responsible for all monitoring, testing, and reporting that may be required by applicable local, state, or federal laws, ordinances, and regulations. No separate measurement and payment will be made for such work, but shall be incidental to temporary water pollution/erosion control. Payment for temporary stream bypass shall be under separate bid item. Payment will be made as the work proceeds, after presentation of invoices by the Contractor showing related costs. If the total of such payment is less than the lump sum contract price for this item,the unpaid balance will be included in the final contract payment. Bid Item 3: Temporary Creek Bypass(Lump Sum) Payment for temporary creek bypass shall be at contract lump sum and in accordance with Section 1-04 of the specifications. The Contractor is required to provide a temporary creek bypass plan to the City for review and approval. The work includes, but not limited to, installation, maintenance, complete removal and cleanup of stream flow bypass system and cofferdams. The payment for the temporary creek bypass includes all pipe, supports for the bypass pipe within the existing culvert, cofferdams, placement of on-site cofferdam material to raise cofferdam (if needed), complete removal of bypass system,and fish removal and associated permitting. The Contractor shall be responsible for all costs, damages, and claims that may result from failure of the bypass system. All adjustments to the Temporary Creek Bypass necessary for different phases of construction are considered incidental and no additional payment will be made for adjustments. Bid Item 4: Traffic Control (Lump Sum) Payment for traffic control shall be made at contract lump sum. The Contractor is required to prepare a traffic control plan for review and approval by the City. Several plans may be needed to show different traffic control provisions and markings for various phases of the project. Payment for Traffic Control includes all material, equipment, and labor to set up traffic detours, signage, fill material and temporary asphalt pavement. The lump sum contract price shall be full pay for all costs not covered by other specific pay items in the bid proposal for preparing traffic control plans, all material, equipment, and labor necessary for furnishing, installing, maintaining, temporary traffic markings, and removing traffic control devices in accordance with the approved traffic control plan 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. The Lump Sum contract price shall be full pay for all 55 n i MA aw costs involved when a person performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. .� Progress payment for the lump sum item"Traffic Control"will be made as follows: 1. When 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 an payments. The traffic control plan form and City Standard Traffic Control Details can be found in Appendix C. o" Bid Item 5: Contractor Supplied Surveying (Lump Sum) Payment for Contractor-supplied surveying shall be made at the contract lump sum price and shall rr constitute all material, equipment,tools, labor and all else necessary for and incidental to surveying in accordance with Sections 1-05.4, 1-11 and elsewhere in the specifications as being provided by the Engineer. The Contractor supplied survey includes licensed surveyor's seal and signature. The Contractor is responsible for all construction surveying and as-builting. r Bid Item 6: Removal of Structures and Obstructions (Lump Sum) Removal of structures and obstructions shall be measured per lump sum and shall constitute all material, equipment, tool, labor and all else necessary for and incidental to removal of structures and obstructions. Payment for removal of structures and obstructions shall be for removal and disposal of all items necessary to complete the work not specifically included as separate pay items and includes but is not limited to: removal and disposal of existing damaged 72-inch diameter culvert section,trees, abandoned private utilities, vegetation, and other materials. Bid Item 7: Clearing, Grubbing, and Roadside Cleanup (Lump Sum) +�.. Payment for clearing, grubbing, and roadside cleanup shall be made at the contract lump sum price and shall constitute full compensation for the material, equipment, tools, labor, and all else necessary for and incidental to clearing and grubbing in accordance with the plans and Section 2-01 of the specifications. 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). Bid Item 8: Temporary Construction Access and Restoration (Lump Sum) Payment for temporary construction access and restoration shall be made at the contract lump sum price and shall constitute full compensation for the material, equipment, tools, labor and all else necessary for and incidental to establishing temporary construction access for the project, which may include but is not limited to construction of a pad or platform for drilling of piles, temporary .r access roads, removal and replacement of existing half-pipe storm drain, any fencing removal for access, and removal and restoration of the site to pre-project conditions after construction is complete. Bid Item 9: Dewatering(Lump Sum) Payment for dewatering shall be made by lump sum and shall constitute full compensation for all material, equipment, tools, labor and all else necessary for and incidental to control the water level tiro 56 ar 1 in the construction area including but not limited to the Contractor's design of dewatering system, dewatering system at both culvert inlet and outlet including, sumps and sump pumping (including excavation, pit with gravel backfill and perforated pipe intake, and temporary piping), proper disposal of dewatering water, and all related incidentals. The Geotechnical Report is provided as part of the contract document(Appendix A). Depending on dewatering method and construction methods and means; additional information that the Contractor may need to design a complete and working dewatering system shall be obtained at the Contractor's expense. Additional dewatering measures, if necessary to collect any springs discharging within the culvert to be rehabilitated will be paid for by other items. Bid Item 10: Supplemental Dewatering(Lump Sum) Payment for supplemental dewatering shall be made by Lump Sum and shall only pertain to costs associated with springs within the culvert bed (water under pressure flowing into the culvert) that need to be controlled to rehabilitate the culvert. The design of the supplemental dewatering system shall be the responsibility of the Contractor with approval of the City and could include drilling of small diameter holes in the culvert, installation of small-diameter pipes and vacuum pumping to remove excess water in the culvert bed. Any other dewatering activities necessary to complete the other work elements of the project shall be paid for under separate items. Bid Item 11: Structural Excavation,Type A(Lump Sum) Payment for Structural Excavation, Type A shall be by lump sum and shall constitute full compensation for all material, equipment, tools, labor and appurtenances necessary and incidental to the structural excavation associated with construction of the new headwall, the boulder cascade and sand and gravel, any other excavation incidental to the completion of work, removal, haul and disposal of excavated materials. Bid Item 12: Sand and Gravel(Ton) Measurement for furnishing and installing the Sand and Gravel will be based on actual tonnage weight as determined by measurement from a certified scale. Certified weight tickets shall accompany each load; a copy of tickets shall be given to the Engineer daily. Payment shall be made at contract unit price and shall constitute full compensation for all material, equipment, tools, labor and all else necessary and incidental to the installation of the Sand and Gravel in accordance with the plans and Specifications. Bid Item 13: Boulder Cascade(Ton) Measurement for furnishing and installing the Boulder Cascade will be based on actual tonnage weight as determined by measurement from a certified scale. Certified weight tickets shall accompany each load; a copy of tickets shall be given to the Engineer daily. The unit contract price for boulder cascade will be full pay for all materials, delivery, labor, equipment, excavation and other incidental costs for completing installation of the Boulder Cascade as described in the specifications and shown on the Plans for installation. The unit contract price shall also include allowance for an initial boulder placement followed by adjustments in rock placement at the surface as directed by the Engineer. 57 Bid Item 14: Soldier Pile Headwall (Lump Sum) There shall be no specific unit of measure applied to the lump sum item of Soldier Pile Headwall. r. Payment will be made at lump sum contract price for Soldier Pile Headwall and shall constitute full compensation for all labor, materials, tools and equipment necessary to perform all work of furnishing and installing the headwall including but not limited to removal of surface rip rap, drilling, control of groundwater, proper disposal of any contaminated water, grouting, concrete, steel beams, lagging, temporary and permanent structural steel and fabrication, field and shop welding, prefabricated drainage mat, weep holes, concrete facing including reinforcement and finishing, and shop and field coating of steel. ar Bid Item 15: Chain Link Fence Type 6 (4-feet high) (Lineal Feet) Chain Link Fence Type 6 shall be measured per linear foot installed. Payment shall be made at r. contract unit price and shall constitute full compensation for all material, equipment, tools, labor and all else necessary for and incidental to the installation of the Chain Link Fence Type 6 in accordance with the plans, specifications, Section 8-12 of the Standard Specifications, and City of r Renton Std Plan L002. Bid Item 16: Culvert Concrete Rehabilitation and Baffle Weir Placement (Lump Sum) Payment for Culvert Concrete Rehabilitation and Baffle Weir Placement shall be made a the Mw contract lump sum price and shall constitute full compensation for all material, equipment, tools, labor and all else necessary for and incidental to the rehabilitation of the steel plate culvert and placement of baffle weirs, including but not limited to cutting wood templates to confirm fit of „r baffle weirs, sand blasting and cleaning of the existing plate culvert, tack-welding baffle weirs in place, applying epoxy bonding agent, pouring and screeding concrete, and filling voids between culvert and baffle weir with grout. a, Bid Item 17: Woody Debris Salvage and Placement(Lump Sum) Payment for Woody Debris Salvage and Placement shall be made at the contract lump sum price and shall constitute full compensation for all labor, equipment, tools and all else necessary for ,.. salvage of the large woody debris from the site and placement of the wood debris according to the Engineer's guidance including anchoring where required on the plans. The unit price shall include allowance for an initial placement followed by adjustments in wood debris placement as directed wr by the Engineer. Bid Item 18: Live Willow Stakes(Each) Live Willow Stakes shall be measured per each installed. Payment shall be made at contract unit Wa price and shall constitute full compensation for all materials, equipment, tools, labor and all else necessary for and incidental to the installation of live stake plants in accordance with the plans and specifications. In addition, Payment shall include all costs associated with plant maintenance for a 3-yr warrantee period, including maintenance, monitoring, and watering and replacement of rejected live stakes to ensure a 90% survival rate. Bid Item 19: Hydroseeding (Square Feet) Payment for hydroseeding shall be made per square foot spread and shall constitute full compensation for all material, equipment, labor and all else necessary for hydroseeding all areas, except paved surfaces, disturbed by Contractor in accordance with Section 8-01.3(2)B. rr Bid Item 20: Erosion Control Blanket (Square Yard) Measurement for furnishing and installing Erosion Control Blanket will be based on surface measure of complete and installed blanket,not including overlapping matting. 58 air Payment shall be made per square yard complete in place and accepted, and shall be full compensation for furnishing and installing the blanket including placement, stapling, rolling, and all materials, equipment,tools, labor,maintenance and any necessary appurtenances. Bid Item 21: Trench Excavation Safety Systems(Lump Sum) The Contractor is completely responsible for providing adequate shoring and support for all excavations to provide safe access for workers, prevent soil sluffing, soil loss,damage to pavement, structures, utilities, and ground adjacent to the excavation. Trench Shoring and Excavation Safety System shall comply with WAC 296-155 Part N, Standard Specifications Section 2-09.3(3) and 2- 09.3(4), and all other applicable State and Federal regulations. The Contractor shall submit a Shoring Plan to the City showing how shoring will be accomplished and detailing the techniques and equipment that will be used. Shoring shall be capable of supporting all earth loads and traffic loads. The Contractor is responsible for showing that the proposed shoring system meets the regulatory requirements. This bid item shall apply to all excavations needed for the project. The City may issue a Stop Work order if the Contractor is not following the Shoring Plan, or is not using shoring where it appears to be needed. The Contractor shall immediately stop work on that part of the project and shall apply the appropriate shoring measures needed. All delays, damages, down time, labor,machinery,rental,and incidental costs during any Stop Work order shall be at the Contractor's expense. If the Contractor does not rectify any situation where shoring is needed the City may deny payment for any work item performed on that section of the project. Measurement for trench excavation safety systems will be based on the estimated percentage of shoring installed at the time of payment. Payment for trench excavation safety systems will be made at the unit bid price, which will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc. required to complete this item of work in conformance with the Contract Documents. Bid Item 22: Final Restoration and Cleanup (Lump Sum) Payment shall be made at contract lump sum and shall constitute full compensation for all material, equipment, tools, labor and all else necessary for and incidental to restoring areas affected by the project to at least as good a condition as existed before project construction, excluding restoration work covered under other bid items. Landscape restoration, unless covered by other bid items, shall include replacing the existing landscaping with equal vegetation, bark, and or grass. Landscape restoration materials shall be in accordance with the requirements of Section 9-14. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for"Traffic Control,"the work required for this item shall be all items described in Section 1-10, including,but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific device 59 L and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or a directed by the Engineer and delivering to the City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods,6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions,or as directed by the Engineer. 10. Promptly removing or covering all non-applicable signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal then all work required by these sections will be considered incidental and their cost shall be included in the other items of work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services which could not be usually anticipated by a prudent contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal,they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed$200 in total cost for the duration of their need. In the event of disputes,the Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the contractor's modification to the traffic control plan(s) appearing in the contract shall not be covered by the provisions in this paragraph. If the total cost of all the work under the contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item"Traffic Control"to address the increase or decrease. 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. 60 �x Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices. Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. Carr Road Lane Closure. All lanes of traffic shall be open during non-working hours. During working hours one lane shall be provided in each direction, in addition, both westbound lanes must be open between 6am and loam, and both eastbound lanes must be open between 3pm and 6pm. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the contract. During non-work periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2)is supplemented as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in err conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: so At the end of each working day, provisions shall be made to open all lanes of traffic and provide for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Construction Signs Section 1-10.3(3)paragraph 4 is supplemented as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the work in the bid proposal. 61 µ 1-11 RENTON SURVEYING STANDARDS Section 1-11 is a new section with new subsections as follows: Responsibility for surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. I-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/9 L All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing,as well as a description of any bench marks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments,measurements, and methodology used in that retracement. 62 i 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. 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. 63 If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in 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-I L 1(7) Precision Levels Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1-05 and 1-11.1. Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station--Offset Topography Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station--offset topography shall meet the requirements of section I-11.1 herein. The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(Il) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should 64 occur prior to backfilling. Close cooperation between the installing contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall be based ' upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of section 1-11.1(4)herein and submitted ' with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as built". The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be , observed for all "as-built" surveys. 1711.1(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 1-11.2(1)herein. All non corner monuments, as defined in I-11.1(5), shall meet the requirements of 1-11.2(2)herein. ' If the monument falls with in a paved portion of a right of way or other area,the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface,per 1-11.2(3). In the case of right of way centerline monuments all points of curvature (PC), points of tangency ' (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection, PI, for the tangents of a curve falls within the paved portion of the right of way,a monument can be set at the PI instead of the PC and PT of the curve. , For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. , 1-11.2 Materials 1-11.2(1) Propen)Aot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 1 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged ' with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments ' Monuments per I-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. ' 65 rrr 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: it (******) 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. Any material deemed by the Engineer or Owner to be salvageable material shall be the property of the Owner and shall, upon removal, be immediately loaded and hauled to a location designated by the Owner and there shall be carefully unloaded and neatly stacked or stored. r The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris «n Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.1 Description Section 2-02.1 is supplemented with the following: This work consists of removal and disposal of various existing improvements including, but not limited to, existing damaged culvert, abandoned utilities and other items necessary for the accomplishment of the work. 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3) is revised and supplemented as follows: Item"l."Is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces to some Contractor obtained lawful off-project site. 66 The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic ' before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete,and before the road is opened to traffic. MC cold mix or , MC hot mix shall be used at the discretion of the Engineer. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3(14)C Compacting Earth Embankments ' Section 2-03.3(14)C is supplemented with the following: Native subgrade soils shall be compacted in accordance with Method B. All fill shall be compacted ' to 95 percent of the maximum dry density as determined by ASTM D 1557-92, Method C (Modified Proctor)and to a dense and unyielding condition. , 2-09 STRUCTURE EXCAVATION 2-09.1 Description , Section 2-09.1 is supplemented by adding the following: The Work of this section shall also include the excavation, hauling and disposal of material to the , limits shown on the plans for construction of the new headwall and boulder cascade. 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) General Requirements ' Section 2-09.3(1) is supplemented by adding the following: All excavations shall be completed in accordance with applicable city, state and federal safety ' standards. Existing utilities may be present in close proximity to the temporary excavations. Appropriate measures shall betaken to protect these utilities during construction. Disposal of excavated material and debris in a Contractor provided waste site shall meet the requirements set forth in Section 2-03.3(7) Disposal of Surplus Material in the Standard ' Specifications and these Special Provisions. 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. 67 r. Wr The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. �r If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials,to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment,Gravel Borrow shall be used. A geotechnical report was prepared by HWA GeoSciences and is attached as Appendix A. 2-09.3(1)A Staking, Cross-Sectioning, and Inspecting Section 2.-09.3(1)A is deleted in its entirety. 2-09.3(1)D Disposal of Excavated Material iwti Section 2-09.3(1)D is revised as follows: to The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for Structure Excavation,Class A. rrr The third paragraph is replaced with: If the contract includes Structure Excavation, Class A or B, 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(3) Construction Requirements,Structure Excavation Class A 2-09.3(3)D Shoring and Cofferdams Section 2-09.3(3)D is supplemented with the following: The Contractor shall protect the existing pavement and embankment from damage due to the Contractor's operations and shall shore any excavations where necessary. w. Excavation shoring shall be designed by Contractor as required by site geotechnical conditions. Excavation Shoring Plan shall include installation sequencing and temporary support of existing utilities. dW The Contractor shall submit an excavation/shoring plan to the Engineer by the preconstruction conference. All cribbing, sheeting and shoring shall meet the requirements of WAC 296-155. �++�+ If Contractor proposes any shoring in excess of 4-feet high, not including the Soldier Pile Headwall, Contractor's excavation shall be designed, signed and stamped by a Washington State professional engineer. The Engineer shall review the submittal to determine if it has been signed and stamped by a professional engineer and shall not review the design for adequacy. The design of any cribbing, sheeting or shoring, other than the Soldier Pile Headwall, is the responsibility of the Contractor. This shall include but not be limited to temporary excavations necessary for access. 68 ro 2-13 DEWATERING (NEW SECTION) 2-13.1 Description , This work includes lowering the groundwater elevation to below working surface of the bottom of concrete soldier pile wall, defined as dewatering, for installation of the headwall at the culvert ' outlet. In addition,it includes lowering the groundwater level and collection of any "cofferdam seepage" at the culvert inlet. This work specifies the responsibilities, design requirements, and execution of dewatering. Dewatering systems may include, but are not limited to, any dewatering sumps, vacuum lines, discharge lines, and other equipment, appurtenances, and related earthwork ' necessary to perform dewatering. At a minimum, dewatering shall include a minimum of two sumps, one at the culvert inlet and one at the culvert outlet, and all associated pumping, temporary piping, and discharge of dewatering water in an acceptable manner. This does not include the ' separate sump for collection of any contaminated water. The Contractor is solely responsible for the proper design, installation, operation, maintenance, performance, failure, or damage resulting from any component of the dewatering system for this ' Contract. If Contactor's methods do not produce satisfactory results in keeping a suitable subgrade working condition, Contractor shall increase dewatering efforts. The design for the dewatering system at the culvert inlet shall account for anticipated seepage from the Contractor designed coffer ' dam so as to prevent any seepage from entering the culvert during rehabilitation work. Disposal of water is covered in Section 1-07.15. Project geotechnical report is included in Appendix A. All of the above mentioned work is included in the base bid for dewatering. This should provide adequate dry conditions for the culvert rehabilitation work. Should there be isolated springs within the culvert that are not controlled by the above dewatering, additional methods shall be undertaken by the Contractor and these additional methods shall be paid per Force Account. Methods to be considered if springs are encountered include mortar patching spring area and/or drilling small diameter holes at location of springs and using pipe to intercept spring and vacuum pump to acceptable discharge location. 2-13.2 Materials 2-13.2 (1) Quality Assurance REFERENCED STANDARDS: This Section incorporates by reference the latest revision of the following documents. These references are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and that of the listed document, the requirements of this Section shall prevail,provided that all regulatory requirements are met. Reference Title , Chapter 173-200 WAC Water Quality Standards for Ground Waters of the State of Washington. ' Chapter 173-154 WAC Protection of Upper Aquifer Zones. Reference Title ASTM D 422 Standard Method for Particle Size Analysis of Soils. 69 U 2-13.3 Construction Requirements 2-13.3(1) Submittals 1. SYSTEM DESIGN: Supplement requirements of the Temporary Water Pollution/Erosion Control Plan(1-07.15 with the following specific information for a dewatering plan: a. Dewatering methods. b. Dewatering equipment. c. Number, location, and depth of proposed dewatering sumps (or measures in addition to sumps). d. Location and dimensions of discharge piping, discharge points,valves, flow meters, wr settlement tanks, and other dewatering equipment. e. Calculations used to design the system. f. Estimated dewatering system discharge flow rates. +rr 2-13.3(2) Design Requirements 1. Reduce the groundwater level to a below the working surface of excavation for bottom of new soldier pile wall and 3-feet below the culvert inlet. 2. Protect and avoid damage to all existing facilities, utilities, roadways, and improvements from dewatering induced land settlement. 3. Comply with dewatering discharge permit requirements: Section 1-07.15. 2-13.3(3) General 1. Keep excavations free of water during construction. Some minor accumulations of water is acceptable for the boulder cascade provided that groundwater is below the base of the concrete soldier pile wall. 2. Provide and operate the machinery and equipment necessary to keep excavations free of water. on 3. Dewater and dispose of the water so as not to cause injury to public, private, or other property, or to cause a nuisance or a hazard to the public or the environment. 4. Dispose of all water in a manner that complies with all permitting and regulatory requirements. 5. Provide on site sufficient pumping equipment and machinery in good working condition for emergencies, including power outages and flooding. 6. Provide on site workers needed for the operation of the dewatering system. ' 7. Maintain electric power service connections to the dewatering system. 8. Do not shut down the dewatering system between shifts, on holidays, on weekends, or during work stoppage without written permission from the Owner. e 9. Control groundwater to prevent the softening of excavation bottoms or the formation of "quick" conditions or"boils." 10. Prevent the removal of native soils during dewatering. L70 L 11. Control surface water runoff and prevent the entry or collection of surface water in excavations. 2-13.3(4) Dewatering Discharge 1. Discharge locations,rates, and quality: Section 1-07.15. 2. Run all dewatering flow through a baffled settlement(Baker)tank or to a vegetated area for filtering prior to discharge. 2-13.3(5) Sumps .r 1. Do not use open sumps. Backfill with washed rock. 2. Provide slotted or perforated casing with approved filter pack material. 2-13.3(6) Electrical Service 1. Provide electrical service dedicated solely to the operation of the dewatering system on a circuit separate from all other electric uses. 2. Provide a backup electric power supply that can deliver 100 percent of the demand needed for the dewatering system. to 2-13.3(7) System Protection 1. Take all reasonable and necessary precautions to provide continuous and successful system operation. 2. Clearly mark all pumps, vacuum headers, discharge lines, and other system components to prevent damage from vehicles or equipment. 3. Provide protective measures capable of supporting the heaviest equipment on site where vehicles or equipment cross the dewatering system. 4. Provide valves on headers and discharge lines. 'r 2-13.3(8) Soil Protection 1. Operate the system so that fines are not removed from native and engineered foundation ad soils during dewatering. 2. Monitor sand content at all discharge points on a weekly basis, and within 24 hours of the startup of each individual sump. NA 2-13.3(9) Backup Equipment 1. Maintain on site sufficient backup equipment and materials to provide continuous and NA effective operation of the dewatering system. Equipment and materials include,but are not limited to, pumps, motors, generators, header pipe, discharge pipe, valves, tees, elbows, tools, and parts or other system hardware needed to immediately repair or modify any part of the system. 2. Provide backup pumps, motors, and generators whose performance capacity is equal to or greater than the primary components. 71 W r 5-04 HOT MIX ASPHALT .� Section 5-04 is supplemented with the following: Any damage to existing asphalt pavement shall be replaced with HMA meeting these specifications r at no cost to the City. 5-04.3(7)A Mix Design 'P Item 2 is deleted and replaced with: 1. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. The mix design will be the initial job mix formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing-HMA Mixture Item 1 is deleted and replaced with: rrr 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA . yr Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted 5-04.6 Trench Restoration and Street Overlay Requirements Section 5-04.6 is a new section: For any damaged asphalt, Contractor shall follow the City of Renton Trench Restoration and Street Overlay Requirements. These requirements are provided below: w. CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS k Amended April 4,2005 by Ordinance 5131 72 1 SECTION 1 PURPOSE , The purpose of this code section is to establish guidelines for the restoration of City streets disturbed by installation of utilities and other construction activities. Any public or private utilities, general contractors, or others permitted to work in the public right-of-way will adhere to the procedures set forth in this policy. SECTION 2 DEFINITIONS Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer, or their designated representative. ' SECTION 3 HOURS OF OPERATIONS Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer. , SECTION 4 APPLICATION 1. The following standards shall be followed when doing trench or excavation work within the paved portion of any City of Renton right-of-way. , 2. Modifications or exemptions to these standards may be authorized by the Planning/Building/Public Works Administrator, or authorized representative, upon written request by the permittee, their Contractor or engineer and demonstration of an equivalent alternative. SECTION 5 INSPECTION The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of- pavement) overlay is required due to changes in the permit conditions such as, but not limited to the following: 1. There has been damage to the existing asphalt surface due to the Contractor's equipment. 2. The trench width was increased significantly or the existing pavement is undermined or damaged. 3. Any other construction related activities that require additional pavement restoration. SECTION 6 CITY OF RENTON STANDARDS 1. All materials and workmanship shall be in accordance with the City of Renton Standard and Supplemental Specifications (current adopted version) except where otherwise noted in these Standards. Materials and workmanship are required to be in conformance with standards for the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Chapter of the American Public Works Association (APWA) and the Washington State Department of Transportation (WSDOT) and shall comply with the most current edition, as modified by the City of Renton Supplemental Specifications. An asphalt paver shall be used in accordance with Section 5-04.3(3) of Standard Specifications. A "Layton Box" or equal may be used in place of the power- propelled paver. Rollers shall be used in accordance with Section 5-04.3(4) of the Standard Specifications. "Plate Compactors" and "Jumping Jacks" SHALL NOT be used in lieu of rollers. 2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details, unless modified by the City Permit. Surfacing depths shown in the Standard Details are minimums and may be increased by the Engineer to meet traffic loads or site conditions. SECTION 7 REQUIREMENT FOR PATCHING,OVERLAY,OVERLAY WIDTHS All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall be a minimum of one foot (1') outside the trench width. The top two inches (2") of asphalt shall be ground down to a minimum distance of one foot (1') beyond the actual outside edges of the trench and shall be replaced with two inches (2") of Class B asphalt, per City of Renton Standards. At the discretion of the engineer,a full street width overlay may be required. 73 , 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 g of the lane. c Patch shall be a minimum of one foot (1') beyond the excavation and patch length shall be a minimum of an entire traveled lane. d If the outside of the trenching is within three feet (3') of any adjacent lane line, the entire adjacent traveled lane affected will be repaved e An area including the trench and one foot (1') on each side of the trench but not less than six and one half feet(6.5')total for the entire width of the affected traveled lanes will be ground down to a depth of two inches (2"). A two-inch(2") overlay of Class B asphalt will be applied per City standards. 2. Trenches Running Parallel With the Street: a The minimum width of a longitudinal patch shall be four and one-half feet(4.5'). See City of Renton Standard Plan Drawing #HR-05(SP Page H032). b If the trenching is within a single traveled lane, an entire lane-width overlay will be required. ` c If the outside of the trenching is within three feet (3') of any adjacent lane line, the entire adjacent traveled lane affected will be overlaid. d If the trenching is greater than,or equal to 30%of lane per block(660-foot maximum block length), or if the total patches exceed 12 per block, then the lanes affected will be overlaid.Minimum overlay.shall include all patches within the block section. e The entire traveled lane width for the length of the trench and an additional ten feet (10') at each end of the trench will be ground down to a depth of two inches (2"). A two-inch(2")overlay of Class B will be applied per City standards. 3. Potholing: Potholing shall meet the same requirements as trenching and pavement restoration. Potholing shall be a minimum of one foot(1') beyond the excavation. All affected lanes will be ground down to a depth of two inches (2") and paved not less than six and one half feet(6.5')wide for the entire width of the lane. Potholes greater than five feet(5')in length, width or diameter shall be restored to trench restoration standards. In all cases, <` potholes shall be repaired per Renton Standard Plan # HR05 (SP Page H032). Restoration requirements utilizing victor equipment will be determined by the engineer. ' SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING The Contractor in all cases can remove the pavement in the replacement area instead of grinding out the specified two inches (2") of asphalt. Full pavement replacement to meet or exceed the existing ' pavement depth will be required for the area of pavement removal. SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION REQUIREMENTS 1. Trench restoration shall be either by a patch or overlay method, as required and indicated on City of Renton Standard Plans#HR-05, HR-23,and HR-22(SP Pages#H032,H032A, and H033). 2. All trench and pavement cuts, which will not be overlaid, shall be made by sawcut or ' grinding. Sawcuts shall be a minimum of two feet (2') outside the excavated trench width. 3. All trenching within the top four feet (4') shall be backfilled with crushed surfacing materials conforming to Section 4-04 of the Standard Specifications. Any trenching over four feet (4') in depth may use materials approved by the Engineer or Materials Lab for backfilling below the four-foot (4') depth. If the existing material (or other material) is 74 r determined by the Engineer to be suitable for backfill, the contractor may use the native 9 material, except that the top six inches (6") shall be crushed surfacing top course ; material. The trench shall be compacted to a minimum ninety-five percent (95%) density, as described in Section 2-03 of the Standard Specifications. In the top six feet (6)of any trench,backfill compaction shall be performed in eight to 12-inch(8-12")lifts. Any trench deeper than six feet(6) may be compacted in 24-inch lifts, up to the top six- foot (6) zone. All compaction shall be performed by mechanical-methods. The compaction tests may be performed in maximum four-foot (4') vertical increments. The test results shall be given to the Engineer for review and approval prior to paving. The number and location of tests required shall be determined by the Engineer. 4. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix (cold mix), Asphalt Treated Base (ATB), or steel plates, as approved by the ' Engineer. ATB used for temporary restoration may be dumped directly into the trench, bladed out and rolled. After rolling, the trench must be filled flush with asphalt to provide a smooth riding surface. If the temporary restoration does not hold up, the Contractor shall repair the patch within eight hours of being notified of the problem by the City. This requirement applies 24 hours per day, seven days a week. In the event that the City determines to repair the temporary patch,the contractor shall reimburse the City in an amount that is double the City's cost in repairing the patch,with the second half of the reimbursement to represent City overhead and hidden costs. 5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required and indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP Pages #H032, H032A, and H033)or as directed by the Engineer. The grade of asphalt shall be AR-4000W. The materials shall be made in conformance with Section 9-02.1(4) of the Standard Specifications. 6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the Standard Specifications. Tack shall be applied as specified in Section 5-04 of the Standard , Specifications. 7. Asphalt Concrete Class E or Class B, shall be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers of asphalt concrete shall be displaced laterally a minimum of twelve inches (12"), unless otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. All street surfaces, walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum vertical curb depth below four inches (4") for storm water flow. The Engineer may require additional grinding to increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering, as required by the Engineer, shall be accomplished by raking out the oversized aggregates from the Class B mix as appropriate. 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. 75 1 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 err meets these specifications. 8. All joints shall be sealed using paving asphalt AR-4000W. 9. When trenching within the unpaved roadway shoulder(s), the shoulder shall be restored to its original condition, or better. 10. The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen(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. Im The Engineer may deem it necessary to complete the work within the fifteen (15) working day time frame and not allow any time extension. Should this occur, the Contractor shall perform the necessary work, as directed by the Engineer. ko 11. A City of Renton temporary Traffic Control Plan (from Renton Transportation Engineering) shall be submitted and approved by the Engineer a minimum of three (3) working days prior to commencement of work. SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The Permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. rir 6-02 CONCRETE STRUCTURES Section 6-02 is supplemented with the following: 6-02.1 Description This section includes cast-in-place concrete for culvert rehabilitation. rrr 6-02.2 Materials For field cast-in-place concrete provide Class 4000, 6% air entrained concrete in accordance with Section 6-02 of the Standard Specifications unless otherwise noted on the construction drawings. Concrete: concrete shall meet the requirements of 6-02.3(27). Minimum concrete strength shall be 4,000 psi at 28 days. Forms shall not be removed until concrete strength is 3,000 psi as verified by concrete cylinder tests. Bonding agent placed on the prepared steel culvert surface shall be Belzona 4911 or equal Baffles shall be type 304 or 316 stainless steel 6-02.6(2) Submittals Submit in accordance with 6-02.3(28)A. Include the following information: 1. Product data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, grout, joint systems, curing and bonding compounds, and other as requested by the Engineer. 2. Concrete mix design Certificates of compliance and laboratory test reports for concrete materials, reinforcement(fabrication and mill reports), and mix design test. 76 L 3. Contractors installation methods detailing the complete approach and sequencing including but not limited to; access, temporary ventilation and lighting, cleaning, pre-cutting baffles, baffle installation, use of bonding agents, and concrete installation. 6-02.6(5) Construction Requirements 1. Surface preparation for bonding agent shall be application of a degreaser followed by r abrasive blast. Abrasive blast shall achieve a surface profile of 3 mils. 2. Application of the bonding agent shall immediately follow the abrasive blast. 3. Application of the bonding agent shall follow all mixing and placing instructions by the product manufacturer. 4. Concrete finish for all surfaces shall be Class 2 Surface Finish as required in Section 6- 02.3(14)B. 6-02.6(6) Construction Tolerances 1. End squareness (maximum gap when sections are butted), 1/2 inch 2. Surface flatness, 1/4 inch in 10 feet 3. Reinforcement placement,t1/4 inch di 6-16 SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 6-16.2 Materials Section 6-16.2 is supplemented by the following: • Steel piles and walers shall meet the requirements of ASTM A572, Grade 50. • Steel pipe for braces:ASTM A53 Grade B or ASTM A500 Grade B. • Steel for miscellaneous plate and shapes, ASTM A36. • Concrete for concrete facing shall meet the requirements of class 4000 with maximum water/cementatious ratio of 0.38. go • Shaft backfill concrete shall be lean concrete. • Concrete for soldier pile shaft backfill shall be lean concrete. • Timber lagging shall be pressure treated. ■r • Sand for backfilling voids behind lagging, fine aggregate for concrete as defined in 9-03.1, Class 1 or Class 2. sm 6-16.3(1) Quality Assurance Section 6-16.3(1) is supplemented by the following: NA Installer qualifications: Minimum of five years experience in construction similar to the soldier pile shoring system shown. Able to show evidence of successful completion of at least three similar shoring systems. aril 77 III 6-16.3(3) Shaft Excavation Section 6-16.3(3) is supplemented by the following: Contractor shall assume that drilled shafts will not be stable and will collapse without a means to keep shaft open. Per geotechnical report, shafts shall be drilled with a continuous hollow stem auger and backfilled with lean concrete placed as the auger is removed. Steel piles are then placed into the shaft. ri. Portions of the work area are lined with riprap. Contractor shall remove riprap in order to drill piles. 6-16.3(6) Miscellaneous Requirements (New Section) Shop and field welding shall be in accordance with 6-03.3(25). All piles, lagging and bracing shall be painted in accordance with 6-07.3(1). All steel except the err pile face with headed studs shall be prime coated in the shop following any fabrication. Prime coat may be held back from known field weld locations. Prime, 2"d and 3`d coat on walers shall be completed prior to concrete facia work. 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.1 Description Section 8-01.1 is supplemented by the following: ,�. This work consists of filter fabric fencing, catch basin inserts, temporary covers, pumping of dewatering water to vegetated areas for filtering or to Baker tanks for treatment, and other temporary Best Management Practices (BMPs) as shown on the Plans or directed by the Engineer. In addition, this work includes the collection of any wastewater from cement concrete work or contaminated seepage from the culvert rehabilitation and hauling off site to a Contractor obtained facility. Also, refer to Section 1-07.15 for Temporary Erosion and Sediment Control Requirements. 8-02 ROADSIDE RESTORATION 8-02.1 Description Section 8-02.1 is supplemented by the following: This work consists of, furnishing and placing biodegradable erosion control blanket on non-rock slopes with 2 horizontal to 1 vertical; and furnishing and planting live stakes in accordance with these Specifications and as shown in the Plans or as directed by the Engineer; seeding all disturbed areas within the clearing limits unless otherwise directed by the Engineer; and temporary watering until planting is established. The seeding may be accomplished by approved hand methods when impractical to do by hydroseeding. 8-02.2 Materials Section 8-02.2 is supplemented by the following: r 78 Erosion Control Blanket shall be in accordance with Section 9-14.5(2). , Water The Contractor shall make, at the Contractor's expense, whatever arrangements may be necessary to ensure an adequate supply of water required for hydroseeding and roadside planting.All costs shall be incidental to and included in the bid items involved and no additional compensation shall be made. The Contractor shall also furnish all necessary hose, equipment, attachments and accessories for the adequate irrigation of planted and seeded areas as may be required to complete the work as specified. Plant Materials For live stakes,see Plant Materials, Section 9-14.6. 8-13 MONUMENT CASE 8-13.3 Construction Requirements , Paragraph 3 of Section 8-13.3 is revised and supplemented as follows: When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete,the monuments shall be re-established by the surveyor in accordance with RCW58.09.130. All costs for surveying and resetting existing monuments impacted by construction shall be considered incidental to the contract unless specifically called out to be paid as a bid item. 8-30 STREAM ENHANCEMENT Section 8-30 is a new section. 8-30.1 Description This work includes the boulder cascade, and salvage and placement of woody debris. This work also includes installation of baffles in the existing culvert. The work shall be performed per Plans, or as directed by the Engineer, in accordance with these special provisions. 8-30.1(1) Permit Compliance Perform work in conformance with the conditions of the Washington State Department of Fish and , Wildlife's Hydraulic Project Approval(HPA)included in Appendix B. 8-30.1(2) Quality Assurance ' A. The instream construction of the habitat enhancements will be monitored by the Washington State Department of Fish and Wildlife. Although they will not have direct contact with the Contractor, they will advise the Engineer when the intent of the plans is not being implemented. To avoid conflict with the intent of the plans, crews performing the construction should have experience with habitat enhancement projects. 79 err r B. The locations of woody debris and boulders are approximately shown on the plans. The final locations, burial, orientation and connections will be staked or directed by the Engineer. The Contractor shall include cost for initial placement and some changes in rr placement per the direction of the Engineer. 8-30.2 Materials err Material shall meet the requirements of the following sections: Sand and Gravel Section 9-36.1 Boulder Cascade Section 9-36.2 8-30.3 Construction Requirements Place in the quantities and/or in the dimensions and configuration as shown on the Plans and as staked/directed by the Engineer. Contractor shall not "rolldown" rocks or logs down the steep slope. �. 8-30.3(l) Placement of Boulder Cascade The placement and location of Bolder Cascade shall be placed near the locations shown on the plan view drawings; however, final placement, location and orientation shall be verified and may be adjusted by the Engineer. Boulder Cascade consists of large boulders and smaller keystones which form a relatively steep rr "mountain stream". The placement of the Boulder Cascade mimics a natural boulder channel that is highly stable and typically occurs in the steep segments of a mountain stream. The intent is to NOT have a rock-lined trapezoidal channel. The Contractor shall fill the voids in Boulder Cascade with Sand and Gravel. 8-30.3(2) Salvage and Placement of Large Woody Debris(LWD) LWD shall be salvaged for reuse as specified in the Plans or as approved by the Engineer. Engineer shall select portions of maple to be salved as LWD. Contractor shall cut LWD to needed length and/or relocate salvaged LWD to designated locations as shown in the Plans. Where directed, the reused LWD will be anchored to the soldier pile wall as directed on the plans. Final irr location and orientation shall be verified and may be adjusted by the Engineer. 6 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Seed Section 9-14.2 is supplemented with the following: 9-14.2(1) Hydroseed All disturbed areas outside of boulder cascade and stream bottom will be Hydroseeded. Invasive Control Hydroseed Mix shall be composed of the following: 15% RegreenTM, or equal sterile hybrid wheat or ryegrass seed 15% Red fescue(Festuca rubra) 20%tufted hairgrass (Deschampsia cespitosa) 30%Redtop (Agrostis giganteanlalba) 80 L 15%Blue wild rye(Elymus glaucus) 5% White clover(Trifolium repens) Seed rate: 2 lb per 1000 ft2. Hydroseed shall also have a tackifier mulch. The seed mix must be certified as 99%weed-free and 90% viable seed by germination tests and by age specification by species. The hydroseed shall not contain pesticides or herbicides. 9-14.2(2) Hand Seed , Mix shall be as specified above under Invasive Control Hydroseed, but without tackifier mulch. Seed rate:2 lb per 1000 ft2. 9-14.6 Plant Materials 9-14.6(1) Description , Section 9-14.6(1) is supplemented with the following: Live Stakes so Live stakes shall be from native willows, 4' to 6' long and 3/8" to 1" in diameter. After cutting, live stakes will be stored in water or installed within 2 days. 9-36.1 Sand and Gravel Section 9-36.1 is a new section. Sand and Gravel mix shall be used for bedding below the Boulder Cascade and worked into the voids of the Boulder Cascade. Sand and Gravel shall be well mixed and have the gradations given below, with overall proportions of sand one third of the weight by volume. Sand and Gravel mix shall be free from various types of wood wasted or other extraneous or objectionable materials, having the gradation as specified below. Sand and Gravel Sieve Size Percent Passing (square openings) (by weight) 2" 100 ''/z" 60 U.S.No.20 40 ad U.S.No. 50 20 U.S.No.200 5 All percentages are by weight. mi The Contractor shall submit certification for Sand and Gravel stating conformity with these specifications, source of material, sieve analysis, and identity of testing agency. The submittal shall be made to the Engineer 1 week prior to placement. i 81 wr �r 9-36.2 Boulder Cascade Section 9-36.2 is a new section. Boulder Cascade shall be constructed of boulders and shall be placed as shown in the Plans. The boulders shall be rounded, uniformly graded material. Shot rock will not be accepted. Boulders .r� shall meet the following gradation requirements: Average Dimension (In.) Percent Passing 42 100 38 90 33 50 r. 18 30 10 10 ■r, U.S. No.200 0-2 All percentages are by weight. The Contractor shall submit certification for boulders stating conformity with these specifications, W source of material, sieve analysis, and identity of testing agency. The submittal shall be made to the Engineer 1 week prior to placement. No rr �r. W to ' 82 APPENDIX A GEOTECHNICAL REPORT 83 w wr rwr GEOTECHNICAL ENGINEERING REPORT CARR ROAD—PANTHER CREEK CULVERT REPAIR RENTON, WASHINGTON HWA Project No. 2008-051-21 June 25, 2008 Prepared for: R.W. Beck 1 U , HWAGEOSCIENCES INC. ■ June 25, 2008 HWA Project Number 2008-051-21 R.W. Beck 1001 Fourth Avenue, Ste 2500 Seattle, WA Attention: Mr. Mike Giseburt Subject: Geotechnical Engineering Report , Carr Road—Panther Creek Culvert Repair Renton,Washington ' Dear Mr. Giseburt: As authorized per the professional services agreement entered between R.W. Beck and ' HWA Geosciences Inc. (HWA), dated May 20, 2008,we are pleased to present this report with regard to the Carr Road-Panther Creek Culvert Repair Project. The objective of our investigation was to evaluate site subsurface conditions and provide ' geotechnical design and construction recommendations for the repair or replacement of the failed culvert section. PROJECT DESCRIPTION , We understand that the project consists of repairing or replacing the damaged section, and the lining of the remaining length, of a 155-foot long, 78-inch diameter corrugated steel pipe culvert. The culvert conveys the Panther creek under Carr road approximately 350 feet east of the intersection of Carr Road and Smithers Avenue South, as shown in , Figure 1. We understand that the northern 30 feet of the culvert has become detached from the remaining culvert and that a small surficial slide has occurred in the fill slope directly above the location of the culvert failure. It is also our understanding that ' replacement will involve excavating down to the location where the pipe has failed, and that shoring will be needed to protect Carr Road during installation of a new 30 foot section at the north end of the culvert. The remaining 125 feet of the culvert will need to , be lined in order to prevent further damage and corrosion. FIELD AND LABORATORY INVESTIGATIONS ' SUBSURFACE INVESTIGATION Subsurface investigations for the proposed improvements consisted of one borehole, , designated BH-1,to a depth of about 70 feet below ground surface through the existing road surface on the west side of the existing culvert, and one ' ,t June 25,2008 HWA Project No.2008-051-21 *r, hand hole along with a Drop Weight Cone Penetrometer(DCP) sounding at the outfall of the culvert. Figure 2, Site and Exploration Plan, shows the approximate locations of the subsurface investigations. An HWA geologist monitored and logged the subsurface explorations and obtained representative soil samples. Soil samples obtained from the explorations were classified in the field and representative portions were placed in plastic bags and returned to our Lynnwood, Washington, laboratory for testing. Field exploration methods are described in detail and logs of our explorations are presented in Appendix A. It should be noted that the stratigraphic contacts shown on the individual exploration logs represent the approximate boundaries between soil types; actual transitions may be more gradual. The soil and ground water conditions depicted are only for the specific date and locations reported and, therefore, are not necessarily representative of other locations and times. LABORATORY TESTING Laboratory tests were conducted on selected samples obtained from the exploratory boring BH-1, to characterize relevant engineering and index properties of the site soils. Laboratory tests included determination of in-situ moisture contents, Atterberg Limits and grain size distribution. The tests were conducted in general accordance with appropriate American Society of Testing and Materials (ASTM) standards. The test results and a discussion of laboratory test methodology are presented in Appendix B, or displayed on the exploration logs in Appendix A, as appropriate. SITE CONDITIONS SITE DESCRIPTION The site is located in Renton, Washington approximately 350 feet east of the intersection of Carr Road and Smithers Avenue South, as shown in Figure 1. Ths site is situated at approximately 175 feet El. above sea level in the highlands just east of the Duwamish River Valley. Overall the site vicinity slopes to the west toward the Duwamish River Valley, At this particular location Carr Road slopes to the west at a 5.5%grade. Panther Creek flows from Panther Lake to the Duwamish Valley and is an erosional environment for its entire length. The fill embankment and the side slopes of the stream channel on either sides of the culvert are very steep with grades ranging from 70-75%. The culvert conveys Panther Creek from South to North underneath Carr Road and consists of a 78"diameter corrugated steelpipe. The pipe is approximately 155 feet long with a total elevation change of 7 feet. The first 125 feet commencing at the south-end is at a grade of 4.6%and the last 30 feet is at a grade of 4.1%. On the northern side of Carr 2008-051 FR.doc 2 HWA GEOSCIENCES INC. June 25,2008 HWA Project No.2008-051-21 Road, adjacent to our borehole location,the depth of the pipe is 28 feet below ground surface. The northern most 30 feet of the culvert at the outfall has dropped down below the undisturbed section of culvert by 2 feet.The pipe bottom has rusted out 30 feet upstream from the original outfall, and additionally all of the foundation soils have been eroded. A sinkhole or slide scarp has formed over the culvert failure location,which is 7 feet tall by 12 feet wide. Water is visible at the surface in the slide deposit and at locations of similar elevation seeping out of the road fill embankment on the north side of Carr Road. GENERAL GEOLOGIC CONDITIONS Background geologic information was obtained from the Geologic Map of Renton Quadrangle, King County, Washington(Mullineaux, D.R., 1965). This map identifies the surficial deposits in the immediate vicinity of the proposed culvert repair as Pleistocene aged glacial soils deposited during the Vashon Stade, consisting of Vashon glacial till underlain by undifferentiated deposits. Vashon glacial till consists of an unstratified diamicton with silts, sands and gravels. The undifferentiated deposits consist , of three or more till sheets deposited prior to the Vashon-stade glaciation. Both deposits have been over consolidated by the weight of overlying glacial ice during the Pleistocene age. Local outcrops of the Renton Formation bedrock along steep hillsides,to the north are also present within the vicinity of the site. SUBSURFACE CONDITIONS The results of our subsurface explorations generally agree with the geologic map description except that the Vashon till deposit was not encountered; most likely due to the incising of Panther Creek and erosion of the deposit at this location. The underlying undifferentiated deposits described in the geologic map (Mullineaux, D.R., 1965)were encountered including the Renton Formation at depth. Below the asphalt pavement,the borehole encountered about 30 feet of fill, consisting of loose to medium dense, silty sand with gravel and very stiff sandy silt, over three feet of medium dense stream deposits over very dense and hard glacial deposits and bedrock. A stratigraphic profile of the subsurface conditions encountered can be seen in Figure 3. The following are descriptions of the units encountered during the exploration program, in the order encountered: HMA Pavement. The pavement consisted of a 9-inch layer of hot mix asphalt concrete (HMA). The HMA appears to be constructed directly over the fill without an intervening , layer of crushed base material. 2008-051 FR.doc 3 HWA GEOSCIENCES INC. June 25,2008 HWA Project No.2008-051-21 Fill: Fill consisted of loose to medium dense, light olive brown to dark brown, silty sand to sandy silt with gravel and cobbles, and organic debris and matter. The fill extends beneath the base of the pavement layer to depths of about 30 feet. A zone of soft silt to silty sand with abundant organic matter was encountered from about 25 to 30 feet. After the removal of casing, extensive caving occurred from 7 to 10 feet, where water was seeping from a cobbly layer. Alluvium: The alluvial deposits consist of very dark brown, silty sand materials. These deposits, which directly underlie the fill materials, are partially reworked by recent fluvial agents such as Panther Creek. The thickness of the alluvial sediments is about 3 feet. Undifferentiated Glacial Deposits: Undifferentiated glacial deposits, consisting of very dense to hard, light gray to dark gray, sandy silt to silty fine sand with gravel was encountered below the alluvial deposits.No cobbles or boulders were encountered during the exploration, but should be anticipated during excavations on site in to the till/till-like material present in this formation. Glacial till is relatively impermeable and will provide suitable bearing for structure foundations. Renton Formation:At depth bedrock consistent with the Renton Formation was encountered in the form of very weak sandstone and mudstone. The Renton formation generally consists of arkosic sandstone, mudstones, and shales that are continental in origin and irregularly cemented with calcium carbonate. GROUND WATER Ground water was encountered at 7 to 10 feet below the pavement surface in the fill, and near the contact between the fill and alluvial deposits. The source of this water is not identified but it caused significant caving within the drill hole. It is likely that water perches on the relatively impermeable glacial soils, and finds preferential paths through n the fill that generally consist of coarser grained material. Ground water was also found at the native creek bed level, approximately 25 to 30 feet below ground surface (bgs). The accuracy of the ground water level is not well established. We anticipate fluctuation of this level seasonally as well as daily depending upon the local precipitation. Dewatering will be required, when any excavation extends below the ground water level, as the sandy soils below this level are highly permeable. CONCLUSIONS AND RECOMMENDATIONS Our drilling encountered un-compacted road fill which extends to about 30 feet bgs, over 3 feet of saturated silty sand alluvium. Any excavation into the slope will tend to 1 destabilize the existing road embankment and will cause a disruption of traffic. We ' 2008-051 FR.doc 4 HWA GEOSCIENCES INC. June 25,2008 HWA Project No.2008-051-21 , recommend construction of a shoring wall to facilitate excavation for replacement of the t culvert. Significant caving of the fill and alluvium should be anticipated for unshored excavations or uncased drill holes. Our recommendations regarding temporary shoring, soldier pile construction, slope stability, and culvert replacement are presented in the following sections. SEISMIC DESIGN CONSIDERATIONS ' Seismic Parameters r For this project, it may be appropriate to use a 10%Probability of Excedence (PE) in 50 years event(approximately 475-year return period) for both retaining wall design and slope stability analyses. Table 1 provides the parameters needed for use with the 2006 IBC design procedures which were based on data from the United States Geologic Survey Hazard Mapping Project(2002). so Table 1 —Probabilistic Ground Acceleration Parameters per USGS Probability of Return Peak Ground 0.2 sec Spectral 1.0 sec Spectral aw Exceedance Period Acceleration Response Response (PGA) Acceleration Acceleration wr 10% in 50 years 475 year 0.32 0.72 0.24 Liquefaction Considerations Our liquefaction analyses, based on cyclic stress ratio concepts developed by Seed and ldriss (Seed, H.B., ldriss, I.M., 1982), indicate that the wet sand zone below the existing road embankment will liquefy during strong earthquakes. The existing embankment is not designed to withstand against liquefaction induced by a strong earthquake. Therefore ' it is not reasonable to retrofit the embankment or to design the proposed culvert repair against potential liquefaction of the foundation soil. We do not recommend a liquefaction proof repair design on the culvert, unless the City wants to retrofit the entire embankment foundation soils. SHORING Replacing the culvert needs significant excavation into the embankment which consists 't of loose to medium dense silty sand to very stiff sandy silt. Any excavation into the existing road bank will destabilize the slope and road surfaces can be affected. To prevent road embankment failure due to the anticipated excavation, the area should be shored with either sheet piles or soldier piles. 96 2008-051 FR.doc 5 HWA GEOSCIENCES INC. so 'J June 25,2008 HWA Project No.2008-051-21 Sheet pile installation by means of a vibratory hammer into the very dense sand would cause significant disturbance which can cause the road surface to settle or interrupt the underground utility lines in the vicinity. Due to anticipated severe caving conditions, using earth auger type equipment with combination of steel casings will be difficult and should not be allowed for installing soldier piles at this site.Therefore, a hollow stem auger mounted on a crane should be used to drill soldier pile holes and fill the holes with low strength grout. After each hole is drilled,the H beam should be lowered in. Hollow stem auger(auger cast pile rig) mounted on a crane with a diameter of 16 inches or so is commonly available locally in the Puget Sound region. For piles greater than 16 inches in diameter, pile driving equipment such as a 15,000 ft-lb Vulcan hammer will be necessary to install piles into drilled holes in order to reach the desired pile tip elevation. There are two ways to analyze the pile, as 1) cantilever soldier pile wall and 2) braced excavation with soldier pile wall. r' Cantilever soldier pile wall Cantilever soldier pile walls can be design for the excavation and shoring with the lateral earth pressure diagram shown on Figure 4. Braced soldier pile wall Braced walls are normally designed with an apparent pressure design diagram developed by Terzaghi and others by measuring the earth pressures during temporary excavation phase. This concept was used to develop the diagram presented on Figure 5 for the temporary and permanent wall designs. In the normal circumstances, the passive pressures are almost negligible in that the bottom bracings take up the lateral earth loads. In our case herein, the excavation is not fully enclosed with shoring. Therefore, the sliding forces from the road embankment should be resisted by passive pressure using the soldier piles which need to be embedded into the competent glacial soils. SLOPE STABILITY Our slope stability analyses for static loading not including earthquake loading condition indicate that the existing road embankment has a factor of safety near unity, therefore it is on the verge of failure or currently barely standing. Mitigating Slope Stability The wall should be constructed high enough to place backfill with a 5-foot wide bench adjacent to the wall, with the slope above it at 2H:1 V or flatter. The road fill was 2008-051 FR.doc 6 HWA GEOSCIENCES INC. June 25,2008 HWA Project No.2008-051-21 ' primarily loose and can not be trusted for fixed anchors unless a high pressured grout ' system is used. CONSTRUCTION REQUIREMENTS , Quality Assurance The steel soldier piles shall be placed so that the centerline of the pile at the top is within 1-inch of the plan location. The steel soldier pile shall be plumb,to within 0.5 percent of the length based on the total length of the pile. Submittals ' The Contractor shall submit shop plans as specified in Section 6-03.3(7) (2006 WSDOT M41-10 Standard Specifications for Road,Bridge and Municipal Construction) for all structural steel, including the steel soldier piles to the Engineers for approval. The Contractor shall submit copies of a soldier pile installation plan prior to the beginning of wall construction. In preparing the submittal,the Contractor shall reference the available , boring logs provided in the contract documents and the geotechnical report prepared for this project. This plan shall provide at least the following information: 1. An overall construction operation sequence and the sequence of soldier pile construction. 2. List, description, and capacities of proposed equipment including but not limited to cranes, drills, and augers. The narrative shall describe why the equipment was selected, and describe equipment suitability to the anticipated site and subsurface conditions 3. Details of pile installation methods including proposed drilling methods, and a review of method suitability to the anticipated site and subsurface conditions. Work shall not begin until the Engineer has approved the appropriate submittals in writing. Corrosion Protection of Soldier Piles The steel soldier piles for the excavation depth plus 5 feet shall be treated with epoxy ' coating or equivalent for corrosion protection purposes. 2008-051 FR.doc 7 HWA GEOSCIENCES INC. June 25,2008 HWA Project No.2008-051-21 Installing Timber Lagging The excavation and removal of lean concrete for the lagging installation shall proceed in advance of the lagging. The bottom of the excavation in front of the wall shall be level. The bottom of excavation shall be not more than three feet below the bottom level of the timber lagging already installed. Timber lagging for the walls shall be treated. The lagging shall be installed from the top of the pile proceeding downward. The timber lagging shall make direct contact with the soil. Voids shall be filled with gravel backfill for walls,which shall be considered incidental to the installation of the timber lagging. Where timber lagging and gravel backfill are above the existing or excavated ground line, the lagging and backfill shall be placed concurrently. The backfill layers shall be placed and be compacted to 90 percent of maximum density in accordance with the plans. All soil and other waste spoils should be removed from the site at the contractor's expense. The Contractor must exercise care during the excavation and backfilling process to ensure that the existing roadway is not undermined and additional sliding is prevented. This may necessitate excavation and replacement of soils in a sequential or progressive fashion. The method and timing of soil excavation and backfilling behind the wall must be described in the Contractor's submittals. CULVERT/STORM SEWER PIPE REPAIR The existing culvert flow should be maintained during the construction by connecting temporary piping to the existing culvert and routing the flow around the jobsite to a suitable discharge location. This can be done by using a large diameter HDPE pipe sleeve installed within the existing culvert and daylighted to the creek bed far enough away from the road embankment. Armoring of the temporary discharge location may be required. Imported granular backfill for walls and around the new culvert should be placed in loose horizontal lifts less than 8 inches thick, and compacted to at least 92 percent of the maximum dry density(ASTM D 1557). Imported backfill for walls should consist of clean, free-draining,granular soils that are free from organic matter or other deleterious materials. Such materials should comprise particles of less than 4-inch maximum dimension, with less than 5 percent fines, as specified for "Gravel Backfill for Walls" in Section 9-03.14 (1) of the 2008 WSDOT Standard Specifications. Riprap rocks, of 8-inch minus gradation, should be installed at the creek bed and then covered with 4-inch minus rounded cobbles and gravel, or other granular materials, as may be required by the Washington Department of Fish and Wildlife (WDFW) and/or other applicable regulatory agencies should be placed for fish friendly creek bed. 2008-051 FR.doc 8 HWA GEOSCIENCES INC. June 25,2008 HWA Project No.2008-051-21 CONDITIONS AND LIMITATIONS , We have prepared this report for the City of Renton and R.W. Beck for use in design of a portion of this project. This report should be provided in its entirety to prospective contractors for bidding and estimating purposes; however,the conclusions and interpretations presented in this report should not be construed as a warranty of existing subsurface conditions. Experience has shown that soil and ground water conditions can vary significantly over small distances. Inconsistent conditions can occur between exploration locations and may not be detected by a geotechnical study of this nature. If, during future site operations, subsurface conditions are encountered which vary appreciably from those described herein,HWA should be notified for review of the recommendations of this report, and revision of such if necessary. Sufficient geotechnical monitoring, testing, and consultation should be provided during construction to confirm that the conditions encountered are consistent with those ' indicated by the explorations,to provide recommendations for design changes should conditions revealed during construction differ from those anticipated, and to verify that geotechnical aspects of construction comply with the contract plans and specifications. Within the limitations of scope, schedule and budget, HWA attempted to execute these services in accordance with generally accepted professional principles and practices in the fields of geotechnical engineering and engineering geology in the area at the time the report was prepared. No warranty, express or implied, is made. The scope of our work did not include environmental assessments or evaluations regarding the presence or , absence of wetlands or hazardous substances in the soil, surface water, or ground water at this site. This firm does not practice or consult in the field of safety engineering. We do not direct the contractor's operations, and cannot be responsible for the safety of personnel other than our own on the site. As such, the safety of others is the responsibility of the contractor. The contractor should notify the owner if he/she considers any of the recommended actions presented herein unsafe. p.p We appreciate the opportunity to provide geotechnical services on this project. Should you have any questions or comments, or if we may be of further service, please do not hesitate to call. Sincerely, 2008-051 FR.doc 9 HWA GEOSCIENCES INC. June 25,2008 HWA Project No.2008-051-21 HWA GEOSCIENCES INC. Sa H. Hong, P.E. Geotechnical Engineer, Principal ATTACHMENTS Figure 1: Project Site Location and Vicinity Map Figure 2: Site and Exploration Plan Figure 3: Cross-Section A-A' Figure 4: Cantilever Wall Design Pressure Diagram Figure 5: Braced Wall Design Pressure Diagram APPENDICES Appendix A: Field Exploration Figure A-1 Legend of Terms and Symbols Used on Exploration Logs Figure A-2 Borehole Log BH-1 Figure A-3 Hand hole Log HH-1 Appendix B: Laboratory Testing Figure B-1 Plasticity Chart Figure B-2 Grain Size Distribution Charts REFERENCES: Mullineaux, D.R., 1965, Geologic map of the Renton quadrangle, King County, Washington: U.S. Geological Survey, Geologic Quadrangle Map GQ-405, scale 1:24000. 2008-051 FR.doc 10 HWA GEOSCIENCES INC. ti v1 On ti { ry F } h r■ 5 v N47-27' Li t..� of 1■/- 1� �"`T" r r' I-, .� 7 N47j26 ' a 1 CUAF Mir IF 11 • .• a.•. Approximate Site Location: ' ( � L' 350 feet east of the intersection of Carr Road and Smithers Avenue South i`• N47'2fi= -- • il. � � �� t a I• - t a* 4 1 1 �'�'�� —•ate �.K `• t..} I 3D TcpuQua&CapyiW®1499 Del Arne Yacmn dh,ME 4!]96 Some Data:USCS &O ft Scab:1:14400 Detm1:115 Dam W= SITE VICNITY MAP FIGURE NO. CARR ROAD- PANTHER CREEK PROJECT NO. HWAGEOSCIENCES INC. CULVERT REPAIR RENTON,WASHINGTON 2008-051 aw N rtlrr o z z G o pTr cy �' a o o ° z � FAT o o Z k� d !.8 15 , ✓ W 9,S M LX a, ✓OJ Z = g/ LU Q �J dry rt)✓)J �• \ am .)$d 3d✓ 1 l p rOb9 0�3 3 a°1i U O /6 j j coo j o !r(� / !OJ�8 Shy ��\8! �N✓). yrr =�(��dry�K`•2°0*2F I bOJ N>� pasoarp y�Yby y✓d' 2[ .�i y0 tg. air 0H may, ✓✓b (� Fa 'o p�.�>� sS t /y0)d 1 ( Z )� [aa F[d 2sy >✓nt SSbj N8 N r .SS /✓ J `y i •-f/up�b)6' Es3 am ry if p e a ar 9 �b14OC z F 10. � S m —ell j J HOJ am S fy so 9 z r �` Stara Z OS\ ,[SFSa w � ga.[ do •8�✓SrJ I� \ ^� 1NJWS aSd '� _ .)n_ \\ a � I ISI 1 , O \JSO 9 \ I I l 9.� < N lII o 0 do , 8.) N O G O o N O � W 4j � i of }0 wa a 3 0 3Q�> o�NO O ' t mO�J N J Q Z W LU (133.4) NOUVA3l3 .'P t= � Q �mwm> tlz O O O O ¢ it Z (n O O O O .n o Br. O 0 Q — NV=iNf2 u f/I�W�f ZZZZfA Uh Z L,;,-,K K mi oarrS w� W�OZZN Zw Y N { N¢rs U o L M?,Q. a s l =o�W> o In _ Im zo F o v a xivna� � I w m {I o U 5 o v U o � o a Li w Z jil W W � I o z W I L H rrr��� 0 (M ,L-£z 135330) L- N N N N 0a I S 1 I 8 i �tl �3 0 (M ,9'L 13S.430) L-H �n U 3 U � 4 U� z W Q ¢ atl Z 2 r n� O= a U _ U p ce o rn o z 0 m om co O O O O O O O O O O a >w> Do 4 a O QJ W N 3 W O O O j O W M (1333) NOIlVA3l3 0 ' o° a of o W m z a 3 ?I m o A � p L-H8 -+-- 1 0 Z m n n o W W W J o N SS N �j of c+u J LU � CNOOmrn a o, o o In I 1= I •m I m �. N v o,o 0 j E N ° 5 E v of m w W ij °o o° l Q m E' a m N �., K �0� a m; a Ei-' Y HE a' c Y E Im o a :a = c � .° c o c a; E E i� C co O 3 o m N;r y v m R U aol QV n N L O dX m u o ED o T, fl".0, 2 E c- 4 ow _ 'i.2 m N o C iaO o fu i5 C7 F co -w °,m '-:I m Iv i c $•. .0 o m �''°i s 'm t m ^' u � ° N C •C m U 0.2 = °!=I= ml i L N a0 N .5 Q O m N N Q '� C ° n m 'E Imlm:Qa ;a a� o mt m 00 o i m m m a �!E E m 0 0 o N :m rim n o H m a y (a m O L o m w a a.—,'�.P o = ! O o m N a r - 3 C7 C9 m U = m _ ! L 0 2 ) U aLLLL LL N t (n Q Cl W W O W,, - z A � Z � o A o � d 0 J 3 > w W w z F- Q x ¢ -f �zw �. Wa W°l�7 >�, ! 7-Z OW f W.N-� J d F W �� A3 rz, J 4! G7 W> H WJ= -j(L ao3 W W 3 Q u J Q F-1 ,I w w A �., w F- W O > m _► m Cl D F- / W Z d p � Q W I- U X 4 W z\;i� WC Li P7 Z NfW ° .rWA BRACING 1/4H H PASSIVE PRESSURE FROM FIGURE 4 12' MINIMUM INTO DENSE MATERIAL i p=Ka.y*H for permanent wall or r 0.65xKa*-t*H for temporary wall a4 ? Ka from Figure 4 — 70 pcf uniform dynamic for each back-slope from i Figure 4. NOT TO SCALE BRACED WALL DESIGN PRESSURE DRAWN BY EFK FIGURE NO. DIAGRAM GE®SCIENCES INC Carr Road - Panther Creek CHECK BY SH PROJECT N0. Culvert Repair DATE 2008-051-21 Renton, Washington 06.23.08 5 APPENDIX A FIELD EXPLORATION ik IL - APPENDIX A f FIELD EXPLORATION A geotechnical subsurface exploration program was conducted by HWA in May, 2008. The field investigation consisted of drilling and sampling one exploratory machine boring designated BH-1 and hand boring HH-1. The exploration locations were located in the field by taping from existing site features, and are shown on the Site and Exploration Plan, Figure 2. A legend of terms and symbols used on the exploration logs is presented on Figure A-1. Logs of borings BH-1 and HH-1 are presented on Figures A-2 and A-3. The borehole, BH-1 was drilled on May 9th, 2008 by Holocene Drilling of Fife, Washington operating under subcontract to HWA. The boring was drilled with a truck- mounted drill rig, with hollow-stem auger methods. The boring was advanced to a depth of 70.5 feet below the existing ground surface. The borehole was abandoned (in accordance with Ecology requirements) by backfilling with bentonite chips upon completion of drilling. Soil samples were collected at 2-foot and 5-foot intervals using Standard Penetration Test (SPT) sampling in general accordance with ASTM D-1586. SPT sampling consisted of using a 2-inch outside diameter, split-spoon sampler driven with an automatic 140-pound drop hammer. During the test, a sample was obtained by driving the sampler 18 inches into the soil with the hammer free-falling 30 inches per stroke. The number of blows required for each 6 inches of penetration was recorded. The Standard Penetration Test ("N-value") of the soil is calculated as the number of blows required for the final 12 inches of penetration. If a total of 50 blows was recorded within a single 6-inch interval, the test was terminated, and the blow counts are recorded as 50 blows for the number of inches of penetration. This N-value provides an indication of the relative density of granular soils and the relative consistency of cohesive soils. The boring was advanced under the full-time observation of an HWA geologist. Hand boring HH-1 was advanced on May 9th, 2008 utilizing a hand bucket auger. The hand boring was terminated at about 1.7 feet below existing ground surface due to caving of side walls. Soil samples obtained from the borings were classified in the field and representative portions were placed in plastic bags. These soil samples were then returned to our Lynnwood, Washington, laboratory for further examination and testing. Pertinent information including soil sample depths, stratigraphy, soil engineering characteristics, and ground water occurrence was recorded. The stratigraphic contacts shown on the individual logs represent the approximate boundaries between soil types; actual transitions may be more gradual. The soil and ground water conditions depicted are only ' for the specific dates and locations reported and, therefore, are not necessarily representative of other locations and times. 2008-057-21 Final Report HWA GEOSCIENCES INC. p. RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N-VALUE TEST SYMBOLS COHESIONLESS SOILS COHESIVE SOILS %F Percent Fines r Density N(blows/ft) Approximate Consistency N(blows/ft) Undr LL=Liquid Limit Shear AL Atterberg Limits: PL=Plastic Limit Relative Density(06) Strength s lP g CBR California Bearing Ratio Very Loose 0 to 4 0 - 15 Very Soft 0 to 2 X250 CN Consolidation Loose 4 to 10 15 35 Soft 2 to 4 250 - 500 DD Dry Density(pcQ Medium Dense 10 to 30 35 - 65 Medium Stiff 4 to 8 500 1000 DS Direct Shear a Dense 30 to 50 65 - 85 Stiff 8 to 15 1000 - 2000 GS Grain Size Distribution Very Dense over 50 85 - 100 Very Stiff 15 to 30 2000 - 4000 K Permeability Hard over 30 >4000 MD MoisturelDensily Relationship(Proctor) USCS SOIL CLASSIFICATION SYSTEM MR Resilient Modulus PID Photoionization Device Reading MAJOR DIVISIONS GROUP DESCRIPTIONS PP Pocket Penetrometer Approx.Compressive Strength(tst) Gravel and GW Well-graded GRAVEL SG Specific Gravity Coarse Clean Gravel s' art Grained Gravelly Soils TC Triaxiaf Compression (little or no fines) 0 So05 0 c GP Poody-graded GRAVEL TV Torvane More than Q Approx,Shear Strength(tsf) 50%of Coarse Gravel with a GM Silly GRAVEL UC Unconfined Compression Fraction Retained Fines(appreciable +rr on No.4 Steve amount of fines) GC Clayey GRAVEL SAMPLE TYPE SYMBOLS Sand and Clean Send SW Well-graded SAND 2.D"OD Split Spoon(SPT) More than Sandy Soils (little or no fines) (140 lb.hammer with 30 in.drop) 50%Retained SP Poorly-graded SAND Shelby Tube on No. 50%or More of Coarse Sand with :' $M Silty SAND 200 Sieve Fraction Passing Fines(appreciable D 3-1/4"OD Split Spoon with Brass Rings Size amount of tines) SC Clayey SAND O No.4 Sieve Small Bag Sample A* ML SILT Fine Silt 0 Large Bag(Bulk)Sample Grained and Liquid Limit �7 Soils Clay Less than 50% CL Lean CLAY 'i Core Run YIIII — OL Organic SILT/Organic CLAY Non-standard Penetration Test MH Elastic SILT (3.0"OD split spoon) 50%or More Brit --- Liquid Limit Passing end 50%or More CH Fat CLAY GROUNDWATER SYMBOLS y� No.200 Sieve Clay Size OH Organic SILT/Organic CLAY Groundwater Level(measured at time of drilling) Highly Organic Sills PT PEAT (rr Groundwater Level measured in well or f If open hale after water level stabilized) 4� COMPONENT DEFINITIONS COMPONENT PROPORTIONS COMPONENT SIZE RANGE PROPORTION RANGE DESCRIPTIVE TERMS Boulders Larger than 12 in Cobbles 3 in l0 12 in .5% Clean Gravel 3 in to No 4(4.5mm)in Coarse gravel 3 in l0 314 5-12% Slightly(Clayey,Silty,Sandy) io Fine gravel 3/4 in le No 4(4.5mm) Sand No.4(4.5 mm)to No.200(0.074 mm) 12-30% Clayey,Silty,Sandy,Gravelly Coarse sand No.4(4.5 mm)to No.10(2.0 mm) Medium sand No.10(2.0 mm)to No.40(0.42 mm) 30-50% Very(Clayey,Silty,Sandy,Gravelly) am Fine sand No 40(0,42 mm)to No.200(0.074 mm) Silt and Clay Smaller than No.200(0.074mm) Components are arranged in order of increasing quantities. NOTES: Soil classifications presented on exploration logs are based on visual and laboratory observation. Soil descriptions are presented in the following general order: MOISTURE CONTENT rr Density/consistency,color,modifier litany)GROUP NAME,additions to group name litany),moisture DRY Absence of moisture,dusty, content Proportion,gradation,and angularity of constituents,additional comments. dry to the touch (GEOLOGfC INTERPRETATION) MOIST I Damp but no visible water. Please refer to the discussion in the report text as well as the exploration logs for a more WET Visible free water,usually r•111 complete description of subsurface conditions. sail is below water table. LEGEND OF TERMS AND Carr Road - Panther Creek Culvert Repair SYMBOLS USED ON 1 HWAGEOSCIENCES INC Renton, Washington EXPLORATION LOGS PROJECT NO.: 2008-051 FIGURE: A-1 LEGEND 2008051-GPJ 6124/08 ulri DRILLING COMPANY: Holocene Drilling o 0 LOCATION: Carr Rd.350'East of intersection with Smithers A e DRILLING METHOD: Truck Mounted Hollow Stem Auger DATE STARTED: 5/9/2008 SAMPLING METHOD: Auto Hammer SPT DATE COMPLETED: 5/9/2008 SURFACE ELEVATION: 172 t feet LOGGED BY: J.Herrera w g Standard Penetration Test N m Z W J n. y C (140 lb.weight,30"drop) O Z 0.= H o A Blows per foot a d V n z x O W`� N Z) DESCRIPTION ai N a n O 0 p 20 30 40 50 0 � 0 9"thick layer of Asphalt 0 10 GM Loose,Light olive brown,fine to coarse sandy GRAVEL with t ••••i ° sot.moist. [FILL] tta� ° Medium cobbles in cuttings below 3 feet. Loose,Light olive brown,fine to coarse sandy GRAVEL with ° silt,moist .... .... .... .... .... ....:.... Ir 5 Heavy caving and water seepage occuring from 7-10 feet below ground surface observed after auger casing was ®S-1 4-2-7 removed. M---------------------- •: •. SM edium dense,dark grayish brown,silty,SAND with small :.... gravels and wood bits. Upper 1.33 teal of sample is wet, below 11.3 feet,increasing silt and moisture content. 10 A. :• S-2a 5-9-9 S-2b 5-9-9 • A ————————————————————— :....:....:....:....:....:....:.... ML Very stiff,dark grayish brown,sandy SILT with sub rounded gravel,moist. :....:....:....: :....:....:....:.... Cuttings become wet at 12.5 feet. ... ......... 15 -.0... .... ....A.. ... 15 S-3 3-10-11 SM ---------------------- ZO - +l..A.... .... .... ....:.... 20 Loose,dark gray,gravelly SAND with silt,moist. S-4 4-5-3 ' tt Medium Dense,light olive gray,silty fine to medium SAND S-5 4-7-9 A with angular gravel,moist. Organic debris,wood bits,and pine needles present. y 25 For a proper understanding of the nature of subsurface conditions, this o 20 40 6 eo 100 2s exploration fog should be read in conjunction with the text of the Water Content(%) geotechnical report. Plastic Limit i---.—[ Liquid Limit Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. BORING: Carr Road - Panther Creek Culvert Repair BH-1 'rl` wAGEOSCIENCH INC Renton, Washington PAGE: 1 of 3 BORING 2008051.GPJ 6125108 PROJECT NO.: 2008-051 FIGURE: A-2 tlrlr t� DRILLING COMPANY: Holocene Drilling LOCATION: Carr Rd.350'East of intersection with Smithers A'e DRILLING METHOD: Truck Mounted Hollow Stem Auger DATE STARTED: 5/9/2008 SAMPLING METHOD: Auto Hammer SPT DATE COMPLETED: 5/9/2008 SURFACE ELEVATION: 172 t feet LOGGED BY: J.Herrera U) a w g Standard Penetration Test Do z U d ~t 1 d (140 lb.weight,30"drop) O .0 j p ♦ Blows per foot Fy- m d d Of-0 Z = a � c.) � Z 3 x 0 a s 0°w N Z) DESCRIPTION co of Q g 0 0 25 0 10 20 30 40 50 • S-6 5013 a 5 Very dense,medium to coarse SAND with sill,wet. Large gravel in sample tube,sampler driven on rock. Driller notes sampler bouncing on rock. Also cuttings appear wet at 24 feet below ground surface. About 1 foot thick,very dark grayish brown,organic SILT with 5-10 mm lenses of fine sand was noted at about 25.6 feet, wet. Medium Dense,very dark grayish brown,silty SAND with „ small to medium gravels,wet. Wood debris present. 30 SM Medium dense,very dark brown,silty,coarse SAND,wet. ��j S-7 1-6-8 GS ..-. I'r/y1Yl' [ALLUVIUM] Driller notes hard drilling at 33-34 feet below ground surface. SM Very dense,gray,silty SAND with fine sandy SILT layers, moist. [UNDIFFERENTIATED GLACIAL DEPOSITS] 35— 1 ....c....�.......:... :��. 35 S-8 14-21-32 GS SM Very dense,light gray,slightly fine sandy SILT with lenses of coarser SAND with silt. Driller notes variable drilling conditions from 35-40 feet. 40 40 Silt becoming dark gray. S-9a 11-20-25 ---------------------- A ML Hard,light gray,fine sandy SILT to very dense,silty,fine S-9b 11-20-25 :....:.. .:.. SM SAND,moist.Gravel near bottom of sample. Lenses of clean sand through out sample,silt decreases with depth. :....:....:.. .:....:....:....:... 45 --- ------ .-..:....�..:....:....: .. 45 SM Very dense,light gray,silty SAND,moist. S-10 11-50/6 GS i SM Very dense,pray,fine to coarse silty SAND with fine sub-angular gravels and medium to coarse sub-rounded gravels,moist. :... ....:.. .. Driller notes gravely drilling from 45-50 feet. 50 50 For a proper understanding of the nature of subsurface conditions, this o 20 40 60 ao 100 exploration tog should be read in conjunction with the text of the Water Content(%) geotechnical report. Plastic Limit Liquid Limit Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. BORING.- ` Carr Road - Panther Creek Culvert Repair BH-1 1 I-MGEOSCIENCES INC, Renton, Washington PAGE: 2 of 3 PROJECT NO.: 2008-051 FIGURE' A-2 BORING 2008051.GPJ 6125108 DRILLING COMPANY; Holocene Drilling LOCATION: Carr Rd.350'East of intersection with Smilhers A e DRILLING METHOD: Truck Mounted Hollow Stem Auger DATE STARTED: 5/912006 SAMPLING METHOD: Auto Hammer SPT DATE COMPLETED: 5/9/2008 SURFACE ELEVATION: 172 f feel LOGGED BY: J.Herrera tt� N a w g StLu (If andard Penetration Test W a = N t N ¢ (140 lb.weight,30"drop) O Z N o • Blows per foot rn w w w w H m rn a s m H w Z w� 5 0 q� z ; x o � y DESCRIPTION u! 50 a•• ~O O 0 10 20 30 40 50 0 w .-..: �S11 37-5015 . 50 Very dense,light gray,fine to medium slightly clayey SAND, ..............:....... :. ..:.... moist.Scattered 5mm beds of darker in color,sillier material. [SANDSTONE BEDROCK] d:..: 55 S-12 27.5016 �..:.... 55 60 13a 24.5016 Hard,alternating light brown to grey brown.CLAY,moist. -13b 24-50/6 [CLAYSTONE BEDROCK] Hard,grayish brown,fine sandy CLAY,moist. Bedding structures noted below 61 feet.Fine laminations observed. c 65 S-14 21-50 15 AL ' 65 Hard,light gray to brown fine sandy laminated CLAY,moist. 70— ....®... _. .... _ .:. ....:. 70 S-15 50/6 Boring terminated at 70.5 feel below ground surface. Heavy ground water seepage and caving observed from 7-10 feet below ground surface and saturated soils were observed at 25 to 30 feet below ground surface. !� 75 For a proper understanding of the nature of subsurface conditions, this 0 20 40 60 80 100 75 exploration log should be read in conjunction with the text of the Water Content(%) geotechnical report. Plastic Limit i 0 { Liquid Limit Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times andlor locations. BORING: Carr Road - Panther Creek Culvert Repair BH-1 HWAGEosaENCES INC. Renton, Washington PAGE: 3 of 3 PROJECT No.: 2008-051 FIGURE: A-2 BORING 2006051.GPJ 6125108 e� DRILLING COMPANY: HWA Geosciences Inc. SURFACE ELEVATION: 140.00 t feet DATE STARTED: 519!2006 DRILLING METHOD: Hand Bucket Auger DATE COMPLETED: 5/9/2008 SAMPLING METHOD: GRAB LOGGED BY: O.Coltrane LOCATION: Outfall of culvert rr w v cc co z U 0. N H W } rd Q 2 0 O W W W e F- p w p• U a. a_ v, Lu S W r D z x o W U) D DESCRIPTION a� d 0p (a9 a 0 Loose,gray,gravelly SAND with cobbles and silt,wet. 0 V.. [ALLUVIUM] a r ... S U A Dropweight Cone Penetrometer(DCP)test was conducted at the exploration location to test the density of the soils,but 1 d;•�. no significant data was collected due to the gravelly nature of 1 a the soils. d.:. 2 2 siw - YID . The hand hole was terminated at 1.67 feet below ground surface due to caving of the sidewalls.Ground water was rtra encountered at 0.3 feet below ground surface due to the dose proximity of the stream to the exploration. 3- 3 ar trtr 4 4 YI! trio 5 irr 0 20 40 60 80 100 5 Water Content(%) Plastic Limit Liquid Limit Natural Water Content ' NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. HAND HOLE: Carr Road - Panther Creek Culvert Repair HH-1 HWAGEOSCIENCES INC Renton, Washington PAGE: 1 of 1 HANOHOL 2008051.GPJ 6!25108 PROJECT NO.: 2008-051 FIGURE: A-3 1 I APPENDIX B LABORATORY TESTING L I APPENDIX B LABORATORY TESTING HWA personnel performed laboratory tests in general accordance with appropriate ASTM test methods. Selected soil samples were tested to determine moisture content and grain-size distribution. The test procedures and results are briefly discussed below. MOISTURE CONTENT(BY MASS : The moisture contents of selected soil samples were determined in general accordance with ASTM D 2216. The results are shown graphically at the sampled intervals on the appropriate summary log in Appendix A. LIQUID LIMIT,PLASTIC LIMIT AND PLASTICITY INDEX OF SOILS ATTERBERG LIMITS : Selected samples were tested using method ASTM D 4318, multi-point method. The results are reported on the attached Liquid Limit, Plastic Limit, and Plasticity Index report, Figure B-l. PARTICLE SIZE ANALYSIS OF SOILS: Selected samples were tested to determine the particle size distribution of material in general accordance with ASTM D422. The results are summarized on the attached Grain Size Distribution report, Figure B-2, which also provide information regarding the classification of the sample and the moisture content at the time of testing. 1 : Z U) of Q —j !- 00c) � u) cy") —j U— � v0 ❑ L � X : Q r) � °- � ZQ �n � ❑ J � F�—/ W o J c7 ❑ V) Z Q r LJ :D w C) o v CL Q- C) co CB a. J � J z a� o > co F= _ � o _ _ v U 0 o J Q) E Q r cu (� p (L v ry q co O O J L L� U F C) n. o N n Ln v W �} C. � Q � p O O O O O CD JO ®, c0 to V c 1 N (Id) X3aNI ),11011S` Id ® t U a O N C m CD 0 CO } o ) N j N U- Ci U� Q o U °o tn° ti m c z sw (n "!MT p ry Q _J Cl) 0 < ar. a LL O o j00 0 °o a N C. W s CL O Q z �- o H CL LU U O N N N K e a a� E z �n (n a C; co ° LLJ o c°•i' -- — -- -- — — — f a -- L!1 E L T CO ci r U Q o J :3 N (D 0 00 > U C) N m •— U) r. Q CO LLI ° Q o z U ca � � a ❑ ❑ c a) O z z w z < < m y o �r O 3 >. > d a3 o ❑ LL Y N R cu co Y Y O ❑ J Ql cC c6 i U Z U > ❑ ❑ � Q -- U c Lo Ln LO i J r W O O O chi LJ Q <. — -- ------ -- — -- -- t? U a) LU U r --I -- -- -- ---- — -- -- -- — a w J� W f U " < � 77 ► 2 z W _ z i Q O Co Cp LO V M N O OJ m m U N c� a 1HOGAA AS b3NIA IN30�Ed ® ® < o } N V) x t i 1 APPENDIX B HYDRAULIC PROJECT APPROVAL AND CORP PERMITS 84 .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 ■Yip (425)775-1311 Issue Date: July 11,2008 Control Number: 113860-1 Project Expiration Date: September 30, 2009 FPA/Public Notice#: N/A go PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Renton Public Works Department ATTENTION: Allen Quynn 1055 South Grady Way Renton, WA 98055 ++� 425-430-7247 Project Name: Carr Road - Panther Creek Emergency Culvert Repair Project Description: Repair and rehabilitate the culvert on Panther Creek at Carr Road. The repair will involve removing an approximately 30-foot section located within r. the road embankment and replacing with open stream channel supported by a pile, timber, and concrete headwall. In addition, the remaining culvert section will be rehabilitated to provide fish passage by installing baffles and a boulder cascade at the outlet of the culvert. .. PROVISIONS 1. Work below the ordinary high water line (OHWL) shall occur only between June 15 and October 15. 2. NOTIFICATION REQUIREMENT: The Area Habitat Biologist (AHB) listed below (e-mail to fisheldf @dfw.wa.gov) and the Enforcement Program Officer(e-mail to willewmw @dfw.wa.gov) shall receive e-mail notification 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 seven days of completion of work to arrange a compliance inspection. The notification shall include the permittee's name, project location, starting date of work or completion date of work, and the control number of this HPA. 3. Work shall be accomplished per plans and specifications submitted to and approved by the Washington Department of Fish and Wildlife (WDFW) entitled, "CARR ROAD - PANTHER CREEK .. EMERGENCY CULVERT REPAIR PROJECT", dated June 2008, except as modified by this HPA. A copy of these plans shall be available on site during construction. +� FLOW BYPASS 4. A temporary bypass to divert flow around the work area shall be in place prior to initiation of ow other work in the wetted perimeter. 5. A sandbag revetment or similar device shall be installed at the bypass inlet to divert the entire flow through the bypass. 6. A sandbag revetment or similar device shall be installed at the downstream end of the bypass to .W prevent backwater from entering the work area. 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 I�1 Issue Date: July 11, 2008 Control Number: 113860-1 Project Expiration Date: September 30, 2009 FPA/Public Notice#: N/A 7. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project. ' 8. Prior to releasing the water flow to the project area, all bank protection or armoring shall be ' completed. 9. Upon completion of the project, all material used in the temporary bypass shall be removed from ' the site and the site returned to preproject or improved conditions. 10. The permittee shall capture and safely move food fish, game fish, and other fish life from the job , site. The permittee shall have fish capture and transportation equipment ready and on the job site. Captured fish shall be immediately and safely transferred to free-flowing water downstream of the project site. The permittee may request that 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. 11. 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 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. CULVERT REPAIR/REHABILITATION ' 12. The culvert shall be repaired and maintained to ensure unimpeded fish passage. 13. The culvert shall be repaired in a manner to maintain structural integrity to the 100-year peak flow with consideration of the debris likely to be encountered. 14. Fill associated with the culvert installation shall be protected from erosion to the 100-year peak flow. 15. The culvert shall be repaired and maintained to avoid inlet scouring and to prevent erosion of stream banks downstream of the project. 16. The culvert facility shall be maintained by the City of Renton per RCW 77.57.030 to ensure continued, unimpeded fish passage. If the structure becomes a hindrance to fish passage, the City shall be responsible for obtaining an HPA and providing prompt repair. Financial responsibility for ' maintenance and repairs shall be that of the City. 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: July 11, 2008 Control Number: 113860-1 Project Expiration Date: September 30,2009 FPA/Public Notice#: N/A w. REVEGETATION 17. Disturbance of the streambed and banks and their associated vegetation shall be limited to that +� necessary to perform the project. Affected streambed and bank areas shall be restored to preproject or improved habitat configuration. Prior to December 31 of the year of project installation, the disturbed areas of vegetation shall be revegetated with native or other woody species approved o by the AHB. Vegetative cuttings shall be planted at a maximum interval of three feet (on center). Plantings shall be maintained as necessary for three years to ensure 80 percent or greater survival of each species or a contingency species approved by the AHB. wr WATER QUALITY AND EROSION CONTROL 40 18. Equipment used for this project shall be free of external petroleum-based products while working around the stream. Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment prior to its working below the OHWL. Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the stream. „r 19. 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. 20. Erosion control methods shall be used to prevent silt-laden water from entering the stream. These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds, „r check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of exposed areas. 21. Prior to starting work, the selected erosion control methods (Provision 20) shall be installed. Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. 22. 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. 23. 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. 24. If high flow conditions that may cause siltation are encountered during this project, work shall stop until the flow subsides. 25. 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. 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: July 11, 2008 Control Number: 113860-1 Project Expiration Date: September 30, 2009 FPA/Public Notice#: N/A PROJECT LOCATIONS ' Location #1 Carr Road Culvert Repair ' WORK START: July 11, 2008 IWORK END: September 30, 2009 WRIA: Waterbody: Tributary to: 09.0006 Panther Creek Spring Brook Creek , 1J4 SEC: Section: Township: Range: F47.44244 Longitude: County: NE 114 32 23 N 05 E W 122.2079 King ' Location#1 Driving Directions 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 r 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 itrlr 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 rr 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. Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard *6 FISH and RCW 77.55.021 -Appeal pursuant to Chapter 34.05 Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: July 11, 2008 Control Number: 113860-1 No Project Expiration Date: September 30, 2009 FPA/Public Notice#: N/A APPEALS INFORMATION If you wish to appeal the issuance or denial of, or conditions provided in a Hydraulic Project Approval, there are wr 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 ■r 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: err (EXCEPT person who is aggrieved or adversely affected by the following Department actions may request a formal review of: (A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval; ow (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 Ow 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 No 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, wr 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. rE. 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. 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: July 11, 2008 Control Number: 113860-1 Project Expiration Date: September 30, 2009 FP//Public Notice#: N/A ENFORCEMENT: Sergeant Chandler(34) P2 Habitat Biologist for Director ' Larry Fisher 425-313-5683 WDFW CC: , wo DEPARTMENT OF THE ARMY SEATTLE DISTRICT,CORPS OF ENGINEERS P.O.BOX 3755 SEATTLE,WASHINGTON 98124-3755 -- REPLY TO ATTENTION OF wo Regulatory Branch AUG 2 7 2008 ■r 40 Mr. Allen Quynn City of.Renton Public Works Department Renton.City Hall ■• 1055 South Grady Way Renton, Washington 98057 r. Reference: NWS-2008-1051-NO Renton Public Works ,,,,r Dear Mr. Quynn: We have reviewed your application to excavate up to 12.4 cubic yards of material and 4 place up to 14.2 cubic yards of fill and 20 cubic yards of temporary Ell for the replacement of a failing culvert in Panther Creek, at 9840 South Carr Road,Renton, Washington. Based on the information you provided to us,Nationwide Permit 14, Linear Transportation Projects(Federal go Register, March 12, 2007 Vol. 72,No. 47), authorizes your proposal as depicted on the enclosed drawings dated July 28, 2008. In order for this NWP authorization to be valid, you must ensure that the work is perfonned in accordance with the enclosed Nationwide Permit 14, Terms and me Conditions. The authorized work complies with the Washington State Department of Ecology's (Ecology) Water Quality Certification and the Coastal Zone Management Act requirements for "' this NWP. No further coordination with Ecology is required. We have reviewed your project pursuant to the requirements of the Endangered Species Act �"' (ESA) and the Magnuson-Stevens Fishery Conservation and Management Act in regards to Essential Fish Habitat (EFH). We have determined that this project complies with the requirements of NWP National General Condition regarding ESA and will not adversely affect EFH. Our verification of this NWP authorization is valid for 2 years from the date of this letter +• unless the NWP is modified,reissued, or revoked prior to that date. if the authorized work has not been completed by that date,please contact us to discuss the status of your authorization. Failure to comply with all terms and conditions of this NWP verification invalidates this M authorization and could result in a violation of Section 404 of the Clean. Water Act and/or Section 10 of the 1899 Rivers and Harbors Act. Also,you must obtain all State and local.permits that apply to this project. war wr a -2_ Upon completing the authorized work,you must fill out and return the enclosed , Certificate of Compliance with Department of the Army Permit form. Thank you for your cooperation during the pennit process. We are interested in your experience with our Regulatory Program and encourage you to complete a customer service survey form. This form and L information about our program is available on our website. If you have any questions about this Ietter, please contact me at(206) 766-6438 or via email ' at Amy. .SKleir usace.army.mil. Sincerely, ' An Klein, roject Manager Regulatory Branch Enclosures i cc w/drawings: t Washington Department of Ecology, SEA Program ' ATTN: Federal Permit Coordinator ar go go so .r. _ z � W ���" �y Sys. `"_� '� � -+fZ-•+,� z�o' �� 4 rc4 9w z a s fi C _ 0.�.pY{b Mr M,,,,Vin: B W 1 1 I pit - U � C 00 O Lio uF �i ` W O g i I Z H ULU rr f a ) ' W t�" p y�isi 1 11 3 Z F- M s$ < OC ,r. n w N g p DYs � < Cc U oc Z z < w CL U W � 8' A,e/'' ✓S S^ E# 064E-1Z-dMS _ Woo-aV�w mi xas�znWknwbaoU4na wwa r..y w aeaorn:+o-ula uo�aurx cunr�oro�na-�+im-wu a rr ten. u-rmu 1�r 52, 1 W.x P.-,-t;o, !N €"F !i -§go-,N— uj LL) Z le fl t t� Nu g u R---- 00 CD ri b4. '',,1..' �t`` ' , °���g $i z'ci xx � c a& -j -22--RAnMaril on ;i--w- r L>J tv jg. if ill MIMI y 1, tO <15A Wtidmmd" RA CL Lv 12 so;. ej ui Z W LLl 0 1 F 01 � tit iAl 6 m F N. w4 i ilig ig-,v. q 011* a A 2i Oi 9 Aid,- -9 N gy�w K 1 �!6 11 j,�f i i?fi g. P2 ie 2: r a is ks ai H un 1 L�Z 0 00 lip,4�j _g Is - gg%�i - j - Fun, R;i WO z 41 0 7 Eli, gar °gin ZD zo v z Zt ufh 0 0 9 -1-,) 0 FAW z J-1 6., 01 it C.11 it CD m 19 11, " "e�x I Fly gg, S ewe a s s S Q i R 3 !i U S a gS€ 'ff ¢w w , U. t: 'I F Z r Y r. >h 0 Li d' b. G@ to F '2T$ LL, LLJ 3 C, _ N r n Y 0 aj9iklj II � ,�u v i i r .r •�. is i P Illrl r Li l d �sb i IL c ;, -;:�',; Vii' I '� ..,.• ;��,; �.--a :�� i �'�`ri ••.�9� /ff, �� I �� f,,T ai icy ',I `\ .� arrsu•dMS d+rra-av=a•_�xae�n�WsS.w-=wc\moo ww�n=e Sao novi-exz:n-:n+o uu wu�u a:ioo\MUas4e-.w:ri-oat 'ec.+r ,.� am u-dcbe v! PC Fw.. W E I E' O cs- Q � •j: '.y 6E. © Et d i oa LU t A' Qp 4w j n n � Q« z w cn rs -, p�y rig wr a— z LLJ g�l fir% fi R CL LLJ co ar z m2 �r a Q ui s� d o U 4 w O"C-LZ-dMS uu w rr eei wawxMrz- was-aoo� n n ws inn,uaroea N �'r w _ a °z1 -- _ ffFp;o o -�w�e_-' ``Z - —_ __ ---1--- 00 ` p O -- -- -- C� —Q Z a r O � v � -- � 1 � �, � � t— � F W _ , a j6S s Q — J __ I J f d Lam , II i I I w 19 I � G I—O — t�• +`s • a c4 ac . € a5�0 0 QY� B it La LLJ w LLJ cn - Sig 04YE-LZ-d1v1S srio-sVr.a yn ce\our tmwwr-�tawa>"�.tee�n 0000i�cio-uw.w rw�a.si imtm..sta-�er�-c»e t=nr,...r MIN low- . ex a gg g� P O LLJ Lz a q z air — J __ _= C=---� LA r mD- r I e L ! O — —Q— — C C--- w � 3 LL) g�' k— I — _ _ —! J �n ci ciR —C7 ti Ri y €o n Ld a �gz� wgY f OtK'ZZ-dMS 6+to-s ao•y.. caoo.-artio-ii\o uo'no use asiicM•na••s\'tl-Wsoa-woz tt n <.a inn+y� I # � �) / k) � K ; - e± #|w + . � � § # ;: © [ § nil \ § . /a, � � ¥ < / Q C / \ -4 \ \ } will � . ■ a 23 � �� r z # � . \ y § y � _»a-_G _ I 1 a�RP$DR�D 1 I NATIONWIDE PERMIT 14 Army Corps of o Terms and Conditions of Engineers ; Seattle District aw Effective Date: September 10, 2007 A. Description of Authorized Activities �.r B. Corps National General Conditions for all NWPs C. Corps Seattle District Regional General Conditions D. Corps Regional Specific Conditions for this NWP E. State 401 Certification General Conditions F. State 401 Certification Specific Conditions for this NWP G. EPA 401 Certification General Conditions H. EPA 401 Certification Specific Conditions for this NWP I. Spokane Tribe of Indians 401 Certification General Conditions J. Tribal 401 Certification Specific Conditions for this NWP K. CZM Consistency Response Specific Conditions for this NWP L. Additional Limitations on the Use of NWPs '~I In addition to any special condition that may be required on a case-by-case basis by the District Engineer, the following terms and conditions must be met, as applicable, for a Nationwide Permit 14 authorization to be valid in Washington State. A. DESCRIPTION OF AUTHORIZED ACTIVITIES 14. Linear Transportation Projects. Activities required for the construction,expansion,modification, or improvement of linear transportation projects(e.g.,roads,highways,railways,trails,airport runways,and taxiways) in waters of the United States. For linear transportation projects in non-tidal waters,the discharge cannot cause the loss of greater than 1/2-acre of waters of the United States.For linear transportation projects in tidal waters,the discharge cannot cause the loss of greater than 1/3-acre of waters of the United States.Any stream channel modification, including bank stabilization, is limited to the minimum necessary to construct or protect the linear transportation project; such modifications must be in the immediate vicinity of the project. This NWP also authorizes temporary structures, fills,and work necessary to construct the linear transportation project.Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable,when temporary structures,work,and discharges, including cofferdams,are necessary for construction activities,access fills, or dewatering of construction sites. Temporary fills must consist of materials, rr r.r and be placed in a manner,that will not be eroded by expected high flows.Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations.The areas affected by temporary fills must be revegetated,as appropriate. This NWP cannot be used to authorize non-linear features commonly associated with transportation projects, such as vehicle maintenance or storage buildings,parking lots,train stations,or aircraft hangars. Notification:The permittee must submit a pre-construction notification to the district engineer prior to commencing the activity if(1)the loss of waters of the United States exceeds 1/10 acre;or(2)there is a discharge in a special aquatic site,including wetlands.(See general condition 27.)(Sections 10 and 404) Note: Some discharges for the construction of farm roads or forest roads,or temporary roads for moving mining equipment,may qualify for an exemption under Section 404(f)of the Clean Water Act(see 33 CFR 323.4). B. CORPS NATIONAL GENERAL CONDITIONS FOR ALL NWPS 1.Navigation. (a)No activity may cause more than a minimal adverse effect on navigation.(b)Any safety lights and signals prescribed by the U.S. Coast Guard,through regulations or otherwise,must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States.(c)The permittee understands and agrees that, if future operations by the United States require the removal,relocation,or other alteration,of the structure or work herein authorized,or if,in the opinion of the Secretary of the Army or his authorized representative,said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters,the permittee will be required,upon due notice from the Corps of Engineers,to remove,relocate, or alter the structural work or obstructions caused thereby,without expense to the United States.No claim shall be made against the United States on account of any such removal or alteration. 2.Aquatic Life Movements.No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody,including those species that normally migrate through the area, unless the activity's primary purpose is to impound water.Culverts placed in streams must be installed to maintain low flow conditions. 3. Spawning Areas.Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable.Activities that result in the physical destruction(e.g.,through excavation,fill,or downstream smothering by substantial turbidity)of an important spawning area are not authorized. 4.Migratory Bird Breeding Areas.Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations,unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48. 6. Suitable Material.No activity may use unsuitable material(e.g.,trash,debris,car bodies,asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts(see Section 307 of the Clean Water Act). 7.Water Supply Intakes.No activity may occur in the proximity of a public water supply intake,except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8.Adverse Effects From Impoundments.If the activity creates an impoundment of water,adverse effects to the aquatic system due to accelerating the passage of water,and/or restricting its flow must be minimized to the maximum extent practicable. 9.Management of Water Flows.To the maximum extent practicable,the pre-construction course,condition, capacity, and location of open waters must be maintained for each activity,including stream channelization and storm water management activities,except as provided below.The activity must be constructed to withstand expected high flows.The activity must not restrict or impede the passage of normal or high flows,unless the 2 primary purpose of the activity is to impound water or manage high flows.The activity may alter the pre- construction course,condition,capacity, and location of open waters if it benefits the aquatic environment(e.g., stream restoration or relocation activities). 10.Fills Within 100-Year Floodplains.The activity must comply with applicable FEMA-approved state or local floodplain management requirements. 11. Equipment.Heavy equipment working in wetlands or mudflats must be placed on mats,or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction,and all exposed soil and other fills,as well as any work below the ordinary high water mark or high tide line,must be permanently stabilized at the earliest practicable date.Permittees are encouraged to perform work within waters of the United States during periods of low-flow or t no-flow. 13.Removal of Temporary Fills.Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations.The affected areas must be revegetated,as appropriate. 14.Proper Maintenance.Any authorized structure or fill shall be properly maintained,including maintenance to ensure public safety. 15. Wild and Scenic Rivers.No activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a"study river"for possible inclusion in the system while the river is in an official study status,unless the appropriate Federal agency with direct management responsibility for such river,has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status.Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area(e.g.,National Park Service,U.S.Forest Service,Bureau of Land Management,U.S.Fish and Wildlife Service). 16. Tribal Rights.No activity or its operation may impair reserved tribal rights, including,but not limited to, reserved water rights and treaty fishing and hunting rights. 17.Endangered Species.(a)No activity is authorized under any NWP which is likely to jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation,as identified under the Federal Endangered Species Act(ESA),or which will destroy or adversely modify the critical habitat of such species.No activity is authorized under any NWP which"may affect"a listed species or critical habitat,unless Section 7 consultation addressing the effects of the proposed activity has been completed. (b)Federal agencies should follow their own procedures for complying with the requirements of the ESA.Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. (c)Non-federal permittees shall notify the district engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project,or if the project is located in designated critical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have it been satisfied and that the activity is authorized.For activities that might affect Federally-listed endangered or threatened species or designated critical habitat,the pre-construction notification must include the name(s)of the endangered or threatened species that may be affected by the proposed work or that utilize the designated critical habitat that may be affected by the proposed work. The district engineer will determine whether the proposed activity"may affect"or will have"no effect"to listed species and designated critical habitat and will notify the non- Federal applicant of the Corps' determination within 45 days of receipt of a complete pre-construction notification. In cases where the non-Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the project,and has so notified the Corps,the applicant shall not begin work until the Corps has provided notification the proposed activities will have"no effect"on listed species or critical habitat,or until Section 7 consultation has been completed. (d)As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species-specific regional endangered species conditions to the NWPs. (e) Authorization of an activity by a NWP does not authorize the"take"of a threatened or endangered species as defined under the ESA.In the absence of separate authorization(e.g.,an ESA Section 10 Permit,a Biological 3 Opinion with"incidental take"provisions,etc.)from the U.S. FWS or the NMFS,both lethal and non-lethal"takes" of protected species are in violation of the ESA.Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S.FWS and NMFS or their world wide Web pages at htW://www.fws. oovv/and&W://www.noaa.gov/isheries.html respectively. 18.Historic Properties.(a)In cases where the district engineer determines that the activity may affect properties listed,or eligible for listing,in the National Register of Historic Places,the activity is not authorized,until the requirements of Section 106 of the National Historic Preservation Act(NHPA)have been satisfied.(b)Federal permittees should follow their own procedures for complying with the requirements of Section 106 of the National Historic Preservation Act.Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements.(c)Non-federal permittees must submit a pre-construction notification to the district engineer if the authorized activity may have the potential to cause effects to any historic properties listed,determined to be eligible for listing on,or potentially eligible for listing on the National Register of Historic Places,including previously unidentified properties. For such activities,the pre-construction notification must state which historic properties may be affected by the proposed work or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties.Assistance regarding information on the location of or potential for the presence of historic resources can be sought from the State Historic Preservation Officer or Tribal Historic Preservation Officer,as appropriate,and the National Register of Historic Places(see 33 CFR 330.4(g)).The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts,which may include background research,consultation,oral history interviews, sample field investigation,and field survey. Based on the information submitted and these efforts,the district engineer shall determine whether the proposed activity has the potential to cause an effect on the historic properties. Where the non-Federal applicant has identified historic properties which the activity may have the potential to cause effects and so notified the Corps,the non-Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA has been completed.(d) The district engineer will notify the prospective permittee within 45 days of receipt of a complete pre-construction notification whether NHPA Section 106 consultation is required. Section 106 consultation is not required when the Corps determines that the activity does not have the potential to cause effects on historic properties(see 36 CFR§800.3(a)). If NHPA section 106 consultation is required and will occur,the district engineer will notify the non-Federal applicant that he or she cannot begin work until Section 106 consultation is completed.(e) Prospective permittees should be aware that section 110k of the NHPA(16 U.S.C. 470h-2(k))prevents the Corps from granting a permit or other assistance to an applicant who,with intent to avoid the requirements of Section 106 of the NHPA,has intentionally significantly adversely affected a historic property to which the permit would relate,or having legal power to prevent it,allowed such significant adverse effect to occur,unless the Corps,after consultation with the Advisory Council on Historic Preservation(ACHP),determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance,the Corps is required to notify the ACHP and provide documentation specifying the circumstances, explaining the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO/THPO, } appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 19. Designated Critical Resource Waters.Critical resource waters include,NOAA-designated marine sanctuaries,National Estuarine Research Reserves,state natural heritage sites,and outstanding national resource waters or other waters officially designated by a state as having particular environmental or ecological significance and identified by the district engineer after notice and opportunity for public comment. The district engineer may also designate additional critical resource waters after notice and opportunity for comment. (a)Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17,21,29,31,35, 39,40,42,43,44,49,and 50 for any activity within,or directly affecting,critical resource waters,including wetlands adjacent to such waters. (b)For NWPs 3, 8, 10, 13, 15, 18, 19,22,23,25,27,28,30,33,34,36, 37,and 38,notification is required in accordance with general condition 27,for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters.The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 1 4 20.Mitigation.The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal:(a)The activity must be designed and constructed to avoid and minimize adverse effects,both temporary and permanent,to waters of the United States to the maximum extent practicable at the project site(i.e.,on site).(b)Mitigation in all its forms(avoiding,minimizing,rectifying,reducing,or compensating)will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal.(c)Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland losses that exceed 1/10 acre and require pre-construction notification,unless the district engineer determines in writing that some other form of mitigation would be more environmentally appropriate and provides a project-specific waiver of this requirement. For wetland losses of 1/10 acre or less that require pre-construction notification,the district engineer may determine on a case-by-case basis that compensatory mitigation is required to ensure that the activity results in minimal adverse effects on the aquatic environment. Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, wetland restoration should be the first compensatory mitigation option considered. (d)For losses of streams or other open waters that require pre-construction notification,the district engineer may require compensatory mitigation, such as stream restoration,to ensure that the activity results in minimal adverse effects on the aquatic environment. (e)Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs.For example,if an NWP has an acreage limit of 1/2 acre, it cannot be used to authorize any project resulting in the loss of greater than 1/2 acre of waters of the United States,even if compensatory mitigation is provided that replaces or restores some of the lost waters.However,compensatory mitigation can and should be used,as necessary,to ensure that a project already meeting the established acreage limits also satisfies the minimal impact requirement associated with the NWPs.(f)Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the establishment,maintenance, and legal protection(e.g., conservation easements)of riparian areas next to open waters.In some cases,riparian areas may be the only compensatory mitigation required.Riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns.Normally, the riparian area will be 25 to 50 feet wide on each side of the stream,but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns.Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation(e.g.,riparian areas and/or wetlands compensation)based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of compensatory mitigation,the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (g)Permittees may propose the use of mitigation banks,in-lieu fee arrangements or separate activity-specific compensatory mitigation. In all cases,the mitigation provisions will specify the party responsible for accomplishing and/or complying with the mitigation plan.(h)Where certain functions and services of waters of the United States are permanently adversely affected, such as the conversion of a forested or scrub-shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way,mitigation may be required to reduce the adverse effects of the project to the minimal level. 21. Water Quality. Where States and authorized Tribes,or EPA where applicable,have not previously certified compliance of an NWP with CWA Section 401,individual 401 Water Quality Certification must be obtained or waived(see 33 CFR 330.4(c)). The district engineer or State or Tribe may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 22.Coastal Zone Mana eg ment. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence,an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur(see 33 CFR 330.4(d)).The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. h 4. 23. Regional and Case-By-Case Conditions.The activity must comply with any regional conditions that may have been added by the Division Engineer(see 33 CFR 330.4(e))and with any case specific conditions added by the Corps or by the state,Indian Tribe,or U.S.EPA in its section 401 Water Quality Certification,or by the state in its Coastal Zone Management Act consistency determination. 5 24.Use of Multiple Nationwide Permits.The use of more than one NWP for a single and complete project is prohibited,except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit.For example,if a road crossing over tidal waters is constructed under NWP 14,with associated bank stabilization authorized by NWP 13,the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3-acre. 25.Transfer of Nationwide Permit Verifications.If the permittee sells the property associated with a nationwide permit verification,the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer.A copy of the nationwide permit verification must be attached to the letter,and the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred,the terms and conditions of this nationwide permit,including any special conditions,will continue to be binding on the new owner(s)of the property.To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions,have the transferee sign and date below." (Transferee) (Date) 26.Compliance Certification.Each permittee who received an NWP verification from the Corps must submit a signed certification regarding the completed work and any required mitigation.The certification form must be forwarded by the Corps with the NWP verification letter and will include:(a)A statement that the authorized work was done in accordance with the NWP authorization,including any general or specific conditions;(b)A statement that any required mitigation was completed in accordance with the permit conditions;and(c)The signature of the permittee certifying the completion of the work and mitigation. 27.Pre-Construction Notification.(a)Tom.Where required by the terms of the NWP,the prospective permittee must notify the district engineer by submitting a pre-construction notification(PCN)as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and,as a general rule,will request additional information necessary to make the PCN complete only once.However, if the prospective permittee does not provide all of the requested information,then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer.The prospective permittee shall not begin the activity:(1)Until notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or(2)If 45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer.However,if the permittee was required to notify the Corps pursuant to general condition 17 that listed species or critical habitat might affected or in the vicinity of the project,or to notify the Corps pursuant to general condition 18 that the activity may have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that is"no effect"on listed species or"no potential to cause effects"on historic properties,or that any consultation required under Section 7 of the Endangered Species Act(see 33 CFR 330.4(f))and/or Section 106 of the National Historic Preservation(see 33 CFR 330.4(g))is completed.Also,work cannot begin under NWPs 21,49,or 50 until the permittee has received written approval from the Corps.If the proposed activity requires a written waiver to exceed specified limits of an NWP,the permittee cannot begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN,the permittee cannot begin the activity until an individual permit has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified,suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b)Contents of Pre-Construction Notification:The PCN must be in writing and include the following information: (I)Name,address and telephone numbers of the prospective permittee;(2)Location of the proposed project;(3)A description of the proposed project;the project's purpose;direct and indirect adverse environmental effects the project would cause;any other NWP(s),regional general permit(s),or individual permit(s)used or intended to be used to authorize any part of the proposed project or any related activity. The description should be 6 °t suffigiently detailed to allow the district engineer to determine that the adverse effects of the project will be minimal and to determine the need for compensatory mitigation. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the project and when provided result in a quicker decision.);(4)The PCN must include a delineation of special aquatic sites and other waters of the United States on the project site.Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters of the United States,but there may be a delay if the Corps does the delineation,especially if the project site is large or contains many waters of the United States.Furthermore,the 45 day period will not start until the delineation has been submitted to or completed by the Corps, where appropriate;(5)If the proposed activity will result in the loss of greater than 1/10 acre of wetlands and a PCN is required,the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied.As an alternative,the prospective permittee may submit j a conceptual or detailed mitigation plan. (6)If any listed species or designated critical habitat might be affected or is in the vicinity of the project,or if the project is located in designated critical habitat,for non-Federal applicants the PCN must include the name(s)of those endangered or threatened species that might be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work. Federal applicants must provide documentation demonstrating compliance with the Endangered Species Act;and(7)For an activity that may affect a historic property listed on, determined to be eligible for listing on,or potentially eligible for listing on,the National Register of Historic Places, for non-Federal applicants the PCN must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. Federal applicants must provide documentation demonstrating compliance with Section 106 of the National Historic Preservation Act. (c)Form of Pre-Construction Notification: The standard individual permit application form(Form ENG 4345) may be used,but the completed application form must clearly indicate that it is a PCN and must include all of the information required in paragraphs(b)(1)through(7)of this general condition.A letter containing the required information may also be used. (d)Agency Coordination:(1)The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for i mitigation to reduce the project's adverse environmental effects to a minimal level.(2)For all NWP 48 activities requiring pre-construction notification and for other NWP activities requiring pre-construction notification to the district engineer that result in the loss of greater than 1/2-acre of waters of the United States,the district engineer will immediately provide(e.g.,via facsimile transmission,overnight mail,or other expeditious manner)a copy of the PCN to the appropriate Federal or state offices(U.S.FWS,state natural resource or water quality agency,EPA, State Historic Preservation Officer(SHPO)or Tribal Historic Preservation Office(THPO),and,if appropriate,the NMFS). With the exception of NWP 37,these agencies will then have 10 calendar days from the date the material is transmitted to telephone or fax the district engineer notice that they intend to provide substantive,site-specific ' comments. If so contacted by an agency,the district engineer will wait an additional 15 calendar days before making a decision on the pre-construction notification.The district engineer will fully consider agency comments received within the specified time frame,but will provide no response to the resource agency,except as provided below. The district engineer will indicate in the administrative record associated with each pre-construction notification that the resource agencies' concerns were considered.For NWP 37,the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of `i property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified,suspended,or revoked in accordance with the procedures at '1 33 CFR 330.5.(3)In cases of where the prospective permittee is not a Federal agency,the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations,as required by Section 305(b)(4)(B)of the Magnuson-Stevens Fishery Conservation and Management Act.(4)Applicants are encouraged to provide the Corps multiple copies of pre-construction notifications to expedite agency coordination.(5)For NWP 48 activities that require reporting,the district engineer will provide a copy of each report within 10 calendar days of receipt to the appropriate regional office of the NMFS. (e)District Engineer's Decision: In reviewing the PCN for the proposed activity,the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest.If the proposed activity requires a PCN and will result in a loss of greater than 1/10 acre of wetlands,the prospective permittee should submit a mitigation proposal with the PCN.Applicants may also propose compensatory mitigation for projects with smaller impacts. The district engineer will consider any proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed work are 7 minimal.The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic environment are minimal,after considering mitigation,the district engineer will notify the permittee and include any conditions the district engineer deems necessary.The district engineer must approve any compensatory mitigation proposal before the permittee commences work.If the prospective permittee elects to submit a compensatory mitigation plan with the PCN,the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment.If the net adverse effects of the project on the aquatic environment(after consideration of the compensatory mitigation proposal)are determined by the district engineer to be minimal,the district engineer will provide a timely written response to the applicant.The response will state that the project can proceed under the terms and conditions of the NWP. P If the district engineer determines that the adverse effects of the proposed work are more than minimal,then the district engineer will notify the applicant either: (1)That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit;(2)that the project is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level;or(3)that the project is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the aquatic environment,the activity will be authorized within the 45-day PCN period.The authorization will include the necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level.When mitigation is required,no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan. 28. Single and Complete Project.The activity must be a single and complete project.The same NWP cannot be used more than once for the same single and complete project. C. Corps Seattle District Regional General Conditions 1. Aquatic Resources Requiring Special Protection. The following restrictions apply to activities in Washington State requiring Department of the Army authorization: (a) Activities resulting in a loss of waters of the United States in a mature forested wetland,bog,bog-like wetland,aspen-dominated wetland,or alkali wetland are not authorized by NWP,except the following NWPs: NWP 3 — Maintenance NWP 20 — Oil Spill Cleanup NWP 32 — Completed Enforcement Actions NWP 38 — Cleanup of Hazardous and Toxic Waste NWP 47 — Pipeline Safety Program Designated Time Sensitive Inspections and Repairs (b) For activities in or affecting a mature forested wetland,bog,bog-like wetland,wetland in a dunal system along the Washington coast,vernal pool,aspen-dominated wetland,alkali wetland, camas prairie wetland,or marine water with eelgrass beds(except for NWP 48)and not prohibited by the preceding general regional condition La., the permittee must submit a pre-construction notification to the District Engineer in accordance with Nationwide Permit General Condition 27(Pre-Construction Notification). 2. Access.You must allow representatives of this office to inspect the authorized activity at any time deemed necessary to ensure that the work is being,or has been,accomplished in accordance with the terms and conditions of your permit. 3. Commencement Bay. Activities requiring Department of the Army authorization and located in the Commencement Bay Study Area are not authorized by the following NWPs: NWP 12 — Utility Line Activities(substations) NWP 13 — Bank Stabilization 8 NWP 14 — Linear Transportation Projects NWP 23 — Approved Categorical Exclusions NWP 29 — Residential Developments NWP 39 — Commercial and Institutional Developments NWP 40 — Agricultural Activities NWP 41 — Reshaping Existing Drainage Ditches NWP 42 — Recreational Facilities NWP 43 — Stormwater Management Facilities 4. Bank Stabilization.All bank stabilization projects require pre-construction notification to the District Engineer in accordance with Nationwide Permit General Condition 27(Pre-Construction Notification). Each notification must Jinclude a planting plan using native riparian plant species unless the applicant demonstrates that a planting plan is ' not appropriate or not practicable.Each notification must also include the following information,except as waived by the District Engineer: (a) Need for the work, including the cause of the erosion and the threat posed to structures, infrastructure, ' and/or public safety. (b) Current and expected post-project sediment movement and deposition patterns in and near the project area. (c) Current and expected post-project habitat conditions, including the presence of fish,wildlife and plant species in the project area. (d) Demonstration that the proposed project incorporates the least environmentally damaging practicable bank protection methods.These methods include,but are not limited to,the use of bioengineering,biotechnical design, root wads, large woody debris,native plantings, and beach nourishment in certain circumstances. If rock must be used due to site erosion conditions,explain how the bank stabilization structure incorporates elements beneficial to fish. (e) Assessment of the likely impact of the proposed work on upstream,downstream and cross-stream properties(at a minimum the area assessed should extend from the nearest upstream bend to the nearest downstream bend of the watercourse). Discuss the methodology used for determining effects. NOTE: Information on designing bank stabilization projects can be found in the Washington Department of Fish and Wildlife's Integrated Streambank Protection Guidelines(http://www.wd fw.wa.gov/hab/ahg/isy dg oc.htm);King County's Reconnaissance Assessment of the State of the Nearshore Ecosystem (http://dnr.metrokc.gov/wlr/watersheds/puQet/nearshore/sonr.htm);and three technical(white)papers—Marine and Estuarine Shoreline Modification Issues,Ecological Issues in Floodplains and Riparian Corridors,and Over-Water Structures:Marine, Freshwater, and Treated Wood Issues(http://wdfw.wagov/hab/ahg/ahp-white.htm). 5. Cultural Resources and Human Burials. Permittees must immediately stop work and notify the District Engineer within 24 hours if,during the course of conducting authorized work,human burials,cultural resources,or historic properties,as identified by the National Historic Preservation Act,are discovered and may be affected by the work. Failure to stop work in the area of discovery until the Corps can comply with the provisions of 33 CFR 325 Appendix C,the National Historic Preservation Act,and other pertinent laws and regulations could result in a violation of state and federal laws.Violators are subject to civil and criminal penalties. 6. Essential Fish Habitat. An activity which may adversely affect essential fish habitat,as identified under the Magnuson-Stevens Fishery Conservation and Management Act(MSA),may not be authorized by NWP until essential fish habitat requirements have been met by the applicant and the Corps. Non-federal permittees shall notify the District Engineer if essential fish habitat may be affected by,or is in the vicinity of,a proposed activity t and shall not begin work until notified by the District Engineer that the requirements of the essential fish habitat provisions of the MSA have been satisfied and the activity is authorized. The notification must identify the type(s) of essential fish habitat(i.e.,Pacific salmon,groundfish,and/or coastal-pelagic species)managed by a Fishery Management Plan that may be affected. Information about essential fish habitat is available at hqp://www nwr.noaa.gov/ 7. Vegetation Protection and Restoration. Permittees must clearly mark all construction area boundaries before beginning work and minimize the removal of native vegetation in riparian areas and wetlands to the maximum extent practicable. Areas subject to temporary vegetation removal in wetlands or riparian areas during construction 9 i shall be replanted with appropriate native species by the end of the first planting season following the disturbance except as waived by the District Engineer. A Corps Regional Specific Conditions for this NWP 1. Private linear transportation crossings placed in waters of the U.S.with footprints wider than 22 feet or longer than 200 feet are not authorized by this NWP. 2. The permittee must submit a pre-construction notification to the District Engineer in accordance with NWP General Condition 27(Pre-Construction Notification)for linear transportation crossing activities in tidal waters. NOTE:Applicants must provide information in the PCN about changes in base and peak flows, and water quality i impacts that would result directly or indirectly from the proposed linear transportation crossing as required by NWP General Conditions 9(Management of Water Flows), 27(Notification), and 21 (Water Quality). NOTE: Culverts in fish-bearing streams should comply with the design guidance provided in "Fish Passage Technical Assistance, Design of Road Culverts for Fish Passage"(see www.wdfw.wa.gov/hab/engineer/cm). E. State 401 Certification General Conditions 1.For in-water construction activities. Individual 401 review is required under this condition for projects or activities authorized under NWPs that will cause,or be likely to cause or contribute to an exceedence of a State water quality standard(WAC 173-201A)or sediment management standard(WAC 173-204). State water quality standards can be located on Ecology's website:hgp://www.eU.wa.gov/programs/wq/swgs/. Sediment management standards can be located on Ecology's website: http://www.ecy.wa.gov/biblio/wac173204.html. Information is also available by contacting Ecology's Federal Permit staff. 2. Projects or Activities Discharging o o Impaired Waters. Individual 401 review is required by this condition for projects or activities authorized under NWPs if the project or activity may result in further exceedences of a specific parameter the waterbody is listed for on the state's list of impaired waterbodies.(the 303(d)list). The current 303(d)listed waterbodies can be identified using search tools available on Ecology's website: htW://www.ecy.wa.,ov/proQrams4003d/2002/2002-index.html or by contacting Ecology's Federal Permit staff. 3. Notification. For projects or activities that will require individual 401 review,applicants must provide Ecology with the written documentation provided to the Corps(as described in Corps Nationwide Permit General Condition 27,Pre-Construction Notification),including,when applicable: (a) A description of the project,including site plans,project purpose,direct and indirect adverse environmental effects the project would cause,any other Department of the Army permits used or intended to be used to authorize any part of the proposed project or any related activity. (b) Delineation of special aquatic sites and other waters of the United States. Wetland delineations must be prepared in accordance with the current method required by the Corps and shall include Ecology's Wetland Rating form. Note:Forms are available at Ecology's Wetlands website: hyp://www.ecy.wa.gov/programs/sea/wetlands/index.html or by contacting Ecology's Federal Permit staff. (c) Coastal Zone Management Program"Certification of Consistency"Form if the project is located within a coastal county(Clallam,Grays Harbor,Island,Jefferson,King,Kitsap,Mason,Pacific,Pierce,San Juan, Skagit, Snohomish, Thurston, Wahkiakum,and Whatcom counties). Note:Forms are available at the Army Corps of Engineers website:http://www.nws.usace.army.mil or by contacting Ecology's Federal Permit staff. (d) Other applicable requirements of Corps Nationwide Permit General Condition 27,Corps Regional Conditions, or notification conditions of the applicable NWP. Ecology's review time shall not begin until the applicable documents noted above have been provided to Ecology and Ecology has received a copy of the final Nationwide Permit verification letter from the Corps. 10 t w 4. Aquatic resources requiring special protection. Certain aquatic resources are unique,difficult-to-replace components of the aquatic environment in Washington State.Activities that would affect these resources must be avoided to the greatest extent possible. Compensating for adverse impacts to high value aquatic resources is typically difficult,prohibitively expensive,and may not be possible in some landscape settings. Individual 401 review is required for activities in or affecting the following aquatic resources(and not prohibited by Regional Condition 1),except for: NWP 20—Oil Spill Cleanup NWP 32—Completed Enforcement Actions NWP 38—Cleanup of Hazardous Waste NWP 47—Pipeline Safety Program Repair (a) Wetlands with special characteristics(as defined in the Washington State Wetland Rating Systems for western and eastern Washington,Ecology Publication 4s04-06-025 and#04-06-015): • estuarine wetlands • Natural Heritage wetlands • Bogs • old-growth and mature forested wetlands • wetlands in coastal lagoons • interdunal wetlands • vernal pools • alkali wetlands (b) Bog-like wetlands,aspen-dominated wetlands,camas prairie wetlands,and marine water with eelgrass beds (except for NWP 48). (c) Category I wetlands (d) Category II wetlands with a habitat score>29 points. 5. Mitigation. 401 Certification is based on adequate compensatory mitigation being provided for wetland and other water quality-related impacts of projects or activities authorized under the NWP Program. Mitigation plans submitted for Ecology review and approval shall be based on the guidance provided in Wetland Mitigation in Washington State,Parts 1 and 2(Ecology Publication#s06-06-01 la and#06-06-011b)and shall,at a ` minimum, include the following: (a) A description of the measures taken to avoid and minimize impacts to wetlands and other waters of the U.S. (b) The nature of the proposed impacts(i.e.,acreage of wetlands and functions lost or degraded) (c) The rationale for the mitigation site that was selected (d) The goals and objectives of the compensatory mitigation project (e) How the mitigation project will be accomplished, including proposed performance standards for measuring success and the proposed buffer widths (f) How it will be maintained and monitored to assess progress towards goals and objectives. Monitoring will generally be required for a minimum of five years. For forested and scrub-shrub wetlands, 10 years of monitoring will often be necessary. (g) How the compensatory mitigation site will be legally protected for the long-term. Refer to Wetland Mitigation in Washington State—Part 2: Developing Mitigation Plans(Ecology Publication#06- 06-01 lb)for guidance on developing mitigation plans. Ecology encourages the use of alternative mitigation approaches, including advance mitigation and other programmatic approaches,such as mitigation banks and programmatic mitigation areas at the local level. If you are interested in proposing use of an alternative mitigation approach,consult with the appropriate Ecology regional staff person. (see http://www.ecy.wa.gov/programs/sealwetlands/eontacts.htm)For information on the state wetland mitigation banking program go to: http://www.ecv.m a.zov/programs/sealwetlands lmiti�yationlbankinzlindex.htnil 6. Temporary Fills. Individual 401 review is required for any project or activity with temporary fill in wetlands or other waters of the State for more than 90 days,unless the applicant has received written approval from Ecology. I1 7. Mill Creek Special Area Management Plan. This condition applies to all NWPs within the boundaries described in the Mill Creek Special Area Management Plan(SAMP),King County,Washington,dated April 2000(SAMP). The boundaries of the SAMP encompass all sub-basins and tributaries drained by Algona Creek,Auburn Creek, Bingaman Creek,Midway Creek,Mill Creek,and Mullen Slough.The area is bounded roughly on the south by 8a' Avenue N in Algona and 4"'Street NE in Auburn,on the east and north by the Ordinary High Water Mark of the Green River,and on the west by the plateau that parallels Interstate 5 above the Green River valley. Individual 401 review is required for projects or activities authorized under the NWPs unless: (a) The project or activity will result in fill-related impacts to only wetlands designated as developable under Alternative#8,as shown on Figure 4-8 of the SAMP. (b) Compensatory mitigation for such impacts is onsite and/or within the areas designated on Figure 3-3, "Maximum Areas for Restoration by Target Habitat Type,"in the SAMP Aquatic Resources Restoration Plan(April 2000). (c) Mitigation plans comply with the requirements of the SAMP and,in general,with the guidance in the interagency Wetland Mitigation in Washington State(March 2006;Ecology publications#06-06-011 a and#06-06- 011 b).Note:You can download the SAMP and Aquatic Resources Restoration Plan at htW://www.nws.usace.army.mil/PublicMenu lMenu.cfm?sitename=REG&pagename=Mill Creek SAMP. 8. State Certification for PCNs not receiving g 5-day response. In the event the U.S.Army Corps of Engineers does not respond to a complete pre-construction notification within 45 days,the applicant must contact Ecology for Individual 401 review. F. State 401 Certification Specific Conditions for this NWP Certified,subject to conditions. Individual 401 review is required for projects or activities authorized under this NWP if: 1. The entire linear transportation project or activity impacts more than'h acre of wetlands. 2. The project or activity disturbs one acre or more of land(including uplands,wetlands,and other aquatic areas)and the post-development stormwater controls are not designed in accordance with Ecology's most recent stormwater manual or an approved equivalent stormwater manual. G. EPA 401 Certification General Conditions In order for any NWP authorization to be valid in Washington State,permittees must comply with all applicable 401 Certification general conditions. EPA 401 Certification general conditions apply to all NWP authorizations involving Section 404 activities on Native American Indian Tribal lands(excluding the tribal lands of the Chehalis Tribes,Port Gamble S'Klallum Tribe,Kalispel Tribe,Makah Indian Tribe,Puyallup Tribe, Spokane Tribe,and Tulalip Tribe)and Federal land with exclusive jurisdiction within Washington State. A. Special Aquatic Sites. Any activities in the following types of wetlands and waters of the U.S.will need to apply for an individual 401 certification: Mature forested wetlands;bogs;bog-like wetlands;wetlands in dunal systems along the Washington coast;vernal pools;aspen-dominated wetlands;alkali wetlands;camas prairie wetlands;salt marshes;or marine water with eelgrass beds. B. Soil Erosion and Sediment Controls. An individual 401 certification is based on the project or activity meeting established turbidity levels. EPA will be using as guidance the state of Washington's water quality standards [WAC 173-20 1 a]and sediment quality standards[WAC 173-204]. Projects or activities that are expected to exceed these levels or that do exceed these levels will require an individual 401 certification. C. Compliance with Stormwater Provisions. Individual 401 certification is required for projects or activities not designed in accordance with Ecology's most recent stormwater manual or Ecology approved equivalent manual. D. Compliance with requirements of the National Pollutant Discharge Elimination System. For projects and activities requiring coverage under an NPDES permit, certification is based on compliance with the requirements of ar 12 that permit. Projects and activities not in compliance with NPDES requirements will require individual 401 certification. E. Proiects or Activities Discharging to o Impaired Waters. Individual 401 certification is required for projects or activities authorized under NWPs if the project will discharge to a waterbody on the list of impaired waterbodies r.� (the 303(d)List)and the discharge may result in further exceedence of a specific parameter the waterbody is listed for. +► EPA may issue 401 certification for projects or activities that would result in further exceedence or impairment if mitigation is provided that would result in a net decrease in listed contaminants or less impairment in the waterbody. This determination would be made during individual 401 certification review. rr► F. Notification. For projects requiring individual 401 certification,applicants must provide EPA with the same documentation provided to the Corps(as described in Corps National General Condition 27,Pre-Construction Notification), including,when applicable: ++•� (a) A description of the project, including site plans,project purpose,direct and indirect adverse environmental effects the project would cause,any other U.S.Department of the Army permits used or intended to be used to authorize any part of the proposed project or any related activity. (b) Delineation of special aquatic sites and other waters of the United States. Wetland delineations must be .r prepared in accordance with the current method required by the Corps. (c) A statement describing how the mitigation requirement will be satisfied. A conceptual or detailed mitigation or restoration plan may be submitted. err (d)Other applicable requirements of Corps National General Condition 27,Corps Regional Conditions,or notification conditions of the applicable NWP. A request for individual 401 review is not complete until EPA receives the applicable documents noted above and EPA has received a copy of the final authorization letter from the Corps providing coverage for a proposed project or activity under the NWP Program. r. G. Mitigation. An individual 401 certification is based on adequate compensatory mitigation being provided for wetland and other water quality-related impacts of projects or activities authorized under the NWP Program. Mitigation plans submitted shall be based on the Joint Agency guidance provided in Wetland Mitigation in Washington State, Parts I and 2(Ecology Publication#06-06-011 a and#06-06-011 b)and shall, at a minimum, include the following: 1. A description of the measures taken to avoid and minimize impacts to wetlands and other waters of the U.S. s 2. The nature of the proposed impacts(i.e.,acreage of wetlands and functions lost or degraded). 3. The rationale for the mitigation site that was selected. 4. The goals and objectives of the compensatory mitigation project. rr 5. How the mitigation project will be accomplished, including proposed performance standards for measuring success and the proposed buffer widths. 6. How it will be maintained and monitored to assess progress towards goals and objectives. Monitoring will generally be required for a minimum of five years. For forested and scrub-shrub wetlands, 10 years of monitoring will often be necessary. 7. How the compensatory mitigation site will be legally protected for the long-term. H. TemporM Fills. An individual 401 certification is required for any activity where temporary fill will remain in wetlands or other waterbodies for more than 90 days. The 90 day period begins when filling activity starts in the wetland or other waterbody. err 13 H. EPA 401 Certification Specific Conditions for this NWP Denied without prejudice. Individual 401 certification required. I. Spokane Tribe of Indians 401 Certification General Conditions Specific to the Reservation and the Tribal Water Quality Standards,the applicant must comply with the following when there could be a discharge to waters of the Spokane Indian Reservation: 1. The applicant shall be responsible for achieving compliance with the Spokane Tribal Water Quality Standards. 2.The applicant shall submit copies of applications materials to the Spokane Tribal Water Control Board for review and approval at the same time they are submitted to Army Corps of Engineers and prior to any disturbance activities. 3. The applicant shall comply with all Spokane Tribal Integrated Resource Management Plan(IRMP) guidelines for land use activities and disturbances. 4. The applicant shall allow the Tribal Water Control board and Interdisciplinary Team to inspect the area in question and adopt recommendations made throughout its operation. 5. Monitoring of the discharge shall occur at a level indicated by EPA and the Tribe,are subject to change,and shall be submitted to both entities. J. Tribal 401 Certification Specific Conditions for this NWP Denied without prejudice by the Chehalis, Kalispel,Makah,Port Gamble S'Klallum,Puyallup, and Tulalip tribes. Certified subject to general conditions by the Spokane Tribe. K. CZM Consistency Response Specific Conditions for this NWP Concur,subject to the following condition: 1. Where individual 401 review is triggered,an individual CZM Consistency Response must be obtained for projects located within the 15 coastal counties. A"Certification of Consistency"form must be submitted in accordance with State General Condition 3 (Notification). L. ADDITIONAL LIMITATIONS ON THE USE OF NWPs 1. District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. NWPs do not obviate the need to obtain other Federal,state, or local permits,approvals,or authorizations required by law. x 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5. NWPs do not authorize interference with any existing or proposed Federal project. 14 APPENDIX C CITY OF RENTON TRAFFIC CONTROL INFORMATION CITY OF RENTON TRANSPORTATION SYSTEMS—TRAFFIC OPERATIONS TRAFFIC CONTROL PLAN CONSTRUCTION COMPANY: APPL. DATE: ADDRESS: PERMIT : PHONE CONSTRUCTION SUPERINTENDENT: MOB./CEL. : ( ) PROJECT NAME: FAX : ( ) PROJECT LOCATION: N/E/S/W OF: WORK Tom: APPROVED BY: WORK DATE: APPROVAL DATE: err NOTES: 1) WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). 2) CALL 911 (USING A LOCAL PHONE) OR 253-852-2121 (USING A CELL PHONE), FIRE, AND POLICE DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF RAY. 3) CALL METRO TRANSIT CONTROL CENTER AT (206) 684-2732 AT LEAST TWENTY-FOUR (24) HOURS BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE. 4) THIS PLAN MUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK. 5) APPROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS. 6) ANY VEHICLE AND/OR EQUIPMENT TO BE USED FOR WORK WITHIN THE CITY RIGHT OF WAY MUST DISPLAY A COMPANY LOGO (ANY LEGALLY ACCEPTABLE SIGN SHOWING A COMPANY NAME, ADDRESS, AND TELEPHONE NUMBER) AT A CONSPICUOUS PLACE ON THE VEHICLE OR EQUIPMENT. COMMENTS: ,,. SKETCH I —NORTH— OFFlCE COPY T- I have been informed of my responsibilities for traffic control and CONTRACTOR agree to comply with all traffic regulations of the City of Renton. °�' ��' INSPECnoN K. KITTRICK/ DEV. SERVICE. PLAN REVIEW SIGNATURE: DATE: PONCE KATIE MCCUNCY FlRE JIM GRAY/STA. III as G\Troltic 0psvt1v \Trofflc Cv tr f Piv \tcpfo j.drq +� L representing agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. I shall notify emergency services twenty-four (24) hours before any street or lane closures. I understand any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in my receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220, 9A.36.050 Reckless Endangerment, and other applicable State and City codes. I certify I am responsible for the project and the responsible party to,be cited for violation of R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other applicable State and City codes. NAME: D.O.B.: .• HOME ADDRESS: WORK ADDRESS: WORK PHONE: HOME PHONE: COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR: WASHINGTON STATE DRIVERS LICENSE NUMBER: CATraffic Operations\Traffic Control Plankcpforrnl.doc rrr ma- as so ■r SURVEY CONTROL AND MONUMENTS 4w �Y ti O CITY OF RENTON SURVEY CONTROL NETWORK Vertical Control AW 3rd Order, 1st Class North American Vertical Datum 1988 Meters ,,.. Horizontal Control 2nd Order, 1st Class North American Datum 1983/1991 Meters r 151 Printing January 1995 2" Printing January 1997 •+ Revised & Reprinted May 2000 �r rr TS_SERVER//SYS2\MAPS\83m\control\scn.doc Title 2 May,2000 1 TABLE OF CONTENTS r SECTION I SURVEY CONTROL NETWORK DESCRIPTION.................................. SURVEYING STANDARDS ............................................................ 1-11-1 MONUMENT CASE & COVER STANDARD PLAN.......................H031 SECTION II MAPS, DESCRIPTIONS & VALUES , Section Index Map............................................................................... Index Section Township Range - Page r 13 T23N R4E WM....................................................•............. F2 14 T23N R4E WM ' 24 T23N R4E WM..................................................................G2 25 T23N R4E WM..................................................................H2 36 T23N R4E WM...................................................................I2 r 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 723N 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 r 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 r TS_SERVER//SYS2IMAPS\83m\controllscn.doc Table of Contents 2 May 2000 1 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 Planrning/Building/Public Works Department and several private surveying firms working ow 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, A-meta Henninger; Plan Review Section, Development Services Division, Jae Lee; Transportation Systems Division, w. Robert Mac Onie; Technical Services Section (Chairman), Jon Warren PLS; Dodds Engineers, Inc., Dennis Wegenast; National Geodetic Survey. The committee developed the standards, specifications and phasing for all ensuing work. All survey work meets the requirements specified by the Federal Geodetic Control �• Committee in Standards and Specifications for Geodetic Control Networks dated September 1984. The project was split into three phases: 1) monument recovery, 2) horizontal control and 3) vertical control. The monument recovery project was performed by Dodds Engineers, Inc., under the direction of Jon Warren PLS in 1992 and early 1993. This project identified existing Public Land Survey System corner monuments and other 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. r The second and third phases ran concurrently during 1993 & 1994. The horizontal control phase was executed by Bush, Roed & Hitchings, under the direction of Robert Anderson PLS, using Global Positioning Systems (GPS) technology per the Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989. This phase established NAD 1983/1991, Washington State Plane, 2nd Order, Ist Class, northing and casting values for 122 monuments in and w TS_SERVER/JSYS2\MAPS\83m\control\scn.doc i 2 May 2000 Aw around the City. Four NAD 1983/1991 National Geodetic Survey (NGS) high precision �.rr 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 r 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 Ieast ten licensed surveyors for completeness and suitability. , The City of Renton and its urban growth area lie between latitudes 47° 25' North to the south and 47 32' 30" North to the north. In most cases the combined scale factor ' (elevation and grid scale) throughout this area can be treated as equal to 1.0000000. Table 1. shows the grid scale factors for each minute of latitude in the Renton area identified above. Please note that the relative accuracy for the grid scale factors is approximately 1 in 60,000 at 47° 25' N to the south and 1 in 111,000 at 47° 33' N to the north and thus for most survey work will have no impact on surveys covering less than 1.5 miles. �I .rr TS_SERVER//SYS2\MAPS\83m\control\scn.doc it 2 May 2000 i1 rr TABLE 1. LAMBERT CONFORMAL CONIC PROJECTION TABLE Washington Coordinate System of 1983/1991,North Zone for Renton Tabular. Grid ' Latitude Radius Difference Scale for I" 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 47" 28' 5801893.480 30.88351 1.00000638 �r 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 .r 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. rr TABLE 2. SEA LEVEL REDUCTION TABLE Renton Elevation Sea Level Feet Factor Sea Level 1.0000000 500 0.9999761 1000 0.9999522 The worst case relative accuracy for an elevation of 650 feet with an interpolated scale factor of 0.99996893 is approximately 1 in 32,000. When combined with the worst case grid scale factor of 0.99999195 it yields a combined factor of 0.99995998 for a relative accuracy of approximately 1 in 25,000. It should be noted that Washington state uses the US survey foot and the conversion between feet and meters is 3937/1200 or 3.28083333 feet per meter. An analysis of the differences between NGVD 1929 and NAVD 1988 elevations in and around Renton yields a conversion factor of+1.092 meters going from NGVD 1929 to NAVD 1988. .. 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 WAY Renton's Mapping Supervisor at -7M69. This document will be updated on an ongoing basis as monuments are upgraded, added or as corrections are made. low TS_SERVER//SYS2WL4PS\83m\controt\scn.doc Ilt 2 May 2000 vw 0 a. � 0)o L7 z w a U 0 a O7 w U A a� GZO zQ F- � f- � 0 z + ° 1- - G N W CC p O v Z tL W UOh cx C-0 CL Q - \ 2' F-- L, W (\ I V V o o u w Z F c< LtiO U F- QOU W G S N CO Ste- �' ° -¢=L Q tt? O z a 2: Qx CL O O CY Z O U I-- �`�� (1r1 CJ W UW 2 I W CL Q U W F-q [7N w w 3 2:: CW1'ZDE N 1--< W O , � O f// O _ O C.7C WC<LLN Z W f q O F-- � S Z _O W F-W W T W V) N7 SF-F-f < d O O 1-W---h- _ o •uc�z �vv> I SOwO N C g WA - _ ->,- 18 T24N R5E "_'-::124Af: E? 16 T24N R5E 15 T24N R5E 14 T24N R5E 13 724N R5E __ __ -- fl _ A5 R A6 A7 A8 23 T24N _-;= 2+1 �F['-.E 19 T24N R5E :`:_ -_ 5E 21 T24N R5E 22 T24N R5E 23 T24N R5E 24 T24N R5E wr _ ----------- _ =--;- _ _. B5 B6 B7 B8 26 T R4E 30 T24N __ "=____ 4 28 T24N R5E 7 T24N R5E 26 T24N R5E 25 T24N R5E u 5 _ -- :--�`:__ - :: . :_ 4 C6 -_ C7...... C8 35 T24N R4 `:_,'"__ _ -"_:_::_____`:? ;3f:> [2- 2 T24 R5 5E : €Ld:i4 ,- -_:- ,,,,,,,,: 3 R5E 35 T24N R5E 36 T24N R5E 4 D _ - 23N 5E 4 T2 E 3 R 2 T23N R5E 1 T23N R5E 1 2 E5 7 E8 T 3 R4E 12 T23N E O T23N 5E 8 R5 9 T23N F 5E 10 T N 1T R5E 12 T23N R5E Yytn Moal Xh >neA 5 6 7 F8 �o awr 14 T23N R E 1&T2M R E 3 T23N R5E 16 T2 E It T23N R5E 14 T23N R5E 13 T23N R5E s Rmlm Ylla t SW u St Ivy))^ 1 G .• 9k BQ 2 N a k+r 4 3 R4E it 23N 5E 20 T23 E 21 T23 22 T23N R5E 23 T23N RSE 24 T23N R5E Bak A $- b aw Bas b Ieeu St sI 5' _ -r�H��� 5 6 H7 H8 T2 NR4E 23 R4E 30 23 5E 2 23N 5E Ramwr)FR 5E 26 T23N R5E 25 T23N R5 _-_ S� S I St 2 - -I Ao 1 I6 17 18% 35 T23 E 36 T23N R4E 31 T2 32 T23j 5E 33 T23N 34 T23N 5E 35 T23N == 36 T23N R5E ow 1 J2 3 T22N R4E 1 T22N R4E T22 R5E 5E 4cT0HN RSE 3 TZ R5E 2 T22N R5E --=:=:t_ CITY OF RENTON SURVEY CONTROL NETWORK MONUMENTS & BENCHMARKS INDEX H3 • 30 T23N R5E SE I/4 lii3b/ � V -'_ - /+1129 +{ 1131 r` _j 11234 ;- 1 1240 +� +1233 1� 79th sf i �;�\ \`\ \ / 11232 4+ e� ,; 2488E -1239 j .1 +•1231 1865 '---'� �r /t ial /1230 `�J �2 &f I j 1017 tv� j / f U16-2594 2828 IOtB L [197 595 7 9--593 3 1019— � 986+2486, c/1z i ' +;22,7 2642 1 f..r fu 71 1 1892 ► --- / ' 1 _� / f- ___-----{-----1228 I + � 2219 � ; ►'`� � 1805-10. -_ --- i I 31 T23N R5E SE I/4 LEGEND CITY OF RENTON 1111 t ® Horizontal & Vertical SURVEY CONTROL NETWORK 2222 MONUMENTS & BENCHMARKS @) Horizontal Only •®" o TECHNICAL SERVICES 3® vertical Only * PLANNING/BUILDING/PUBLIC WORKS 02/14/00 Monument ___ 13 © �.y® � Renton City Units 1:54W 31 T23N R5E NE 1/4 H4 • 29 T23N R5E SW 1/♦ Vic ­77 ' 18 Z� 2194 S) 1 12 E cor) i C6 40 s 1 7 h iq 2+224 ' If 865 S I t, 80'ri St. z .1 A 7 i I • --; _ S U 32 T23N ME SW 1/4 LEGEND CITY OF RENTON lill SURVEY CONTROL NETWORK ® 222 0 Horizontal & Vwticcl MONUMENTS & BENCHMARKS 8 Horizontcd Only TECHNICAL SERVICES 3333 PLANNINGVBUILDING/PUBLIC WORKS+ 4) Verticcd Orly 0244/00 Monuffmt Rentoncity limit: 14 32 T23N R5E NW 1/4 H4 • 29 MN M SE V4 i 11866 -plil� v Sk v SE r 194 DID cn, C/) C:> J r :Ell Ji Q0 th 180L Z L— J f-A r OL S-L L r,1 Und SE 181, pI, + i ! + ul 1868 32 T23N RSE SE 1/4 LEGEND CITY OF RENTON 1111 SURVEY CONTROL NETWORK ® Horizontal & Vertical 2222 MONUMENTS & BENCHMARKS (9 Horizontal Only TECHNICAL SERVICES 3333 PLANNING/BUILDING/PUBLIC WORKS 0 vertical Only 02/14/00 _+tICNJO MOrKnMt 450 sm --- Renton City Limits 14 1:5400 32 T23N R5E NE 1/4 SECTION 31 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 587 NW Corner 5 T22N R5E Location: Top of 2" brass disk set in concrete monument on the centerline 98th Place S., 30'southeast of intersection 98th Place South and 98th Avenue South. Monument: BRASS DISC oN CONC MON NORTHING: EASTING: ELEVATION: 64.070 1227 Location: Found a 3/8" brass plug in 10" monument case at a PC on Talbot Rd. S. in the intersection of Talbot Rd. S. and S. 45th PI. There is a similar monument S 24° E 11.4 feet. Monument: 3/8 IN BRASS PLUG IN MON. CASE NORTHING: 49729.763 EASTING: 395929.351 ELEVATION: 47.178 1229 Location: Found 10"monument case at the intersection of SW 43rd St. and Talbot Rd. S. approximately 10' north of another monument case at the PC of a curve on Talbot Rd. S. Monument: MON. CASE NORTHING: 49973.934 EASTING: 395951.313 ELEVATION: 13-1 SECTION 31 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 1236 Location: Found sawn notch in south rim 4"conc filled pipe in case at the intersection of SW 43rd St. and E Valley Hwy Monument: SAWN NOTCH 4 IN SOUTH SIDE CASED 4 IN CONC FILLED PIPE NORTHING: 49986.190 EASTING: 395420.634 ELEVATION: 1241 Location: Found Tack in Lead in concrete-filled 21/2" iron pipe down 0.5' in a monument case approximately 200' south of the intersection of SW 41st Street and East Valley Road. Monument: TK IN LEAD IN CONC FILLED 2-1/2 IN I.P., IN CASE, DN. 0.5' NORTHING: EASTING: ELEVATION: 6.936 1865 Location: Found a 1/2" iron rod and a punch on a 3"x3"concrete post monument down 0.3' in a monument case 3'northerly of and at a point of curvature of the constructed centerline of SE Carr Road approximately 400' easterly of the constructed intersection of SE Carr Road and 98th Avenue S. Monument: 3/8 IN IRON ROD PLUG W/PUNCH ON CONC MON, IN CASE, DN. 0.3' NORTHING: 50112.704 EASTING: 396342.799 ELEVATION: 53.341 i 13-2 SECTION 29 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 1862 Location: Found a copper plug with a punch mark on a 4"x4"concrete post monument down 0.45' in a monument case at the constructed intersection of S 31 st Street& Smithers Court S. This monument is an alternate to the corner commonument to sections 29 &30, T23N, R5E. Monument: CU PLUG W/PUNCH ON CONC MON, IN CASE, DN. 0.45' NORTHING: 51223.575 EASTING: 396301.427 ELEVATION: 1863 W 1/4 Corner 28 T23N R5E Location: Found a 1/8"copper pin on a concrete post monument down 1.1' in a monument case at the constructed intersection of SE 168th Street& 116th Avenue SE. Monument: 1/8 IN CU PIN ON CONC MON, IN CASE, DN. 1.1' NORTHING: 51203.339 EASTING: 397994.264 ELEVATION: 139.927 1866 N 1/4 Corner 32 T23N R5E Location: Found a plug on the old concrete street surface down 0.4' in a monument case at the constructed intersection of SE 176th Street& Benson Road. Monument: PLUG ON CONC, IN CASE, DN. 0.4' NORTHING: 50416.732 EASTING: 397160.915 ELEVATION: H4-2 SECTION 32 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 2139 Location: 3"brass disk stamped "KC-F-8A 1993" in light standard base on east side of 108th Ave. S.E. in front of AI's Auto Supply Store. Monument: BRASS DISC IN LIGHT STANDARD BASE NORTHING: EASTING: ELEVATION: 122.223 2140 Location: 3"brass disk stamped "KC-F-7 1993" in concrete walk on north side of S.E. 192nd Street in front of HSE. No. 11406. Monument: BRASS SURFACE DISC NORTHING: EASTING: ELEVATION: 154.981 2194 Location: Found 3" brass disk stamped"KC-F-9 1993" in concrete sidewalk at the , southwest corner of S.E. 176th Street and 108th Avenue S.E. Monument: BRASS SURFACE DISC NORTHING: EASTING: ELEVATION: 122.284 I 14-4 w STANDARD DETAILS LLJ z ui z z N m 4 0 n O d ° za o p �. 40 R.zz o a ►,.� ° � b d o 0 0 � o Z 10 a Sri, o, S o � v'r } v C �� a a ♦ ,�` d ¢ Y e M v Q Y 'A '�► m o ,� �, a o o �- O� 4 � Gu w } 0 0 a XVH „.Z -*+w- 0 rw o n - ° •p d L O L U m m d o _ ° 4 F- 0 > O v n o o '' a oo 0 V U O O d d d c Ic ° c o ° u > ° U / N N = LQ u _ p ° c ° `` w d iD o •° _ a n CL d � w ° �-- ° o « c n ,` w n N ° �° 2 i. . .� Cwt m z [ d '° U- w '" a •a o w o w K dw XVH "Z li N J N J O V J = o a *• � d d 0 " o 0 w ` a > ° ° C [ ° ° O O N O d L l l a O V •3 // G J/ O vj t] ~ ,J H Dt, O r D Cc O C C W CONSTRUCTION PLANS cno 0 �{ 00 . ijc C d 00 Lu ¢ O U l J '�� S '' yy � V m r Y k i+ � W cr cr tr W CL TCWC < 0 Lj O O_W O {,.,?ate! o V t W j W W N N W F- Z w V Cr W cn U + at' v y i ," w cn cn w n- p, y � W U } f LL '> �• W J (D rrZ � � � ���".���►`'���•tusi'�e--w--tx;.-- ate!^r-k`�- �` � �a,.�' �W a' r ,s r YS' z t z J O G! � Z � O M Q rr z ID o � mo 0. w a � Z Z Zz S ¢ z m Z) O m Z d D o I I U Q Q Q W W : D j K J N O U U U O U ® H C O � cr m CD z �^ 0 C) oz C r. z w CC z < cn - N M - - - r - U OC w U a E 0 P o ? -U N Y a o H y u' a- Q w ° m p N d ug6uiysoM aHol g m n' '3 a' a_ 0 Sys Pu9et.'�\S�u�d z J �c o - O m° m Obb£-LZ-dMS bmp-LO-0\pooa»oO%OOI\00tl0\IoolpQouy-oao0\u6isa0 NannO poo8»00 OOOOI-86Zl0-ll\JO)M'N01NI2 651100\al;7oaS\:a -£od x£009sp;GOO-HY C£60:6 800Z/8l/8-ouosns vnzol err irw own~ MEW oawgw "Wwo ar.rrr WNW w somw man* "Mmaw vowwo Imponow "amma oomwo vomm Vm~ wansaw H Z Z_zZ U WZW o Z W W W �cwj \ N �m OQ d ���¢H Q W =S p S O r _w Z U) Q ►,() Um Sm d O _ z°o z ? ° N° ° m w 3 z o o�J z 3 m W z LO w w �Z ozE °a �¢z zQZ�z Qp °o-z °°- z ow 0 ►� �� c) LwiN °Q W pN Ow° (D waw a� zWa cl o �Z OO O N g c H mm� �w�N� 2w 8�zz ern =vwiQ Nom_ ag cl' W O Z z= W p< N Z w U w ¢= J�G W Q O w Q x-O O O p Z Q Z U p J an d J 3 c�N°o� '-'-'a a° o=`" Owy NUN a3 o c��=° w °w a- JOO°O a �z YQ� cc ¢o¢Ud �m °� ZN U ��¢mN¢ ¢m z ZN vim cD m Co w W d Z z� Z°n-z N° z¢N ¢mac'' o°or-cow Z� ¢ �I-Z`ra ¢wr- r-_�o o� U N O (¢j N O W W S U U a N Z a O 3 Z w C o O m W 3 O J J Z m L L v Ucr Z U W L�N Vl N m a (n 0 W z°zj z z¢ zz w°s z �d�c~ilN��° 3c) a ,ri Q J a Z V O Q a W °°N �`°W N O � W W O V 1= I Q a ° Z N H W U W W Q wn =N�¢Wa m� °Z QUO }jrZO dN JCL°QN Z °Z U^w °OW Q w Z d HEr > � W v Z a�Q wa j= ��U[ nz�Ugw w W o�W I o o= n =0 w w w ° J Z I- Q 0 O 6Q p U W U C p o °¢ m o W O O Op U H d o r- m d d w Q Q m Z Na�Om N d oz~z Q°¢ QHW. JU UwpwUmO J}W ¢ UO W�� Q Vl mm Q.W mQ Z �� Z 5 =w ¢V z��wz� _= Zandd� IN Nmm ��° J m O� ° J QCn ¢o ° ~z wwW 403=°z cnN v/z az0" �n� �¢Q JOti z ¢ z� _ 0 0� ZIW- �z ¢w¢ z� NW v/� = N� ~c~"o° w°w°c��o azo. 3 Q S ri ° co¢ c) �-- QU w -<-8 = s z w= cn F on, = N a_a w U o w w w s m N Z o o ° z z_J x a x O C7 Z J z�O z C ' w o C �w�wvzW � m rn N J J 3 J oX �> J 4 t-U rrO 3 Z z= m wz��W w O-w�=w W O ¢Gr h-- 4=� a3a¢ U J YOw°mV YU O° ¢~°S UOazJ �U NW=~JU(� ��g �} OHaJ W u? rr = Q° cD ocll �Z cc pZ m°w Ow >-m �OZ ~ =O O�� Uw w O mZ 0�O z O c3 c) Q °O> O p H Q W W W 3�¢o°z� �a�m ° °w w �o ¢�� <z Qa °zW �wo �-- zo z �- �w VU' w zpawo UN g¢ z ¢°z zza W a W UJ C7 ¢O m ¢¢ QO ¢m aw �O ��?u�d d m¢ �(=nw¢(¢n�m IS-¢¢ ?cD °U°UQ Q Z N m N¢ W W 0 ° w CD m O) r �D t D O ° � � M N w rn o o a N M M w m� h I I a LLJ z 0 0 y z LL- C) Z y �O 00 Ej °w U� Z N N v 16 0 z .a-, l� vj E, 3 -. _.r . \. � s m s.�t o M>�y m p - -Z o m ° z a z Q U °. co o f! `Cw" <�t z Z z cWi, IwI-- WW,.o a.. --�•_ f 1 Cy"E- O U , N $ U ° z W a w m Z ¢ U ~M O Z o 4 U 3 0 W Z `¢�U ¢ate "03 rn °� ° W m: z ✓> o °z ° m \ m� c� N O ax a z o° z d3 C w Z *6 z-' mZ °¢ >w o dZ z (,./5 W m< m�p �w Z zW W ° N �� Z3: :,. Q oZZ Zvi° ooa Qv ° W Q Q Q N ¢ L-j LI W Q ¢ i O Q 0 w O II ry inrl O ° U O z a O Z 3 5 U o z ¢ n J ° � w a a s w w W o~ a w a N oz 't a J ° -O o cf) /� cD z ¢ m w cn S J O U) mm ° ° W Gx ° �r ww a C:) A, U t ° ° �omm� ==gwo Zma tno° W���= i z �° ��m ° n? r �WHH a�� C ��- w"�3�� XzzZZ aa�� r-° U' J o?�� 000sw�zzQa�o mn- �w v=im`-' o?p W ¢¢O-O 00�O Z�K �O ¢W-- F-I-O=_4¢H F-OI-- W O Q W 4¢w w a J J J z z z z o 0 o a a a a in N N N N N N N N N N C - , ° X Z 3 W U a3 H a UU ~ W o <m S U Z O w O N U°S N> V O F- O°w S V)(n a F 3 3 W O I 5i 2 ZZZZ 000 ad L< C! NNNNNNN(/,N(nNN HHF- » 3ai3 j \ O U o d > x o CD CD 0 w W- �z �° J �< w Y z O w o ti O O ¢ ¢ g Z a�G W O r W° c D l¢i O Z U O m O p W H W C�pd. Z N(~iI Z Z N Q a'Vj Z Z Z m C~J g�Q 3 u o c=¢j- Z U _ o° M> ¢ N Q¢ m m U U C¢J U CWJ V c) d°U�U U°U U U n m 0 W w°w w W w �� LQj =_� Z Z Z m > O J � � X J X U X Z J Z m o U U U W W J ° w o Qa r- a �zm��a cDJ a° °3 moa¢ ° O ° a Q a,k m m UUU�Ci�U UU°U°U OU U UU V U O°� W W W°W w W W IZi� CD �00== W N ? v C J H 0 :D cr O O d U Z C a t�. 3 J H W W Q U Z O N W Z 2 d ° W U ��� n w N s oz O O r/-y� Ll ID >m � W J v ° GC m m = J = C? V/ Z o W H � Vl a7-: W W S °Z Z w ¢ ¢ w N U � Z = J c O O w x w ¢ U U U w w 3 = ¢ m O v a z z ¢ a z c o w z z ? z z z_ w 3 U r- a a > r- m U O O 3 W J = m W Z ¢ _ ¢ Q Q 4 N J J = W O w1- W = Z W U U I J w m w J N - O N C? > GC Gv a' f- N O ¢ m LiJ Z U w U Ll w w z r o 3 W w W > > p o w ¢ ¢ z a z K Y > w J a Q W U �` U O -1 ° -i w ,�.i = ° g w ° ° H H z w N a d Ci /��//''�� � a z�. F N N U Q O w ° r- a U ti O ° Z C` W ti z O O O Z U F- Z -r = ° ¢ Q J V/ ° N w o OU O W Q O O w O ¢ F- (_7 O 0! w w a 0 3 3 N co N N c�i �n co N N N Cl ° N a N ° J O a H r- 3 t= N m cD a J U U = QQ S �W Z W ¢ F-- z ', °o w o W E— r\ V I 7 Obti£-ZZ-dMS 6x,p Z0-0\pony JIDO gOOI\OOtlO\ID3ipQDUy-DIDO\U61sa4}aeln0 pony JJDO 00001-OOM-1 l\i0 A11O'NO1NIy 651100\ag7oaS\y -£3d.X.£009sp}aDo- Wtl L£60 6 90OZ/9l/9 - nuosnS'inzol Nowmw "lamr +.■+..r omw w w+w farm" sommo ONWw MOWN" l u-M WON" "Now ww wNO NUMOw musaw "Nom" ww"o wow+ J W~ w N U °° U $~~ ° ° c n m ¢ Q¢ w w o N o W U M O ¢°w 3 wz 5 �° owasZ °�� ¢��N w m g a oNp oZ aim o °z d r-- d ° av2ip w w�/ Wz C W �44L�JJ W O_OVIr Uw UdJ ssF- m C7 W w S� �wXZ WZ WU¢W WF wZa Wd O �O J O> ° Z W Q o[�Q Z �F- W H¢ wQ �w Z HO Jy Sd'W w°aZ3 ?� a�w xc� a¢ m o°r-- w p ¢ x 3 i..ip �� = m O} N J ° N� ��w�C> waa r- 3 aor-LLwLL,, QZ m 3 W pJ W O W O -:j d. ZY� N W ¢W ZO J,m° U W JZ 3 ¢w N O ¢ 00 (n O w U J X Z 00" _¢W W W r Z m (n U Q° VI VI N 3 ¢ J Z} ¢ N g N m ~ O¢dp J Jd.0 �OZ F-J O p Z C ~O° N°Z¢o~ W W ¢ TAO=w� NZ O \ /CC 3 O N Z Z W U S U g H S Z O Z d W W Q O w O° Z Z Q H F-O V- d J N S Q V 1 ¢ W �- Fvr w- Qz m W 3w W w 34w�?U ¢ f"i0¢ N�=z2-- w NOF-° aZ4 C�o KF-J t�I OJT w0 O d3 U w�J o O O 3 J°Z° O 2'N O U F w VI JJ° 2 Vj a d Z O Vl l'_ ll N w W W O O H d W WOW wF-VI oQ�° UY O _ QN O 3? ZOO W-OU wO^2 Hw°ZO�pQ U K W°¢ W W W m S (n Z N Z d'LQ'-- !-w O U f N Z p �d O a-,Fn Z wz W�tr U �mN o�. N �Z w--��p� vl S w pr-wzcn wgw Z NN Z O d°'o�° K W oUw� U_ W o� z�WUwo Da ZNUv wam IoW o p¢ aW'dUwW.�� �¢>J �w arw Wawa- ° rj �a N J�Ow Z�W O ¢U O p�w0W.pUmo W W W W� 3o�w Kz �ma }o�w¢m0 ova¢ ¢a°�Wo �o In =� !n x xN .Omoui m°'w '-'-' w rpz M o Yzw c° U d x H ~ oZw� cWir° r2-oz o, m�F m0 -i ° °3� oJZ���» Ja¢3 ��oz�W��a� o ZF_ C, (~ ¢i JOU N 0= Z 00° O- O°O� °N H °¢�Or,>W N W N Q¢ Q z U W W w W O Z ~W r-cn v~i U�Z W �O > ° �d ZU-O xx II ¢N �3W°wWpz ¢w°OCJ amW ozp o rn op wWw3ww °c~.�W,2 w5=w��aa<nr dW ZO N J O w N m'6 O d� p +- L J O Z O J U O U d(. K W O} -' t o K S L r > ¢ z d� w wr �+- zw NCB=cF.� ZQ�zd �zOWw p1w-� =o �� ww o5¢ oµi I ��-�� ¢oar J23°awJp° �� (n N U �+14_� >i K }}= U W r�i `�Zw w lgWy'' �� �� Q O d Z O mJ¢ W z m Z W ¢`W E} W 2 ti w o° o M Jw o of -g 2 N m per'Q w���Q U } U¢U U W O p 0 H p w 0. Z w m CL ¢O(.7 Z Ir W N Z O Wp 0 Z N Z Z N S N w2- ~ z Z W O m(n 0 d l-(A Z N 3 }2 N U o ¢ H w w W O O W' U W o9 0o c�p mo- x 'i j �- ¢ "'�d��U W C x FF-- w¢Jgy d'Q�_� Q �Na wc~i�oo�� 3co� 3woo¢ JuoU °3 Wes"' p��xa�� a�°w°� W� wp�zN� UQ a o w w qx ° ° o w ° ¢O O W°z o m w a u'°3 °o r- WW m W Z F w w O x�OJ U V Q p Z W° O O N x mi �-:z 2}- U W g U y m U¢ Z W 3 G F p-Q O U Q Nw0 W U W�N O W W ~ X m� -�-W Z a-�O C�W wpm¢ JQ<�� JZ�H��� W Q N W g Z J? ° w 4 ¢ } y °G¢ 3(0(//��p�p Q�'--�0 2 3 °'S o O Z Z O O O}°W w ?°U 4 J o V I O w N U N Z N U U d U¢Y mm U (n W O Q N m U U J¢ U U d W U O � F 4 z m x Z ¢ U 4-0 0 0 h °} d'w ¢ ¢ o o ¢ r w o p w ¢ z w Q¢ o m Li z m F-O S p� w U 3 W Vl O H Z w p J J J m W O Z O O O U zpai5r-Zn J zW o �c�z �Z FSr �n� z�° oI �� n� �ooZO O W W U U J w U O p U aaa{{{ m°[Wj°W KZam w¢Q W COw tz U wZ-F Q �� OQH� �? �o>- C.jUp W wUd ¢U W p W O Q Z° r w x W Z O w Z U_ } W> Z U 3 w W Z ¢Z O N Z O OU C J Z a w Z Q p p w a v7 tea° �S�°mom �r2-3v=i °zir °w°Q ate° a¢c°i ¢ moo' °2n nr°>o O�¢Otli t°iT(U/1TCW3'w�p L-G W OO ° Z I, d p W p 4 r W d A owJJO vw tNt/� W�W ¢ w ado OJm�p Z Q m Om°wS� ¢pw °° o JO Z O°N } m�3 p¢ ¢D- KOR o m O Z 4 o>Z W V I>N d W Z S>i O°Q W N U m d O Z Q[n w W H Z N w W °f 11 0 W? c WN3 w° w¢ U U ° w0 US ti.zU 9a�z w W wrnZOJ p z O w W. ¢NZ ¢�w a ° g o= 2w Y U w W W U gH ¢ ° W m U o= (9 Z Z } ¢ z Z UQ20m Q W J N ¢ X W�`W O mom- a QU O W p U Z J w nom.0 6=q w 4 W W K° S W U Z W ¢U w 0°O ¢ N Z d W p Q� O � r W¢ _� Z m so0 _ wa3a w°� m rn Iwo¢ 3Z wwQ � O 3r-Z��i- �J� � wz�- ¢� o mU 3NUd W°N O.rU W OOP �o ti vWi z d U aH Jmw H o¢" °-Z cwi�¢ wo U Oi-- �j C N U w~o Z O w W U VI O g N�iJ J O N ¢!n ° >g o W Q o-,w W d m° m N V l N O=N C� p p U r m O=N p N O w ¢ N O d Z d a 0 d� Z HOpNw ZZZ °w QM wZ W H w 2 zO ��- . mH H C7 Q ° U 2¢°�LI p U W¢ Q° F- -°S p y W �(� 3 Q N Z Q N U tr w W N U C 7 Z:-- J lP J W U .O f~A C J° ?W W U X g3s0Ud�� tN/ld ¢¢ lno� m lJ-i. of 3 OWN �� Z�x a¢w Z W W �H ?¢ ti�w ,w]¢W W X32 3 �9 O W VI F- l!1 �W'1 V-m ¢ lam.O f--- O O N O - O <pdUZ Q J�U HZOm OLD aE �x��C mpioa¢w¢wQ �oOZd �aw,� ?� p� _w"-'°J� ="�z �n_w o W ~ FS a w N ZJ �c7 °W¢ NDV d�W mUW Umw J�O� z N°LJO Q y Z Z S O=O= -w--- f a-'W°O Z� W'�`O U W ¢¢ ¢d� ��J ���W Zd° W�¢ ��W C J Lm.J W J F,¢~ J M F Z W<O Z O r 0 w O H D m W O Q O y Z m d Q M N O FN--O Z lJi g I t o U(n C J KY o z ��Z�¢ m z ��° �o� �o ¢� cn w„�,N x�s W¢°o Wo o 3 Q w--. r-cnm a x cnwz zf-¢ U w o �--m U� cWi�a '-¢o o_q Uo0° U¢ H V- H °O F- W O U r� �y m�>-pgC mdtrow mZ DG�(n Z- ¢a\^w�3 JW�A ¢cn¢ V l ¢w J W Z yO P¢ o>¢H o W !~/1 0 Q I i Y W ¢Q �� W N N K w W d o�mO O`11Np Z� �J U W ��?� �¢Z �0 ZUZ ¢i�� ¢° as�3aQaw �wv}i=°z oUO ?a wZ33�U¢ ?U°� ?°mom CoJ¢U U?H ¢°¢� z >o LIJ �� 0 0 O O 0 0 0 0 0 0 0 0 CD - < o v.. � t - �'` mss' �O t� ° » o 1 � u r z r F �L7t 2 l v¢ 3 \ �t� � \ y 17� li l � � r F O 0.•1 soa �1 I{ !I ' Z i I ylll z�l�� f�Y'411�� �y� f vi����/�� �� f �,• �/• O AL� ai Lij >4 $ may.., �_� G� 11 /V ¢ c�v� i; .n &9 ��� ��• //% ¢, �> --G` �� Y/`^-\ t I .:. c:.l 1��� !i1' ✓"I /I � OO 00 7t ^o V Ir \ /; J��� � � `(f% /...- `°_/` i� I � i �����=. Il it % � �L � o t• � •_ .7 \\, \ , .. r �o , � I Oi7K-LZ-dMS 6ep t0-O\pooy IIOO%OOI\OQtlO\loolp(louy-uloO\u6isaO l,anln3 pooa MO OOOOt-94Zt0-ll\lO ALIO 'NOLN3d 69tt00\allloaS\8-pd'x'£009sp1 aeo- IYtl L£60:6 90OZ/9l/9-ouosnS'uozo3 %"@No err ..rryr "mow ....w +Uww" wmmmw wam w "Nom" ftr•. owmmw summw r "Womme wsmwmw "Prr.ttw Owwow 0-0" IPPOW W Z m m 2� ¢ a o�i CC,U p W C] 3 W Q w UM W O wz wi.(n o W Z W U Oz U U W O S N W V Q J W W_U J U N Z= J° V)O °- W Z m O°O W °pm V W N A w W U W W Y J W Z O Y N Q m 4't Z W W Q 0 Z a d O o >o M �x °� ¢� w �UmN��J 9JL na c= O O V)J W �' O W �i JF-WOO° m J Q O O W W Q O[n OHd U �cDc� WW.<U l �HU �4 3 Y W Q J W d d Q°JW Y OJ WC7Q W W Ar=�,�W U ma >Z� V)3 ¢ Z U ¢= 3 N w 1-N W O U J- Z> W �m �� °w=w�- a U � x° ° Jwi N3 W Q = O W Z J HZ d W V U1- U W K� W° �L.l V 7 J O W e d l a�Z Z r W O Q Z° U W Q r, 3 W Z O Z N �i J n H W p W° U O W J m W Y Q W w W d V) U V] O W Ln d' a 0 F-- : w°Q Q� n U V w p m >U V J J 0 2 Z g ° ¢ W W LL r- Q °cn �oU "' J o z °- L.� � Q_ w W W mwz0 O° xa cQiUZO oWQ ESQ �owz� = J mll axw Nwr-a�� _� O 'ice w2 Q c?O L� w Z U QO t-Z�(nz¢Kw�3 g� �wd :,m °CD H W Z� a M U. (n U �i S J U U W- W W p W d d d Y U O J N N d Z W Z p Q W O D°W K Z ~W J w U Q°Q W O N Z Z W w Q 3°m d W . \ Z V J V Y J d W 3 m _ W N r W w J V V �Z Z M M N Z m O W¢�¢ 4 J O S X Q w= O r Q d O p° O °Z U U Z m U W d H O O J O H J Z Wm� ova °w w z° �m2° ��°n zow �z o �z� p°m �vo �¢Z ra 0m cJ{ 4 ..cn¢¢w coQ zp r o 0 0-0 °Qf- rYZ °Z O N pcn F- zdr--c�� Q f ::d W 0 Q pm mJUMU'i (~JAN 6S W W O° w�� W Q U d p O x w z o z J d Z U ¢ U V) O m Z 0¢w 2 Z O d Q U° cr>- .. H O W J O >O N w 0 3- K O M K Z Z 3 O Z =V) Q p 3 Q 4 J= Z d V 1 m Q K U O H J H J Q°I- W H d (.7 LL a � � mz M0 3 zJ nc�� z� I z¢ 3 no nz woo c�- z� zd zJ � �Z - V�aO ww w rowQ N�5, owo -��o=�rrw wo >o� wzL�. 000 o=,-odz _O W ZQU d'VI Z DJ�� ?SW°Z UHJ UN JUVIvO �U OZd KOS UwZ ZU131 C) QW Cc W °3 w O 0 0 0 O 0 0 0 0 0 0 Uw W W I I p .. ... :.': ... _ �x (. ° LL <� i o <m CD Oz ° ~ ~J .. p f.. �� o �S 3 orwr �.1� C, � L N 3i N N3 ° °- LG ° Z o �o °o wm w vO o<X w� 00 3° w C-D Z O r _J(r W Z¢ J ° °U � W Z p U>- _ L O y z >d= L n Z Q U = n'f nj N m U' d_Lr °p-'U <O Q r—NWN O Q Z d J w N L.L \ �J� 3 W ¢O_ Om wow 2 p F m~ O H V1 H O I -O O W a p w°o <z w J X Q V I W o . . � z L W r -M ffi CD m O ( F C) ow m J w J o O n O°ZW w a O O mo O O U U UX °O<(/l N Vao> ' I d O + d U U J I°7N O ° U 9 . � p FO H Q V Z a F-O Z > ID H .. .. .. O wp _ (D wjx t_- 2 d w wd -7 O I C) UZ F- O�=¢ O_ <'< O W O r° O ° �cV z0 U' ° W J N N w O U �y W C O Q° H n m w Y 0U W O J U O m U ¢J O W - W H~W O Q d O < U J K V,Y- z UU� w>o (n W XQ O�= O W E:CS F . O W Q V I w C.7 4 U tr ti O ¢V I Q W m U V I V] U Z V)U w L in 3 S T O � N M O O O O < -� t V v I f� r,,Ir, c, e I _ � - a t : l Ty I r m , �! w.� W l �S - (�. W .. fL p `ti_I jt f t" !i ��111 S I w v y i C) Co Z ti 11 �1 \ (n(� I l 1 ltd 1� CV r�- \, 1 2 a s � w . a _ \. 00 _ y r \ w Lit Lr LD w jf i I 2I1I j' DO OV-/ it o �- r N � r'� - ti 1 1 1 _ ,. I it �� " f,• 1 , .' 11"1 [ni r7 CD i f F I Ln LJ err j �4 1 {i 0.7 �� a n II VI,' d �` I tA cn -4j� � '!y h � ( "_ r / ( L41 Q), J 1 : Q Llj O w �r f zo v �� a�' i z + r , lr " ! ! �M 'I G Ili 'j .<< _ 50 ow ' 30' DO ' � r w 1 jr`IrgmI LL C) / ; r 0 1 r � / " � �v t i dW Obb£-LZ-dMS 6MP'ZO-O\Pb08 Abo%001\00VO\IboBFIouV-olb0\u61sa0 y anln0 P..d»oO 00001-94Z10-11\30 1.110'NO1N38 651100\a117oaS\8 -£od'X'£009spl aoo- IqV L£60 6 900Z/91/9 -ouosnS'mzo1 mwam� %WAN-w sloomp wpm~ OUPWO WONNOW qmmmww wa"WW "No-ow 4wome wm� mommop "OR" wm� %MWAW ownwo WAM" "Woo Wwk* a0 m in n 0 h N �° p rn O 0o wwW�w p ti c) P $ 0 V¢) Q O W N J U Z JC7Z N W 00 =cn ow��a a3wp Xo? 3°w H °w W o-°N wo°Q>z mz�p aX oa v oc ° �oaQ Qw 3 n YO Qo 3=� i��w W (� wo°zxos c-In Wd (n H w w w U w J Omm V Q S;pZ O UZN W Q Cl Ocrz �Z��Q� mw W W Cl Z_ z°zp te=a xw� wo�m� vn w Q7N ZI- pwU i..i O U Q Q co z a Z =w o N p 0 O.W O Lli ZO z¢�p~m ��°NZ m=, z pJ F- w¢o ���ZOV�i ¢¢? ° O OV w w Q W N W J a:(� '1 z C-i ri Z O o�0 3 U Ir W U W Q(} „4l w��_ no d (n U� wC) J o W J3a w > a oN U Q IQ� _ U Z I w �� CL w w°° •.9� o i3' LL.z y ¢ o 00 3 > goo [--z w m 91 a a c� o o w U°w W o Q J OU ~J�U m Q O N Z Z Z 3P �ID�QZ i w Z N 9 � o x wrocD H m H J Q / \ u Q U u9 O a Z < o U w w LIJ O U X v N Z O U..1 - - - O lwi J_ = Q 3 z m - o -- ------ - �, U-w _ a o 6 N u_ W (n W d Z U 0 0 Z m W S U Z 1 O Q J H D d Z Q Q¢U Z p Q >O Z 5 U W U O= x Q O W Z O p d m Q Q U pp O Z Z O O f n m r p W J H N O W ® Z O Z m w w 3 w w c-3 N WO � W HYJU��. UU O:m C7 Fw-- 3 cD N U d Q U U o Z ID 0 (n m W S U V l p N U a w Q W J W N Q VI w W O a � o g Z= \ W = 30° Q O(~!1 Q O w O 7 N n Q b8y� Z �d a - Z Z LL] � U N � �z Q w v 58 ~ p w M O /� N2 j} -"� Q x� �w • M W O � m a_ N Z w O m Q w M t o S U m¢ z US U w Q I-p W UN 0� d ° W Q- m U g U Z W w J w J x U, W � Z Z m ¢ Q d' J S = W =4 O K Q z VIU d 2 wZ ll �_ o' wo wwQ W Z_ Y W H w Z Q W o I F- Q d'o o Z ?Q VI N N C!N w w J U Q Q� N M O Z 017176-LZ-dMS 6"P'£0-o\pDa8 LoO%001\OQd0\loo!vlouy-oao0\u6isaO yanin0 poo8 Loo 00001-94210-11\10 kl VNO1N38 651100\al{loaS\:8-pd-x-£009sP7 aoo-Wtl L£:60:6 900Z/91/9-ouosnS 9ozoI onn w M...m 4"w~ oir.w WA~ M va" omomm wasow "Wwow %womwo .rrM "Now 400" t.oma morrow u...t vows" W O O O m bj LD o W a I-- -I ° C— —— C -----Q v ac w �o� 2 w 3 T3m3 �JJ CD m � a U cc Z U --� O LLJ t�» / o r uj 0 U' .: 3 z F m --77 mom n OZ 3 Z E W n - - - - - - -=�C =----Q C) m FS O No o O :4 Q �� `o W Q � n Q Q "< � W N M W __ o L J W W N N _ _ N. U � U 1- mN o- 04 ° cD o W W U U ~ U O w � O 3 o t2 o m I as _ o, o m y N N r� T FL 0• cn lB�j'L' � Q� / �,• p oz' b O � d � m � Zw E5 ° a�? m m m ° a7 m m °o w °o m T m m m °o zW^ P. ,O N N w mm 3 C m W N J WZW_ a�l J JI-i n di tJ ? 0 m p° Q1 °p C1-t 9 J= S Q O 9 3 Q Jv N N N M M M M V M M Y M M M M N N s m C o m L.LJ p ui°NO fO 1C � ) a, n ao n m o YMt uo] rya m o 'i N v o c'i mW N N 0 j V N � ,I A - d S ,O - - tN0 te u�'] z 0 N N N N N N N N N N N V�- I.11. N O Gj �0• LLJ cd w O _� O ^ dN N N N N N N N N N N N N N N N N N o a= 00000000000000000 OtibS-LZ-dMS 6MP'10-S\P°°a LDO WNno P°°H—0 OOOOt-9/dt0-tt\30 AM'NOIMH 6SmO\WNoS\:N-W°91:11-900d LL 6'Y PMdd:N 1wwp wrrrr P n~ "Pr 0-m" Nomes 1rrSr swoop "memo turn" "mow %Boom w®rt rmr w..w O o o m m W Z w N 'u, W O O m C O O 3 p W C `Y mM N if W W W < m W W w C)" I � U Lt1 U ~ �^7 O O ryy O w Z J Mm OZ C �C �- O N o �a LIJ W O U ~ W pwy u] In Cc d Cn MO w k M LJ - Ll O W ° W W m Z ¢ 3°3 SS z Q �n m u I- I — — d W ri Q � O cc 0 J - - - - - C �-� cr} Z cc cr Qw cn owz VS I <° CC - - C C C �--- 0 W If U Z O p O = E: = ---0 Q O U •+ �^) — m— O- - - - mom 0Z 0 ID o I— U W a E a O \ mZ I - C — - - - - - - - C �---� O d 0 - 91 I w m U Q J N U O w Q in ' I>' �` a N JI o¢ qq Q N f� O PkPk C A 3 tip,�� \ O Q — C - �J U i W U m U7 ° w d tr W U W U H O d m Q n.m J a e {^� W W— a m CD W \U m am OI I a - - - - - � �— v X U m 3 0 o m r C �- - O � 0 I p w Z }�---� a- m W 0 0 0 C - - C :I--- fl n O O J W od Q 0 � °o °o N W a^ O N QQES .ZQ m z w m� O*n WQ O d K O iCj \ JD m m m m m m m m m m m m m m m W N N p Q m (C W (n J W^ ^ M m M m O M oO m O C° N O 3 3 Q �� O � 3 m � om w o O 4 w^ �L� r M m M m o M o d: m o rn N .t o m M 41 W Z W FW W O 0 SQPG C Z �O m o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0¢E - - - - Sri Sri u-i - - - - - u i Sri vi Sri Sri N N N N N N N N N N N N N N N N N N ® W_ o r2 Zw O WW - m - - - - - - - - - - - - - - - JN -x r - r r r r n r r r r n r - r X X X X X X X X X X X X X X X X X O .^ N N N N N N N N N N N N N N N N N o �Z 00000000099(5(5 00 Obti"-LZ-dMS 6xp•10-5\poa8❑00%00t\00tl0\10eryflouq-o}o0\u61sa0 Iann0 poo8 JJ00 00001-94210-t0\O At10'NO1N38 69tt00\QMMS\8 - W0914t -900Z '(Z 6ny pioddiN "Nomw o $ "now MINNOW r,~ Vow" 4WAMN prmr AWMMq r+! rrrrl iumm,r rrl UNOW.+ WAROW "glum "W" "mom* "MOON m m I\ Z N � O 5 w W Z O c5 Z Z p Q OW IIS U N O Q O « ? J m 6 O W J In Z H N d d f- W rmaw¢ U� a� wc�c¢.� z oo wzd o 3 S m W'Jp�Z W SF..I JO ZZ U U O Q¢W O N O U Z U O Z W O U O L=i Z Z Z W Q N m W W U Z m¢° �/'�f Z Z o 0 W-l w J U W W `„ O J W O W F S J U O°U W W w J Z \ / ¢ =o S w �m w OUZ ¢ ¢ ��z �z a ° w ` 1 w- W x p Y Q U J �= d M- U O Fn W ¢O JSO I Z K W m d ON W 0¢ S M O ax O O O p Q a W O ZO X O m m N Z l i Z W O Fz U' X N d W J U N C�Z p W N°O z d 0_' ? F p w < Z W l=i U U r W U Z W NO O x Q K Q W m ~ z O W N Z H¢ Z > W Q U W Z= x �/� z p o ¢ m-oz CC CL V 1 W UNw Jm Q�U W NO U� Q�i Q°O W ~ X m0 aZ UF~-�W C.�� (n m w U°m J S d w Q K W o O= O w w N U W W Z U J W W `C D!J H X �` S d o Z Q N(V m Q >U 9 S d W IL Q W W m Z c5 c n r J¢ ¢O CD m,1 J d m o W o 2 w w �U w Zom ¢cNi� ar.pm-,w Z� cl O O] J 7 Q Z N Q N M W l i Q J X J d O N Q S KI W Q W J U - W O U 0- V M U L to Q w H O NNW m X W W }J W d w W W F i p Z O m ° W_w ¢w Q w J Q C 7° S Z=O V wm H H N Q 2°W° LL O Z ~Z Y O Z r co V O ¢G Q w W¢L W Q Z°p W a = v~J Q Q¢ 0' F-F C, m U z m�i= O`U 1- 00 °°m Z O N m Z J Z N p Q 0 Q O W(� N q X J Q J J Q m U' m� W W U Z J F`°L j Z m W J -w r Q W U' W Z W Q N U (n w H Q H Z W JQ_Q W p- -� Q Z Z O O O O Q O W W N X N N X W N N p W W m¢S S W Q O¢ W w ¢ p� W ¢ Qmd NH Mamd F w 3 =O m<Q O UF- F-J �w U Z Z W ? ?w Um C)C) ? S Q 0 ¢ w u O O O O O O O O 2 w Z 0 U Q W J V Q c0 d W 3 m?W Li LL CJ r L '^ \ H d U V N s M O a wow ��o N 3 mZ M � �co�N moo° Nin �Z = M w �cwa <� \gO zm3 (�� m ZNO 3 w w �a w OU pr N o m Z N O rn oox J it o M y a Z G_ y W Z J o p C OUN �p g O W j p 4 U \ Z M N3° o a U � Z c� 0 min CD p u z ° m U ~ N U m 3 U E N \ Z r Q .d N W 4 ° � m¢ V � u w C) c7 a x J w °j CD O ~ U N o ¢Q N¢ O �w W cn cwN °V Om > S> \ Z O m �v=i vo ®it o II S> Ir-W N O >_N> W O V W weld o a a ,Z/t b °— x N W N� Z w 30NV13 TId 0 —o °a o d0 30vd NOW w W 810 „Z N U W(Wil K O O Z w W Z W J N U d p �w d W W d N� W w U O Q� W m m O } W Z W U a. W ¢ z 3 O W w 0 Wt, t J° U U V S � , 1 o w LIk o b e $ ow m CD a O W N U N o a30 „c W >Z U) N g U J W O w � N c� a J ¢w z W NOW m N Q U J O N 3 H N d 3 Q X O H O m FiQ Fi4 Obb£-LZ-dMS 6MP ZO-S\PDOU JJu0 6 00l\OOVO\ID3!IXIDuV-o}o0\u61sa0 ;Janln0 PQ08 jJDO OOOOI-9bdl0-ll\d0 1.110 'NO1N8 651100\al7#uaS\:2J - £3d'x'£ 009sP# ao0 - WV Z£:60:6 90OZ/9l/8 - ouosnS Vozo-1 1!lw "NNW morrow Mr. 40NOW "now" !MONO■ M.... 4WOK" Mriy "V NN" so~ MONO ■mmum me A plamm" "ONO l MAINw wows m m co 0 0 Mme 0 � W N O m U l J o m LU Y Q M W 2 q LUa i0 0 U Q CC m ° d W d Q w o a 2 C O Fx- N VI N N (n Z F, LD W d W cr O d 0 U cll II _II Q J V wo 00 cc N N U W 0 w m p M Z x N O x rz\i H S u)U WFxO�d'U 2 Z W mww9w�Z a� �z°3o Q�n V 2 5� WIZ W mWmQamQ LLI °ammo'23 \ z�r��zoc� O Z� N . W y LL m �3: 00 3 a o m ~ o w w w a � a �w w U c N \¢z - \ 4 m Z W 7 Z \ \ O O W O 0 ui _ O Z rc] U' o Hp o3� zN U W Z Q mU \N m OI \ Q xxcW��wv / xao°z �mw —I n 5 QJ�<=O JQOw amwWQ�nz �m�cn =um Q JM w U _ W J o o --- ------ — --- ---------- Z •9 v \ x r z o "c s z O a a M m J 0 z U m o Z c) w O o N N I d W m m Re �Q lxfl a 3 w U X C �- `l NcD O Z O — — — — C -------------- 3 ° ° w o_ r U 3 , ~ �G d tiJ W ICI w o QP cD o O O Ocll JI .. O O mm N X U f- X W W W W N N ( l •--- lJ O I } J N ° Q �Y Z 0 - - - - - - - C }-� mum mum w - - _ - - Cam-------------- ObbE-LZ-dMS B.P'f0-S\poo8'loo%00L\OOVO\loolvlouy-o;oO\u6lsQO }JQnlnO pooa »00 0000L-94ZL0-LL\30 J,110 'NO1N321 6SLL00\-M--S\:b - Cod-C 009sP7 Q00 - WV L£:60:6 900Z/8L/B - P'oyola 'ploddll "NNW" Few 09-W PMOMW 111vI+wr NAPNOM "MEMO PNNOM O...w N ONANKr1 vanom OWN" Mrr+ t4woo p "mum" t+anow ■11LNO